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 Some of the information contained within may be outdated and links may not function.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 9, 2021

AIR FORCE

United Launch Services LLC, Centennial, Colorado, has been awarded $224,290,000 in firm-fixed-price task orders under the National Security Space Launch Phase 2 contract.  These task orders provide the basic launch services and mission integration for USSF-112 and USSF-87.  Work will be performed in Centennial, Colorado; and Cape Canaveral Space Force Station, Florida, and is expected to be completed by the fourth quarter of fiscal 2023.  Fiscal 2021 space procurement funds in the full amount are being obligated at the time of award.  The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-21-F-0011 and FA8811-21-F-0012).

Space Exploration Technologies Corp., Hawthorne, California, has been awarded two individual firm-fixed-price task orders totaling $159,721,445 under the National Security Space Launch Phase 2 contract.  These task orders provide the basic launch services and mission integration for USSF-36 and NROL-69.  Work will be performed in Hawthorne, California; Vandenberg Air Force Base, California; and Cape Canaveral Air Force Station, Florida, and is expected to be completed by the fourth quarter of fiscal 2023. Fiscal 2021 missile and space procurement funds in the full amount are being obligated at the time of award.  The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-21-F-0009 and FA8811-21-F-0010).

ARMY

Great Lakes Dredge and Dock Co. LLC, Oakbrook Terrace, Illinois, was awarded a $61,788,000 firm-fixed-price contract for rock blasting, removal and dredging in Boston Harbor.  Bids were solicited via the internet with four received.  Work will be performed in Boston, Massachusetts, with an estimated completion date of Nov. 8, 2022.  Fiscal 2021 civil construction funds in the amount of $51,652,000 were obligated at the time of the award.  U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-21-C-0006).

Olsson Industrial Electric, Springfield, Oregon, was awarded a $41,742,687 firm-fixed-price contract for to replace and upgrade the existing protection, control and annunciation systems, governor systems, mechanical systems and excitation systems for 14 main generating units at McNary Lock and Dam Powerhouse, Oregon.  Bids were solicited via the internet with four received.  Work will be performed in Umatilla, Oregon, with an estimated completion date of Sept. 23, 2025.  Fiscal 2021 Bonneville Power Administration funds in the amount of $1,000,000 were obligated at the time of the award.  U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF-21-C-0010).

Piepenbrock Government Services GmbH, Wiesbaden, Germany, was awarded a $33,486,565 firm-fixed-price contract to provide hospital housekeeping services for Landstuhl Regional Medical Center and U.S. Army Medical Department Activity in Bavaria.  Bids were solicited via the internet with one received.  Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2026.  U.S. Army Health Contracting Activity, Europe, is the contracting activity (W9114F-21-D-0002).

HHI Corp.,* Ogden, Utah, was awarded a $22,229,812 firm-fixed-price contract to build a consolidated mission control center at Hill Air Force Base.  Bids were solicited via the internet with three received.  Work will be performed at Hill Air Force Base, Utah, with an estimated completion date of July 9, 2023.  Fiscal 2021 military construction (Army) funds in the amount of $22,229,812 were obligated at the time of the award.  U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-21-C-0013).

NAVY

Network and Simulation Technologies Inc.,* Middletown, Rhode Island, is awarded a $58,907,543 non-commercial, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract that will include terms and conditions for the placement of firm-fixed-price task orders for support services for war-gaming, education and research in support of the Naval War College.  The contract will include a five-year ordering period with no options.  The ordering period is expected to begin April 2021, and be completed by April 2026.  All work will be performed in Newport, Rhode Island.  Fiscal 2021 operation and maintenance (Navy) funds in the amount of $10,000 will be obligated to fund the contract’s minimum amount and funds will expire at the end of the fiscal year.  Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance.  This contract was competitively procured with the solicitation posted on Navy Electronic Commerce Online and beta.SAM.gov as a service-disabled veteran-owned small business set-aside, with seven offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-21-D-Z018).

Eagle Systems Inc.,* California, Maryland, is awarded a $26,903,222 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract.  This contract provides engineering, technical, administrative and program management support services, including support equipment test technology design and integration, support equipment test and evaluation, laboratory and facility operations and maintenance, integrated program teams engineering and technical assistance and modification/repair of support equipment end items/components.  Work will be performed in Patuxent River, Maryland (75%); Lakehurst, New Jersey (9%); Point Mugu, California (3%); Oceana, Virginia (3%), and various locations within the continental U.S. (10%), and is expected to be completed in March 2026.  No funds will be obligated at time of award and 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 Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-21-D-0013).

Lockheed Martin Aculight Corp., Bothell, Washington, is awarded a $20,141,872 cost-plus-incentive-fee modification to previously awarded contract N00024-18-C-5392 to exercise options for technical engineering services and sustainment labor for High Energy Laser and Integrated Optical-dazzler with surveillance system.  Work will be performed in Bothell, Washington (52%); Moorestown, New Jersey (31%); Owego, New York (9%); Marion, Massachusetts (3%); Clearwater, Florida (3%); Manassas, Virginia (1%); and various other locations totaling 1% and is expected to be completed by September 2022.  Fiscal 2021 research, development, test, and evaluation (Navy) funds in the amount of $1,100,000 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.

Serco Inc., Herndon, Virginia, is awarded a $15,326,863 cost-plus-fixed-fee modification under previously-awarded indefinite-delivery/indefinite-quantity contract N61331-18-D-0007 to exercise options for the development, integration, testing and evaluation of prototype systems into existing or emerging unmanned vehicles, unmanned weapons and unmanned weapons control systems related to mine warfare, amphibious warfare, surface warfare, diving and life support, coastal and underwater intelligence, surveillance and reconnaissance and other missions in the littoral and riverine environments.  Work performance locations will be determined with each order and is expected to be completed by March 2023.  No funding will be obligated at time of award.  The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity.

Leebcor Services LLC,* Williamsburg, Virginia, is awarded a firm-fixed-price task order N69450-21-F-0112 at $9,428,335 under a multiple award construction contract for bulkhead repair and restoration at Atlantic Undersea Test and Evaluation Center, Bahamas.  Work will be performed in Andros Island, Bahamas, and is expected to be completed by August 2022.  The work to be performed includes repair and restoration construction services for the marine fuel facilities bulkhead rehabilitation.  This includes removal of existing hardware and extruded fenders in assigned areas, installation of new arch fenders in assigned areas, repair of concrete facing and deck slab, cleaning and recoating eight cleats and one mooring bollard, installation of approximately 264 feet of combi-wall and construction of a concrete cap.  Fiscal 2021 Navy working capital fund contract funds in the amount of $9,428,335 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.  The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-16-D-1113).

DEFENSE LOGISTICS AGENCY

Zimmer US Inc., Warsaw, Indiana, has been awarded a maximum $26,609,644 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for spinal orthopedic procedural packages.  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 base contract with four one-year option periods.  Location of performance is Indiana, with a March 24, 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 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-21-D-0018).

M&M Manufacturing LLC,*** Lajas, Puerto Rico, has been awarded a maximum $17,045,875 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for coats.  This is a two-year base contract with one two-year option period.  This was a competitive acquisition with 12 responses received.  Location of performance is Puerto Rico, with a March 8, 2023, ordering period end date.  Using military services are Army and Air Force.  Type of appropriation is fiscal 2021 through 2023 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1449).

Federal Prison Industries,** doing business as UNICOR, Washington, D.C., has been awarded a maximum $12,879,000 modification (P00006) exercising the first one-year option period of a one-year base contract (SPE1C1-20-D-F055) with two one-year option periods for physical fitness uniform jackets.  This is an indefinite-delivery contract.  Locations of performance are Florida and Washington, D.C., with a March 18, 2022, ordering period end date.  Using military service is Army.  Type of appropriation is fiscal 2021 through 2022 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

The San Antonio Refinery LLC,* San Antonio, Texas, has been awarded a maximum $7,884,822 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for thermally stable aviation turbine fuel.  This was a competitive acquisition with five responses received.  This is a one-year base contract with three one-year option periods.  Locations of performance are California and Texas, with a March 31, 2022, performance completion date.  Using customer is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2021 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-21-D-0477).

DEFENSE HEALTH AGENCY

Cherokee Nation Strategic Programs LLC, doing business as CNT, Catoosa, Oklahoma, was awarded a $10,197,911 firm-fixed-price order (HT0011-18-F-0022).  This order is the third option of a four option contract first awarded on March 15, 2018.  This order provides services to assist the assistant secretary of defense for health affairs, the Defense Health Agency’s Healthcare Operations Directorate, Public Health Division, Armed Forces Health Surveillance Branch, in its mission to conduct comprehensive health surveillance efforts for the Department of Defense (DOD).  The scope of this award is to maintain established infrastructure and capabilities; respond to inquiries from the DOD medical and health authorities; assist in analyzing, interpreting and disseminating information regarding the status, trends and determinants of the health and fitness of armed forces and other DOD approved target populations; and enable DOD health surveillance activities to strengthen its global infectious disease reduction efforts through: centralized coordination, improved preventive health programs and epidemiological capabilities, and enhanced involvement with DOD overseas laboratories.  CNT will provide on-site scientific, professional and technical service support, including epidemiology and analysis support, global emerging infections surveillance support; integrated bio-surveillance support; Army satellite support; and Air Force mortality registry support.  Work will be performed at the primary location in Silver Spring, Maryland, with some personnel located at DHA satellites at Aberdeen, Maryland; and Dayton, Ohio.  The estimated completion date of the primary contract is March 2023.  This option period of performance is one year ending on March 14, 2022.  Federal Acquisition Regulation 52.217-8 – extension of services applies.  The initial award was made on a competitive basis to CNT.  This contract was competitively solicited via the General Services Administration One Acquisition Solution for Integrated Services Small Business Pool 1 as authorized by Federal Acquisition Regulation 16.505 – ordering with three quotations received in response to solicitation HT0011-18-R-0008.  Funds in the amount of $10,197,911 are obligated on this award.  The type of appropriations are fiscal 2021 operation and maintenance.  The Defense Health Agency, Falls Church, Virginia, is the contracting activity.

*Small business
**Mandatory source
***Woman-owned small business in historically underutilized business zones