Defense contracts valued at $7 million and above

ARMY

Berger Cummins JV, Washington, D.C. (W912BU-22-D-0009); IAP Worldwide Services Inc., Cape Canaveral, Florida (W912BU-22-D-0010); Inglett & Stubbs International LLC, Atlanta, Georgia (W912BU-22-D-0011); and Texas Power & Associates LLC, Palm Harbor,* Florida (W912BU-22-D-0012), will compete for each order of the $249,000,000 firm-fixed-price contract to provide power construction and services support. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of June 5, 2027. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity.

Deloitte Consulting LLP, Arlington, Virginia, was awarded a $83,594,365 firm-fixed-price contract to assess energy vulnerabilities and assist in determining the best approach to addressing security threats by performing energy security assessments. Bids were solicited via the internet with three received. Work will be performed in Arlington, Virginia, with an estimated completion date of June 5, 2027. Fiscal 2020 operation and maintenance, Army funds in the amount of $2,071,360 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity (W912DY-22-F-0001).

Skanska USA Civil West California District Inc., Riverside, California, was awarded a $35,994,100 firm-fixed-price contract for levee rehabilitation. Bids were solicited via the internet with seven received. Work will be performed in Riverside, California, with an estimated completion date of June 30, 2026. Fiscal 2022 civil construction funds in the amount of $35,994,100 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-22-C-0016).

Mike Hooks LLC, Westlake, Louisiana, was awarded a $15,066,000 firm-fixed-price contract to furnish a fully crewed and equipped hydraulic pipeline cutterhead dredge. Bids were solicited via the internet with two received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Nov. 8, 2022. Fiscal 2019 and 2022 civil operation and maintenance funds in the amount of $15,066,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-22-C-0031).

NAVY

RQ Construction LLC, Carlsbad, California, is awarded a $28,330,000 firm-fixed-price task order (N4008522F5349) under a multiple award construction contract for repair of a runway at Marine Corps Base Camp Lejeune, North Carolina. The work to be performed provides for the repair of an asphalt runway, concrete overruns, taxiways and apron, and incidental-related work at the Camp Davis training area. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by July 2023. Fiscal 2022 operation and maintenance (Marine Corps) funds in the amount of $28,330,000 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0034).

Lister Chain and Forge Inc., Blaine, Washington, is awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for technical and logistical support services to the Navy and other Department of Defense agencies for mooring and berthing of fleet vessels. The work to be performed provides for the fabrication of fleet mooring chain and accessories and the sustainment and maintenance of existing mooring systems. The maximum dollar value throughout the 60-month ordering period is $25,000,000. Work will be performed in Washington state and is expected to be completed by June 2027. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $208,390 are obligated on this award and will expire at the end of the current fiscal year. Funds will be obligated on individual task orders as they are issued. This contract was not competitively procured in accordance with Defense Federal Acquisition Regulation 6.302-1(a)(2)(iii) — circumstances permitting other than full and open competition when only one responsible source and no supplies or services will satisfy agency requirements. The Naval Facilities Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-22-D-2401).

DEFENSE LOGISTICS AGENCY

Raytheon Co., McKinney, Texas, has been awarded a maximum $52,018,560 firm-fixed-price, requirements delivery order (SPRRA2-22-F-0046) against a nine-year basic ordering agreement (SPRBL1-15-D-0017) for the improved Bradley acquisition system Commander’s Viewer Unit. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1 (a)(2). This is a one-year contract with no option periods. The performance completion date is March 31, 2026. Using military service is Army. Type of appropriation is fiscal 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.

UPDATE: Alliant Enterprises LLC,** Grand Rapids, Michigan (SPE2DE-22-D-0028, $45,000,000), has been added as an awardee to the multiple award contract for dental consumable items for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-20-R-0007 and awarded June 10, 2021. (Awarded June 2, 2022)

*Small business
**Small-disadvantaged veteran-owned 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! 🇺🇸