Defense contracts valued at $7 million and above

NAVY

Saab Inc., Orlando, Florida, is awarded a $68,867,437 firm-fixed-price modification to a previously awarded undefinitized contract (M67854-21-C-8051) for Force on Force Training Systems-Next (FoFTS-Next). The FoFTS-Next is the next generation of Instrumented – Tactical Engagement Simulation System (I-TESS) for the Marine Corps. The FoFTS-Next Increment 1 consists of instrumentation systems for individuals, vehicles, buildings and weapons. FoFTS-Next Increment 1 also encompasses the command and control and network systems required to transport, process, and display data from the instrumentation. The contract contains 52 option contract line item numbers, which if exercised would increase the cumulative contract value to $248,041,332. Work will be performed at the following locations: Huskvarna, Sweden (67.7%); Orlando, Florida (9.8%); Twentynine Palms, California (6.9%); Camp Pendleton, California (5.7%); Camp Lejeune, North Carolina (5.2%); Kaneohe Bay, Hawaii (2.5%); Stafford, Virginia (2%); and Syracuse, New York (0.2%). Work is expected to be completed by June 2025.  Fiscal 2020 procurement, Marine Corps contract funds in the amount of $35,854,118 are obligated on this award and will expire at the end of the current fiscal year.  Fiscal 2021 procurement, Marine Corps contract funds in the amount of $25,275,092 are obligated on this award and will not expire at the end of the current fiscal year. Fiscal 2022 procurement, Marine Corps contract funds in the amount of $7,738,227 are obligated on this award. This contract was awarded under the authority of 10 U.S. Code 2371b using competitive procedures. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-21-C-8051).

MetalCraft Marine Inc.,* Watertown, New York (N00024-22-D-2270), is awarded a $43,856,283 firm-fixed-price, indefinite delivery/indefinite-quantity contract for Force Protection Small & Large (FPS & FPL) boats for the Commander, Naval Installation Command (CNIC). Work associated with the first delivery order will be performed in Watertown, New York, and is expected to be completed by August 2023. The first delivery order is funded by fiscal 2022 other procurement (Navy) in the amount of $4,458,483 which will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured through the beta.sam.gov website, with four offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

HDR Engineering Inc., Honolulu, Hawaii, is awarded a $40,000,000 indefinite-delivery/indefinite-quantity, architect-engineer contract (N62742-22-D-0005) for architect-engineer services for civil projects and other projects under the cognizance of Naval Facilities Engineering Systems Command (NAVFAC) Pacific. Work will be performed at various locations within the NAVFAC Pacific area of operations including, but not limited to Hawaii (70%); Guam (20%); and Australia (10%). The term of the contract is not to exceed 60 months with an expected completion date of March 2027.  Fiscal 2020 military construction design funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by military construction funds. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received.  NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Austal USA, Mobile, Alabama, is awarded a $12,341,187 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-17-C-2301 to exercise an option for littoral combat ship (LCS) industrial post-delivery availability support for USS Santa Barbara (LCS 32). Work will be performed in Mobile, Alabama (90%); and Pittsfield, Massachusetts (10%), and is expected to be completed by December 2022. Fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $2,200,000 (55%); and fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $1,800,000 (45%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

EGI HSU JV LLC,* Rockville, Maryland, is awarded a $9,526,683 firm-fixed-price task order (N4008022F4073) under a multiple award construction contract (N40080-21-D-0027) for renovation of “A” Wing, Building 1500, at Naval Support Facility Dahlgren. The work to be performed provides for the interior renovation and conversion of current spaces to provide admin offices and support spaces. It will also provide upgrades for existing spaces, including lab rooms, toilet rooms, mechanical rooms, electrical rooms, workshop, and loading areas, as well as exterior window replacement, electric panel replacement, and lightning protection. Work will be performed in Dahlgren, Virginia, and is expected to be completed by January 2024. Fiscal 2022 working capital (Navy) contract funds in the amount of $9,526,683 will be obligated on this award and will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Systems Command, Washington, Public Works Department South Potomac, Dahlgren, Virginia, is the contracting activity.

ARMY

Novatio Engineering Inc., Belmont, Massachusetts, was awarded a $30,946,185 firm-fixed-price contract for the production and delivery of a family of lightweight tactical power source units and components. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of March 10, 2027. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-22-D-0003).

Excet Inc.,* Springfield, Virginia, was awarded a $24,868,846 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract to purchase chemical/biological surety and non-surety laboratory services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of March 13, 2025. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-22-D-0039).

U.S. TRANSPORTATION COMMAND

Ernst & Young LLP, New York, New York, was awarded a modification (P00014) on firm-fixed-price and labor hour task order contract HTC711-19-F-D015 in the amount of $11,308,084. This modification provides assistance in accounting and financial operations and sustainment of audit readiness in compliance with generally accepted accounting principles and systems support across U.S. Transportation Command. Work will be performed at Scott Air Force Base, Illinois. The period of performance is from April 1, 2022, to March 31, 2023. Fiscal 2022 transportation working capital funds – operations, were obligated at award. This modification brings the total cumulative face value of the contract from $25,655,270 to $36,963,354. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

AM General LLC, South Bend, Indiana, has been awarded a $9,796,899 firm-fixed-price delivery order (SPRDL1-22-F-0050) against a three-year requirements contract (SPRLD1-20-D-0118) for High Mobility Multipurpose Wheeled Vehicle diesel engines with containers. 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 one-year contract with no option periods. Location of performance is Indiana, with a July 8, 2023, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2022 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

*Small business

Related News

Jillian Hamilton has worked in a variety of Program Management roles for multiple Federal Government contractors. She has helped manage projects in training and IT. She received her Bachelors degree in Business with an emphasis in Marketing from Penn State University and her MBA from the University of Phoenix.