Defense contracts valued at $7 million and above

NAVY

Life Cycle Engineering Inc., North Charleston, South Carolina (N00189-22-D-0010); Gryphon Technologies LC, Washington, D.C. (N00189-22-D-0011); and HII-Fleet Support Group LLC, Virginia Beach, Virginia (N00189-22-D-0012), are awarded a $48,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contract that will include terms and conditions for the placement of firm-fixed-price task orders to provide engineering, technical, and maintenance support service providers for the Navy aircraft carriers for the East and West Coasts under the Engineering Maintenance Support services program in support of Commander, Naval Air Forces Atlantic and Pacific. Each contract will run concurrently and will include a 60-month base ordering period with no options. The ordering period will begin June 2022 and is expected to be completed by May 2027. Work will be performed in Norfolk, Virginia (30%); San Diego, California (30%); Bremerton, Washington (20%); various continental U.S. government facilities identified at task order level (10%); and various contractor facilities (10%) locations that cannot be determined at this time. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $7,500 will be obligated (estimated $2,500) on each of the three contracts to fund the contracts’ minimum amount, and funds will expire at the end of the fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was full and open competitive solicitation for the award of multiple contracts pursuant to the authority set forth in Defense Federal Acquisition Regulation 16.504. The requirement was solicited through the beta.sam.gov website, with three offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk Office, Norfolk, Virginia, is the contracting activity.

Valkyrie Enterprises Inc., Virginia Beach, Virginia (N00189-22-D-0013); Gryphon Technologies LC, Washington, D.C. (N00189-22-D-0014); and Q.E.D. Systems Inc., Virginia Beach, Virginia (N00189-22-D-0015), are awarded a $40,611,484 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contract that will include terms and conditions for the placement of firm-fixed-price task orders to provide engineering, technical, and maintenance support service providers under the Ships Engineering and Planning Support services program in support of Commander, Naval Air Forces Atlantic and Pacific. The contracts will run currently and include a 60-month base ordering period with an additional six-month ordering period option pursuant of Defense Federal Acquisition Regulation 52.217-8 — option to extend services, which if exercised, will bring the total value to $45,000,000. The base ordering period will begin May 2022, and is expected to be completed by April 2027; if the option is exercised, the ordering period will be completed by October 2027. Work will be performed in Norfolk, Virginia (30%); San Diego, California (30%); Bremerton, Washington (20%); various continental U.S. government facilities identified at task order level (10%); and various contractor facilities (10%) locations that cannot be determined at this time. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $7,500 will be obligated (estimated $2,500 on each of the three contracts) to fund the contracts’ minimum amount, and funds will expire at the end of the fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was full and open competitive solicitation for the award of multiple contracts pursuant to the authority set forth in Defense Federal Acquisition Regulation 16.504. The requirement was solicited through the beta.sam.gov website, with three offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk Office, Norfolk, Virginia, is the contracting activity.

Crowley Government Services Inc., Jacksonville, Florida (N6238715C3135), is awarded an $11,622,068 modification (P00299) for the fixed price portion of a previously awarded contract to fund the operation and maintenance of six government-owned maritime prepositioning force vessels. The ships included in this contract are the USNS 2nd LT John P. Bobo (T-AK 3008); USNS PFC Dewayne T. Williams (T-AK 3009); USNS 1st LT Baldomero Lopez (T-AK 3010); USNS 1st LT Jack Lummus (T-AK 3011); USNS SGT William R. Button (T-AK 3012); and USNS GYSGT Fred W. Stockham (T-AK 3017). This modification awards a bridge that includes a six-month base period from April 1, 2022, through Sept. 30, 2022, with a three-month option period from Oct. 1, 2022, through Dec. 31, 2022, for a total of nine months. The ships will continue to support Military Sealift Command’s worldwide prepositioning requirements. Work will be performed at sea worldwide beginning April 1, 2022, and is expected to be completed by Dec. 31, 2022. Working capital funds (Navy) in the amount of $11,622,068 are obligated for fiscal 2022, covering the first two months of the six-month base period’s daily operating hire and will not expire at the end of the fiscal year. If all options of the contract are exercised, the total contract value will be $48,919,813. This bridge was not competitively procured and was prepared in accordance with Defense Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N6238715C3135).

Archer Western Federal JV, Chicago, Illinois, is awarded an $11,457,366 firm-fixed-price modification to previously awarded contract N40085-20-C-0060. This modification provides for the construction of Hurricane Florence Recovery Package 7, and removal of soils contaminated with per- and polyfluoroalkyl substances at Marine Corps Air Station New River. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by February 2025. After award of this modification, the cumulative contract value will be $340,533,763. Fiscal 2020 military construction (Marine Corps) contract funds in the amount of $11,457,366 are being obligated at the time of the award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity.

ARMY

HITT Contracting Inc., Falls Church, Virginia, was awarded a $25,163,554 firm-fixed-price contract to construct a general maintenance hangar. Bids were solicited via the internet with one received. Work will be performed at Patrick Air Force Base, Florida, with an estimated completion date of March 6, 2024. Fiscal 2016 and 2019 military construction, Air Force Reserve funds, and fiscal 2022 Surety Funding from Termination for Default funds in the amount of $25,263,554 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-22-C-0014).

Rosenblatt & Associates, Alameda, California, was awarded a $15,000,000 firm-fixed-price contract for architectural and engineering services. 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 March 22, 2027. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-22-D-0014).

*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! 🇺🇸