Defense contracts valued at $7 million and above

DEFENSE LOGISTICS AGENCY

Noble Supply and Logistics,* Boston, Massachusetts (SPE8E3-19-D0011/P00007); SupplyCore Inc.,* Rockford, Illinois (SPE8E3-19-D0012/P00007); and Vizocom ICT LLC,* El Cajon, California (SPE8E3-19-D0013/P00007), have each been awarded a maximum $500,000,000 modification exercising the first one-year option period of a three-year base contract with two one-year option periods under solicitation SPE8E3-18-R-0010 for facilities maintenance, repair and operations support in the Central Command Area of Responsibility. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Bahrain, Egypt, Iran, Iraq, Jordan, Kuwait, Lebanon, Oman, Qatar, Saudi Arabia, Syria, the United Arab Emirates, Yemen, Afghanistan, Kazakhstan, Kyrgyzstan, Pakistan, Tajikistan, Turkmenistan, and Uzbekistan, with an Oct. 1, 2023, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

American Water Military Services LLC, Camden, New Jersey, has been awarded a $269,130,600 modification (P00022) to a 50-year contract (SP0600-20-C-8330) with no option periods for the ownership, operation and maintenance of additional water and wastewater utility systems at Joint Base Lewis-McChord, Washington. This is a fixed-price with economic-price-adjustment contract. Location of performance is Washington, with a Sept. 30, 2071, performance completion date. Using military service is Army. Type of appropriation is fiscal 2022 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

ZOLL Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $19,380,500 modification (P00004) exercising the third one-year option period of a one-year base contract (SPE2D1-19-D-0035) with four one-year option periods for dual-aeromedical certified defibrillators and accessories. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 19, 2023. Using customers are Army, Navy, Air Force, Marine Corps and Department of Health Affairs. Type of appropriation is fiscal 2022 through 2023 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Creighton AB Inc., Reidsville, North Carolina, has been awarded a maximum $9,655,057 modification (P00018) exercising the fourth one-year option period of a one-year base contract (SPE1C1-18-D-1093) with four one-year option periods for men’s short sleeve, khaki, athletic and classic shirts. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is New York, with a Sept. 27, 2023, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2022 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

UPDATE: DiSorb Systems Inc.,* Philadelphia, Pennsylvania (SPE2DH-22-D-0018, $45,000,000), has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R0002 and awarded Feb. 10, 2022.

NAVY

FLIR Systems Inc., North Billerica, Massachusetts, is awarded a $48,728,953 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Maritime Forward Looking Infrared (MARFLIR) II and SeaFLIR 280HD Electro-Optic Sensor System configurations. Work will be performed in North Billerica, Massachusetts, and is expected to be completed by March 2027. Working capital (Department of Defense) funds will be obligated at time of award in amount of $2,906,968 and will not expire at the end of the current fiscal year. This contract action was not competitively procured pursuant to 10 U.S. Code 2304(c) (1) — only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016422DJQ06).

BAE Systems Inc., San Diego, California, is awarded a $30,292,592 firm-fixed-price delivery order under existing indefinite-definite/indefinite-quantity contract (N00024-17-D-2321) for execution efforts in support of DDG 1001 post shakedown availability, under contract line item number 0003 — industrial efforts and material for 68 work items. Work will be performed in San Diego, California, and is expected to be completed by May 2023. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $30,209,592 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Bath, Detachment San Diego, San Diego, California, is the contracting activity.

Chae & Nam Universe Inc., National City, California (N55236-22-D-0008); Delphinus Engineering, Eddystone, Pennsylvania (N55236-22-D-0009); Epsilon Systems Solutions Inc., San Diego, California (N55236-22-D-0010); and Q.E.D Systems Inc., Virginia Beach, Virginia (N55236-22-D-0011), are awarded a $20,324,743 firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contract with a five-year ordering period to provide support to submarines homeported or docked in San Diego, California. The contract will provide non-nuclear and non-Submarine Safety Program submarine support for planned maintenance availabilities and unplanned emergent work. These four companies will have an opportunity to compete for individual delivery orders. The contract ordering period begins Sept. 29, 2022, and ends on Sept. 28, 2027. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $40,000 ($10,000 for minimum guarantee per contract) will be obligated under each contract’s initial delivery order and expires at the end of the current fiscal year. These contracts were competitively procured via the System for Award Management website, with five offers were received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-22-D-(0008-0011).

Kinetic Protection LLC,* Stillwater, Minnesota, is awarded a $16,273,005 firm-fixed-price contract for advanced ballistic shields. This contract will procure lateral and center panel assemblies to provide advanced ballistic shielding for crew manned weapon stations on nuclear aircraft carriers. This contract includes options which, if exercised, would bring the cumulative value of this contract to $22,977,537. Work will be performed in Bloomington, Minnesota, and is expected to be completed by September 2024. Fiscal 2021 weapons procurement (Navy) funds in the amount of $16,273,005 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)(5) — authorized by statue. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-5350).

Raytheon Technologies Corp., doing business as Pratt & Whitney Military Engines, East Hartford, Connecticut, is awarded a $14,688,835 modification (P00040) to a previously awarded cost-plus-fixed-fee contract (N0001918C1021). This modification adds scope to provide tooling equipment to assist the production of Lot 14 F-135 Propulsion Systems for the Air Force, Navy, Marine Corps and non-U.S. Department of Defense (DOD) participants. Work will be performed in LaPorte, Indiana (18%); Syracuse, New York (17%); Oxford, Alabama (11%); El Cajon, California (7%); Granby Connecticut (6%); Cleveland, Ohio (5%); Manchester, Connecticut (4%); Millersburg, Oregon (4%); Whitehall, Michigan (4%); Knittlingen, Germany (3%); Ronkonkoma, New York (2%); Grand Rapids, Michigan (2%); Winslow, Maine (2%); Newington, Connecticut (1%); Portland, Oregon (1%); Midway, Georgia (1%); Avilla, Iowa (1%); Dover, New Jersey (1%); various locations within the continental U.S. (CONUS) (8%); and various locations outside the CONUS (2%), and is expected to be completed in October 2023. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $6,036,818; fiscal 2020 aircraft procurement (Air Force) funds in the amount of $6,036,817; and non-U.S. DOD participant funds in the amount of $2,615,200 will be obligated at the time of award, $12,073,635 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bristol Design Build Services LLC,* Anchorage, Alaska, is awarded a $12,926,273 firm-fixed-price task order (N4425522F4392) under a multiple award construction contract (N44255-17-D-4033) to install fire protection and egress design at Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Washington. Work to be performed provides for fire protection upgrade and repair, and building egress compliance for Building 107. Work will be performed in Bremerton, Washington, and is expected to be completed October 2024. Fiscal 2022 operation and maintenance (Navy) funds in the $12,926,273 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured with two proposals received. The Naval Facilities Engineering Systems Command, Northwest, Silverdale, Washington, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $10,129,673 modification (P00010) to a firm-price-incentive-fee order (N0001919F2410) against a previously issued basic ordering agreement (N0001916G0001). This modification adds scope to procure special tooling and special test equipment to include one Infrared Receiver (IR) Sensor Char, one IR Receiver Advanced Test Platform (ATP), one IR Receiver Ambient, one Processor Ambient/ATP, and one IR Receiver Full Mechanical in support of the F/A-18 Infrared Search and Track Program. Work will be performed in Orlando, Florida (82%); and St. Louis, Missouri (18%), and is expected to be completed in December 2024. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $10,129,673 will be obligated at 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.

Hydronalix Inc.,* Green Valley, Arizona, is awarded a $9,114,086 cost-plus-fixed-fee order (N6833522F0152) against a previously issued basic ordering agreement (N6833522G0002). This order provides advanced concept unmanned vehicle hardware integration with sensor payloads, control software and communication systems to expand the capabilities of a series of micro-unmanned surface and aerial vessels to meet or exceed current Marine Corps Littoral Explosive Ordinance Neutralization Program Office requirements in support of Small Business Innovation Research (SBIR) Phase III requirement under the following multiple SBIR topics: N102-182 titled “Compact, lightweight Autonomous Underwater Vehicle (AUV) with robust navigation and range for riverine reconnaissance”; N171-010 titled “Additive Manufacturing Technology for Sonobuoy Applications”; N201-X01 titled “ADAPT – Advanced, Agile Manufacturing of Limited-Production Swarming Unmanned Systems (UxS) to Support Humanitarian Assistance and Disaster Relief (HADR) Operations”; N20A-T006 titled “High Efficiency Propeller for Small Unmanned X Systems (UxS)”; DARPA HR001119S0035-09 titled “Expeditionary Maritime Mine Countermeasures”; NOAA 9.4.01 titled “Unmanned Aircraft System: Rapid Response for Natural Disasters”; and DOE18b titled “SEARCHER – Sea Remote Controlled Hydrographic Explorer and Recorder”. Work will be performed in Green Valley, Arizona, and is expected to be completed in September 2026. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $120,000; and fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $1,500,000 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded an $8,671,299 firm-fixed-price modification to previously awarded contract N00024-18-C-5395 to exercise options for production of the AN/SPQ-9B radar systems and associated equipment. Work will be performed in Largo, Florida, and is expected to be completed by May 2025. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $4,335,818 (50%); and fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $4,335,481 (50%) 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.

Nova Photonics Inc., Princeton, New Jersey, is awarded an $8,657,330 cost-plus fixed fee, firm-fixed-price contract with options. This effort is for the continued development of the optical filter technology under Naval Information Warfare Systems Command Small Business Innovation Research (SBIR) Topic N06-095. The primary products of this SBIR Phase III contract is to update and deliver four active filters with options for government integration and demonstration support; production of 12 active filters; development of additional wavelengths; and production of 12 wavelengths for active filters. Work will be performed in Princeton, New Jersey, with an expected completion date of December 2029. This contract includes four options which, if exercised, would bring the cumulative value of this contract to an estimated $8,657,330. If all options are exercised, work could continue until December 2029. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $757,000 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract is awarded as a sole source under the under the authority of 10 U.S. Code 2304(c)(5) — authorized or required by statute. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-22-C-0014).

AECOM Technical Services Inc., Los Angeles, California, is awarded an $8,512,943 cost-plus-award-fee modification to a previously awarded task order (N6274222F0212) for comprehensive long-term environmental action at various sites within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of operations. This modification provides for environmental technical services to address petroleum contamination near the Red Hill Pumping Station at Joint Base Pearl Harbor-Hickam, Hawaii. This award brings the total cumulative face value of the contract to $8,532,674. Work will be performed in Oahu, Hawaii, and is expected to be completed by December 2025. Fiscal 2022 commander, Navy Installation Command funds in the amount of $8,512,943 will be obligated at time of award, and will not expire at the end of the current fiscal year. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Oahu, Hawaii, is the contracting activity (N62742-17-D-1800).

Raytheon Co., Tucson, Arizona, is awarded an $8,370,720 cost-plus-fixed-fee modification to previously awarded contract N0002418C5407 to exercise options and incrementally fund existing contract line items for Standard Missile depot and intermediate level repair and maintenance. Work will be performed in Tucson, Arizona, and is expected to be completed by January 2025. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $7,140,550 (84%); Foreign Military Sales (FMS) Spain funds in the amount of $811,000 (10%); FMS Japan funds in the amount of $188,408 (2%); FMS Korea funds in the amount of $133,662 (2%); FMS Germany funds in the amount of $56,100 (1%); and FMS Taiwan funds in the amount of $41,000 (1%) will be obligated at time of award, of which, funding in the amount of $7,140,550 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

ARMY

Resource Management Associates Inc.,* Davis, California, was awarded a $36,772,273 firm-fixed-price contract for support for two U.S. Army Corps of Engineers Automated Information Systems, the Water Management Enterprise System and the Corps Water Management System. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 19, 2027. U.S. Army Corps of Engineers, Humphreys Engineer Center Support Activity, Fort Belvoir, Virginia, is the contracting activity (W912HQ-22-D-0012).

Sikorsky, Stratford, Connecticut, was awarded a $32,833,949 modification (P00004) to contract W58RGZ-22-C-0010 to exercise an option for two UH-60M aircraft for Foreign Military Sales. Work will be performed in Stratford, Connecticut, with an estimated completion date of June 30, 2027. Fiscal 2010 Foreign Military Sales (Jordan) funds in the amount of $32,833,949 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Ahtna SWCP JV, Irving, California, was awarded a $24,919,590 firm-fixed-price contract for construction services of a retardant pit and taxiway renovations. Bids were solicited via the internet with one received. Work will be performed in Redding, California, with an estimated completion date of May 12, 2023. Fiscal 2019 military construction, Army, funds in the amount of $24,919,590 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-22-C-0028).

Manson Construction Co., Seattle, Washington, was awarded a $17,215,800 firm-fixed-price contract for maintenance dredging portions of the Jacksonville Harbor channel. Bids were solicited via the internet with six received. Work will be performed in Jacksonville, Florida, with an estimated completion date of May 8, 2023. Fiscal 2022 civil construction funds in the amount of $17,215,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-22-C-0015).

Walga Ross Group 3 JV,* Joplin, Missouri, was awarded a $15,858,910 firm-fixed-price contract for construction of the Immigrations and Customs Enforcement Dormitory. Five bids were solicited via the internet with three received. Work will be performed in El Paso, Texas, with an estimated completion date of Oct. 19, 2024. Fiscal 2010 Department of Homeland Security, immigrants and customs funds in the amount of $15,858,910 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W518EA-22-F-0019).

UVSheltron Inc., Pontiac, Michigan, was awarded an $8,976,780 firm-fixed-price contract for the procurement and installation delivery of electric vehicle charging facilities. Bids were solicited via the internet with nine received. Work will be performed in Anniston, Alabama; Toole, Utah; New Boston, Texas; Richmond, Kentucky; McAlester, Oklahoma; Middletown, Iowa; White Hall, Arkansas; Herlong, California; Coolbaugh Township, Pennsylvania; Chambersburg, Pennsylvania; Pueblo, Colorado; Concord, California; Hawthorne, Nevada; Watervliet, New York; Corpus Christi, Texas; Radford, Virginia; Crane, Indiana; Kingsport, Tennessee; Independence, Missouri; Scranton, Pennsylvania; and Southport North, Carolina, with an estimated completion date of Dec. 30, 2022. Fiscal 2022 operation and maintenance, Army funds in the amount of $8,976,780 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-C-0036).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded an $8,978,791 cost-plus-fixed-fee contract for system technical support and system sustainment technical support for the Mine Resistant Ambush Protected All-Terrain Vehicle. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-D-0116).

AIR FORCE

XL Scientific LLC, Albuquerque, New Mexico, has been awarded a $19,492,949 cost-reimbursement contract for high powered electromagnetics (HPEM) technology development, acquisition, transformation and support. This contract will collect and analyze empirical effects data against a broad range of electronics, to capture HPEM effects at the device, circuit, and system levels. Work will primarily be performed in Albuquerque, New Mexico, and is expected to be completed by September 2027. This award is the result of a competitive acquisition with two offers received. Fiscal 2022 research, development, test and evaluation funds of $2,939,000 will be obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-22-C-A011).

BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, has been awarded a $8,349,794 cost-plus-fixed-fee competitive contract to demonstrate machine-generated strategies capable of competing with humans in the planning of real warfare developed under the Defense Advanced Research Projects Agency’s Strategic Chaos Engine for Planning, Tactics, Experimentation and Resiliency program. Work will be performed in Nashua, New Hampshire, and is expected to be complete by May 21, 2024. Fiscal 2022 research, development, test and evaluation funds in the amount of $500,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-22-C-7216).

Textron Aviation Defense LLC, Wichita, Kansas, has been awarded $7,694,439 modification (P00001) to remove work, incorporate additional work and exercise an option to a previously awarded contract FA8617-22-C-6238 for Building Partner Capacity T-6C Program – Tranche 1. This descope and add work contract modification provides for the configuration change of the T-6C aircraft being produced under the basic contract. This modification also provides for the exercise of an option for an additional quantity of six personal life support equipment being produced under the basic contract via option exercise. Work will be performed in Wichita, Kansas, and is expected to be complete by Sept. 30, 2024. This contract involves pseudo-Foreign Military Sales. This award is the result of a sole source acquisition. Fiscal 2021 and 2022 Building Partnership Capacity funds in the amount of $7,694,439 are being obligated at the time of award. Total cumulative face value of the contract is $45,836,457. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Infoscitex Corp., Dayton, Ohio, has been awarded a $7,500,000 indefinite-delivery/indefinite-quantity contract for the support of the Life Support Systems Scientific Test, Analysis and Qualification Lab (LSS STAQ). This contract provides for a variety of tests and evaluations needed for the pilots, aircrew and airmen that pilot, utilize and work with the various aircraft platforms within the Air Force. Work will be performed in Dayton, Ohio, and is expected to be complete by Sept. 20, 2027. This award is the result of a sole source acquisition. Fiscal 2022 funds in the amount of $677,997 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8606-D-0001 and FA8606-22-F-0002).

CORRECTION: The Sept. 19, 2022, announcement of a contract award to PKL Services Inc., Poway, California (FA489722C0015), for Republic of Singapore Air Force flight operations and maintenance support training, included an incorrect value of award and obligated amount at time of award. PKL Services Inc. was actually awarded a $105,781,956 contract, with $16,358,862 being obligated at time of award.

*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! 🇺🇸