Defense contracts valued at $ 7 million and more
DEFENSE LOGISTICS AGENCY
ABM Federal Sales Inc., * Chesterfield, Missouri (SP7000-21-D-0017); Cartridge Technologies LLC, * Rockville, Maryland (SP7000-21-D-0007); Harris Technologies Inc., St. Louis, Missouri (SP7000-21-D-0013); HPI Federal LLC, Washington, DC (SP7000-21-D-0009); JTF Business Systems Corp., * Springfield, Virginia (SP7000-21-D-0016); Konica Minolta Business Solutions USA Inc., Vienna, Virginia (SP7000-21-D-0010); Lexmark International Inc., Lexington, Kentucky (SP7000-21-D-0012); Omni Business Systems-Fax Plus Inc., * Alexandria, Virginia (SP7000-21-D-0011); Ricoh USA Inc., Exton, Pennsylvania (SP7000-21-D-0014); Trident E&P LLC, * Pottstown, Pennsylvania (SP7000-21-D-0008); and Xerox Corp., Honolulu, Hawaii (SP7000-21-D-0015), share on call SP7000-21-R-1001 for up to 60. a fixed price of no more than $ 702,153,470 with perpetual delivery / indefinite quantity monthly leases of A3, A4, and production-level multifunction devices, accessories, and office document equipment and services. These were competitive acquisitions with 17 proposals received. These are five-year contracts. Venues are the adjacent USA, Missouri, Maryland, Washington, DC, Virginia, Kentucky, Pennsylvania, Hawaii, Guam, Puerto Rico and Alaska with an order end date of August 11, 2026. Customers used are Air Force, Marine Corps, Army, Navy , Coast Guard and Federal Civil Agencies. Fund type is working capital fund for fiscal years 2022 through 2026. Contracting Services Office of Defense Logistics Agency, New Cumberland, Pennsylvania.
Boston Scientific Corp., Marlborough, Mass., Has received a fixed price of $ 265,230,300 maximum with economic price adjustment, perpetual delivery / unlimited quantity for packaging and cardiovascular supplies under the manufacturer’s direct program. This was a sole source acquisition under Explanation 10 US Code 2304 (c) (1) as stated in Federal Acquisition Regulation 6.302-1. It is a five-year contract with no option periods. The place of performance is Massachusetts on September 30, 2026, the end date of the order period. Customers used include the Army, Navy, Air Force, Marine Corps, and federal civil agencies. The type of funding is the 2021-2026 budget for the Defense Working Capital Fund. The client is the troop support service of the Defense Logistics Agency, Philadelphia, Pennsylvania (SPE2DE-21-D-0033).
Boeing Co., St. Louis, Missouri, has a fixed price delivery contract (SPRPA1-21-F-LB01) up to a maximum of $ 26,810,487 for a five-year base contract (SPRPA1-14-D-002U) with a five-year option period for F / A-18 aircraft spare parts. This was a sole source acquisition under Explanation 10 US Code 2304 (c) (1) as stated in Federal Acquisition Regulation 6.302-1. The place of performance is Missouri with October 31, 2027, the end date of delivery. The use of military service is Navy. Fund type is the budget year 2021 to 2028 Navy Working Capital Fund. The client is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.
Northrop Grumman Systems, Corp., Mission Systems, Woodland Hills, Calif., Has a fixed-price supply order (SPRPA1-21-F-CT00) for a maximum of $ 8,394,669 under a five-year base order (SPRPA1-21-G -CT01) in support of the E2-D Advanced Hawkeye aircraft program avionics flight management computer. This was a sole source acquisition under Explanation 10 US Code 2304 (c) (1) as stated in Federal Acquisition Regulation 6.302-1. It is a 42-month contract with no option periods. The location of the performance is California with February 5, 2025 as the completion date. The use of military service is Navy. Fund type is the budget year 2021 to 2025 Navy Working Capital Fund. The client is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.
MARINE
Accenture Federal Services LLC, Arlington, Virginia (N00189-21-D-Z036); Ancilla Technologies and Services Inc., Clarksburg, Maryland (N00189-21-D-Z037); Booz Allen Hamilton Inc., McLean, Virginia (N00189-21-D-Z038); Deloitte Consulting LLP, Arlington, Virginia (N00189-21-D-Z039); Universal Consulting Services Inc., Fairfax, Virginia (N00189-21-D-Z040); and Whitney, Bradley and Brown Inc., Reston, Va. (N00189-17-D-Z041), are receiving an estimated $ 91,902,830 multiple award for perpetual / indefinite-quantity, cost-plus-fixed-price contracts that include terms and conditions Terms of commissioning at a cost plus fixed fee and fixed price to provide program management support services to facilitate Navy Medicine’s mission to provide well-trained medical experts operating as high-performance teams to provide medical power in support of the Directorate of Surgery, Project operation, plans and readiness of the Naval Bureau of Medicine. Each contract runs in parallel and includes an order period of 48 months. The work will be carried out in Falls Church, Virginia (10%); in state institutions; and 90% at contractor establishments in response to assigned job assignments that cannot be reasonably estimated at the time the contract was awarded. The order period for the contract begins in September 2021 and is expected to be completed by August 2025. For fiscal year 2021, Navy operating and maintenance funds of $ 20,000 (estimated $ 3,333 for each of the six contracts are required to fund minimum contracts) and the funds will expire at the end of the current fiscal year. Individual work orders are financed retrospectively with appropriate budget funds at the time they are issued. This contract was competitively awarded as part of the tender on the websites of Navy Electronic Business Opportunities and beta.sam.gov with 13 bids received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania is the contracting activity.
Fraser and Fogle, * Seattle, Washington, wins a $ 50,000,000 perpetual delivery / unlimited amount contract for architectural and engineering services. The duration of the contract may not exceed 60 months, with an expected completion date in September 2026. The work to be carried out relates to architectural services at various locations supervised by the Naval Facilities Engineering Systems Command Northwest (NAVFAC NW), including Washington (75%); Alaska (22%); Idaho (1%); Oregon (1%); and Montana (1%) and may include other areas of the US and worldwide. Most of the work is to be performed in Washington State. The exact location of the requirements is indicated in the individual work orders. Funds from the Military Construction 2021 (MILCON) (Navy) amounting to $ 1,000 for the minimum guarantee are committed to this surcharge and will not expire at the end of the current fiscal year. Future orders will be financed mainly from funds for operations and maintenance (Navy) and MILCON (Navy). This contract was awarded in a competition on the “Contract Opportunities” website with eight proposals received. NAVFAC NW, Silverdale, Washington, is the registry (N44255-21-D-0001).
Reyes Construction Inc., Pomona, California, wins contract N6247321F5105 for a fixed price of $ 26,750,600 as part of a multi-award contract for the design and construction of missile magazines at Naval Weapons Station, Seal Beach. The contract will be funded incrementally, with the first increase of $ 18,993,300 being allocated at the time of award. The second increase will be funded at $ 7,757,300 in fiscal 2022. The To-Do List also contains five unexercised options that, if exercised, would increase the To-Do List’s accumulated value to $ 26,903,000. The work is being carried out in Seal Beach, California and is expected to be completed by July 2023. The work to be carried out includes the construction of four missile magazines, including driveways and apron areas, as well as electrical, telecommunications and rainwater management and drainage infrastructure. The options provide for pre-consolidation monitoring and an electronic security system when exercised. Financial resources of the military construction 2021, (Navy) are committed to this surcharge and do not expire at the end of the current financial year. Two suggestions were received for this task. The client is the Naval Facilities Engineering Systems Command, Southwest, San Diego, California (N62473-18-D-5862).
ARMY
Solutions Through Innovative Technologies, Fairborn, Ohio, received a modification of $ 23,872,571 (P00010) to assign W91260-20-F-5001 to provide advisory and support services in support of the U.S. Army Space and Missile Defense Command’s satellite operations brigade . Bids were obtained over the Internet and three were received. Work locations and funding are set with each contract, with an estimated completion date August 30, 2025. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
DEFENSE AGENCY FOR ADVANCED RESEARCH PROJECTS
Lockheed Martin Corp., Fort Worth, Texas has received an amendment of $ 12,127,144 (P00006) to Contract HR001120C0110 at a cost plus fixed fee to add option Phase 1 of the Program to Control Revolutionary Aircraft with Novel Effects (CRANE ) exercise. The change increases the total accumulated face value of the contract from $ 6,450,577 to $ 18,577,721. The work is being carried out in Fort Worth, Texas (67%); Chicago, Illinois (17%); Niskayuna, New York (9%); Pontiac, Michigan (3%); Colombia, Maryland (2%); Tulsa, Oklahoma (1%); and East Hartford, Connecticut, (1%), with an estimated completion date of May 2022. At the time of award, research and development funds will be allocated for fiscal year 2021 of $ 10,135,107. The client is the Defense Advanced Research Projects Agency, Arlington, Virginia.
DEFENSE FINANCE AND ACCOUNTING SERVICE
CACI Inc.-Federal, Chantilly, Virginia, has received a modification (P00003) of no more than $ 10,365,669 to the previously issued HQ042320F0099 Labor Contract for Comptroller Mission Systems Support for the Office of the Under Secretary of Defense (Comptroller). This change applies to the remaining 10 months of option year 1 with a performance period from August 16, 2021 to June 15, 2022. The first two months of the performance period were gradually funded at $ 2,103,462 and this $ 10,365,669 promotion will fund the remainder of the option period. The change increases the total accumulated face value of the contract from $ 12,339,317 to $ 22,704,985. The work is being carried out in Chantilly, Virginia with an estimated completion date of June 15, 2022. For fiscal year 2021, the Secretary of State’s Office of Defense Comptroller has a Defense-wide Comptroller fund of $ 10,365,669 at the time of the award. Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the registry (HQ0423-20-F-0099).
* Small business