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 Some of the information contained within may be outdated and links may not function.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 10, 2020

ARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $2,477,329,768 fixed-price-incentive contract for the production of Stryker Double V-Hull A1 engineering change proposal vehicles. 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 April 30, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0005).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $1,042,250,000 modification (P00001) to contract W31P4Q-20-C-0023 for incidental services, hardware, facilities, equipment, and all technical, planning, management, manufacturing, and testing efforts to produce Phased Array Tracking Radar to Intercept on Target Advanced Capability-3 missiles. Bids were solicited via the internet with one received. Work will be performed in Huntsville, Alabama; Camden, Arkansas; Chelmsford, Massachusetts; Grand Prairie, Texas; and Lufkin, Texas, with an estimated completion date of Oct. 31, 2024. Fiscal 2020 missile procurement, Army; and Foreign Military Sales (Bahrain, Germany, Poland, Qatar, Romania, Republic of Korea, United Arab Emirates) funds in the amount of $1,042,250,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Richard Group LLC,* Glenview, Illinois (W912QR-20-D-0026); Iron Mike Construction,* Centennial, Colorado (W912QR-20-D-0027); and AMI & LGC JV LLC,* Andover, Kansas (W912QR-20-D-0028), will compete for each order of the $45,000,000 firm-fixed-price contract for construction services for the Great Lakes and Ohio River Division mission boundaries. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of June 9, 2023. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity.

Seres-Arcadis SB JV LLC,* Charleston, South Carolina, was awarded a $9,625,000 firm-fixed-price contract to perform optimized remediation for the Air Force. Bids were solicited via the internet with six received. Work will be performed at Joint Base Andrews, Maryland, with an estimated completion date of June 9, 2029. Fiscal 2020-2029 operations and maintenance, Army funds in the amount of $9,625,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-C-0011).

NAVY

General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $104,214,429 cost-plus-incentive-fee, cost-plus-fixed-fee, and cost-no-fee contract (N00030-20-C-0003) for fiscal 2020-2023 Columbia (US01) and Dreadnought ballistic missile submarine class development, production and installation requirement.  Work will be performed in Pittsfield, Massachusetts (90%); the United Kingdom (6%); Quonset Point, Rhode Island (3%); and Groton, Connecticut (1%).  Work is expected to be complete by November 2024.  Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $26,390,000; United Kingdom funds in the amount of $10,727,082; and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $2,210,541 are obligated on this award, and no funds will expire at the end of the current fiscal year.  This contract is being awarded to the contractor on a sole-source basis under 10 U.S. Code 2304(c)(1) and four were previously synopsized on the Federal Business Opportunities website.  Strategic Systems Programs, Washington, D.C., is the contracting activity.

BAE Systems, Information and Electronic Systems Integration Inc., Greenlawn, New York, is awarded a $58,738,453 firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  This contract provides for the manufacture, test and delivery of 239 Mode 5 capable RT-1763C/D AN/APX-111(V) combined interrogator transponders and 397 spare shop replaceable assemblies for the F/A-18 Super Hornet series and Boeing EA-18G Growler warfare aircraft for the Navy and the government of Canada.  Work will be performed in Greenlawn, New York (84%); and Austin, Texas (16%), and is expected to be complete by December 2025.  No funds will be obligated at the time of award.  Funds will be obligated on individual orders as they are issued.  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 (N00019-20-D-0002).

Cardno – Amec Foster Wheeler JV, Charlottesville, Virginia, is awarded $50,000,000 for a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $50,000,000 for Marine Corps (USMC) facility assessments utilizing the BUILDER Sustainment Management System at various USMC installations worldwide.  No task orders are being issued at this time.  Work will be performed at various USMC facilities worldwide:  North Carolina (31%); Japan (25%); California (22%); Hawaii (7%); Virginia (5%); South Carolina (4%); Georgia (3%); Arizona (2%); and Republic of Korea (1%).  The work to be performed provides for condition assessments of facilities approximately 20 million square feet and greater annually and BUILDER is utilized for major building component systems, data input, data analysis and interpretation, remote entry database and web-based BUILDER.  It is also used for assessment and management training; other knowledge-based sustainment management system facility assessments and training; other specialized engineering assessments and studies for site facilities; conventional or deficiency-based facility assessments and training; life-cycle, space utilization and functionality assessments; and short and long range maintenance planning.  Work is expected to be complete by June 2025.  Fiscal 2020 operations and maintenance (Marine Corps) (O&M, MC) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by O&M, MC.  This contract was competitively procured via the Navy Electronic Commerce Online website and four proposals were received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-D-0615).

Communications and Power Industries, Palo Alto, California, is awarded a $43,798,135 firm-fixed-price requirements contract for the repair of continuous wave illuminator traveling wave tubes in support of the Aegis Combat System.  Work will be performed in Palo Alto, California, and is expected to be complete by June 2025.  The contract includes a five-year base period with no options.  Annual working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year.  One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1), and one offer was received.  The Naval Supply Systems Command, Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-20-D-VD01).

Machine Tools USA Inc.,* Mathews, Virginia (N68936-20-D-0014); Machine Tool Marketing Inc.,* Bixby, Oklahoma (N68936-20-D-0015); and Pacific IC Source,* Yucaipa, California (N68936-20-D-0016), are awarded $25,000,000 for indefinite-delivery/indefinite-quantity contracts in support of the Naval Air Warfare Center Weapons Division.  Work will be performed at the contractor’s locations.  These contracts provide various types of plant and laboratory tools, analytical and diagnostic equipment, work holding devices and peripheral equipment for conventional and computer numerically controlled equipment in support of advanced technology products for the Energetics Department.  The estimated aggregate ceiling for all contracts is $25,000,000, with the companies having an opportunity to compete for individual orders.  Work is expected to be completed in June 2025.  No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued.  These contracts were competitively procured via an electronic request for proposals and three offers were received.  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.

ETM-Electromatic Inc.,* Newark, California, is awarded a $9,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a ceiling of $9,500,000 for the procurement of supplies and engineering services required for the modulator procurement, other spare parts and services for repairs and upgrades for ETM High Power Modulators.  Work will be performed in Newark, California (75%); Crane, Indiana (8.4%); Palo Alto, California (8.3%); and Rancho Cordova, California (8.3%).  These modulators are used to simulate operating conditions so microwave devices can be evaluated outside of their normal systems.  These modulators allow the operator to safely and accurately evaluate a microwave device in a lab-controlled environment.  The use of the microwave devices is critical in maintaining the radars aboard Navy ships in operational status.  Work is expected to be complete by June 2025.  Fiscal 2020 other procurement (Navy) funding in the amount of $30,662 will be obligated at time of 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 in accordance with 10 U.S. Code 2304(c)(1).  This contract was not competitively procured and only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-20-D-WP60).

UPDATE:  An indefinite-delivery/indefinite-quantity, multiple award design-build/design-bid-build construction contract announced on Jan. 31, 2020, with a combined value of $990,000,000, has added HHM Laulima Constructors JV, Honolulu, Hawaii (N62478-20-D-4013); Nan Inc., Honolulu, Hawaii (N62478-20-D-4014); and TNT Constructors, Bremerton, Washington (N62478-20-D-4015), as three of 10 awardees to design-build and design-bid-build construction projects located within the Naval Facilities Engineering Command Hawaii area of operations.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Blue Canyon Technologies Inc.,* Boulder, Colorado, has been awarded a $14,183,250 cost-plus-fixed-fee contract for the Blackjack Track B (Bus) Phases 2 and 3 program.  Work will be performed in Boulder, Colorado, with an estimated completion date of June 2021.  Fiscal 2020 research and development funds in the amount of $10,282,600 are being obligated at the time of award.  This contract is a competitive acquisition in accordance with the original broad agency announcement HR0011-18-S-0032.  The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0094).

DEFENSE LOGISTICS AGENCY

Sea Box Inc.,* Cinnaminson, New Jersey, has been awarded a maximum $7,799,220 firm-fixed-price contract for commercial shipping and storage containers.  This was a competitive acquisition with 15 responses received.  This is a one-year contract with no option periods.  Locations of performance are New Jersey and Republic of Korea, with a March 15, 2021, performance completion date.  Using customer is Army.  Type of appropriation is fiscal 2020 through 2021 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-20-C-0006).

*Small Business