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 Some of the information contained within may be outdated and links may not function.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 Feb. 8, 2021

NAVY

Raytheon Technologies Corp., Pratt and Whitney, Pratt and Whitney Engines, East Hartford, Connecticut, is awarded a $49,195,531 fixed-price-incentive-firm-target modification (P00025) to a previously awarded contract (N0001918C1021). This contract provides for one conventional take-off and landing and two short take-off/vertical landing F135 engines to support F-35 Lightning II Block Four developmental testing program for the Air Force, Navy, Marine Corps, and non-U.S. Department of Defense (DOD) participants. Work will be performed in East Hartford, Connecticut (33%); Kent, Washington (15%); El Cajon, California (15%); Whitehall, Michigan (8%); West Palm Beach, Florida (6%); Dover, New Jersey (5%); East Lake, Ohio (3%); Rockford, Illinois (3%); Houston, Texas (3%); Portland, Oregon (3%); North Berwick, Maine (3%); and Milford, New Hampshire (3%), and is expected to be completed in January 2023. Fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $3,690,000; fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $2,500,000; and non-U.S. DOD participant funds in the amount of $1,083,021 will be obligated at the time of award, $6,190,000 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded Feb. 5, 2021)

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $17,852,939 modification (P00012) to a firm-fixed-priced order (N0001919F0305) against a previously issued basic ordering agreement (N0001917G0002). This modification exercises an option to procure 60 MV-22 and 10 CV-22 proprotor hub spring and drive link retrofit kits; and six CV-22 modification spares kits, in support of the Marine Corps MV-22 aircraft and Air Force CV-22 aircraft. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2023. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $14,675,618; and fiscal 2021 aircraft procurement (Air Force) funds in the amount of $3,177,321, will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded Feb. 5, 2021)

BAE Systems Platforms & Services, Minneapolis, Minnesota, is awarded a $17,576,524 fixed-price incentive (firm target) contract for Virginia-class submarine propulsors (delivery order N00024-21-F-2100 under basic ordering agreement N00024-20-G-4107). Work will be performed in Louisville, Kentucky (90%); and Minneapolis, Minnesota (10%), and is expected to be completed by October 2024. Fiscal 2020 advanced procurement shipbuilding and conversion (Navy) funding in the amount of $17,576,524 will be obligated at time of award and will not expire at the end of the fiscal year. This contract was not competitively procured in accordance with 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 Feb. 5, 2021)

American Petroleum Tankers LLC, Blue Bay, Pennsylvania (N3220517C3502), is awarded a $16,479,750 option (P00021) for the fixed-price portion of a previously awarded firm-fixed-price contract with reimbursable elements to exercise a one-year option in support of the Department of Defense Logistics Agency Energy aboard the M/V Evergreen State. This contract includes a one-year-firm period of the performance, three one-year options periods, and one 11-month option period, which if exercised would bring the cumulative value of this contract to $81,048,250. Work will be performed in Norfolk, Virginia, and is expected to be completed, if all options are exercised, by Jan. 8, 2023. Working capital funds (Navy) in the amount of $10,565,100 are obligated for fiscal 2021, and will not expire at the end of the fiscal year. Funds in the amount of $5,914,650 for the remainder of Option Three are to be provided for fiscal 2022 and are subject to availability of funds in accordance with Federal Acquisition Regulation 52.232-18, availability of funds.  This procurement was released under full and open competition, with an unlimited number of companies solicited via the Beta.SAM.Gov website with three offers received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity. (Awarded Feb. 5, 2021)

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $12,273,267 cost-plus-fixed-fee, firm-fixed-price order (N0001921F0090) against a previously issued basic ordering agreement (N0001917G0002). This order provides non-recurring engineering services for the conversion area harness aircraft modification. Additionally, this order procures 72 conversion area harness base retrofit kits, 63 conversion area harness supplemental retrofit kits, and interim spares in support of the Marine Corps MV-22 aircraft, the Air Force CV-22 aircraft, the Navy CMV-22 aircraft, and the government of Japan V-22 aircraft. Work will be performed in Simpsonville, South Carolina (80%); Fort Worth, Texas (10%); Long Beach, California (7%); Austin, Texas (1%); Dallas, Texas (1%); and various locations within the continental U.S. (1%), and is expected to be completed in January 2026. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $8,626,985; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $1,787,911; fiscal 2020 aircraft procurement (Navy) funds in the amount $480,888; and Foreign Military Sales funds in the amount of $1,377,483 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded Feb. 5, 2021)

CORRECTION: The contracts announced on Feb. 5, 2021, to Sikorsky Aircraft Corp. (N00019-14-C-0050 P00102); and Opal Soft Inc. (N00253-21-C-0004), were actually awarded today, Feb. 8, 2021.

ARMY

Birdi Systems Inc.,* Pasadena, California (W912DY-21-D-0037); 3 Territory Solutions LLC,* Pittsburgh, Pennsylvania (W912DY-21-D-0053 ); Comprehensive Professional & Proposal Services,* Fredericksburg, Virginia (W912DY-21-D-0050); Futron Inc.,* Woodbridge, Virginia (W912DY-21-D-0051); Evergreen Fire Alarms LLC, Tacoma, Washington (W912DY-21-D-0052); EXP Federal Inc., Chicago, Illinois (W912DY-21-D-0053); M.C. Dean Inc., Tysons, Virginia (W912DY-21-D-0054); Spectrum Solutions Inc.,* Madison, Alabama (W912DY-21-D-0055); Shearer & Associates Inc.,* Huntsville, Alabama (W912DY-21-D-0056); and Chinook Systems Inc.,* Cocoa Beach, Florida (W912DY-21-D-0057), will compete for each order of the $49,000,000 firm-fixed-price contract to provide technical and programmatic support services.  Bids were solicited via the internet with 13 received.  Work locations and funding will be determined with each order, with an estimated completion date of Feb. 7, 2024.  U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Pride Industries, Roseville, California, was awarded a $17,621,657 firm-fixed-price contract for base operations support.  Bids were solicited via the internet with one received.  Work will be performed at Fort Rucker, Alabama, with an estimated completion date of Aug. 31, 2021.  Fiscal 2021 operation and maintenance (Army) funds in the amount of $3,085,875 were obligated at the time of the award.  U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W9124G-18-C-0005).

The Boeing Co., St. Louis, Missouri, was awarded a $10,579,798 modification (P00004) to contract W58RGZ19F0045 to integrate, test, upgrade and field functional hardware and software technology improvements and cybersecurity controls, to the Longbow Crew Trainer Generation Four and Generation Five fleets.  Work will be performed in St. Louis, Missouri, with an estimated completion date of April 2, 2022.  Fiscal 2019 aircraft procurement (Army) funds in the amount of $10,579,798 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Iron Mountain Solutions Inc.*, Huntsville, Alabama, was awarded an $8,233,165 hybrid (firm-fixed-price, time-and-materials) contract for technical support for the Utility Helicopters Project Office.  Bids were solicited via the internet with four received.  Work will be performed in Huntsville, Alabama, with an estimated completion date of Feb. 7, 2026.  Fiscal 2021 aircraft procurement (Army) funds in the amount of $8,233,165 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-21-F-B001).

DEFENSE LOGISTICS AGENCY

Leidos Inc., Reston, Virginia (SPE8EG-21-D-0128); FFI Aerospace and Defense, Westminster, Maryland (SPE8EG-21-D-0129); and Araiza Co. LLC, Tullahoma, Tennessee (SPE8EG-21-D-0130), are sharing a maximum $12,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8EG-20-R-0017 for ram assemblies used on military vessels.  This was a competitive acquisition with three responses received.  These are two-year base contracts with three one-year option periods.  Locations of performance are Virginia, Pennsylvania, Maryland and Tennessee, with a Feb. 7, 2023, ordering period end date.  Using customer is Defense Department.  Type of appropriation is fiscal 2021 through 2023 defense working capital funds.  The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania.

OFD Foods LLC,* Albany, Oregon, has been awarded a maximum $10,545,930 firm-fixed price, indefinite-delivery/indefinite-quantity contract for dehydrated meat and gravy items.  This was a competitive acquisition with one response received.  This is five-year contract with no option periods.  Location of performance is Oregon, with a Feb. 7, 2026, ordering period end date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2021 through fiscal 2026 defense working capital funds.  The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE3S1-21-D-Z232).

U.S. SPECIAL OPERATIONS COMMAND

Technology Service Corp., Arlington, Virginia, received a ceiling increase modification in the amount of $12,000,000 on a Small Business Innovative Research, Phase III contract (H92408-19-D-0001) for the Long Endurance Aircraft (LEA) program.  The LEA program provides aircraft, turrets and spare parts required to support an increased multi-intelligence capability for U.S. Special Operations Command (USSOCOM).  This modification raises the contract ceiling to $75,000,000 to accommodate a longer performance period.  The contract is funded at the task order level with operation and maintenance funding and procurement funding.  USSOCOM, Tampa, Florida, is the contracting activity.

*Small business