Defense contracts valued at $7 million and above

NAVY

The Johns Hopkins University Applied Physics Laboratory, Laurel, Maryland, is awarded a $4,396,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for research, development, engineering, and test and evaluation for programs throughout the Department of Defense within its core competency areas including strategic systems test and evaluation; submarine security and survivability; space science and engineering; combat systems and guided missiles; air and missile defense and power projection; information technology, simulation, modeling, and operations analysis; and mission related research, development, test and evaluation. This contract includes options which, if exercised, would bring the cumulative value of this contract to $10,600,000,000. Work will be performed in Laurel, Maryland, and is expected to be completed by August 2027. If all options are exercised, work will continue through August 2032. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $6,803,376 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(3)(B), as implemented in Defense Federal Acquisition Regulation 6.302-3 — industrial mobilization; engineering, developmental, or research capability; or expert services. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-D-6404).

RMA Architects Inc.,* Honolulu, Hawaii, is awarded a $50,000,000 indefinite-delivery/indefinite-quantity, architect-engineer contract for architect-engineer services for architectural projects at various locations under the cognizance of Naval Facilities Engineering Systems Command (NAVFAC) Pacific. The work to be performed provides for, but are not limited to, the execution and delivery of military construction project documentation, functional analysis concept development workshops/design charrettes; final design construction documents; technical surveys and reports including site engineering investigation, topographic survey, geotechnical investigation, hazardous material survey, munitions of explosive concern survey, cost and schedule risk analysis; construction cost estimates; comprehensive interior design,  including structural interior design and furniture, fixtures, and equipment; collateral equipment buy packages; and post construction award services (PCAS). PCAS consists of technical consultation during construction, including, but not limited to, review of construction submittals, response to requests for information, site visits, and other miscellaneous services. Work will be performed at various locations within the NAVFAC Pacific area of operations to include, but not limited to Guam/Marianas (70%), Hawaii (20%), and Australia (10%). The term of the contract is not to exceed 60 months with an expected completion date of August 2027. Fiscal 2020 military construction design funds in the amount of $10,000 (minimum contract guarantee) are obligated on this award, and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (planning and design) funds. This contract was competitively procured via the System for Award Management website with three proposals received. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-22-D-0001).

Applied Research Associates Inc., Littleton, Colorado, is awarded a $48,000,000 cost-plus-fixed-fee contract for research and development resulting in delivery of data, hardware, software, equipment and documentation across the scope of the non-lethal weapons technology areas. This contract provides all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and services necessary to perform research and technology development support services work and will be performed at the contractor’s facility, with an expected completion date of August 22, 2027. The maximum dollar value, for the duration of the five ordering periods, is $48,000,000. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $399,597 are being obligated at time of award. Contract funds $399,597 will not expire at the end of the current fiscal year. This contract was a competitively procured via the System Award Management online website, with three proposals received. The Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-22-D-7209).

D7 LLC, doing business as Dawson D7,* Colorado Springs, Colorado, is awarded a $24,000,000 indefinite-delivery/indefinite-quantity contract for construction support services at Marine Corps Base Hawaii, and other locations in Oahu, Hawaii. The work to be performed provides for contract work to include, new work, additions, alteration, maintenance and repair. The maximum dollar value, including the base period and four option years, is $24,000,000. Work will be performed primarily within the Naval Facilities Systems Engineering Command (NAVFAC) Hawaii area of operations, and is expected to be completed by August 2027. Fiscal 2022 operation and maintenance (Marine Corps) funds in the amount of $102,229 will be obligated for the seed project at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured via the System for Award Management, with one offer received. This contract is a sole source 8(a) contract under 10 U.S. Code 2304(c). NAVFAC Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-22-D-4017).

U.S. TRANSPORTATION COMMAND

The Federal Express Team, Memphis, Tennessee, has been awarded a modification (P00009) on indefinite-delivery/indefinite-quantity, fixed price with economic price adjustments contract HTC7111-8-D-CC37 in the estimated amount of $1,630,630,000.  Team members include American Airlines Inc., Fort Worth, Texas; Amerijet International Inc., Miami, Florida; Atlas Air Inc., Purchase, New York; Delta Airlines Inc., Atlanta, Georgia; Federal Express Corp., Memphis, Tennessee; Polar Air Cargo Worldwide Inc., Purchase, New York; Eastern Airlines LLC, Wayne, Pennsylvania; and Hawaiian Airlines Inc., Honolulu, Hawaii.  The modification provides continued international long-range and short-range charter airlift services for the Department of Defense.  The option period of performance is from Oct. 1, 2022, to Sept. 30, 2024.  Work will be performed globally. Fiscal 2023 transportation working capital funds were obligated at award.  This modification brings the total cumulative face value of the contract to $4,891,890,000 from $3,261,260,000.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

The Patriot Team, Tulsa, Oklahoma, has been awarded a modification (P00009) on indefinite-delivery/indefinite-quantity, fixed-price with economic price adjustments contract HTC711-18-D-CC39 in the estimated amount of $1,447,524,000.  Team members include ABX Air Inc., Wilmington, Ohio; Air Transport International Inc., Wilmington, Ohio; JetBlue Airways Corp., Long Island City, New York; Kalitta Air LLC, Ypsilanti, Michigan; Northern Air Cargo LLC, Anchorage, Alaska; Omni Air International LLC, Tulsa, Okla.; Sky Lease I Inc., Miami, Florida; United Airlines Inc., Chicago, Illinois; United Parcel Service Co., Louisville, Kentucky; and Western Global Airlines LLC, Estero, Florida.  The modification provides continued international long-range and short-range charter airlift services for the Department of Defense.  The option period of performance is from Oct. 1, 2022, to Sept. 30, 2024.  Work will be performed globally. Fiscal 2023 transportation working capital funds were obligated at award.  This modification brings the total cumulative face value of the contract to $4,342,572,000 from $2,895,048,000.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

National Air Cargo Group Inc., Orlando, Florida, has been awarded a modification (P00009) on indefinite-delivery/indefinite-quantity, fixed-price with economic price adjustments contract HTC711-18-D-CC40 in the estimated amount of $110,406,000.  The modification provides continued international long-range and short-range charter airlift services for the Department of Defense.  The option period of performance is from Oct. 1, 2022, to Sept. 30, 2024.  Fiscal 2023 transportation working capital funds were obligated at award.  Work will be performed globally. This modification brings the total cumulative face value of the contract to $331,218,000 from $220,812,000.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Sun Country Airlines, Minneapolis, Minnesota, has been awarded a modification (P00009) on indefinite-delivery/indefinite-quantity, fixed-price with economic price adjustments contract HTC711-20-D-CC08 with an estimated amount of $59,112,000.  The modification provides continued international long-range and short-range charter airlift services for the Department of Defense.  The option period of performance is from Oct. 1, 2022, to Sept. 30, 2024.  Work will be performed globally.  Fiscal 2023 transportation working capital funds were obligated at award.  Work will be performed globally. This modification brings the total cumulative face value of the contract to $118,224,000 from $59,112,000. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

ARMY

BAE Systems Land & Armaments L.P., Sterling Heights, Michigan, was awarded a $278,182,786 firm-fixed-price contract for production units, spare parts and contractor logistics support for the Cold Weather All-Terrain Vehicle. 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 Aug. 19, 2029. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-D-0082).

Marinex Construction Inc., Charleston, South Carolina, was awarded a $12,120,000 firm-fixed-price contract for maintenance dredging of Wilmington Harbor. Bids were solicited via the internet with three received. Work will be performed in Wilmington, North Carolina, with an estimated completion date of Aug. 30, 2023. Fiscal 2022 civil operation and maintenance funds in the amount of $12,120,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-22-C-0012).

Duvall Decker Architects PA,* Jackson, Mississippi, was awarded a $10,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 21, 2027. U.S. Property and Fiscal Office, Mississippi, is the contracting activity (W9127Q-22-D-0001).

AIR FORCE

Azimuth Corp., Beavercreek, Ohio (FA8650-22-D-5803); and UES Inc., Dayton, Ohio (FA8650-22-D-5814), have been awarded a shared ceiling $40,000,000 contract for Technical Operations VI. The primary objective of this contract is to provide for basic and applied research, as well as advanced development efforts for the Air Force Research Laboratory in the core technology areas of functional materials and applications; structural materials and applications, manufacturing and industrial technologies; systems support; and new and emerging technology in materials and manufacturing. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Aug. 26, 2030. This award is the result of a competitive acquisition. Fiscal 2022 Air Force research, development, test and evaluation funds will be obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity.

Millennium Engineering and Integration LLC, Arlington, Virginia, has been awarded not-to-exceed contract of $36,345,762. The purpose of this contract action is to execute an approved Exception to Fair Opportunity that authorizes award of a modification to General Services Administration (GSA) contract GS00Q14OADS609, Task Order FA8811-18-F-4001, providing certification support for launch vehicles used for National Security Space Launch. Work will be performed at Los Angeles Air Force Base, California; Vandenberg AFB, California; and Cape Canaveral Space Force Station, Florida, and is expected to be completed by Feb. 21, 2024. Fiscal 2023 Space Force procurement funds in the full amount are being obligated at the time of award. Space Systems Command, Los Angeles AFB, California, is the contracting activity.

DEFENSE LOGISTICS AGENCY

American Water Military Services LLC, Camden, New Jersey, has been awarded a not-to-exceed $17,945,479 modification (P00001) to a 50-year base contract (SP0600-22-C-8343) with no option periods for the survey, design, demolition and repair of the wastewater utility system at Naval Station Mayport, Florida. This is a fixed-price with economic-price-adjustment contract. Location of performance is Florida, with a Feb. 28, 2073, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2022 Navy facility sustainment, restoration, and modernization funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Aurora Industries LLC,** Orocovis, Puerto Rico, has been awarded a maximum $16,205,850 modification (P00014) exercising the second one-year option period of a one-year base contract (SPE1C1-20-D-1283) with four one-year option periods for various types of coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Aug. 23, 2023. 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.

*Small business
**Small-disadvantaged 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! 🇺🇸