DEFENSE CONTRACTS VALUED AT $7.5 MILLION AND ABOVE 

NAVY

Carahsoft Technology, Corp., Reston, Virginia, is awarded a five-year multiple award, firm fixed-price Department of Defense (DOD) Enterprise Software Initiative blanket purchase agreement (BPA) using the General Services Administration (GSA) Multiple Award Schedule. The overall estimated value of this agreement is $261,190,000. This BPA reduces costs and increases efficiency for DOD ordering activities that have a requirement for Forescout network access control products and incidental services. The Coast Guard is also authorized to use this agreement under the provisions of 14 U.S. Code Section 3 and Section 145; 10 U.S. Code Section 2571; and 31 U.S. Code Section 1535. No funds will be obligated at time of award. Funds will be obligated via delivery orders. Future requirements will be procured in accordance with Federal Acquisition Regulation 8.405-3(c)(1). This requirement was competitively procured via the GSA Electronic-Buy website, whereby five quotes were received, and one was selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-24-A-0003).

Balfour Beatty Construction LLC, Dallas, Texas (N62473-21-D-1202); B.L. Harbert International LLC, Birmingham, Alabama (N62473-21-D-1203); Clark Construction Group – California LP, Irvine, California (N62473-21-D-1204); ECC Infrastructure LLC, Burlingame, California (N62473-21-D-1205); Harper Construction Co. Inc., San Diego, California (N62473-21-D-1206); Heffler Contracting Group,* El Cajon, California (N62473-21-D-1207); Korte Construction Co., doing business as The Korte Co., St. Louis, Missouri (N62473-21-D-1208);

M. A. Mortenson Co., doing business as M.A. Mortenson Construction, Minneapolis, Minnesota (N62473-21-D-1209); R. A. Burch Construction Co. Inc.,* Ramona, California (N62473-21-D-1210); RQ Construction LLC, Carlsbad, California (N62473-21-D-1211); Sundt Construction Inc., Tempe, Arizona (N62473-21-D-1212); Walsh Federal LLC, Chicago, Illinois (N62473-21-D-1213); Webcor Construction LP, doing business as Webcor Builders, Alameda, California (N62473-21-D-1214); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N62473-21-D-1215), were awarded a combined $98,000,000 to increase the maximum value of a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation, and repair of commercial and institutional facilities at various locations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations (AO). The work to be performed provides for, but is not limited to, airport buildings, office and administrative buildings, communications facilities, vehicle maintenance facilities, armories, parking garages, barracks facilities, prison facilities, fire stations, religious buildings, hotels, dining facilities, hospital and medical facilities, warehouse facilities, school facilities, and/or retail facilities. The contract consists of a base period of two years and one three-year option period. The maximum dollar value, including the base period and option period, combined is not to exceed $2,598,000,000. No funds were obligated at time of award. Funds will be obligated on individual task orders as they are issued. Work will be performed at various government installations within the NAVFAC Southwest AO including, but not limited to, California (87%), Arizona (5%), Nevada (3%), Utah (2%), Colorado (2%), and New Mexico (1%), and is expected to be completed by November 2025. This contract was competitively procured via the sam.gov website, with 28 offers received. NAVFAC Southwest, San Diego, California, is the contracting activity. (Awarded Feb. 22, 2024.)

Leidos Inc., Reston, Virginia, was awarded a $55,277,507 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for the provision of Southeast Alaska Measurement Facility (SEAFAC) operations support services. This contract will provide logistics, maintenance, operations, and program management assistance services in support of Navy and Marine signature silencing programs for naval ships and undersea systems at SEAFAC for the Naval Surface Warfare Center Carderock Division (NSWCCD). Work will be performed in Ketchikan, Alaska (90%); Poulsbo, Washington (7%); Long Beach, Mississippi (1%); Lynnwood, Washington (1%); and other locations (1%), and is expected to be completed in April 2030 Fiscal 2024 Working Capital Funds in the amount of $6,410,000 will be obligated at time of contract award. This contract was competitively procured with one offer received via the System for Award Management. NSWCCD, West Bethesda, Maryland, is the contracting activity (N0016724D0020). (Awarded April 11, 2024)

ARMY

Renk America LLC, Muskegon, Michigan, was awarded a $101,135,946 modification (P00049) to contract W56HZV-20-C-0124 for hydro-mechanically propelled transmissions. Work will be performed in Muskegon, Michigan, with an estimated completion date of April 30, 2026. Fiscal 2024 Army working capital funds in the amount of $101,135,946 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $21,998,374 modification (P00067) to contract W56HZV-22-C-0012 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Jan. 15, 2025. Fiscal 2024 research, development, test, and evaluation, Army funds in the amount of $21,998,374 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Torch Technologies Inc.,* Huntsville, Alabama, was awarded a $19,227,081 modification (P00162) to contract W31P4Q-21-F-0038 for engineering services. Work locations and funding will be determined with each order, with an estimated completion date of April 11, 2025. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Perikin Enterprises LLC,* Albuquerque, New Mexico, was awarded an $8,732,956 firm-fixed-price contract for construction of a reentry vehicle integration lab. Bids were solicited via the internet with seven received. Work will be performed in Albuquerque, New Mexico, with an estimated completion date of Aug. 25, 2025. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $8,732,956 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-24-C-0007).

CORRECTION: The $11,946,046 firm-fixed-price contract (W912DY-24-F-0028) announced on April 4, 2024, for Louis Berger Hawthorne Services Inc., Greenville, South Carolina, to conduct petroleum facility recurring maintenance and minor repair services was actually awarded on April 10, 2024, to VGS Infrastructure Services Inc., Greenville, South Carolina.

DEFENSE LOGISTICS AGENCY

American Polymers LLC,** doing business as AMPO USA, Vernon, California, has been awarded a maximum $30,750,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This was a competitive acquisition with four responses received. This is a five-year contract with no option periods. Location of performance is New Jersey, with an April 11, 2029, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0049).

AIR FORCE

Far West Contractors Corp., Placentia, California, has been awarded a contract totaling $15,143,700 for the delivery and installation of a target flip tower. Work will be performed at Holloman Air Force Base, New Mexico, and is expected to be complete 436 days after date of award. This award is the result of a competitive acquisition, for which two offers were received. Fiscal 2024 Department of Defense funds in the amount of $15,143,700 are being obligated at the time of award. The contracting activity is Air Force Test Center, Arnold AFB, Tennessee, and Holloman AFB, New Mexico (FA9101-24-C-B003).

WASHINGTON HEADQUARTERS SERVICES

Syneren Technologies Corp., Arlington, Virginia, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ0034-23-F-0152) valued at $11,932,019 to provide support to operate the Defense Technology Security Administration Information Technology Enterprise and its users. Fiscal 2023 operations and maintenance funds in the amount of $6,050,872 are being obligated at the time of award. The total, if all options are exercised, is $31,149,422. The contractor shall be required to provide the following support services: basic services, program management, service and enterprise information technology management, training, and enhanced information technology surge capabilities. Services are intended to achieve maximum cost effectiveness, high customer satisfaction, and compliance with applicable federal laws and regulations. The work will be performed at the Mark Center, Alexandria, Virginia. The estimated contract completion date is April 16, 2025. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

*Small Business
*Service-disabled veteran-owned small business

Related News

Jillian Hamilton has worked in a variety of Program Management roles for multiple Federal Government contractors. She has helped manage projects in training and IT. She received her Bachelors degree in Business with an emphasis in Marketing from Penn State University and her MBA from the University of Phoenix.