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 Some of the information contained within may be outdated and links may not function.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 Dec. 14, 2020

AIR FORCE

Northrop Grumman Systems Corp., Clearfield, Utah, has been awarded a $185,700,000 indefinite-delivery/indefinite-quantity contract for the A-10 Aircraft Structural Integrity Program (ASIP) Legacy VII.  This contract provides for sustaining engineering services of A-10 aircraft.  Work will be performed in Clearfield, Utah, and is expected to be completed by Dec. 13, 2030.  This award is the result of a sole-source acquisition.  Fiscal 2021 operation and maintenance funds in the amount of $6,480,694 are being obligated at the time of award.  The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8202-21-D-0001).

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded a $163,650,543 requirements contract for the supply chain management of the APY-1/2 surveillance radar systems used on Airborne Warning and Control Systems aircraft.  The contract provides for repairs, sustaining spares and engineering services relating to the APY-1/2 systems.  Work will be performed in Linthicum Heights, Maryland, and is expected to be completed Sept. 9, 2028.  This award is the result of a sole-source acquisition.  Fiscal 2021 defense working capital funds are being used and no funds are being obligated at the time of the award.  The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-21-D-0006).

The Boeing Co., St. Louis, Missouri, has been awarded a $79,569,583 firm-fixed-price contract for F-15 Eagle Passive Active Warning and Survivability System low rate initial production.  Work will be performed in San Antonio, Texas, and is expected to be completed by Dec. 31, 2026.  This award is the result of a sole-source acquisition.  Fiscal 2020 production funds in the full amount are being obligated at the time of award.  The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8634-21-C-2702).

Northrop Grumman Systems Corp., McLean, Virginia, has been awarded a $13,464,704 requirements contract for the repairs, sustaining spares and engineering services relating to the Aircraft Alerting Communication Electromagnetic Pulse system.  Work will be performed in Albuquerque, New Mexico, and is expected to be completed by Sept. 9, 2028.  This award is the result of a sole-source acquisition.  Fiscal 2021 defense working capital funds will be used with no funds being obligated at the time of award.  The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-21-D-0001).

DEFENSE LOGISTICS AGENCY

Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $90,000,000 firm-fixed-price contract for facilities maintenance, repair and operations items. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year bridge contract with no option periods. Locations of performance are New Jersey, Hawaii, Guam and the Kwajalein Atoll, with a Dec. 14, 2021, performance completion date. Using military services 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 (SPE8E3-21-D-0004).

NAVY

Raytheon Missiles and Defense, Tewksbury, Massachusetts, was awarded a $59,414,933 firm-fixed-price, cost-plus-incentive-fee, cost-plus-fixed-fee, and cost modification to previously awarded contract N00024-17-C-5145 to exercise options for DDG 1000 ship class integrated logistics support, engineering services and procurement of M5 call servers.  The total ship activation (TSA) contract includes mission system activation and hull mechanical and electrical activation efforts to include waterfront integration, activation and test of Zumwalt class mission systems and mission system equipment at the system and subsystem levels; development and conduct of the Zumwalt class TSA test program; personnel, program management, planning, training and other efforts required to effectively support the execution of the Zumwalt class TSA; development and review of design drawings, technical data packages, installation control drawings and change documentation in support of Zumwalt class TSA; and development and implementation of government-approved proposed changes and the implementation of Zumwalt class cybersecurity/information assurance requirements.  Work will be performed in San Diego, California (42%); Portsmouth, Rhode Island (27%); Tewksbury, Massachusetts (22%); Bath, Maine (7%); Ft. Wayne, Indiana (1%); and Marlboro, Massachusetts (1%), and is expected to be completed by December 2021.  Fiscal 2020 shipbuilding and conversion (Navy); fiscal 2021 research, development, test and evaluation (Navy); and fiscal 2021 other procurement (Navy), funding in the amount of 5,489,262 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was procured under the statutory authority of 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Dec. 11, 2020)

BAE Systems, Information and Electronic Systems Integration Inc., Greenlawn, New York, is awarded an $18,003,287 firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  This contract provides for the production, test and delivery of up to five Mode 5 capable AN/APX-117A(V) systems; one Mode 5 capable AN/APX-118A(V) system; 308 Mode 5 capable AN/APX-123A(V) common identification friend or foe digital transponder systems; 289 Mode 5 kits; and associated shop replaceable assemblies and repairs incident to modification in support of fixed and rotary winged aircraft for the Navy, Army and non-Department of Defense participants.  Work will be performed in Greenlawn, New York (85%); and Austin, Texas (15%), and is expected to be completed in December 2026.  No funds will be obligated at 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 (N00019-21-D-0008).

Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $17,765,396 cost-plus-fixed-fee modification to previously awarded contract N00024-16-C-5433 to exercise options in support Evolved SeaSparrow missile design agent, in-service support and technical engineering support services.  Work will be performed in Tucson, Arizona (91%); Hengelo Ov, Netherlands (2%); Raufoss, Norway (2%); Ottobrunn, Germany (1%); Richmond, Australia (1%); and various locations with less than 1% each (3%), and is expected to be completed by June 2021.  This contract combines purchases for the U.S. government and other country funds (NATO consortium members, non-Foreign Military Sales (FMS) (99%); and the government of Japan (1%) under the FMS program.  Fiscal 2021 other country funds in the amount of $9,772,474 (55%); 2021 weapons procurement (Navy) funds in the amount of $5,127,125 (29%); 2020 weapons procurement (Navy) funds in the amount of $2,354,250 (13%); 2021 research, development, testing and evaluation (Navy) funds in the amount of $399,547 (2%); and FMS (Japan) funds in the amount of $112,000 (1%) 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.

GBD JV,* Aberdeen, Maryland, is being awarded a $13,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for new paving, paving repair and/or replacement of various types of paving within Naval Facilities Engineering Command (NAVFAC) Washington area of responsibility (AOR).  The work to be performed provides for new paving, paving repair and/or replacement of various types of paving such as roadways, airfields, sidewalks, curbs, gutters, etc.  Other incidental types of work, including but not limited to, demolition, site preparations and site drainage are also included in the scope of work.  Paving and associated work may be ordered for industrial, commercial and residential locations indicated with each task order.  After award of this modification, the total cumulative contract value will be $63,000,000.  Work will be performed in the NAVFAC Washington AOR, including but not limited to, Maryland (40%); Virginia (40%); and Washington, D.C. (20%).  The term of the contract is not to exceed 48 months with an expected completion date of April 2021.  No funds will be obligated at time of award and funds will be obligated on individual task orders as they are issued.  Future task orders will be primarily funded by military construction (Navy); operation and maintenance (O&M) (Navy); O&M (Marine Corps); and Navy working capital funds.  NAVFAC Washington, Washington, D.C., is the contracting activity (N40080-17-D-0033).

Forward Slope Inc., San Diego, California, is being awarded an $11,323,595 modification P00008 to previously awarded requirements-type contract N66001-18-D-0117 to provide command, control, communications, intelligence, surveillance and reconnaissance (C4ISR) planning and design services in support of shore installation projects.  This one-year modification increases the overall value of the existing contract to $34,867,630.  The period of performance is from Jan. 11, 2021, through Jan. 10, 2022.  Work will be performed at the contractor’s facilities in San Diego, California (50%); and Hawaii (50%).  Contract funds will not expire at the end of the fiscal year.  No funds will be obligated at the time of award.  Fiscal 2021 operation and maintenance (Navy) funds will be obligated as individual task orders are issued.  This contract was originally competitively procured via request for proposal N66001-17-R-0002 published on the beta.SAM.gov website.  Eight offers were received and one was selected for award.  The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0117).

ARMY

InSap Services Inc., Marlton, New Jersey, was awarded a $24,507,978 modification (BA0250) to contract W91QUZ-11-D-0017 for enterprise application services support to the Army’s Logistics Modernization Program.  Work will be performed in Marlton, New Jersey, with an estimated completion date of Dec. 14, 2020.  Fiscal 2020 civil consolidated working funds in the amount of $10,394,401 were obligated at the time of the award.  The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Oakland Consulting Group, Lanham, Maryland, was awarded a $12,407,852 modification (BA0236) to contract W91QUZ-11-D-0018 for enterprise application services support to the Army’s Logistics Modernization Program.  Work will be performed in Lanham, Maryland, with an estimated completion date of March 31, 2021.   Fiscal 2020 civil consolidated working funds in the amount of $4,359,142 were obligated at the time of the award.  The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Avion Solutions Inc., Huntsville, Alabama, was awarded an $8,820,564 modification (000337) to contract W31P4Q-18-A-0047 for logistics support for the Unmanned Aircraft Systems project manager's office.  Work will be performed in Huntsville, Alabama, with an estimated completion date of Aug. 31, 2021.  Fiscal 2021 operation and maintenance (Army) funds in the amount of $8,820,564 were obligated at the time of the award.  The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

*Small business