Defense contracts valued at $7 million and above

ARMY

Cole Engineering Services Inc., Orlando, Florida, was awarded a $957,739,868 firm-fixed-price contract to provide cyber training platform capabilities, cyber acquisition blue team support, training content, training related event operations, training solutions and overall cyber training system architecture development and sustainment. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 29, 2029. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-22-D-0002).

T&H Services LLC,* Juneau, Alaska, was awarded a $35,354,226 modification (P00033) to contract W911RZ-19-C-0002 for maintenance and repair to facilities, structures, buildings and utilities at Fort Carson and Pinon Canyon Maneuver Site. Work will be performed at Fort Carson, Colorado, with an estimated completion date of Dec. 31, 2024. Fiscal 2021 operation and maintenance, Army funds in the amount of $5,833,333 were obligated at the time of the award. U.S. Army 418th Contracting Support Brigade, Fort Carson, Colorado, is the contracting activity.

NAVY

Epsilon Systems Solutions, Inc.,* Portsmouth, Virginia (N00024-22-D-4442); BAE Systems San Diego Ship Repair, San Diego, California (N00024-22-D-4443); East Coast Repair and Fabrication,* Portsmouth, Virginia (N00024-22-D-4444); Continental Maritime San Diego,* San Diego, California (N00024-22-D-4445); Pacific Ship Repair and Fabrication Inc.,* San Diego, California (N00024-22-D-4446); and General Dynamics NASSCO, San Diego, California (N00024-22-D-4447) (Lot I), are awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract with a combined ceiling of $654,848,672 for complex repair, maintenance and modernization requirements of non-nuclear Navy surface combatant (CG & DDG) class ships homeported in or visiting San Diego, California homeport. These efforts consist of Chief of Naval Operations scheduled docking and non-docking, continuous maintenance and emergent maintenance availabilities of surface combatant class ships to be performed in the San Diego, California port. Delivery orders will be competitively awarded under these contracts, which are to be performed in San Diego, California. Each of the contracts has an estimated ordering period of five years, which is expected to end in November of 2026. Fiscal 2022 operations and maintenance (Navy) funding in the amount of $60,000 ($10,000 minimum per awardee) is obligated at contract award and will expire at the end of the current fiscal year. Lot I contracts were competitively procured using full and open competition with seven offers received via the beta.sam.gov website. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N00024-22-D-4448); BAE Systems San Diego Ship Repair, San Diego, California (N00024-22-D-4449); East Coast Repair and Fabrication,* Portsmouth, Virginia (N00024-22-D-4450); Continental Maritime San Diego,* San Diego, California (N00024-22-D-4451); Pacific Ship Repair and Fabrication, Inc.,* San Diego, California (N00024-22-D-4452); and General Dynamics NASSCO, San Diego, California (N00024-22-D-4453) (Lot II) are awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract with a combined ceiling of $538,517,390 for complex repair, maintenance and modernization requirements of non-nuclear Navy amphibious (LHA, LHD, LPD and LSD) class ships homeported in or visiting the San Diego, California homeport. These efforts consist of Chief of Naval Operations scheduled docking and non-docking, Continuous maintenance and emergent maintenance availabilities of amphibious class ships to be performed in the San Diego, California port. Delivery orders will be competitively awarded under these contracts, which are to be performed in San Diego, California. Each of the contracts has an estimated ordering period of five years, which is expected to end in November of 2026. No funding will be obligated at contract award. Lot II contracts were competitively procured using full and open competition with seven offers received via the beta.sam.gov website. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded an undefinitized $447,601,042 not-to-exceed modification (P00011) to a previously awarded cost-plus-incentive-fee, fixed-price incentive (firm target), cost-plus-fixed-fee, cost reimbursable contract (N0001921C0011). This contract provides for the procurement of recurring sustainment support activities including maintenance of support equipment, common program activities, unique and common base recurring sustainment, repair of repairables, field service representatives, common replenishment spares, conventional take-off and landing/carrier variant F-135 unique maintenance services, and short take-off and landing F-135 unique services in support of the F-35 Lightning II F135 propulsion system for the Air Force, Marine Corps, Navy, Air National Guard, non-Department of Defense (DOD) participants, and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (47%); Oklahoma City, Oklahoma (15%); Indianapolis, Indiana (13%); Windsor Locks, Connecticut (6%); West Palm Beach, Florida (5%); Brekstad, Norway (2%); Leeuwarden, Netherlands (2%); Williamtown, New South Wales, Australia (2%); Beaufort Marine Corps Air Station, South Carolina (1%); Cameri, Italy (1%); Eglin Air Force Base, Florida (1%); Edwards AFB, California (1%); Hill AFB, Utah (1%); Iwakuni, Japan (1%); Luke AFB, Arizona (1%); and Patuxent River, Maryland (1%), and is expected to be completed in May 2022. Fiscal 2022 operation and maintenance (Marine Corps) funds in the amount of $44,006,026; fiscal 2022 operation and maintenance (Air Force) funds in the amount of $41,480,264; fiscal 2022 operation and maintenance (Navy) funds in the amount of $7,092,764; fiscal 2022 operation and maintenance (Air National Guard) funds in the amount of $5,525,000; non-DOD participant funds in the amount of $29,576,990; and FMS funds in the amount of $16,311,383 will be obligated at time of award, $98,104,054 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N00024-22-D-4463); Colonna’s Shipyard West LLC,* Norfolk, Virginia (N00024-22-D-4464); East Coast Repair and Fabrication,* Portsmouth, Virginia (N00024-22-D-4465); Gulf Copper Ship Repair,* Port Arthur, Texas (N00024-22-D-4466); Integrated Marine Services Inc.*, Chula Vista, California (N00024-22-D-4467); Pacific Ship Repair and Fabrication Inc.,* San Diego, California (N00024-22-D-4468); Propulsion Controls Engineering,* San Diego, California (N00024-22-D-4469); Southcoast Welding & Manufacturing,* Chula Vista, California (N00024-22-D-4470); and Advanced Integrated Technologies LLC,* Norfolk, Virginia (N00024-22-D-4471) (Lot IV) are awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract with a combined ceiling of $335,047,591 for non-complex repair, maintenance and modernization requirements of non-nuclear Navy Amphibious (LHA, LHD, LPD and LSD) class ships homeported in or visiting San Diego, California homeport. These efforts consist of Chief of Naval Operations scheduled docking and non-docking, continuous maintenance and emergent maintenance availabilities of amphibious class ships to be performed in the San Diego, California port. Delivery orders will be competitively awarded under these contracts, which are to be performed in San Diego, California. Each of the contracts has an estimated ordering period of five years, which is expected to end in November 2026. No funding will be obligated at contract award. Lot IV contracts were small business set asides with nine offers received via the beta.sam.gov website. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

ERAPSCO, Columbia City, Indiana (P00012); and Lockheed Martin Corp., Manassas, Virginia (P00016), are awarded firm-fixed-price modifications to a previously awarded indefinite-delivery/indefinite-quantity contract (N0001919D0012). These modifications exercises options for the production and delivery of up to 18,000 AN/SSQ-125A series production sonobuoys for the Navy. The estimated aggregate ceiling for all modifications is not-to-exceed $222,266,700, with the companies having an opportunity to compete for individual orders. ERAPSCO will perform work in De Leon Springs, Florida (70 %); Columbia City, Indiana (30%); while Lockheed Martin will perform work in Manassas, Virginia (95%); and Clearwater, Florida (5%), and is expected to be completed in March 2024.  No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N00024-22-D-4454); Colonna’s Shipyard West LLC,* Norfolk, Virginia (N00024-22-D-4455); East Coast Repair and Fabrication,* Portsmouth, Virginia (N00024-22-D-4456); Gulf Copper Ship Repair,* Port Arthur, Texas (N00024-22-D-4457); Integrated Marine Services Inc.,* Chula Vista, California (N00024-22-D-4458); Pacific Ship Repair and Fabrication Inc.,* San Diego, California (N00024-22-D-4459); Propulsion Controls Engineering,* San Diego, California (N00024-22-D-4460); Southcoast Welding & Manufacturing,* Chula Vista, California (N00024-22-D-4461); and Advanced Integrated Technologies LLC,* Norfolk, Virginia (N00024-22-D-4462) (Lot III) are awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract with a combined ceiling of $209,213,270 for non-complex repair, maintenance and modernization requirements of non-nuclear Navy surface combatant (CG & DDG) class ships homeported in or visiting the San Diego, California homeport. These efforts consist of Chief of Naval Operations scheduled docking and non-docking, continuous maintenance and emergent maintenance availabilities of surface combatant class ships to be performed in the San Diego, California port. Delivery orders will be competitively awarded under these contracts, which are to be performed in San Diego, California. Each of the contracts has an estimated ordering period of five years, which is expected to end in November of 2026. Fiscal 2022 operation and maintenance (Navy) funding in the amount of $60,000 ($10,000 minimum per awardee) is obligated at contract award and will expire at the end of the current fiscal year. Lot III contracts were small business set asides with nine offers received via the beta.sam.gov website. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Black Micro Corp., Tamuning, Guam, is awarded a $161,815,880 firm-fixed-price contract for site development and for the construction of an aircraft parking apron and taxiway at the Tinian International Airport, Tinian, Commonwealth of the Northern Mariana Islands (CNMI). This contract contains two unexercised options which, if exercised, would increase cumulative contract value to $163,877,480. Work will be performed at the Tinian International Airport, Tinian, CNMI, and is expected to be completed by October 2025. This contract will be incrementally funded, with the first increment in the amount of $40,462,770 allocated at time of award. Fiscal 2020 military construction (Air Force) funds in the amount of $40,462,770 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.sam.gov website, with two proposals received. The Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-22-C-1318).

Lockheed Martin Rotary Mission Systems, Orlando, Florida is awarded a $121,025,345 modification (P00022) to a previously awarded firm-fixed-price, cost-plus-fixed-fee, cost reimbursable contract (N6833518C0681). This modification exercises an option to procure 35 full-rate production electronic Consolidated Automated Support System (eCASS) units, associated data, engineering support services, and related equipment, including one genie lift, one test program set development suite, three self-maintenance and test/calibration operational test program sets, four calibration equipment suites/kits, 40 rack rail kits, 41 shore installation kits, 42 ship installation kits, 47 core stations, and 109 mission equipment kits in support of the Navy’s AV-8B, C-2, E-2D, EA-6B, EA-18G, E-2, F/A-18A/B/C/D/E/F, H-60R/S, T-45 and V-22 programs and Foreign Military Sales (FMS) customers. Work will be performed in Orlando, Florida, and is expected to be completed in December 2024.  Fiscal 2022 aircraft procurement (Navy) funds in the amount of $76,847,505; fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $36,023,721; FMS funds in the amount of $6,160,114; fiscal 2021 aircraft procurement (Navy) funds in the amount of $1,761,277; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $232,728 will be obligated at time of award, $232,728 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Geosyntec Jacobs JV, San Diego, California, was awarded a $100,000,000 firm-fixed-price and cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, architect and engineering contract for environmental services at Navy, Marine Corps, and Base Realignment and Closure (BRAC) installations and other federal organizations.  No task orders are being issued at this time. The work to be performed provides for performing various design and engineering services, particularly in environmental restoration, as well as support in other environmental areas. All work on this contract will be performed at any location worldwide, including federal facilities in both the continental U.S. and outside the continental U.S.  The term of the contract is not to exceed 60 months with an expected completion date of November 2026.  Fiscal 2022 BRAC (Environmental) funds are obligated on this award for the guaranteed minimum in the amount of $10,000 and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by BRAC; environmental restoration (Navy); and research, development, test and evaluation (Navy) funds. This contract was competitively procured via the beta.sam.gov website with five proposals received. The Naval Facilities Engineering Systems Command, Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-22-D-2400). (Awarded Nov. 23, 2021)

The Boeing Co., St. Louis, Missouri, is awarded $85,014,425 for ceiling-priced delivery order N00383-22-F-0A30 under previously awarded basic ordering agreement N00383-17-G-A301 for overhaul of 40 ship-sets for the F-18 landing gear system, which includes a left side and right side main landing gear and nose landing gear assembly in support of the F/A-18E/F and EA-18G aircrafts. All work will be completed by April 2024 with no option periods. Work will be performed in Quebec, Canada (37%); St. Louis, Missouri (21%); Fort Walton Beach (18%); Ontario, Canada (12%); San Diego, California (6%); various other material suppliers (4%); and Yakima, Washington (2%). Annual fiscal working capital funds (Navy) in the amount of $41,657,068 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, is awarded a $47,326,432 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Station Guantanamo Bay, Cuba. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by November 2022. No funds will be obligated at time of award. Fiscal 2022 operation and maintenance (Navy) funds; fiscal 2022 Defense Health Program funds; fiscal 2022 operation and maintenance (Army) funds; and fiscal 2022 operation and maintenance (Defense agencies) funds in the amount of $38,176,547 for recurring work will be obligated on individual task orders issued during the base period and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-22-D-0010).

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $16,253,510 firm-fixed-price, cost-plus-fixed-fee, cost reimbursable modification (P00003) to an order (N0001920F0024) against a previously issued basic ordering agreement (N0001919G0029). This modification exercises options to provide the following support services: test support; on-site technical and logistics support, to include incorporation of technical directives; sustainment engineering support; material management, to include spares procurement and component repairs; and training in support of the overhaul and rework of the VH-3D and VH-60N aircraft, as well as physical security services for the aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in November 2022. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $16,253,510 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

IAP-ECC LLC, Burlingame, California, is awarded a $14,210,112 modification to a firm-fixed-price task order (N6274221F4000) under previously-awarded contract N62742-16-D-3553 to exercise Option Two for the construction and maintenance of a contractor berthing camp at Naval Air Weapons Station China Lake. This award brings the total cumulative contract value to $136,464,421. Work will be performed in Ridgecrest, California, and is expected to be completed by March 2025. Fiscal 2020 military construction (Navy); and fiscal 2021 working capital (Navy) funds in the amount of $14,210,112 will be obligated at time of 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.

Curtiss Wright Electro Mechanical Corp., Cheswick, Pennsylvania, is awarded a $7,596,583 firm-fixed-price contract. This contract provides for the manufacture, production and procurement of the Electromagnetic Aircraft Launch System production program motor generator long lead time materials for the CVN 81 aircraft carrier. Work will be performed in High Bridge, New Jersey (31%); Nazareth, Pennsylvania (25%); Voelklingen, Germany (19%); Cheswick, Pennsylvania (17%); Irvine, Pennsylvania (7%); and Spring Cove, Illinois (1%), and is expected to be completed in September 2024. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $7,596,583 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Defense Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001922C0003).

AIR FORCE

Seventh Dimension LLC, Mocksville, North Carolina, has been awarded a $53,490,967 firm-fixed priced base year plus four one-year options requirements contract for the U.S. Air Force Expeditionary Operations School Fieldcraft training courses. This contract provides for contractor contingency skills instruction and opposing forces and role player support for courses at Joint Base McGuire-Dix-Lakehurst, New Jersey, and work is expected to be completed by Dec. 11, 2026. This award is the result of a competitive Service-Disabled Veteran-Owned Small Business set-aside acquisition and 13 offers were received. Fiscal 2022 operation and maintenance funds in the amount of $11,021,506 will be obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst Air Force Base, New Jersey, is the contracting activity (FA4484-22-D-0004). (Awarded Nov. 24, 2021)

Palantir USG Inc., Palo Alto, California, has been awarded a $43,000,000 firm-fixed-price modification (P00005) to previously awarded contract FA8806-21-C-0010 for a Data-as-a-Service platform. The modification provides for the exercise of an option for additional term software licenses, cloud hosting, enablement services, support and training for each platform solution being performed under the basic contract. Work will be performed in El Segundo, California; Palo Alto, California; Washington, D.C.; and New York, New York, and is expected to be completed by May 31, 2022. Fiscal 2022 operation and maintenance funds in the amount of $18,000,000; and fiscal 2022 research, development, test and evaluation funds in the amount of $19,400,000 are being obligated at the time of award. The total cumulative face value of the contract remains unchanged at $91,500,000. Space Systems Center, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Sawasawa LLC, Los Angeles, California, has been awarded a maximum $8,290,838 fixed-price, indefinite-delivery/indefinite-quantity contract for moisture wicking t-shirts. This was a competitive acquisition with 11 responses received. This is a one-year base contract with four one-year option periods. Location of performance is California, with a Nov. 29, 2022, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2022 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-22-D-1515).

*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! 🇺🇸