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 Some of the information contained within may be outdated and links may not function.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 Oct. 5, 2020

ARMY

Science Applications International Corp., Reston, Virginia (W9128Z-21-D-0001); General Dynamics Information Technology Inc., Fairfax, Virginia (W9128Z-21-D-0020); and NCI Information Systems Inc., Reston, Virginia (W9128Z-21-D-0003), will compete for each order of the $800,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for engineering related activities in support U.S. Army Information Systems Engineering Command.  Bids were solicited via the internet with 11 received.  Work locations and funding will be determined with each order, with an estimated completion date of Oct. 4, 2023.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded an $11,949,962 modification (P00118) to contract W56HZV-17-C-0067 for Abrams systems technical support.  Work will be performed in Sterling Heights, Michigan, with an estimated completion date of March 31, 2022.  Fiscal 2019 weapons and tracked combat vehicle procurement (Army) funds; and 2010 Foreign Military Sales (Morocco) funds in the amount of $11,949,962 were obligated at the time of the award.  The U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

SPACE DEVELOPMENT AGENCY

L3Harris Technologies Inc., Melbourne, Florida, is awarded a $193,599,342 firm-fixed-price contract for the Space Development Agency Tracking Layer Tranche 0, Wide Field of View program.  The proposal was received and evaluated under request for proposal HQ0850-20-R-0003.  The work to be performed under this contract will include on-time delivery of space vehicles and optical wide field of view payloads.  Work will be performed in various locations in the continental U.S. (99.2%); and Canada (0.8%).  Fiscal 2020 research, development, test and evaluation funds (defense-wide) will be obligated at the time of award.  The Space Development Agency, Washington, D.C., is the contracting activity (HQ0850-21-C-0002).

Space Exploration Technologies Corp., Hawthorne, California, is awarded a $149,175,246 firm-fixed-price contract for the Space Development Agency Tracking Layer Tranche 0, Wide Field of View program.  The proposal was received and evaluated under request for proposal HQ0850-20-R-0003.  The work to be performed under this contract will include on-time delivery of space vehicles and optical wide field of view payloads.  Work will be performed in various locations in the continental U.S.  Fiscal 2020 research, development, test and evaluation funds (defense-wide) will be obligated at the time of award.  The Space Development Agency, Washington, D.C., is the contracting activity (HQ0850-21-C-0001).

NAVY

Upcavage, Bauer and Crane Inc.,* Tampa, Florida, was awarded a $48,292,758 firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  This contract provides for the production, test and delivery of up to a maximum of 500 Steerable Antenna Systems (SAS) for electronic warfare/electronic attack pods AN/ALQ-167, AN/AST-9, AN/DLQ-9, and sub-scale targets BQM-34, BQM-74, BQM-167 and BQM-177 in support of U.S. weapon system testing supported by the Airborne Threat Simulation Organization.  Additionally, this contract provides sustainment engineering to include teardown, evaluation and repair and modification services.  Work will be performed in Tampa, Florida, and is expected to be completed in September 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 competitively procured via an electronic request for proposal; one offer was received.  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-21-D-0001).

Systems Application and Technologies Inc.,* Oxnard, California, was awarded a $26,540,541 modification (P00035) to previously awarded cost-plus-fixed-fee, cost reimbursable contract N68936-18-C-0046.  This modification exercises options to provide operational and intermediate level maintenance for both aerial and seaborne assets.  This includes air and sea vehicles and vessels used for manned and unmanned training and test events.  Aerial assets include subsonic and supersonic aerial targets.  Seaborne assets include a combination of target and training support vessels.  Work will be performed in Port Hueneme, California (57%); Point Mugu, California (35%); Ridgecrest, California (2%); Las Cruces, New Mexico (2%); Kauai, Hawaii (1%); Salt Lake City, Utah (1%); Lompoc, California (1%); and various locations outside the continental U.S. (1%), and is expected to be completed in September 2021.  Working capital funds (Navy) funds in the amount of $14,155,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is awarded a $12,078,333 cost-plus-fixed-fee modification to previously awarded contract N00024-11-C-2300 to exercise an option for post-delivery support for the Littoral Combat Ship USS Cooperstown (LCS 23).  Work will be performed in Marinette, Wisconsin (57%); Hampton, Virginia (14%); Moorestown, New Jersey (11%); San Diego, California (11%); and Washington, D.C. (7%), and is expected to be completed by February 2022.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $8,200,000 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.

Offshore Service Vessels LLC, Cut Off, Louisiana (N32205-19-C-3514), is awarded a $10,756,185 option under a previously awarded firm-fixed-price contract to fund the first one-year option period.  The option will continue to provide for the U.S. flag Jones Act, West Coast based service support vessel Motor Vessel Alyssa Chouest which will be utilized to launch and recover Navy submersibles, divers and small craft.  The previously awarded contract includes a 12-month firm period of performance, three 12-month option periods, and one 11-month option period, which, if exercised, would bring the cumulative value of this contract to $54,238,356.  Work will be performed in Pearl Harbor, Hawaii, and at sea, and is expected to be completed, if all options are exercised, by Sept. 6, 2024.  Working capital funds (Navy) in the amount of $10,756,185 will be obligated for fiscal 2021 and will expire at the end of fiscal 2021.  The contract was competitively procured with proposals solicited via the Federal Business Opportunities website and six offers were received.  The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-C-3514).

TestVonics Inc.,* Peterborough, New Hampshire, is awarded a $10,139,475 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for air data calibrator systems to support the Naval Air Systems Command, Metrology and Calibration Program.  The air data calibrator systems are used at intermediate level calibration laboratories afloat and ashore, as well as the depot level calibration laboratories to control and measure altitude and airspeed pressure in automated test applications.  Work will be performed in Peterborough, New Hampshire, and is expected to be completed by October 2025.  Fiscal 2020 aircraft procurement (Navy) funding in the amount of $307,455 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 in accordance with 10 U.S. Code 2304(c)(1); only one source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-21-D-0048).

Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded a $9,485,744 not-to-exceed, fixed-price incentive modification to previously-awarded contract N00024-13-C-2307 for Engineering Change Proposal 51-2006, replacement of the distributed integrated power node centers with Mark C. Pope ADV 180 on Arleigh Burke Class guided missile destroyer DDG 121.  This effort encompasses all of the manpower, support services, material, peripheral impacts and associated technical data and documentation required to prepare for and accomplish Engineer Change Proposal 51-2006.  Work will be performed in Pascagoula, Mississippi, and is expected to be completed April 2022.  Fiscal 2016 shipbuilding and conversion (Navy) funding is being in the amount of $3,962,729 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 in accordance with 10.U.S. Code 2304 (c) (3).  The Supervisor of Shipbuilding, Conversion and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

CH2M Hill Constructors Inc., Englewood, Colorado, was awarded an $8,247,534 firm-fixed-price task order modification (N69450-20-F-0078) under previously-awarded multiple-award construction contract N62470-19-D-8024 for Hurricane Sally recovery at Naval Air Station Pensacola, Florida.  Work will be performed in Pensacola, Florida, and is expected to be completed by December 2020.  This modification brings the total cumulative task order value to $14,247,534.  Fiscal 2020 operations and maintenance (Navy) funding in the amount of $7,998,716 (97%); and fiscal 2020 Defense Health Program funding in the amount of $248,818 (3%), was obligated at time of award and expired at the end of the fiscal 2020.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. (Awarded Sept. 30, 2020)

Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded an $8,202,768 not-to-exceed, fixed-price incentive modification to previously-awarded contract N00024-13-C-2307 for Engineering Change Proposal 51-2006, replacement of the distributed integrated power node centers with Mark C. Pope ADV 180 on Arleigh Burke Class guided missile destroyer DDG 123.  This effort encompasses all of the manpower, support services, material, peripheral impacts and associated technical data and documentation required to prepare for and accomplish Engineer Change Proposal 51-2006.  Work will be performed in Pascagoula, Mississippi, and is expected to be completed April 2022.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $3,172,302 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 in accordance with 10.U.S. Code 2304 (c) (3).  The Supervisor of Shipbuilding, Conversion and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Amerijet International Inc., Miami, Florida, has been awarded task order HTC711-21-F-W003 under contract HTC711-19-D-W005 in the estimated amount of $13,419,759.  The contract provides international, commercial, door-to-door, cargo transportation services.  Multiple or single modes (e.g. airlift, sealift, linehaul) of transportation may be used in any combination to move cargo globally.  The task order period of performance is from Oct. 7, 2020, to Nov. 1, 2020.  Fiscal 2021 transportation working capital funds were obligated at award.  The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Air Transport International Inc., Wilmington, Ohio, has been awarded task order HTC711-21-F-W002 under contract HTC711-19-D-W002 in the estimated amount of $10,805,358.  The contract provides international, commercial, door to door, cargo transportation services.  Multiple or single modes (e.g. airlift, sealift, linehaul) of transportation may be used in any combination to move cargo globally.  The task order period of performance is from Oct. 9, 2020, to Dec. 2, 2020.  Fiscal 2021 transportation working capital funds were obligated at award.  The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

AIR FORCE

Cherokee Insights LLC, Tulsa, Oklahoma, has been awarded a $10,012,035 firm-fixed-price contract for analytics evaluation supporting insight to readiness for the base and two options.  The purpose of this contract is to provide analytic studies to assist senior leaders at the Air Force Medical Readiness Agency with strategic and operational decision making to ensure a medically-ready force.  Work will be performed in Falls Church, Virginia, and is expected to be completed Oct. 4, 2023.  Fiscal 2021 operations and maintenance funds in the amount $3,257,017 are being obligated at the time of award.  The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity (FA8052-21-C-0001).

* Small business