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 Some of the information contained within may be outdated and links may not function.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 March 11, 2020

NAVY

Raytheon Missile Systems, Tucson, Arizona, is awarded a $109,607,857 firm-fixed-price modification to previously-awarded contract N00024-19-C-5406 for MK 15 Close-In Weapon System upgrades and conversions, system overhauls and associated hardware. Work will be performed in Louisville, Kentucky (29%); Tucson, Arizona (20%); El Segundo, California (9%); Melbourne, Florida (5%); Pittsburgh, Pennsylvania (3%); Andover, Massachusetts (2%); Ottobrunn, Germany (2%); Williston, Vermont (2%); Tempe, Arizona (1%); Grand Rapids, Michigan (1%); Hauppauge, New York (1%); Ashburn, Virginia (1%); East Syracuse, New York (1%); Camarillo, California (1%); Phoenix, Arizona (1%); Joplin, Missouri (1%); Murray, Utah (1%); Dallas, Texas (1%); Corona, California (1%); Huntsville, Alabama (1%); Minneapolis, Minnesota (1%); Valencia, California (1%); Palo Alto, California (1%); and various places below one percent (13%). Work is expected to be complete by October 2023. Fiscal 2020 operations and maintenance (Navy); fiscal 2020 shipbuilding and conversion (Navy); and fiscal 2020 weapons procurement (Navy) funding in the amount of $109,607,857 will be obligated at time of award and were not competitively procured. Funds in the amount of $61,492,849 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

M.A. Mortenson Co., doing business as Mortenson Construction, Minneapolis, Minnesota (N62473-18-D-5850); RQ Construction LLC, Carlsbad, California (N62473-18-D-5851); R. A. Burch Construction Co. Inc.,* Ramona, California (N62473-18-D-5852); Harper Construction Co. Inc., San Diego, California (N62473-18-D-5853); Sundt Construction Inc., Tempe, Arizona (N62473-18-D-5854); SOLPAC Construction Inc., doing business as Soltek Pacific Construction Co., San Diego, California (N62473-18-D-5855); Bethel-Webcor Pacific JV,* Anchorage, Alaska (N62473-18-D-5856); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N62473-18-D-5858), are awarded $92,000,000 to increase the aggregate capacity of the previously awarded suite of firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contracts. The contracts are for new construction, renovation and repair of commercial and institutional building construction projects at various government installations located in California, Arizona, Nevada, Utah, Colorado and New Mexico. All work will be performed at various federal sites within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility. The maximum dollar value, including the base year and four option years for all eight contracts combined has increased from $750,000,000 to $842,000,000. No funds are being obligated on this award and contract funds will not expire. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (O&M) (Navy); O&M Marine Corps; and Navy working capital funds. The original contract was competitively procured via the Navy Electronic Commerce Online website and 22 proposals were received. The NAVFAC Southwest, San Diego, California, is the contracting activity.

Lockheed Martin Corp. Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $65,008,603 cost-plus-incentive-fee and cost-only modification to previously-awarded contract (N00024-19-C-5603) for combat system and engineering support of the Ship Self-Defense System. Work will be performed in Moorestown, New Jersey, and is expected to be complete by June 2022. Fiscal 2020 and 2019 operations and maintenance (Navy); fiscal 2020 and 2019 research, development, test and evaluation (Navy); fiscal 2020 and 2019 other procurement (Navy); and fiscal 2018, 2017 and 2016 shipbuilding and conversion (Navy) funding in the amount of $4,707,191 will be obligated at time of award. Funds in the amount of $727,389 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Ocean Shipholdings Inc., Houston, Texas, is awarded a $13,445,617 modification under previously awarded firm, fixed-price contract (N32205-17-C-3001) to fund the second one-year option period. This contract option is being exercised for the operation and maintenance of two U.S. Naval Ship (USNS) Gordon-class, class surge, large, medium-speed roll-on/roll-off vessels; and two USNS Shughart class surge, large, medium-speed roll-on/roll-off vessels. This contract includes a 12-month base period, four 12-month option periods and a six-month option which, if exercised, would bring the cumulative value of this contract to $220,028,462. Working capital contract funds (Navy) in the amount of $13,445,617 are obligated for fiscal 2020 and fiscal 2021 and will not expire. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-17-C-3001).

American International Contractors Inc., Arlington, Virginia, is awarded a $10,017,893 firm-fixed-price contract for alterations to the operation control center at Naval Support Activity I Bahrain. The work to be performed provides for the construction of a secure area requiring adherence to the National Counterintelligence and Security Center technical specifications for construction and management of sensitive compartmented information facilities, Version 1.4. Work will be performed in Manama, Bahrain, and is expected to be completed by August 2021. Fiscal 2020 operations and maintenance, (Navy) contract funds in the amount of $10,017,893 are obligated on this award and will not expire at the end of the current fiscal year. This contract was not competitively procured via the Federal Business Opportunities website. This proposed contract action will be awarded pursuant to Federal Acquisition Regulation 6.302-2, Unusual and Compelling Urgency. The Naval Facilities Engineering Command, Europe Africa Central, is the contracting activity (N33191-20-C-0002).

Cubic Defense Applications Inc., Austin, Texas, was awarded a $9,027,588 performance-based, cost-plus-fixed-fee, completion contract (N65236-20-C-8007). This contract is for research to develop and demonstrate software for real-time logistics and supply chain system situational awareness, future state prediction and assessment of resilience at unprecedented scale and speed. The contract includes an 18-month base period. Contract funds in the amount of $100,000 were obligated at the time of award. Work will be performed in Austin, Texas (61%); Minneapolis, Minnesota (22%); and Reston, Virginia (17%), and is expected to be completed by September 2021. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured, by full and open competition under the Defense Advanced Research Projects Agency Strategic Technology Office broad agency announcement HR0011-19-S-0053 via the Federal Business Opportunities website, with nine timely offers received. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. (Awarded March 9, 2020)

ARMY

AECOM Technical Services Inc., Los Angeles, California (W91278-20-D-0004); HDR Environmental, Operations and Construction Inc., Englewood, Colorado (W91278-20-D-0005); MSE Group LLC,* San Antonio, Texas (W91278-20-D-0006); Jacobs Engineering Group Inc., Dallas, Texas (W91278-20-D-0007); Phe-Baker JV LLC,* Rockville, Maryland (W91278-20-D-0008, W91278-20-D-0009); Tetra Tech Inc., Pasadena, California (W91278-20-D-0010); and Trinity/Jacobs JV LLC,* Shalimar, Florida (W91278-20-D-0011), will compete for each order of the $49,000,000 firm-fixed-price contract for architect and engineering services to support the U.S. Army Corps of Engineers South Atlantic Division. Bids were solicited via the internet with 20 received. Work locations and funding will be determined with each order, with an estimated completion date of March 10, 2023. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Salient CRGT, Fairfax, Virginia, was awarded a $38,078,488 modification (P00012) to contract W52P1J-18-C-0020 to provide mission critical information technology communications infrastructure and services in support of U.S. Special Operations military forces. Work will be performed in Fayetteville, North Carolina, and in Afghanistan, with an estimated completion date of March 14, 2023. Fiscal 2020 operations and maintenance, Army funds in the amount of $38,078,488 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Tetra Tech-Stanley JV, Gahanna, Ohio, was awarded a $12,000,000 firm-fixed-price contract for multi-disciplinary professional architect-engineer services primarily for civil works design. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of March 11, 2025. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-20-D-0009).

AIR FORCE

Northrop Grumman Systems Corp., Woodland Hills, California, has been awarded a not-to-exceed $24,978,602 unpriced change order modification (P00013) to previously awarded contract FA8540-19-C-0001 for embedded Global Positioning System/Inertial Navigation System engineering, manufacturing and development. This modification provides for the incorporation of System Requirements Document Version 3.2.1 and the incorporation of Statement of Work Revision 4. Work will be performed in Woodland Hills, California, and is expected to be complete by June 30, 2021. Fiscal 2020 research and development funds in the amount of $7,500,000 are being obligated at the time of award. The total cumulative face value of the contract is $149,990,015. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

SND Manufacturing, Dallas, Texas, has been awarded a maximum $8,130,915 modification (P00003) exercising the first one-year option period of a one-year base contract (SPE1C1-19-D-5038) with four one-year option periods for running suit jackets. This is an indefinite-delivery contract. Location of performance is Texas, with a March 17, 2021, performance completion date. Using military services are Navy and Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

CORRECTION: The contract announced on March 6, 2020, for Quantico Tactical Inc.,* Aberdeen, North Carolina (SPE8EJ-19-D-0015), which is one of six companies sharing a $4,000,000,000 award, was announced with an incorrect contract number. The correct contract number is SPE8EJ-20-D-0015.

*Small Business