Defense contracts valued at $7 million and above

DEFENSE INFORMATION SYSTEMS AGENCY

Inmarsat Government Inc., Reston, Virginia, was awarded a competitive, single award, indefinite-delivery/indefinite-quantity contract to supply a commercially managed global satellite capability with failover coverage under the Commercial Broadband Satellite Program Satellite Services Contract (CSSCII). The total amount of all orders placed against this contract shall not exceed $979,800,000. The guaranteed minimum amount is $25,000 and will be satisfied through a task order award using fiscal 2022 operations and maintenance funds. Performance will be identified at the task order level and may be worldwide. Proposals were solicited via sam.gov and two proposals were received. The period of performance, which consists of a three-year base period, three two-year option periods, and one one-year option period, is from Sept. 8, 2022, to Sept. 7, 2032. The Defense Information Technology Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-22-D-0008).

NAVY

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $54,009,718 cost-plus-incentive-fee modification to previously awarded contract N00024-18-C-6258 to exercise options for engineering services and other direct costs in support of the Integrated Submarine Imaging System. Work will be performed in Manassas, Virginia (74%); Virginia Beach, Virginia (15%); Northampton, Massachusetts (5%); Fairfax, Virginia (3%); Arlington, Virginia (2%); and Waterford, Connecticut (1%), and is expected to be completed by September 2023. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $3,201,969 (22%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $3,128,918 (22%); fiscal 2022 other procurement (Navy) funds in the amount of $2,151,482 (15%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $1,892,000 (14%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $1,751,472 (12%); fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $1,453,000 (10%); and fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $716,893 (5%) 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.

Jade Creek Construction LLC,* Herndon, Virginia, is awarded a not-to-exceed $49,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for various construction projects, multi-traded maintenance, repair, alteration, renovation, and minor construction to include heating, ventilation, and air conditioning, roof system, siding, window and door, and subfloor system repair or replacement, total interior renovations to include carpet, drywall, electric upgrades, plumbing and drop ceilings, utilities upgrade, repair or replacement, ground work, grading, clearing, and storm water management as required for the Naval Air Warfare Aviation Division. Work will be performed in Patuxent River, Maryland (80%); and St. Inigoes, Maryland (20%), and is expected to be completed in September 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Defense Federal Acquisition Regulation 6.302-5(b)(4). The Naval Air Warfare Aviation Division, Patuxent River, Maryland, is the contracting activity (N0042122D0103).

CH2M Hill Constructors Inc., Greenwood Village, Colorado, is awarded a $29,721,066 firm-fixed-price task order (N3319122F4371) under previously awarded global contingency multiple award construction contract N62470-19-D-8024 for renovations to Joint Intelligence Center, Building 639, at Naval Air Station Sigonella, Italy. The work to be performed provides for reconfiguring and renovating both the ground and first floors to provide a modern, contiguous secure working area for Commander, Task Force 67 operations. Work will be performed at Sigonella, Italy, and is expected to be completed by August 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $29,721,066 will be obligated at time of award, and will expire at the end of the current fiscal year. One proposal was received. The Naval Facilities Engineering Systems Command, Europe Africa Central, Naples, Italy, is the contracting activity.

Raytheon Co., El Segundo, California, is awarded a $23,000,829 ceiling-priced delivery order (N00383-22-F-UX03) under previously awarded basic ordering agreement N00383-19-G-UX01 for the procurement of 46 items that are part of the active electronically scanned array AN/APG-79(V)4 radars installed in USMC F/A-18C/D aircraft. The delivery order does not include an option period. All work will be performed in El Segundo, California, and is expected to be completed by December 2024. Working capital (Navy) funds in the amount of $17,250,622 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Raytheon Co., McKinney, Texas, is awarded a $17,405,134 ceiling-priced delivery order (N00383-22-F-VW06) under previously awarded basic ordering agreement N00383-20-G-VW01 for the purchase of interconnecting box (roll drive units) and aircraft pod (pod electronic housing) in support of the AN/ASQ-228 advanced targeting forward-looking infrared. The delivery order does not include an option period. Work will be performed in Basildon, Essex, England (80%); and McKinney, Texas (20%). Work is expected to be completed by December 2025. Working capital (Navy) funds in the amount of $10,943,430 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Aktarius LLC, doing business as Dawson AKT,* Panama City, Florida, was awarded a $13,125,231 indefinite-delivery/indefinite-quantity contract for air conditioning equipment and direct digital control (DDC) systems maintenance and repairs at various locations in Oahu, Hawaii. The work to be performed provides for maintenance, repair, alteration, demolition and minor construction for building and structures; structural components; tanks; pipelines; building systems; chemical-free cooling towers; closed circuit coolers serving low pressure/high pressure air compressors; cooling towers and chillers; DDC systems; heating, ventilation and air conditioning (HVAC) systems, sub-systems, and sub-systems components; preventive maintenance program; and water analysis and treatment services for HVAC systems and cooling towers. The contract also contains four unexercised options which, if exercised, would increase cumulative contract value to $69,572,573. Work will be performed in Oahu, Hawaii, and is expected to be completed by October 2027.  No funds will be obligated at time of award. Fiscal 2023 operation and maintenance (Navy); fiscal 2023 operation and maintenance (Marine Corps); and fiscal 2023 working capital (Navy) funds in the amount of $8,474,231 for recurring work will be obligated on individual task orders during the base period and will expire at the end of fiscal 2023. This contract was competitively procured as an 8(a) set-aside via the System for Award Management website with two offers received. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-22-D-2402). (Awarded Sept. 6, 2022)

Central Environmental Inc.,* Anchorage, Alaska, is awarded a $10,995,252 firm-fixed-price task order (N6247322F5047) to upgrade the filter gallery effluent system at Naval Air Station Lemoore, California. The work to be performed provides for making improvements that add a filter-to-waste piping system, a dedicated backwash system, and replacing all piping, valves, equipment, and instrumentation within the system. The maximum dollar value is $10,995,252. Work will be performed at Lemoore, California, and is expected to be completed by June 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $10,995,252 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 Procurement Integrated Enterprise Environment website with three offers received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-1207).

Raytheon Co., El Segundo, California, is awarded a $9,050,265 firm-fixed-price delivery order (N00383-22-F-UX05) under previously awarded basic ordering agreement N00383-19-G-UX01 for the procurement of nine active electronically scanned array radar system APG-79 weapon repairable assemblies in support of the F/A-18 aircraft. All work will be performed in Forest, Mississippi. This contract contains no options and work is expected to begin October 2022 and be completed by January 2024. Annual working capital (Navy) funds in the full amount of $9,050,265 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this sole-source requirement under authority 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

ARMY

Anselmi & DeCicco Inc.,* Maplewood, New Jersey, was awarded a $21,313,650 firm-fixed-price contract for the Port Monmouth Hurricane and Storm Damage Reduction Project. Bids were solicited via the internet with 15 received. Work will be performed in Port Monmouth, New Jersey, with an estimated completion date of April 30, 2024. Fiscal 2010 civil construction funds in the amount of $21,313,650 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-22-C-0017).

System Studies & Simulation Inc., Huntsville, Alabama, was awarded a $16,700,817 modification (000453) to contract W31P4Q-09-A-0019 to provide system engineering improvements and technical assistance support. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 15, 2023. Fiscal 2010 and 2022 Foreign Military Sales (Finland); fiscal 2022 research, development, test and evaluation funds; fiscal 2022 operation and maintenance funds; and fiscal 2022 other procurement, Army funds in the amount of $16,700,817 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-09-A-0019).

Manson Construction Co., Seattle, Washington, was awarded a $15,984,000 modification (P00001) to contract W912P8-22-C-0039 for dredging the Mississippi River. Work will be performed in Venice, Louisiana, with an estimated completion date of Oct. 24, 2023. Fiscal 2022 civil operation and maintenance funds in the amount of $15,984,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity.

Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a $14,773,075 contract for dredging the Mississippi River. Bids were solicited via the internet with four received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of May 19, 2023. Fiscal 2022 civil operation and maintenance funds in the amount of $14,773,075 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-22-C-0047).

DEFENSE HEALTH AGENCY

Ernst & Young LLP, New York, New York (HT001121F0085), was awarded a task order modification in the amount of $19,760,602 to the current bridge contract to add two six-month option periods to continue the audit sustainment, audit response, remediation of notices of findings and recommendation, internal control oversight and management, financial reporting compilation and analysis, and continuous risk management and internal control training and program services of the previously awarded firm-fixed-price task order HT001116F0014. Work will be performed at Defense Health Headquarters, Falls Church, Virginia; Defense Health Agency – Contract Resource Management, Aurora, Colorado; U.S. Army Medical Command, San Antonio, Texas; the National Capital Region Market and the Uniformed Services University for the Health Sciences, Bethesda, Maryland. The total amount being added to the contract is $19,760,602, bringing the total value of the contract to $38,693,741. Fiscal 2022 operation and maintenance funds in the amount of $9,869,651 are obligated for Option Period One. The task order was not competitively procured and was prepared under the authority of the multiple award schedule program, 41 U.S. Code 152(3) and 40 U.S. Code 501, and regulatory authority, as implemented by Defense Federal Acquisition Regulation 8.405-6(a)(1)(i)(C). In the interests of economy and efficiency, the new work is a logical follow-on to a Federal Supply Schedule order, placed in accordance with Federal Supply Schedule ordering procedures and fully executed on Sept. 3, 2021, under Task Order HT001121F0085, with a period of performance of Sept., 8, 2021, to Sept. 7, 2022. The period of performance for Option Period One is from Sept. 8, 2022, through March 7, 2023; and March 8, 2023, through Sept. 7, 2023, for Option Period Two. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Vinyl Technology, Monrovia, California, has been awarded a maximum $12,990,030 modification (P00020) exercising the third one-year option period of a one-year base contract (SPE1C1-19-D-1188) with three one-year option periods for advanced technology anti-gravity suits. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 15, 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.

*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! 🇺🇸