Defense contracts valued at $7 million and above

AIR FORCE

Cape Fox Federal Integrators LLC, Manassas, Virginia (FA4890-22-D-0001); Nisga’a Tek LLC, Chantilly, Virginia (FA4890-22-D-0002); Koa Lani JV LLC, Orlando, Florida (FA4890-22-D-0003); Tenax Technologies LLC, Belcamp, Maryland (FA4890-22-D-0004); Vector Innovative Solutions LLC, Glendale, Arizona (FA4890-22-D-0005); and All Native Synergies Co., Winnebago, Nebraska (FA4890-22-D-0006), have been awarded a combined not-to-exceed $784,355,002, multiple award, indefinite-delivery/indefinite-quantity contract for the Squadron Operations Center-Enterprise (SOC-E) Program. This contract provides for combat mission support for the sustainment of SOC mission systems, the operations and maintenance of equipment and design/development of systems in support of combat lines. Work will be performed at the contractors’ facilities and is expected to be completed by May 19, 2030. This award is the result of a Small Business and 8(a) Set Aside competitive acquisition and 17 offers were received. Fiscal 2022 operation and maintenance funds in the amount of $30,000 are being obligated via six task orders at the time of award. Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

Kihomac, Inc., Reston, Virginia, has been awarded an $18,000,000 indefinite-delivery/indefinite-quantity contract for A-10 universal rudders. This contract provides for the acquisition of a maximum of 330 rudders. Work will be performed in Layton, Utah, and is expected to be completed by May 18, 2027. This award is the result of a competitive acquisition and seven offers were received. Consolidated Sustainment Activity Group working capital funds in the amount of $3,661,700 are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8212-22-D-0004).

International Business Machines Corp., San Jose, California, has been awarded a $14,999,993 cost-type modification (P00010) to previously awarded contract FA8750-19-C-1518 for NorthPole (NP) software/hardware. The contract modification provides for the study, design, develop, implement, test, integrate, document, deliver and demonstrate the software and hardware for the prototype NP processor mounted on an appropriate board for test and demonstration. Work will be performed in San Jose, California, and is expected to be completed by Feb. 16, 2023. Fiscal 2021 research, development, test and evaluation funds are being obligated at the time of award. The total cumulative face value of the contract is $74,999,951. Air Force Research Laboratory, Rome, New York, is the contracting activity.

NAVY

SLSCO Ltd., Galveston, Texas, is awarded a $33,014,400 firm-fixed-price contract for early site work for a new weapons generation facility at Barksdale Air Force Base, Louisiana. The work to be performed provides for clearing, grading and drainage, environmental remediation, building demolition, demolition/relocation of existing utilities, securing fencing, and roadway construction. Base-bid plus Options 1-3 will be exercised at award. The contract also contains three unexercised options, which if exercised, would increase contract value to $33,417,100. Work will be performed in Bossier Parish, Louisiana, and is expected to be completed by September 2023. Fiscal 2022 military construction (Air Force) funds in the amount of $33,014,400 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 offers received. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-22-C-0016).

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a not-to-exceed $23,785,233 undefinitized firm-fixed-price order (N0001922F2233) against a previously issued basic ordering agreement (N0001919G0029). This order provides non-recurring engineering in support of the development of an exportable variant to the Marine Corps baseline CH-53K aircraft for the government of Israel. Work will be performed in Stratford, Connecticut (85%); various locations within the continental U.S. (14.4%); and various locations outside the continental U.S. (0.6%), and is expected to be completed in October 2023. Foreign Military Sales funds in the amount of $11,431,029 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.

AECOM Technical Services Inc., Germantown, Maryland, is awarded a $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for geotechnical, environmental, and surveying services at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic area of operations (AO). The work to be performed provides for geotechnical and environmental field exploration services, geotechnical soils laboratory services, environmental laboratory services, geotechnical engineering services, geotechnical and geologic literature search, preparation and presentation of geotechnical reports, geotechnical instrumentation services, construction monitoring/inspection and field testing, design and engineering deliverables, forensic investigations of existing pavements, surveying services, and hazardous material survey, sampling, and reporting. An initial task order is being awarded for $245,658. Work will be performed at various Navy and Marine Corps facilities, and other government facilities within NAVFAC Mid-Atlantic AO. The term of the contract is not-to-exceed 60 months with an expected completion date of May 2027. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $245,658 are obligated on this award, and will expire at the end of the current fiscal year. Future task orders will be primarily funded by fiscal 2022 military construction (Navy) and operation and maintenance (Navy) funds. This contract was competitively procured via the beta.sam.gov website with two proposals received. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0043).

Reasor-Asturian JV LLC,* Pensacola, Florida, is awarded a $13,863,875 firm-fixed-price task order (N4008522F5173) under a multiple award construction contract for replacing vertical landing pads at Marine Corp Air Station Cherry Point, North Carolina. The work to be performed provides for the repairs to vertical landing pads K-2 and V23 to include replacing airfield lighting, associated electrical upgrades, and pavement markings. Work will be performed in Havelock, North Carolina, and is expected to be completed by September 2023. The maximum dollar value, including all contract line items, is $13,863,875. Fiscal 2022 operation and maintenance (Marine Corps) funds in the amount of $13,863,875 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.sam.gov website with eight offers received. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-21-D-0105).

ARMY

CDW Government LLC, Vernon Hills, Illinois, was awarded a $13,136,664 firm-fixed-price contract for Classroom-as-a-Service management and computer stacks. Work locations and funding will be determined with each order, with an estimated completion date of July 19, 2022.  U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W91249-22-F-0054).

ALQIMI National Security Inc.,* Rockville, Maryland, was awarded an $8,268,481 firm-fixed-price contract for the development and formulation of machine learning models for a chemical biological radiological and nuclear integrated early warning service. Bids were solicited via the internet with one received. Work will be performed in Rockville, Maryland, with an estimated completion date of May 18, 2027. 2022 research, development, test, and evaluation, Army funds in the amount of $8,268,481 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-22-C-0028).

HSG Park JV LLC,* Harvey, North Dakota, was awarded a $7,653,300 firm-fixed-price contract for the replacement of an existing dam. Bids were solicited via the internet with three received. Work will be performed in Drayton, North Dakota, with an estimated completion date of March 9, 2022. Fiscal 2022 construction, Corps of Engineers, Civil funds in the amount of $7,653,300 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity (W912E-22-C-007).

DEFENSE LOGISTICS AGENCY

Creighton AB Inc., Reidsville, North Carolina, has been awarded a maximum $12,656,835 modification (P00008) exercising the second one-year option period of a one-year base contract (SPE1C1-20-D-1274) with four one-year option periods for men’s and women’s blue coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is May 20, 2023. Using military service is 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.

Exelan Pharmaceuticals Inc., Boca Raton, Florida, has been awarded a maximum $8,748,919 modification (P00005) exercising the third one-year option period of a one-year base contract (SPE2D2-19-D-0070) with four one-year option periods for finasteride tablets. This is a fixed-price, requirements contract. Location of performance is New York, with a May 28, 2023, performance completion date. Using customers are Defense Department, Department of Veterans Affairs, Indian Health Service and Federal Bureau of Prisons. Type of appropriation is fiscal 2022 through 2023 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Creighton AB Inc., Reidsville, North Carolina, has been awarded a maximum $8,674,173 modification (P00014) exercising the third one-year option period of a one-year base contract (SPE1C1-20-D-1211) with four one-year option periods for dress trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is New York, with a May 22, 2023, ordering period end date. Using military service is 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.

*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! 🇺🇸