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 Some of the information contained within may be outdated and links may not function.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 May 5, 2021

AIR FORCE

Engineering and Software System Solutions, Clearfield, Utah (FA8203-21-D-0011); Southwest Research Institute, San Antonio, Texas (FA8203-21-D-0012); and University of Dayton Research Institute, Dayton, Ohio (FA8203-21-D-0013), have been awarded a combined ceiling $300,000,000 multiple-award, indefinite-delivery/indefinite-quantity contract for the Comprehensive Landing Gear Integrity Program. Work will be performed in Clearfield, Utah; San Antonio, Texas; and Dayton, Ohio, and is expected to be completed by May 2041. These awards are the result of a competitive acquisition and three offers were received. Consolidated sustainment activity group working capital funds in the amount of $3,000 are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity.

Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a $51,000,000 firm-fixed-price, cost-plus-fixed-fee contract in support of the French Air Force for long-term sustainment of C-130 aircraft. This contract provides for the program management, field service representatives, travel and per diem, data, replenishment of spares and other sustainment tasks. Work will be performed in Bae Aerienne, France; and Marietta, Georgia, and is expected to be completed Jan. 1, 2023. This contract involves unclassified Foreign Military Sales for the French Air Force. This award is the result of a source directed acquisition. Foreign Military Sales funding will be used on this contract. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8553-20-C-0001). (Awarded April 30, 2021)

Source America, Austin, Texas, has been awarded a $15,707,407 indefinite-delivery/indefinite-quantity contract for custodial services. This contract will provide for all management, tools, equipment, and labor necessary for the services. Work will be performed at Peterson Air Force Base, Colorado; and Cheyenne Mountain Air Force Station, Colorado, and is expected to be completed April 30, 2026. Fiscal 2021 operation and maintenance funds in the amount of $9,159 will be obligated at the time of award. The 21st Contracting Squadron, Peterson AFB, Colorado, is the contracting activity (FA2517-21-D-0007).

DEFENSE LOGISTICS AGENCY

Robertson Fruit & Produce Inc.,* Monroe, Louisiana, has been awarded a maximum $111,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is Louisiana, with a May 3, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Coast Guard and Department of Agriculture schools. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D- P369).

Verathon Inc., Bothell, Washington, has been awarded a maximum $49,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog. This was a competitive acquisition with 148 responses received. This is a five-year contract with no option periods. Location of performance is Washington, with a May 4, 2026, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-21-D-0063). 

Collins Aerospace, Cedar Rapids, Iowa, has been awarded an estimated $12,016,370 fixed-price, indefinite-delivery requirements contract for the production of ARN-153 Tactical Air Navigation receiver transmitters. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is Iowa, with a May 4, 2026, ordering period end date. Using customer is Air Force. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-21-D-0008). 

Fechheimer Brothers Co., Cincinnati, Ohio, has been awarded a maximum $8,875,500 firm-fixed-price, indefinite-delivery contract for men’s uniform dress trousers. This was a competitive acquisition with three responses received. This is a one-year base contract with four one-year option periods. Locations of performance are Kentucky, Tennessee and Ohio, with a May 4, 2022, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1468).

NAVY

Raytheon Co., El Segundo, California, is awarded a $20,040,000 modification (P00006) to a previously awarded fixed-price-incentive-fee contract (N0001920C0001). This modification exercises an option to procure six AN/APG-79(V)4 radar systems. Additionally, this modification provides software, obsolescence management, engineering support and associated technical, financial, and administrative data necessary for AN/APG-79(V)4 replacement radar retrofit integration into the F/A-18C/D aircraft for the Marine Corps. Work will be performed in Forest, Mississippi (41.1%); El Segundo, California (32.6%); Andover, Massachusetts (18.3%); and Dallas, Texas (8%), and is expected to be completed in November 2022. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $20,040,000 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.

BAE Systems, Information and Electronic Systems Integration Inc., Greenlawn, New York, is awarded an $18,337,677 modification (P00001) to a previously awarded firm-fixed-price, indefinite-delivery/ indefinite-quantity contract (N0001921D0008). This contract exercises an option for the production and delivery of 300 Mode 5 capable AN/APX-117A/118A/123A(V) Common Identification Friend or Foe Digital Transponder Systems and associated shop replaceable assemblies in support of fixed and rotary winged aircraft for the Navy, Army and non-U.S. Department of Defense participants. Work will be performed in Greenlawn, New York (85%); and Austin, Texas (15%), and is expected to be completed in May 2023. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

L3 Adaptive Methods Inc., Centreville, Virginia, is awarded a $13,258,653 cost-plus-fixed-fee and cost-only modification to previously awarded contract N0002420C5211 to exercise an option for the procurement of engineering services, program management, systems engineering, software development, risk management, algorithm and software prototype development, configuration management, and information assurance. This contract combines purchases for the Navy (97%); and the governments of Australia (2%) and Japan (1%) under the Foreign Military Sales (FMS) program. Work will be performed in Keyport, Washington (30%); Centreville, Virginia (25%); Rockville, Maryland (15%); Manassas, Virginia (10%); Newport, Rhode Island (5%); Herndon, Virginia (5%); Dahlgren, Virginia (5%); Austin, Texas (1%); Moorestown, New Jersey (1%); Honolulu, Hawaii (1%); Fairfax, Virginia (1%); and Laurel, Maryland (1%), and is expected to be completed by May 2022. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $1,639,250 (32%); fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $1,569,301 (31%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $1,086,910 (21%); fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $340,723 (7%); fiscal 2021 other procurement (Navy) funds in the amount of $311,000 (6%); FMS Australia funds in the amount of $98,000 (2%); and FMS Japan funds in the amount of $74,000 (1%) will be obligated at time of award, of which funds in the amount of $1,639,250 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Section 1709 of the 2018 National Defense Authorization Act that modifies 15 U.S. Code 638(r), this small business innovative research phase (SBIR) III contract is awarded to L3 Adaptive Methods Inc., which is the same firm that was competitively selected for the SBIR Phase I and II awards. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Dynamics Mission Systems Inc.,* Pittsfield, Massachusetts, was awarded a $10,948,227 cost-plus-fixed-fee modification to previously awarded contract N00178-20-C-2310 to exercise options for Littoral Combat Ship Independence for combat management system software support and in-service engineering support. Work will be performed in Pittsfield, Massachusetts, with the period of performance ending April 2022. Fiscal 2021 operation and maintenance (Navy) funding in the amount of $25,720 will be obligated at time of award and will expire at the end of the current fiscal year (10 U.S. Code § 2410a - Contracts for periods crossing fiscal years: severable service contracts; leases of real or personal property). The Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity. (Awarded April 30, 2021)

ARMY

Lockheed Martin Corp., Orlando, Florida, was awarded a $10,382,596 modification (P00056) to contract W31P4Q-19-C-0071 for Hellfire and Joint-Air-to-Ground Missile engineering services. Work will be performed in Orlando, Florida, with an estimated completion date of Feb. 5, 2023. Fiscal 2019, 2020 and 2021 missile procurement, Army funds; fiscal 2021 research, development, test and evaluation, Army funds; fiscal 2019 and 2021 missile procurement, Air Force funds; fiscal 2020 weapons procurement, Navy funds; and fiscal 2021 research, development, test and evaluation, Navy funds in the amount of $10,382,596 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Production Products Manufacturing & Sales Co. Inc.,* St. Louis, Missouri, was awarded a $7,500,000 firm-fixed-price contract for the Force Provider Expeditionary TRICON System. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of May 4, 2026. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-21-D-0010).

UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES

University of Maryland, College Park, Office of Research Administration, College Park, Maryland, was awarded a firm-fixed-price, indefinite-quantity/indefinite-delivery contract (HU000121D0001) with a minimum award amount of $10,000 and a maximum ceiling/face value of $10,000,000 for Mid Atlantic Crossroads (MAX) connectivity that includes supplies and services that will include, but are not limited to, connectivity, colocation and engineering services in support of the Uniformed Services University of the Health Sciences. Work will be performed at Bethesda, Maryland; and San Antonio, Texas, from May 5, 2021, to May 4, 2026.  Operation and maintenance funds will be applied at the task order level. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. There are no known congressional interest in this requirement. Uniformed Services University of the Health Sciences, Bethesda, Maryland, is the contracting activity. 

*Small business