An official website of the United States Government 
Here's how you know

Official websites use .gov

.gov website belongs to an official government organization in the United States.

Secure .gov websites use HTTPS

A lock ( lock ) or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.

You have accessed part of a historical collection on defense.gov. Some of the information contained within may be outdated and links may not function. Please contact the DOD Webmaster with any questions.

Contracts For Feb. 26, 2020

DEFENSE LOGISTICS AGENCY

Valero Marketing and Supply Co., Corpus Christi, Texas, has been awarded a maximum $754,967,900 fixed-price with economic-price adjustment, indefinite-delivery/indefinite-quantity contract for various types of fuel. This was a competitive acquisition with four responses received. This is a one-year base contract with a 30-day carryover and four one-year option periods. Location of performance is Texas, with a March 2, 2021, performance completion date. Using customer is Army. Type of appropriation is fiscal 2020 through 2021 Army operations and maintenance funds for the Foreign Military Sales program. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0602-20-D-0649).

Y. Hata & Co., Ltd., Honolulu, Hawaii, has been award a maximum $230,896,840 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full food-line distribution. This was a competitive acquisition with two responses received. This is a 60-month contract with no option periods. Location of performance is Hawaii, with a Feb. 26, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard, Morale Welfare and Recreation and other federally funded customers. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D4058).

AIR FORCE

Sierra Nevada Corp., Fort Walton Beach, Florida, has been awarded an undefinitized contract action with a not-to-exceed (NTE) of $128,998,320 contract for light attack aircraft. This contract provides for two light attack aircraft with associated contractor support and sparing. Work will be performed in Jacksonville, Florida, and is expected to be completed by Aug. 23, 2024. This award is the result of a sole-source acquisition. Fiscal 2018 and 2019 production funds in the amount of $63,001,990 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8637-20-C-1000).

Mercer Engineering Research Center, Warner Robins, Georgia, has been awarded a $93,000,000 indefinite-delivery/indefinite-quantity, cost-reimbursable no fee contract for enterprise Essential Engineering Services (EES). EES includes core engineering functions within the skill sets of software, aircraft, structural, mechanical and electrical/electronic engineering needed by Robins Air Force Base. Work will be performed in Warner Robins, Georgia, and is expected to commence for an ordering period of four years with a period of performance of five years starting Feb. 1, 2020, and ending Jan. 31, 2025. This award is the result of a sole-source acquisition. Fiscal 2020 funds in the amount of $1,156,420 are being obligated at time of award. The Air Force Sustainment Center - Robins Enterprise Contracting, Robins Air Force Base, Georgia, is the contracting activity (FA8530-20-D-0001).

Kaser Mechanical LLC, Jobstown, New Jersey; MERIT Investigative Services Inc., Newark, New Jersey; and Mellor Contracting & Supply LLC, Amber, Pennsylvania, are each being awarded a ceiling, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for mechanical services for $66,000,000. The contractors will provide all plant, labor, equipment, tools, supplies and materials to perform work necessary for replacement, repair and improvement for mechanical services. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be completed by Aug. 19, 2025. This award is the result of a competitive acquisition and eight offers were received. Fiscal 2020 operations and maintenance funds will fund the contract using individual task orders with no funds being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity (FA4484-20-D-0015, FA4484-20-D-0016, FA4484-20-D-0017).

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $15,000,000 ceiling increase to a pre-existing indefinite-delivery/indefinite-quantity (IDIQ) contract for Small Diameter Bomb II (SDB II) technical support. The total value of the IDIQ contract will increase from $100,000,000 to $115,000,000. This contract provides for lifecycle technical support throughout engineering and manufacturing development (EMD), production, and sustainment phases. Work will be performed in Tucson, Arizona, and is expected to be complete by July 25, 2024. This award is the result of a sole-source acquisition. No funds are being obligated at the time of ceiling increase. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8672-17-D-0019).

ARMY

Machining Technologies Inc.,* Salisbury, Maryland, was awarded a $92,006,676 firm-fixed-price contract for work related to the 120mm M31 Tail Fin used on 120mm mortar cartridges. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 20, 2025. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-20-D-0002).

Charter Contracting Company LLC, Boston, Massachusetts, was awarded a $36,500,000 firm-fixed-price contract for Muddy River flood damage reduction, phase II. Bids were solicited via the internet with five received. Work will be performed in Brookline and Boston, Massachusetts, with an estimated completion date of Feb. 25, 2023. Fiscal 2014 civil construction and fiscal 2019 contributed non-federal funds in the amount of $36,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-20-C-0004).

CAS Inc., Huntsville, Alabama, was awarded a $35,505,220 modification (000110) to contract (W31P4Q-18-A-0018) for technical engineering services in support of the Lower Tier Project Office. Work will be performed in Huntsville, Alabama, with an estimated completion date of Feb. 28, 2021. Fiscal 2019 and 2020 Missile Procurement, Army; fiscal 2020 operations and maintenance, Army; fiscal 2020 research, development, test and evaluation, Army; and fiscal 2020 Foreign Military Sales (Bahrain, Germany, Greece, Israel, Japan, Kuwait, Netherlands, Poland, Qatar, Romania, Saudi Arabia, South Korea, Spain, Sweden, Taiwan, United Arab Emirates) were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

ReadyOne Industries, El Paso, Texas, was awarded an $11,099,962 modification (P00007) to contract W911QY-18-C-0114 for 68,991 Advanced Combat Pants. Work will be performed in El Paso, Texas, with an estimated completion date of Nov. 30, 2021. Fiscal 2020 operations and maintenance, Army funds in the amount of $11,099,962 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

SEKRI, Corbin, Kentucky, was awarded a $7,638,180 modification (P00005) to contract W911QY-19-C-0057 to purchase 71,000 advanced tactical assault panels. Work will be performed in Corbin, Kentucky, with an estimated completion date of Dec. 31, 2021. Fiscal 2020 operations and maintenance, Army, funds in the amount of $7,638,180 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Skookum Educational Programs, Bremerton, Washington, was awarded a $7,328,193 modification (P00005) to contract W912DY-19-C-0025 for sustainment, restoration and modernization operations and maintenance services for facility maintenance purchased through the AbilityOne Program. Work will be performed at Fort Riley, Kansas, with an estimated completion date of June 28, 2020. Fiscal 2020 operations and maintenance, Army funds in the amount of $7,328,193 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

NAVY

Architecture, Engineering, Consulting, Operations, and Maintenance (AECOM) Technical Services Inc., Los Angeles, California, is awarded a $45,000,000 cost-plus-award-fee modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for architect-engineering services for comprehensive long-term environmental action at various sites within the Naval Facilities Engineering Command (NAVFAC), Pacific area of operations (AO). After award of this modification, the total cumulative contract value will be $140,000,000. The work to be performed provides for, but is not limited to, evaluating existing site information, preparing project planning documents, performing field investigations, analyzing environmental samples, validating and evaluating analytical data, performing human health and ecological risk assessments, participating in meetings with the Navy, natural resource trustees and regulators, providing community relations support, preparing remedial designs, performing construction oversight and preparing project reports. Work will be performed at various sites predominantly in Hawaii (50%) and Guam (30%) and other areas within the Pacific and Indian Oceans (20%). The term of the contract is not to exceed five years, with an expected completion date of August 2022. This is a modification to increase maximum capacity of the contract and no funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. Future task orders and modifications will be primarily funded by environmental restoration, Navy, base realignment and closure and customer reimbursable funds. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-17-D-1800).

Information Systems Solutions Inc., Rockville, Maryland, is awarded a $31,803,308 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for technical and management support services in support of Naval Information Warfare Center Pacific (NIWC Pacific) information technology operations and its infrastructure of research, development, testing and evaluation networks. This is one of 11 multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option period which, if exercised, would bring the cumulative value of this contract to an estimated $96,036,994. All work will be performed in San Diego, California. The period of performance of the base award is from February 2020 through February 2022. If the option is exercised, the period of performance would extend through February 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using defense working capital funds. This contract was competitively procured via Request for Proposal N66001-18-R-0005 which was published on the Federal Business Opportunities website and the NAVWAR e-Commerce Central website. There were 36 offers received and 11 were selected for award. NIWC Pacific, San Diego, California, is the contracting activity (N66001-20-D-3406).

Atlas Technologies Inc., Charleston, South Carolina, is awarded a $31,133,476 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for technical and management support services in support of Naval Information Warfare Center Pacific (NIWC Pacific) information technology operations and its infrastructure of research, development, testing and evaluation networks. This is one of 11 multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option period which, if exercised, would bring the cumulative value of this contract to an estimated $95,093,481. All work will be performed in San Diego, California. The period of performance of the base award is from February 2020 through February 2022. If the option is exercised, the period of performance would extend through February 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using defense working capital funds. This contract was competitively procured via Request for Proposal N66001-18-R-0005 which was published on the Federal Business Opportunities website and the NAVWAR e-Commerce Central website. There were 36 offers received and 11 were selected for award. NIWC Pacific in San Diego, California, is the contracting activity (N66001-20-D-3401).

Sentar Inc., Huntsville, Alabama, is awarded a $30,567,443 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for technical and management support services in support of Naval Information Warfare Center Pacific (NIWC Pacific) information technology operations and its infrastructure of research, development, testing and evaluation networks. This is one of 11 multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option period which, if exercised, would bring the cumulative value of this contract to an estimated $94,790,410. All work will be performed in San Diego, California. The period of performance of the base award is from February 2020 through February 2022. If the option is exercised, the period of performance would extend through February 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using defense working capital funds. This contract was competitively procured via Request for Proposal N66001-18-R-0005 which was published on the Federal Business Opportunities website and the NAVWAR e-Commerce Central website. There were 36 offers received and 11 were selected for award. NIWC Pacific in San Diego, California, is the contracting activity (N66001-20-D-3410).

New Directions Technologies Inc., Ridgecrest, California, is awarded a $30,373,883 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for technical and management support services in support of Naval Information Warfare Center Pacific (NIWC Pacific) information technology operations and its infrastructure of research, development, testing and evaluation networks. This is one of 11 multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option period which, if exercised, would bring the cumulative value of this contract to an estimated $92,634,895. All work will be performed in San Diego, California. This contract will provide the Navy support in systems and networks administration and engineering; network operations; systems and information technology services; software development; operational and technical support; and security engineering/cybersecurity. The period of performance of the base award is from February 2020 through February 2022. If the option is exercised, the period of performance would extend through February 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using defense working capital funds. This contract was competitively procured via Request for Proposal N66001-18-R-0005 which was published on the Federal Business Opportunities website and the NAVWAR e-Commerce Central website. There were 36 offers received and 11 were selected for award. NIWC Pacific in San Diego, California, is the contracting activity (N66001-20-D-3408).

Infinity Systems Engineering LLC, Colorado Springs, Colorado, is awarded a $30,035,161 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for technical and management support services in support of Naval Information Warfare Center Pacific (NIWC Pacific) information technology operations and its infrastructure of research, development, testing and evaluation networks. This is one of 11 multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option period which, if exercised, would bring the cumulative value of this contract to an estimated $92,656,632. All work will be performed in San Diego, California. This contract will provide the Navy support in systems and networks administration and engineering; network operations; systems and information technology services; software development; operational and technical support; and security engineering/cybersecurity. The period of performance of the base award is from February 2020 through February 2022. If the option is exercised, the period of performance would extend through February 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using defense working capital funds. This contract was competitively procured via Request for Proposal N66001-18-R-0005 which was published on the Federal Business Opportunities website and the NAVWAR e-Commerce Central website. There were 36 offers received and 11 were selected for award. NIWC Pacific in San Diego, California, is the contracting activity (N66001-20-D-3405).

Strategic Data Systems Inc., Keller, Texas, is awarded a $28,545,694 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for technical and management support services in support of Naval Information Warfare Center Pacific (NIWC Pacific) information technology operations and its infrastructure of research, development, testing and evaluation networks. This is one of 11 multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option period which, if exercised, would bring the cumulative value of this contract to an estimated $86,876,821. All work will be performed in San Diego, California. The period of performance of the base award is from February 2020 through February 2022. If the option is exercised, the period of performance would extend through February 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using defense working capital funds. This contract was competitively procured via Request for Proposal N66001-18-R-0005 which was published on the Federal Business Opportunities website and the NAVWAR e-Commerce Central website. There were 36 offers received and 11 were selected for award. NIWC Pacific in San Diego, California, is the contracting activity (N66001-20-D-3411).

Resource Management Concepts Inc., Lexington Park, Maryland, is awarded a $28,116,256 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for technical and management support services in support of Naval Information Warfare Center Pacific (NIWC Pacific) information technology operations and its infrastructure of research, development, testing and evaluation networks. This is one of 11 multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option period which, if exercised, would bring the cumulative value of this contract to an estimated $87,263,798. All work will be performed in San Diego, California. This contract will provide the Navy support in systems and networks administration and engineering; network operations; systems and information technology services; software development; operational and technical support; and security engineering/cybersecurity. The period of performance of the base award is from February 2020 through February 2022. If the option is exercised, the period of performance would extend through February 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using defense working capital funds. This contract was competitively procured via Request for Proposal N66001-18-R-0005 which was published on the Federal Business Opportunities website and the NAVWAR e-Commerce Central website. There were 36 offers received and 11 were selected for award. NIWC Pacific in San Diego, California, is the contracting activity (N66001-20-D-3409).

Cameron Bell Corp., doing business as Gov Solutions Group, Daniel Island, South Carolina, is awarded a $27,739,551 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for technical and management support services in support of Naval Information Warfare Center Pacific (NIWC Pacific) information technology operations and its infrastructure of research, development, testing and evaluation networks. This is one of 11 multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option period which, if exercised, would bring the cumulative value of this contract to an estimated $85,132,744. All work will be performed in San Diego, California. The period of performance of the base award is from February 2020 through February 2022. If the option is exercised, the period of performance would extend through February 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using defense working capital funds. This contract was competitively procured via Request for Proposal N66001-18-R-0005 which was published on the Federal Business Opportunities website and the NAVWAR e-Commerce Central website. There were 36 offers received and 11 were selected for award. NIWC Pacific in San Diego, California, is the contracting activity (N66001-20-D-3402).

DirectViz Solutions LLC, Chantilly, Virginia, is awarded a $26,631,289 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for technical and management support services in support of Naval Information Warfare Center Pacific (NIWC Pacific) information technology operations and its infrastructure of research, development, testing and evaluation networks. This is one of 11 multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option period which, if exercised, would bring the cumulative value of this contract to an estimated $81,413,947. All work will be performed in San Diego, California. The period of performance of the base award is from February 2020 through February 2022. If the option is exercised, the period of performance would extend through February 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using defense working capital funds. This contract was competitively procured via Request for Proposal N66001-18-R-0005 which was published on the Federal Business Opportunities website and the NAVWAR e-Commerce Central website. There were 36 offers received and 11 were selected for award. NIWC Pacific in San Diego, California, is the contracting activity (N66001-20-D-3403).

FreeAlliance.com LLC, McLean, Virginia, is awarded a $26,040,165 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for technical and management support services in support of Naval Information Warfare Center Pacific (NIWC Pacific) information technology operations and its infrastructure of research, development, testing and evaluation networks. This is one of 11 multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option period which, if exercised, would bring the cumulative value of this contract to an estimated $78,798,208. All work will be performed in San Diego, California. The period of performance of the base award is from February 2020 through February 2022. If the option is exercised, the period of performance would extend through February 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using defense working capital funds. This contract was competitively procured via Request for Proposal N66001-18-R-0005 which was published on the Federal Business Opportunities website and the NAVWAR e-Commerce Central website. There were 36 offers received and 11 were selected for award. NIWC Pacific in San Diego, California, is the contracting activity (N66001-20-D-3404).

Joint Tactics and Technologies LLC, Coronado, California, is awarded a $25,552,335 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for technical and management support services in support of Naval Information Warfare Center Pacific (NIWC Pacific) information technology operations and its infrastructure of research, development, testing and evaluation networks. This is one of 11 multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one, three-year option period which, if exercised, would bring the cumulative value of this contract to an estimated $77,301,573. All work will be performed in San Diego, California. The period of performance of the base award is from February 2020 through February 2022. If the option is exercised, the period of performance would extend through February 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using defense working capital funds. This contract was competitively procured via Request for Proposal N66001-18-R-0005 which was published on the Federal Business Opportunities website and the NAVWAR e-Commerce Central website. There were 36 offers received and 11 were selected for award. NIWC Pacific in San Diego, California, is the contracting activity (N66001-20-D-3407).

Hamilton Sundstrand Corp., Windsor Locks, Connecticut, is awarded an $11,565,275 cost-plus-fixed-fee contract to procure recurring and non-recurring engineering associated with the H-53E (aircraft) and T-64 (battle tank) fuel control production line stand-up. In addition, this contract provides for the procurement of special tooling, test equipment and support equipment. Work will be performed in Windsor Locks, Connecticut, and is expected to be completed in March 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $11,565,275 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0016).

*Small business