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 Some of the information contained within may be outdated and links may not function.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 24, 2021

AIR FORCE

HP Enterprise Services, Herndon, Virginia, has been awarded a $443,779,321 firm-fixed-price, cost-plus-incentive-fee, cost-plus-fixed-fee, cost-reimbursement contract for the U.S. Strategic Command Information Technology Capabilities.  This contract will provide services, capabilities and functions to include information technology infrastructure, mission critical systems and applications.  Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be completed June 30, 2026.  No funds are being obligated at the time of award.  The 55th Contracting Squadron, Offutt AFB, Nebraska, is the contracting activity. (FA4600-21-D-0001).

InfoScitex Corp., Dayton, Ohio, has been awarded a ceiling $48,000,000 indefinite-delivery/indefinite-quantity contract (FA8650-21-D-2620) for completing research and development for redefining the basic analytical and simulation environment (REBASE).  This contract involves research, development, and expansion of the advanced framework for simulation, integration, and modeling, which is a modular, object-oriented multi-domain operations modeling, simulation, and analysis framework.  This contract is awarded with two initial task orders, for Foundation I research and development in the amount of $6,579,615 (FA8650-21-F-2623); and Expansion I research and development in the amount of $3,828,861 (FA8650-21-F-2624).  Work will be performed in Dayton, Ohio, and is expected to be completed June 24, 2025.  This award is the result of a competitive acquisition with eight offers received. Fiscal 2021 research, development, test and evaluation funds in the amount of $2,800,000 will be obligated at the time of award on the first task order.  Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity.

NAVY

RQ Construction LLC, Carlsbad, California, is awarded a $217,657,842 firm-fixed-price task order (N62473-21-F-4921) under a multiple award construction contract for the design and construction of the Michelson Laboratory Complex and repair of wings Six and Seven at the Michelson Laboratory building at Naval Air Weapons Station, China Lake.  The task order also contains 25 unexercised options, which if exercised, would increase cumulative task order value to $225,596,669.  The work to be performed provides for the design and construction of an industrial shop, environmental laboratory and a chemistry laboratory for advanced materials research and development.  Work will be performed in Ridgecrest, California, and is expected to be completed by August 2025.  Fiscal 2020 military construction (Navy) contract funds in the amount of $186,453,782; and fiscal 2021 Navy working capital funds in the amount of $31,204,060, for a total of $217,657,842, are obligated on this award, with the Navy working capital funds expiring at the end of the current fiscal year.  Four proposals were received for this task order.  Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-21-D-1211).

Webcor Construction LP doing business as Webcor Builders, Alameda, California, is awarded a $113,295,656 firm-fixed-price task order (N62473-21-F-4923) under a multiple award construction contract for design and construction of a range control complex at Naval Air Weapons Station, China Lake.  The task order also contains 15 unexercised options, which if exercised, would increase cumulative task order value to $115,355,217.  The work to be performed includes design and construction of a range control complex consisting of four buildings, a range control center, range engineering and operations building, range instrumentation support facility and one building that will contain both the range fire control and missile assembly buildings.  Work will be performed in Ridgecrest, California, and is expected to be completed by January 2024.  Fiscal 2021 military construction (Navy) contract funds in the amount of $113,295,656 are obligated on this award and will not expire at the end of the current fiscal year.  Nine proposals were received for this task order.  Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-21-D-1214).

L-3 Chesapeake Science Corp., Millersville, Maryland, is awarded a $30,103,244 indefinite-delivery/indefinite-quantity contract containing cost-plus-fixed-fee, firm-fixed-price, and cost only provisions.  This contract is for submarine services and materials.  Work will be performed in Millersville, Maryland, and is expected to be completed in June 2026.  Non-expiring service cost center funds in the amount of $117,300 will be obligated at the first delivery order and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c) (5) (authorized or required by statute).  The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-21-D-L000).

L3 Technologies, Millersville, Maryland, is awarded a $24,702,510 fixed-price-incentive-fee, cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-16-C-6251 to exercise an option for the production of Navy equipment.  Work will be performed in Liverpool, New York (52%); Millersville, Maryland (28%); and Ashaway, Rhode Island (20%), and is expected to be completed by September 2023.  Fiscal 2021 other procurement (Navy) (59%) funds in the amount of $14,672,862; 2021 shipbuilding and conversion (Navy) (27%) funds in the amount of $6,686,432; and 2020 shipbuilding and conversion (Navy) (14%) funds in the amount of $3,343,216 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Tactical Air Support Inc., Reno, Nevada, is awarded a $14,800,000 firm-fixed-price contract.  This contract provides for the procurement of six block upgrade system kits, consisting of four F-5N+ kits and two F-5F+ kits, in support of the F-5N+/F+ avionics reconfiguration and tactical enhancement/modernization for inventory standardization program.  Work will be performed in Jacksonville, Florida (28%); Olathe, Kansas (15%); Carlsbad, California (11%); Clarksburg, Maryland (10%); Grand Rapids, Michigan (7%); Woodland Hills, California (6%); Franklin, North Carolina (6%); Salt Lake City, Utah (4%); Minneapolis, Minnesota (3%); Warner Robbins, Georgia (2%); Camarillo, California (2%); Jupiter, Florida (2%); Avenel, New Jersey (1%); Fairborn, Ohio (1%); Deerfield, Illinois (1%); and Auburn, Alabama (1%), and is expected to be completed in August 2022.  Fiscal 2021 aircraft procurement (Navy) funds in the amount of $14,800,000 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 Defense Federal Acquisition Regulation 6.302-1.  The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-21-C-0037).

PAE Government Services Inc., Arlington, Virginia, is awarded a $13,538,239 indefinite-delivery/ indefinite-quantity contract for base operating support services at Marine Corps Air Station (MCAS) Iwakuni.  The maximum dollar value including the base period and four option years is $75,883,617.  Work will be performed in Iwakuni, Japan, and is expected to be completed by June 2026.  No funds will be obligated at time of award.  The work to be performed provides for base operating support services at MCAS Iwakuni include family housing maintenance and repair, facilities repair and maintenance, custodial services, grounds maintenance, wastewater operations and maintenance and environmental services.  Fiscal 2021 operation and maintenance (Navy and Marine Corps) contract funds in the amount of $8,720,037 for recurring work will be obligated on individual task orders issued during the base period.  This contract was competitively procured via the contract opportunities website with five proposals received.  Naval Facilities Engineering Systems Command, Far East, Yokosuka, Japan, is the contracting activity (N40084-21-D-0060).

Global, a 1st Flagship Co.,* Irvine, California, is awarded an $8,974,465 cost-plus fixed fee modification to previously awarded contract N00024-17-C-4410 to exercise Option Period Four to acquire services and material necessary to support and maintain all vessels assigned to the Naval Sea Systems Command, Inactive Ship Maintenance Office, Pearl Harbor, Hawaii.  Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by July 2022.  Fiscal 2021 operation and maintenance (Navy) funding in the amount of $554,795 will be obligated at the time of award and will not expire at the end of the current fiscal year in accordance with Title 10 U.S. Code 2410a (authorizes Department of Defense to enter into severable services contracts that begin in one fiscal year and end not more than 365 days later, in the next fiscal year).  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

U.S. TRANSPORTATION COMMAND

Air Transport International Inc., Wilmington, Ohio (HTC711-19-D-W002) (P00003); American President Lines LLC, Washington, D.C. (HTC711-19-D-W003) (P00003); American Roll-On Roll-Off Carrier LLC, Parsippany, New Jersey (HTC711-19-D-W004) (P000030); Amerijet International Inc., Miami, Florida (HTC711-19-D-W005) (P00003); Farrell Lines Inc., Dulles, Virginia (HTC711-19-D-W006) (P00004); Hawaiian Airlines Inc., Honolulu, Hawaii (HTC711-19-D-W007) (P00003); Liberty Global Logistics LLC, Lake Success, New York (HTC711-19-D-W008) (P00003); National Air Cargo Group Inc., Orlando, Florida (HTC711-19-D-W009) (P00003); Northern Air Cargo Inc., Anchorage, Alaska (HTC711-19-D-W010) (P00003); Schuyler Line Navigation Co. LLC, Annapolis, Maryland (HTC711-19-D-W011) (P00003); and United Airlines Inc., Chicago, Illinois (HTC711-19-D-W012) (P00003), were awarded a firm fixed price modification in the estimated amount of $152,588,232 for international, commercial, multimodal transportation service between various continental U.S. and outside continental U.S. points and ports.  Transportation services include time-definite, door to door/port to door pickup and delivery, electronic data interchange, customs processing and clearance of containerized and breakbulk cargo.  This modification brings the total estimated cumulative face value of the contract to $278,694,196 from $126,105,964.  The location of performance is worldwide, as specified on each individual order.  The contract period of performance is from July 1, 2021, to June 30, 2023.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Leading Technology Composites Inc., doing business as LTC Inc., Wichita, Kansas, has been awarded a maximum $94,743,060 firm-fixed-price, indefinite-quantity contract for enhanced side ballistic inserts.  This was a competitive acquisition with five responses received.  This is a three-year six-month contract with no option periods.  Location of performance is Kansas, with a Dec. 23, 2024, ordering period end date.  Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard.  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-1461).

ARMY

Skookum Educational Programs, Bremerton, Washington, was awarded a $14,999,976 firm-fixed-price contract for sustainment, restoration and modernization services.  Bids were solicited via the internet with one received.  Work will be performed at Fort Riley, Kansas, with an estimated completion date of June 28, 2022.  Fiscal 2021 operation and maintenance (Army) funds in the amount of $3,125,000 were obligated at the time of the award.  U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-21-C-0035)

*Small business