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 Some of the information contained within may be outdated and links may not function.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 June 3, 2021

ARMY

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $942,900,000 cost-no-fee, cost-plus-fixed-fee, firm-fixed-price contract for procurement of the production, integration, engineering and logistical support, and fielding of Stryker Medium Caliber Weapon System vehicles. 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 June 2, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-21-D-0017).

Textron Systems Corp., Hunt Valley, Maryland, was awarded a $92,535,540 cost-plus-fixed-fee, firm-fixed-price contract for One System Remote Video Terminal (OSRVT) and Soldier Portable OSRVT (SPOT) production with contractor logistics support. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 7, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-21-D-0059).

Hensel Phelps, Phoenix, Arizona, was awarded a $35,524,000 firm-fixed-price contract for the design, bid and construction of an office building. Bids were solicited via the internet with six received. Work will be performed in Kirtland Air Force Base, New Mexico, with an estimated completion date of May 31, 2023. Fiscal 2021 military construction, Army funds in the amount of $35,524,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-21-C-0010).

Woolpert Inc., Dayton, Ohio, was awarded a $22,666,666 firm-fixed-price contract for photogrammetric and Light Detection and Ranging (LiDAR) surveying and mapping. Bids were solicited via the internet with 38 received. Work locations and funding will be determined with each order, with an estimated completion date of June 2, 2026. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-21-D-0032).

HME Construction Inc.,* Vancouver, Washington, was awarded a $9,221,500 modification (P00002) to contract W912DW-21-C-0003 for dredging. Work will be performed in Aberdeen, Washington, with an estimated completion date of Feb. 22, 2023. Fiscal 2021 operation and maintenance, Army Reserve funds in the amount of $9,221,500 were obligated at the time of the award.  U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity.

CORRECTION: The contract announced on June 2, 2021, to Lockheed Martin Corp., Orlando, Florida (W58RGZ-21-C-0016), for the AH-64 Apache Modernized Target Acquisition Designation Sight/Pilot Night Vision Sensor performance based logistics program, was actually awarded on June 3, 2021.

DEFENSE HEALTH AGENCY

Johns Hopkins Applied Physics Laboratory, Laurel, Maryland (HT001121D0002), was awarded an indefinite-delivery/indefinite-quantity, single award contract with a maximum of $100,000,000 to maintain an essential research and engineering capability supporting long-term organizational performance improvement within the Military Health System (MHS); engagement with external stakeholders and supported military commands; advisory and assistance support on complex issues affecting strategic planning, resource allocation, and operational oversight of the MHS; and exploratory research and investigations in topics of interest to the MHS. This effort has an ordering period beginning June 1, 2021, and ending May 31, 2026. Work location is task order dependent but primarily will occur at Laurel, Maryland. Task orders will be funded by research, development, test and engineering; or operation and maintenance appropriations available for obligation at the time of ordering.  This contract was awarded under other than full and open competition with no other sources solicited. The Defense Health Agency Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded June 1, 2021)

Perspecta Enterprise Solutions LLC, Herndon, Virginia (HT001121F0040), was awarded a sole-source, firm-fixed-price contract in the amount of $12,142,648 for the Defense Health Agency (DHA) Information Technology Global Service Center (GSC) support.  This is a bridge contract to allow the current vendor to provide the same level of service, and allow time for the GSC mission to be transitioned to the newly established Enterprise Information Technology Services Integrator (EITSI) that will be part of the first call order awarded against the EITS blanket purchase agrrement. This non-personal services contract provides 24/7/365 state-of-the-art management of the DHA GSC, infrastructure performance optimization, and supports transforming into a world-class customer advocate using data and methodologies to drive efficiencies and continuous process improvement. The contract has a period of performance for three months, and three three-month option periods. The place of performance is San Antonio, Texas.  The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. 

NAVY

Northrop Grumman Corp., Plymouth, Minnesota, is awarded a firm-fixed price, indefinite-delivery/indefinite-quantity contract with a maximum ceiling of $81,031,456 for the delivery of up to 300 XM914E1 30mm x 113mm chain guns, spares, training, and associated engineering services in support of the Program Manager Ground-Based Air Defense — Marine Air Defense Integrated System Increment 1 program. All work will be performed in Mesa, Arizona, with an estimated completion date of May 31, 2026. Fiscal 2020 procurement (Marine Corps) funds in the amount of $6,787,066 will be obligated at the time of award and funds will not expire this fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-21-D-0055).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $53,166,166 modification (P00001) to a cost-plus-fixed-fee undefinitized order (N0001920F0078) against a previously issued basic ordering agreement (N0001919G0008). This modification increases the scope for procurement of various material and software required for the 30P06 capability upgrade to all fielded pilot and maintenance training systems in support of the F-35 program for the Air Force, Navy, Marine Corps, non-Department of Defense (DOD) participants, and Foreign Military Sales customers.  Work will be performed in Orlando, Florida (95%); and Fort Worth, Texas (5%), and is expected to be completed in May 2023. Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $16,553,212; fiscal 2020 aircraft procurement (Navy) funds in the amount of $7,144,533; and non-DOD participant funds in the amount of $29,468,421 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. 

Q.E.D. Systems Inc.,* Virginia Beach, Virginia, is awarded a $51,041,888 modification to previously awarded contract N00024-18-C-4312. The modification is for the support of execution planning efforts to support West Coast, East Coast and outside the contiguous U.S. maintenance and sustainment execution contracts for Littoral Combat Ship class ships, and increases the cumulative value of this contract to $141,400,436. Work will be performed in San Diego, California (80%); and Virginia Beach, Virginia (20%), and is expected to be completed by June 2022. No funding will be obligated at time of award. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AMP United LLC,* Dover, New Hampshire (N42158-21-D-S001); International Marine and Industrial Applicators LLC, Spanish Fort, Alabama (N42158-21-D-S002); and Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N42158-21-D-S003), are awarded a combined $41,745,389 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the preservation and maintenance of Navy submarines. Typical work under the scope of this multiple award contract effort includes but is not limited to: blasting, preservation, and surface preparation; touch-up, blasting, and painting of high solid coatings and non-high solid coatings; cleaning of sanitary and other tanks; construction of scaffolding required to accomplish taskings; general shipboard cleaning; containment/blast protection; preparation and preservation of dampening tiles; zinc replacement; lead ballast removal and installation; and special hull treatment removal, preparation, preservation, and installation. Each awardee will be awarded $10,000 (minimum contract guarantee per awardee) at the time of award. The contracts have a base one-year ordering period with four additional optional one-year ordering periods which, if exercised, would bring the cumulative value to $248,692,224 over a five-year period to the three vendors combined. Work will be performed at Norfolk Naval Shipyard (NNSY), Portsmouth, Virginia (80%); and other locations under the cognizance of NNSY (80%), as well as at Portsmouth Naval Shipyard (PNSY), Kittery, Maine, and other locations under the cognizance of PNSY (20%). If all options are exercised, work will continue through June 2026. Fiscal 2021 operation and maintenance (Navy) funding in the amount of $30,000 ($10,000 minimum guarantee per contract) will be obligated at the time of award and will expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with three offers received. The Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $33,105,737 firm-fixed-price contract to procure 53 distributed targeting processor-networked (DTP-N) B-kits; 44 DTP-N A1-kits; and 19 DTP-N A2 kits in support of DTP-N full-rate production to implement anti-surface warfare capability in the F/A-18E/F and EA-18G aircraft for the Navy and government of Australia. Work will be performed in Melbourne, Florida (78%); and St Louis, Missouri (22%), and is expected to be completed in September 2023. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $ 21,740,453; and Foreign Military Sales funds in the amount of $11,365,284 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001921C0001). 

Milestone Contractors LP, Bloomington, Indiana, is awarded a maximum $20,000,000 indefinite-delivery/indefinite-quantity contract for construction services at Naval Support Activity Crane, Indiana; and Glendora Test Facility, Sullivan, Indiana. The work to be performed includes excavation and fill, asphalt repairs and replacement, highway striping, guardrail repair and replacement, concrete work, culvert replacement, fence repair and replacement, erosion control, road and lot maintenance, sidewalk repair and replacement, highway sign maintenance repair and replacement, and incidental related work. Work will be performed in Crane, Indiana (99%); and Sullivan, Indiana (1%). The term of the contract is not to exceed 36 months with an expected completion date of June 2024.  No task orders are being issued at this time. Future task orders will be primarily funded by working capital (Army) and working capital (Navy). This contract was competitively procured via the beta.sam.gov website with two proposals received. Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-21-D-0049). 

Management Services Group Inc., doing business as Global Technical Systems,* Virginia Beach, Virginia, is awarded a $13,291,701 firm-fixed-price and cost-plus-fixed-fee term modification to previously awarded contract N6339419C0008 to exercise options for ordnance alteration kit production, on-board allowance spares kit production, and engineering services for Technical Insertion 12H of the Common Processing System. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by May 2022. Fiscal 2021 procurement (defense-wide) funds in the amount of $7,118,244 (54%); and fiscal 2021 other procurement (Navy) funds in the amount of $6,173457 (46%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded a $12,015,026 modification (P00036) to a previously awarded cost-plus-fixed-fee contract (N0001914C0036). This modification increases the ceiling to extend services and adds hours increasing the full-scale fatigue repair time to achieve the required simulated flight hours in support of E-2D Advanced Hawkeye aircraft development. Work will be performed in El Segundo, California (59%); Melbourne, Florida (35%); and Bethpage, New York (6%), and is expected to be completed in June 2023. No funds will be obligated at time of award. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

LifePort LLC, Woodland, Washington, has been awarded a maximum $42,000,000 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 June 2, 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-0064). 

San Antonio Shoe, San Antonio, Texas, has been awarded a maximum $25,423,460 fixed-price, indefinite-delivery/indefinite-quantity contract for men’s and women’s athletic shoes. This was a competitive acquisition with three responses received. This is a two-year contract with no option periods. Location of performance is Texas, with a June 2, 2023, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2021 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1458). 

UPDATE: SupplyCore Inc., Rockford, Illinois (SPE8EC-21-D-0082), has been added as an awardee to the multiple award contract for commercial sweeper and scrubber equipment, issued against solicitation SPE8EC-17-R-0003 and awarded Aug. 31, 2017. 

AIR FORCE

BAE Systems, San Diego, California, has been awarded a $34,135,237 time and materials contract for Mobility Air Forces Automated Flight Planning Service (MAFPS) maintenance.  This contract provides for continued Level III software maintenance of both functional and infrastructure/cyber security technical support to the fielded MAFPS system. Work will be performed in San Diego, California, and is expected to be completed May 2024. This award is the result of a sole-source acquisition. Fiscal 2021 operation and maintenance funds in the amount of $145,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-21-F-0120).

Black River System Co., Inc., Utica, New York, has been awarded a $11,967,412 cost-plus-fixed-fee type contract for Cognitive Algorithms for Signals Intelligence (SIGINT) Contested and Degraded Environments (CASCADE) software and hardware prototype. The scope of this effort is to research unique and innovative techniques and algorithms that provide the identification, collection, processing, and exploitation of electronic communication signals in a moderate to dense co-channel environment. It also includes evaluation of technologies within the Open Architecture Technology Laboratory to validate the viability of developed capabilities for transition into the Air Force intelligence surveillance reconnaissance enterprise. This effort will also encompass the development of hardware and software prototype capabilities at the Rome Research Site and at the Stockbridge Experimentation and Test Facility for open-air calibration and testing to assess both SIGINT and cyber systems and techniques. Work will be performed in Utica, New York, and is expected to be completed June 3, 2025. This award is the result of a competitive acquisition, and two offers were received. Fiscal 2021 research, development, test and evaluation funds in the amount of $760,483 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-21-C-1505).

WASHINGTON HEADQUARTERS SERVICES

CORRECTION: The contract announced on June 2, 2021, to Tecolote Research Inc., Goleta, California (HQ0034-21-F-0246), to provide cost analysis and technical support services to the Cost Assessment Data Enterprise within the Office of the Director of Cost Assessment and Program Evaluation, was actually awarded on June 3, 2021.

*Small business