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 Some of the information contained within may be outdated and links may not function.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 4, 2021

NAVY

Booz Allen Hamilton Inc., McLean, Virginia (N66001-21-D-0053); General Dynamics Information Technology Inc., Falls Church, Virginia (N66001-21-D-0054); HII Mission Driven Innovative Solutions Inc., Huntsville, Alabama (N66001-21-D-0055); KAB Laboratories Inc., San Diego, California (N66001-21-D-0056); Leidos Inc., Reston, Virginia (N66001-21-D-0057); Northrup Grumman Systems Corp., McLean, Virginia (N66001-21-D-0058); Parsons Government Services Inc., Pasadena, California (N66001-21-D-0059); Peraton Inc., Herdon, Virginia (N66001-21-D-0060); Science Applications International Corp., Reston, Virginia (N66001-21-D-0061); Solute Inc., San Diego, California (N66001-21-D-0062); and Trandes Corp., Virginia Beach, Virginia (N66001-21-D-0063), are awarded a $145,395,547 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.  Technical support includes systems engineering, program and configuration management, hardware and software development, installation, maintenance, sustainment, and training in support of intelligence, surveillance and reconnaissance (ISR) activities, ISR systems, and cybersecurity operations. This three-year contract includes one two-year option period which, if exercised, would bring the overall potential value of this contract to an estimated $249,743,883. Work will be performed in San Diego, California (90%); and outside the continental U.S. (10%). The period of performance of the base award is from March 3, 2021, through March 2, 2024. If all options are exercised, the period of performance would extend through March 2, 2026. Awardees will have the opportunity to compete for task orders during the ordering period. No funds will be obligated at the time of award. Fiscal 2021 funds will be obligated as task orders are issued using operations and maintenance (Navy); Working Capital Fund (DOD); Department of Homeland Security; and research, development, test and evaluation (Navy) funds. This contract was competitively procured via a request for proposal (N66001-20-R-3412) published on the beta.SAM.gov web site and the Naval Information Warfare Systems Command e-Commerce Central web site. Twenty-two offers were received and 11 were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. (Awarded March 3, 2021)

Hensel Phelps Construction Co., Honolulu, Hawaii, is awarded a firm-fixed-price task order (N62478-21-F-4079) at $83,558,000 under a multiple award construction contract for repair of administrative spaces at various locations in Oahu, Hawaii.  The work to be performed is to convert the existing facilities into intermittent administrative spaces for Commander, Pacific Fleet.  This includes the repair of existing spaces, design and construction of office spaces, administrative spaces, conference rooms and other required support spaces; renovation and reconfiguration of restrooms; wall and ceiling painting; and providing air conditioning, lighting and fire alarm systems and fire-rated passageways for emergency egress.  Work will be performed in Oahu, Hawaii, and is expected to be completed by May 2022.  Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $83,558,000 are obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-20-D-4003).

Patriot Contract Services, Concord, California (N32205-21-C-3009), is awarded a $40,257,640 firm-fixed-price contract for the operation and maintenance of eight government-owned large, medium-speed, roll-on, roll-off vessels.  The vessels under this award include U.S. Naval Ship (USNS) Watson (T-AKR 310); USNS Sisler (T-AKR 311); USNS Dahl (T-AKR 312); USNS Red Cloud (T-AKR 313); USNS Charlton (T-AKR 314); USNS Watkins (T-AKR 315); USNS Pomeroy (T-AKR 316); and USNS Soderman (T-AKR 317).  Work will be performed worldwide, with an expected completion date of March 31, 2026.  The maximum dollar value, including the base period and four option years, is $455,164,762.  Working capital funds (Navy) in the amount of $10,755,397; and working capital funds (transportation) in the amount of $29,502,243 are being obligated for the fiscal 2021 at time of award.  Contract funds in the amount of $40,257,640 will not expire at the end of the current fiscal year.  This contract was competitively procured under solicitation number via the Federal Business Opportunities website (now beta.SAM.gov contracting opportunities) and six offers were received.  Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Hercules Fence Co., Inc., Norfolk, Virginia, is awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $37,072,090 for maintenance, repair and alteration of fences, high security fencing and incidental work related to fences at locations in the Hampton Roads, Virginia area.  The initial task order is being awarded at $5,000 for the minimum guarantee.  The work to be performed includes providing security fences and gates to define the perimeter of protected areas and to provide deterrents to entry.  This work includes but not limited to the installation of vehicle barriers and bollards, digital keyless and card reader entry systems, grounding, concrete barriers and underground tunneling prevention.  Work will be performed in Hampton Roads, Virginia, and is expected to be completed by March 2026.  Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year.  One proposal was received for this contract.  Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-21-D-0031).

Diversified Maintenance Systems,* Sandy, Utah, is awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $20,000,000 for plumbing, heating, ventilation and air-conditioning installation projects at various locations within Marine Corps Base, Camp Pendleton, California; and Naval Weapons Station, Seal Beach, California.  No task orders are being issued at this time.  The work to be performed provides for the design, construction, supervision, equipment, material, labor and all means necessary for plumbing, heating, ventilation and air-conditioning installation projects.  Work is expected to be completed by March 2026.  Fiscal 2021 operation and maintenance (Navy) (O&M,N) contract funds in the amount of $2,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by military construction (Navy); O&M,N; and O&M (Marine Corps).  This contract was competitively procured via the beta.SAM.gov website with five proposals received.  Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-21-D-2602).

Serco Inc., Herndon, Virginia, is awarded a $9,664,230 task order to previously awarded cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract N00174-18-D-0018 for Close-In Weapons System (CIWS) waterfront installation support on USS Theodore Roosevelt (CVN-71).  The Naval Surface Warfare Center (NSWC) Indian Head Division has a requirement for CIWS waterfront installation support.  This contract was awarded on a competitive basis in September 2018.  This contract provides support in performing the functions of an Alteration Installation Team with the installation of ship alterations, ship change documents, and ordnance alterations as related to the CIWS on Navy, Army, Coast Guard, and Foreign Military Sales vessels.  Work will be performed in Bremerton, Washington (59%); and Norfolk, Virginia (41%), and is expected to be completed by December 2022.  Fiscal 2021 weapons procurement (Navy) funds in the amount of $9,664,230 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Indian Head Division, Indian Head, Maryland, is the contracting activity.

The Whiting-Turner Contracting Co., Bethlehem, Pennsylvania, is awarded an $8,514,119 firm-fixed-price contract for replacing the cooling water system in Building 633 located at the Philadelphia Naval Business Center in Philadelphia, Pennsylvania.  The work to be performed will replace the existing river water cooling system with a new cooling tower to provide a reliable source of cooling water on demand, while minimizing environmental impacts.  Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by April 2022.  Fiscal 2021 Navy working capital funds in the amount of $8,514,119 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the beta.SAM.gov website with three proposals received.  Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-21-C-0025).

AIR FORCE

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $74,000,000 indefinite-delivery/indefinite-quantity contract (FA8675-21-D-0002) for Advanced Medium Range Air-to-Air Missile (AMRAAM) aircraft integration support.  This contract will provide the necessary aircraft lab, flight test, flight clearance and simulation support during all integration requirements in AMRAAM for F-15, F-16, FA-18, F-22, F-35 and other current inventory or next generation platforms that may join the Air Force or Navy inventory before the end of fiscal 2029.  Work will primarily be performed in Tucson, Arizona, and is expected to be completed March 30, 2032.  An initial task order (FA8675-21-F-1002) will be awarded concurrently with the basic contract, for a total cost-plus-fixed-fee value of $9,447,196.  This award is the result of a sole-source acquisition.  Fiscal 2021 research, development, test and evaluation (RDT&E) (Air Force) funds in the amount of $2,000,000; and fiscal 2021 RDT&E (Navy) funds in the amount of $500,000, are being obligated at the time of award.  Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Zenetex, Herndon, Virginia (FA4890-21-D-0001); Walker Engineering Solutions, Annapolis, Maryland (FA4890-21-D-0002); Radiance Technologies, Huntsville, Alabama (FA4890-21-D-0003); Phoenix Operations Group LLC, Woodbine, Maryland (FA4890-21-D-0004); NEANY Inc., Hollywood, Maryland (FA4890-21-D-0005); Lockheed Martin Corp., Orlando, Florida (FA4890-21-D-0006); Linquist Corp., Los Angeles, California (FA4890-21-D-0007); Cyberspace Solutions LLC, Herndon, Virginia (FA4890-21-D-0008); CACI Inc. – Federal, Florham Park, New Jersey (FA4890-21-D-0009); Booz Allen Hamilton Inc., McLean, Virginia (FA4890-21-D-0010); and Altamira Technologies Corp., McLean, Virginia (FA4890-21-D-0011), have collectively been awarded a $51,000,000 indefinite-delivery/indefinite-quantity contract for several technical requirement areas in a research and development environment.  Work will be performed in Dahlgren, Virginia, and is expected to be completed March 3, 2029.  This award is the result of a competitive acquisition and 11 offers were received.  Fiscal 2021 research, development, test and evaluation funds in the amount of $3,000 are being obligated to each contractor at the time of award.  Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

C. Martin Co. Inc., North Las Vegas, Nevada, has been awarded a $7,576,884 modification (P00011) to contract FA8601-18-D-0004 for additional facility and equipment support for research under the basic contract.  Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed March 31, 2022.  Fiscal 2021 research, development, test and evaluation funds in the full amount are being obligated shortly after award on the task order.  Total cumulative face value of the contract is $29,516,978.  Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Medical Place Inc., Montgomery, Alabama, has been awarded a maximum $49,400,000 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 Alabama, with a March 3, 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-0055).

Sagent Pharmaceuticals Inc., Schaumburg, Illinois, has been awarded a maximum $29,637,820 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products.  This was a competitive acquisition with one response received.  This is a one-year base contract with nine one-year option periods.  Location of performance is Illinois, with a March 5, 2022, ordering period end date.  Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2021 through 2022 warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-21-D-0003).

SND Manufacturing, Dallas, Texas, has been awarded a maximum $8,256,006 modification (P00006) exercising the second one-year option period of a one-year base contract (SPE1C1-19-D-5038) with four one-year option periods for running suit jackets.  This is an indefinite-delivery contract.  Location of performance is Texas, with a March 17, 2022, ordering period end date.  Using military services are Navy and Marine Corps.  Type of appropriation is fiscal 2021 through 2022 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

CORRECTION:  The contract announced on Feb. 26, 2021, for CACI Enterprise Solutions Inc., Chantilly, Virginia (SP4701-21-D-8002); and Tritus Technologies Inc.,** Gainesville, Virginia (SP4701-21-D-8003), for $34,145,675, was announced with an incorrect award date.  The correct award date is Feb. 27, 2021.

ARMY

Radiant Mission Solutions Inc., Chantilly, Virginia, was awarded a $48,279,014 cost-plus-fixed-fee contract for support services in gathering, analyzing and manipulating geospatial intelligence information using signature analyst and predictive analysis tools and technologies.  Bids were solicited via the internet with one received.  Work will be performed in Chantilly, Virginia, with an estimated completion date of March 3, 2023.  Fiscal 2020 research, development, test and evaluation (Army) funds in the amount of $101,420 were obligated at the time of the award.  U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGU-21-C-0005).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Lockheed Martin Aeronautics Co., Palmdale, California, was awarded a $7,828,723 cost-plus-fixed-fee contract for the LongShot, Phase 1.  This contract provides for the research, development and demonstration of the LongShot unmanned air vehicle (UAV).  Work will be performed in Palmdale, California (62%); Orlando Florida (29%); and Tehachapi, California (9%), with an estimated completion date of February 2022.  Research and development funds in the amount of $7,828,723 are being obligated at the time of award.  This contract is a limited sources competitive acquisition in accordance with the original broad agency announcement HR0011-20-S-0037.  The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-21-C-0024).

*Small business
**Woman-owned small business