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 Some of the information contained within may be outdated and links may not function.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 3, 2021

ARMY

Bryan 77, Colorado Springs, Colorado (W912GB-21-D-0017); Environmental Chemical Corpo., Burlingame, California (W912GB-21-D-0018); Eiffage Infraestructuras SA, Sevilla, Spain (W912GB-21-D-0019); Relyant Global LLC, Maryville, Tennessee (W912GB-21-D-0020); Sociedad Espanola De Montajes Industriales SA, Madrid, Spain (W912GB-21-D-0021); SKE Support Services GmbH, Goldbach, Germany (W912GB-21-D-0022); Tepe Bozdemir Adi Ortakligi, Ankara, Turkey (W912GB-21-D-0023); Tsontos Michael M SA, Chania, Greece (W912GB-21-D-0024); and Zafer Taahut Insaat Ve Ticaret Anonim Sirketi, Ankara, Turkey (W912GB-21-D-0025), will compete for each order of the $250,000,000 firm-fixed-price contract for construction of new facilities and real property repair and maintenance requirements within Romania. 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 March 3, 2026. U.S. Army Corps of Engineers, European District, is the contracting activity.

REEL COH Inc., Boisbriand, Quebec, was awarded a $17,307,000 firm-fixed-price contract to design, manufacture, install and commission new trash rake gantry cranes, lifting beams, and rakes and to remove the existing gantry cranes at Lower Monumental Dam, Little Goose Dam and Lower Granite Dam on the lower Snake River in eastern Washington state. Bids were solicited via the internet with two received. Work will be performed in Kahlotus, Washington; Dayton, Washington; and Pomeroy, Washington, with an estimated completion date of May 1, 2023. Fiscal 2021 Bonneville Power Administration funds in the amount of $17,307,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF-21-F-8004).

NAVY

L3 Harris Technologies, Clifton, New Jersey, is awarded a $72,362,191 modification (P00002) to previously awarded firm-fixed-price contract N00019-20-C-0002.  This modification exercises the option to procure 19 full rate production Lot 18 integrated defensive electronic countermeasures AN/ALQ-214 A(V)4 onboard jammer systems for the F/A-18 aircraft.  In addition, this modification provides for the procurement of 11 weapons replaceable assembly (WRA)1 A(V)4 receiver/processors; and 13 WRA2 A(V)4 modulators for Navy Supply Systems Command.  Work will be performed in Clifton, New Jersey (59%); San Jose, California (14%); San Diego, California (7%); Rancho Cordova, California (5%); Mountain View, California (3%) and various locations within the continental U.S. (12%), and is expected to be completed in August 2024.  Fiscal 2021 aircraft procurement (Navy) funds in the amount of $72,362,191 will be obligated at the 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.

ERAPSCO JV (Sparton Corp. and Ultra Electronics – USSI), Columbia City, Indiana, is awarded a $71,324,800 firm-fixed-price modification (P00012) to previously awarded indefinite-delivery/indefinite-quantity contract N00019-19-D-0032.  This modification exercises an option for the production and delivery of a maximum quantity of 20,000 AN/SSQ-125 production sonobuoys in support of annual training, peacetime operations and testing expenditures and maintaining sufficient inventory to support the execution of major combat operations determined by the Naval Munitions Requirements Process for the Navy and Foreign Military Sales customers.  Work will be performed in De Leon Spring, Florida (51%); and Columbia City, Indiana (49%), and is expected to be completed in March 2023.  No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

SOLPAC Construction Inc., doing business as Soltek Pacific Construction Co., San Diego, California, is awarded firm-fixed-price task order N62473-21-F-4428 at $44,444,000 under a multiple award construction contract for construction of the Technical Services Laboratory and Ordnance Testing and Evaluation Facility at Naval Air Weapons Station, China Lake, California.  The task order also contains eight unexercised options which, if exercised, would increase cumulative task order value to $46,785,895.  The work to be performed provides for the construction of a technical services laboratory facility to include offices, labs, workshops and storage.  The work also provides for the construction of an ordnance test support facility to include offices and light industrial shop spaces.  The low-rise construction includes reinforced concrete foundation and floors, steel frame, concrete and/or metal panel walls and standing seam metal roof.  The options, if exercised, provide for the electrical security system, furniture, fixtures and equipment.  Work will be performed in Ridgecrest, California, and is expected to be completed by May 2023.  Fiscal 2020 military construction (Navy) contract funds in the amount of $44,444,000 are obligated on this award and will not expire at the end of the current fiscal year.  Seven proposals were received for this task order.  Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5855).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $38,659,327 modification (P00004) to previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract N00019-18-D-0129.  This modification exercises an option for ordering emerging capabilities and analysis systems engineering to include programmatic and logistics tasks that will analyze the F-35 air system's ability to meet future operational requirements, investigating cost and weight reduction program options and conducting modeling and simulation activities.  Additional assessments may include such efforts as analyzing changes to design life, operational readiness, reliability and air system design and configuration.  Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2021.  No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Booz Allen Hamilton Inc., McLean, Virginia (N66001-21-D-0070); Exceptional Employees for Exceptional Results Corp., San Diego, California (N66001-21-D-0071); G2 Software Systems Inc., San Diego, California (N66001-21-D-0072); KAB Laboratories Inc., San Diego, California (N66001-21-D-0073); Kratos Defense & Rocket Support Services Inc., San Diego, California (N66001-21-D-0074); M.C. Dean Inc., Tysons, Virginia (N66001-21-D-0075); Parsons Government Services Inc., Pasadena, California (N66001-21-D-0076); Science Applications International Corp., Reston, Virginia (N66001-21-D-0077); Sentar Inc., Huntsville, Alabama (N66001-21-D-0078); Systems Technology Forum Ltd., Fredericksburg, Virginia (N66001-21-D-0079); and Transtecs Corp., Arlington, Virginia (N66001-21-D-0080), are awarded a $31,319,906 indefinite-delivery/indefinite-quantity, multiple-award contract with cost-plus-fixed-fee and cost-with-no-fee pricing by the Naval Information Warfare Center Pacific.  Support includes management engineering, technical assistance, integrated logistics and security for wideband, narrowband and protected communications on afloat, ashore, airborne, submerged and space-based platforms.  This two-year contract includes two two-year option periods which, if exercised, would bring the overall potential value of this contract to an estimated $99,788,587.  Work will be performed in San Diego (80%); and outside the continental U.S. (20%).  The period of performance of the base award is from March 3, 2021, through March 2, 2023.  If all options are exercised, the period of performance would extend through March 2, 2027.  No funds will be obligated at the time of award.  Fiscal 2021 funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operation and maintenance (Navy); and other procurement (Navy).  This contract was competitively procured via request for proposal N66001-20-R-3426, published on the beta.SAM.gov website.  Eleven offers were received and eleven were selected for award.  Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity.

Frontier Technology Inc.,* Beavercreek, Ohio, was awarded a $13,647,002 cost-plus-fixed-fee contract modification to previously awarded contract N64267-20-D-0041.  This is a Phase III Small Business Innovation Research contract which will provide innovative Airborne Systems Life Cycle Planning and Analysis methods and tools for wide-ranging initiatives.  The work to be performed includes information technology capabilities, communications, engineering, analysis, planning, assessment, design, hardware and software, operations, and administration of network and communications systems.  This contract supports the operation and sustainment for the Navy, Fleet Forces Command, combatant commands, and services throughout multiple areas of responsibility.  Work will be performed in San Diego, California, and is expected to be completed by February 2022.  Fiscal 2021 research, development, testing, and evaluation funds in the amount of $2,998,699 (58%); and 2021 other procurement (Navy) funds in the amount of $2,140,740 (42%), will be obligated at the time of award will not expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity. (Awarded Feb. 26, 2021)

DEFENSE INFORMATION SYSTEMS AGENCY

Leidos Inc., Reston, Virginia, was awarded a non-competitive modification action (P00040) under contract HC1028-17-C-0001.  This action establishes a new cost-plus-fixed-fee contract line item number (CLIN) 1002 on the existing contract to deliver the modernization of the Advanced Field Artillery Tactical Data Systems with a revised code convergence strategy.  The face value of this action is $58,137,204, and is funded by fiscal 2021 and 2022 research, development, test and evaluation funding.  The total cumulative face value of this contract is $195,112,140.  The performance will remain at the contractor's site.  The period of performance of CLIN 1002 will be a total of 39 months, from March 1, 2021, through May 31, 2024.  The Defense Information Technology, Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Feb. 26, 2021)

DEFENSE LOGISTICS AGENCY

New York Microscope Co. Inc., doing business as Melsobel Microscopes, Hicksville, New York, has been awarded a maximum $9,375,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE2DH-16-R-0002 for medical equipment and accessories for the Defense Logistics Agency electronic catalog.  This was a competitive acquisition with 141 responses received.  This is a five-year contract with no option periods.  Location of performance is New York, with a March 2, 2026, ordering period end date.  Using military services are Army, Navy, Air Force and Marine Corps.  Type of appropriation is fiscal 2021 through 2026 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-21-D-0059).

U.S. TRANSPORTATION COMMAND

Smartronix LLC, Hollywood, Maryland, has been awarded a contract modification (P00004) on contract HTC711-20-F-D076 in the amount of $7,822,731 to provide continued Amazon Web Service cloud service support to the U.S. Transportation Command. Work will be performed primarily on-site at Scott Air Force Base, Illinois. The option period of performance is from March 30, 2021, to March 29, 2022. This modification brings the total cumulative face value of the contract to $13,037,885 from $5,215,154.  The U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity. (Awarded March 2, 2021)

*Small business