DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $7 MILLION AND ABOVE

U.S. SPECIAL OPERATIONS COMMAND

Seventh Dimension LLC, Mocksville, North Carolina, was awarded an indefinite-delivery/indefinite-quantity contract (H92239-23-D-0001) in the amount of $137,117,875 in support of the U.S. Army John F. Kennedy Special Warfare Center and 1st Special Warfare Training Group, Fort Bragg, North Carolina. Fiscal 2023 operations and maintenance funds in the amount of $6,244,417 were obligated at the time of the award. The work will be performed in the vicinity of Camp MacKall, North Carolina, and performance will be completed on Nov. 15, 2027. This contract was awarded through competitive procedures and competition was limited to service disabled veteran owned small businesses. U.S. Special Operations Command Headquarters, Tampa, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $90,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S .Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 426-day bridge contract with no option periods. Locations of performance are Colorado, New Mexico, Oklahoma, Arkansas and Kansas, with a Jan. 15, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-23-D-0008).

SupplyCore,* Rockford, Illinois, has been awarded a maximum $90,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 486-day bridge contract with no option periods. Locations of performance are North Carolina, South Carolina, Georgia and Tennessee, with a March 15, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-23-D-0009).

Federal Prison Industries,** doing business as UNICOR, Washington, D.C., has been awarded a maximum $20,748,291 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the modular lightweight load carrying equipment hand grenade pouch, flash bang grenade pouch, canteen/general purpose pouch and the M4 two magazine pouch. This is a three-year contract with no option periods. Locations of performance are Indiana, Louisiana and North Carolina, with a Nov. 14, 2025, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-F003).

UPDATE: Unimed Government Services LLC,* Lakeville, Minnesota (SPE2DH-23-D-0002, $48,000,000), 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-16-R-0002 and awarded Oct. 6, 2016.

ARMY

Sikorsky, a Lockheed Martin Company, Stratford, Connecticut, was awarded a $98,932,185 modification (P00007) to contract W58RGZ-22-C-0010 for UH-60M Black Hawk aircraft. Work will be performed in Stratford, Connecticut, with an estimated completion date of June 30, 2027. Fiscal 2022 aircraft procurement, Army funds in the amount of $98,932,185 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Gideon Contracting LLC,* San Antonio, Texas, was awarded a $9,999,604 firm-fixed-price contract to design and construct approximately 9,500 linear feet of raw waterline on Tinker Air Force Base. Bids were solicited via the internet with five received. Work will be performed in Oklahoma City, Oklahoma, with an estimated completion date of May 8, 2024. Fiscal 2023 military construction, defense-wide funds in the amount of $9,999,604 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-23-F-0013).

NAVY

Science Applications International Corp. (SAIC), Reston, Virginia (N0003923A1000); SERCO Inc., Herndon, Virginia (N0003923A1001); DRS Laurel Technologies Partnership, Johnstown, Pennsylvania (N0003921A1002); and Micro USA Inc., Poway, California (N0003923A1003), are awarded a $52,000,000 firm-fixed-price blanket purchase agreement (BPA) for production of the C2P hardware system. The BPA covers the production of up to 74 units per contractor along with the associated program management, testing and logistics support to deliver the units. The total potential value of the BPA is $52,000,000, per vendor. The total length of the ordering period is 48 months. Units will be manufactured in Reston, Virginia; Herndon, Virginia; Johnstown, Pennsylvania; and Poway, California, with an expected completion date of October 2026. Fiscal 2023 other procurement (Navy) funds will be obligated on a delivery order level issued at the time of placement of individual delivery calls. The BPA was negotiated using the procedures defined under Defense Federal Acquisition Regulation 13.5 for orders less than $15,000,000. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

American Petroleum Tankers LLC, Blue Bell, Pennsylvania, is awarded a $25,367,500 firm-fixed-price with reimbursable elements contract (N3220523C4144) for time charter of one U.S.-flagged Jones Act compliant, double hull tanker Evergreen State to provide support for Department of Defense/Defense Logistics Agency Energy requirements. This contract includes a 12-month base period with three 12-month option periods, and one 11-month option period which, if exercised, would bring the cumulative value of this contract to $131,806,500. Work will be performed worldwide and is expected to be completed if all options are exercised, by December 2027. Working capital (Transportation) funds in the amount of $25,367,500 are obligated for fiscal 2023, and will expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the System for Award Management website and one offer was received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220523C4144).

R A Burch Construction Co. Inc.,* Ramona, California, is awarded an $18,862,766 firm-fixed-price task order (N6247323F4080) under previously awarded contract N62473-20-D-1126 for the repair of Bachelor Enlisted Quarters 210705 at Marine Corps Base Camp Pendleton, California. This contract provides for essential repairs and renovation of all rooms. Work will be performed in Camp Pendleton, California, and is expected to be completed by November 2024. Fiscal 2023 operation and maintenance (Marine Corps) funds are obligated on this award and will expire at the end of the current fiscal year. This contract was not competitively procured via the System for Award Management website, in accordance with Defense Federal Acquisition Regulation 16.505. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity.

Melwood Horticultural Training Center Inc., Upper Marlboro, Maryland, is awarded a $13,833,794 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract (N40080-21-D-3504) to exercise Option Period Two for custodial services at the U.S. Naval Academy complex. This award brings the total cumulative contract value to $28,182,507. Work will be performed in Annapolis, Maryland, and is expected to be completed by November 2022. No funds will be obligated at time of award. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $10,528,274 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Systems Command Washington, D.C., is the contracting activity.

Rockwell Collins Inc., Government Systems, Cedar Rapids, Iowa, is awarded an $11,959,490 modification (P00004) to firm-fixed-price order N0042122F0146 against a previously issued basic ordering agreement (N0042121G0005). This modification exercises an option to provide ongoing development, implementation, test, and certification in support of advanced waveform integration capabilities integrated into AN/ARC-210 (V) Gen5A and Gen6 radios formally released operational flight program and crypto sub-systems software for the Navy. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in November 2023. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $11,959,490 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Metron Inc.,* Reston, Virginia, is awarded a $7,806,349 cost-plus-fixed-fee contract for Algorithm and Simulation Research in Advanced Undersea Mission Autonomy. This contract provides for applied research investigations, technical expertise and software development effort consistent with overall project objectives. Research and technical elements shall include, but not be limited to, model development, algorithm research and development, objective planning and system-level performance assessments. Metron’s work will include ashore and embedded sensor fusion, human-machine planning algorithms and software, autonomous controllers, and advanced control algorithms. Work will be performed in Reston, Virginia, and is expected to be completed by Nov. 14, 2027. The maximum dollar value, including a 60-month base period with no options, is $7,806,349. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $15,000; and fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $100,000 are obligated at time of award. Funds in the amount of $15,000 will expire at the end of the current fiscal year. This contract was competitively procured under N00014-22-S-B001, a long range business associate agreement (BAA) for science and technology projects for advancement and improvement of Navy and Marine Corps operations. Since proposals will be received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-23-C-2002).

MISSILE DEFENSE AGENCY

Raytheon Missiles and Defense, Tucson, Arizona, is being awarded a firm-fixed-price modification to a previously awarded other transaction prototype agreement to extend the existing period of performance. The value of this modification is $29,485,046, which increases the total value of the agreement to $91,856,780. Under this modification, the performer will continue to develop and refine their Glide Phase Interceptor concept during the materiel solutions analysis phase. The work will be performed in Tucson, Arizona; El Dorado Hills, California; Tewksbury, Massachusetts; Woburn, Massachusetts; and Huntsville, Alabama. The modification period of performance is from Nov. 16, 2022, through July 2, 2023. This initial agreement was competitively awarded using other transaction authority provided by 10 U.S. Code 4022 through the Enhanced Hypersonic Defense Broad Agency Announcement with Glide Phase Interceptor Special Topic, HQ0851-21-S-0001. Research, development, test, and evaluation funds will be used to fund the modification. The government will obligate the amount of $9,828,349 at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ08512290003).

Northrop Grumman Corp., Chandler, Arizona, is being awarded a firm-fixed-price modification to a previously awarded other transaction prototype agreement to extend the existing period of performance. The value of this modification is $17,821,784, which increases the total value of the agreement to $78,106,432. Under this modification, the performer will continue to develop and refine their Glide Phase Interceptor concept during the materiel solutions analysis phase.  The work will be performed in Chandler, Arizona. The modification period of performance is from Nov. 16, 2022, through July 2, 2023. This initial agreement was competitively awarded using other transaction authority provided by 10 U.S. Code 4022 through the Enhanced Hypersonic Defense Broad Agency Announcement with Glide Phase Interceptor Special Topic, HQ0851-21-S-0001. Research, development, test, and evaluation funds will be used to fund the modification. The government will obligate in the amount of $5,940,595 at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ08512290002).

*Small business
**Mandatory source

Related News