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 Some of the information contained within may be outdated and links may not function.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 June 10, 2021

ARMY

Harris Global Communications Inc., Rochester, New York, was awarded a $3,300,000,000 firm-fixed-price contract for radios, communication equipment, ancillary and spare parts, and related services. 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 June 9, 2026. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-21-D-5003). 

Perk Company Inc.,* Cleveland, Ohio (W91236-21-D-2035); Metro Paving Corp.,* Hyattsville, Maryland (W91236-21-D-2012); and Miami Wiipica LLC,* Reston, Virginia (W91236-21-D-2034), will compete for each order of the $49,000,000 firm-fixed-price contract for road and construction work at Arlington National Cemetery. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of June 9, 2026. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity. 

Contrack Watts Inc., McLean, Virginia, was awarded a $33,652,278 firm-fixed-price contract for construction of a shore-to-ship utility system. Bids were solicited via the internet with six received. Work will be performed in Bahrain, with an estimated completion date of April 1, 2024. Fiscal 2021 military construction, Army funds in the amount of $33,652,278 were obligated at the time of the award. U.S. Army Corps of Engineers, Middle East District, is the contracting activity (W912ER-21-C-0013). 

MD Helicopter Inc. Mesa, Arizona, was awarded a $29,448,286 modification (P00046) to contract W58RGZ-17-C-0038 to provide maintenance capabilities in support of the Afghan Air Force. Work will be performed in Mesa, Arizona; Kabul, Afghanistan; and Al Ain, United Arab Emirates, with an estimated completion date of Nov. 30, 2021. Fiscal 2021 Pseudo Foreign Military Sales funds in the amount of $14,429,660 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Fulcrum Concepts LLC,* Mattaponi, Virginia, was awarded a $9,536,937 cost-plus-fixed-fee contract for the development, integration and testing of the Modular Effects Launcher. Bids were solicited via the internet with one received. Work will be performed in Mattaponi, Virginia, with an estimated completion date of June 9, 2023. Fiscal 2021 research, development, test and evaluation, Army funds in the amount of $9,536,937 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-21-C-0041). 

NAVY

The Boeing Co., St. Louis, Missouri, is awarded a $78,355,686 (P00002) modification to a previously awarded firm-fixed-price contract (N0001920C0003). This modification exercises an option to procure various material associated with a quantity of 36 Stand-Off Land Attack Missile Expanded Response (SLAM ER) data link pods and containers in support of the SLAM ER obsolescence redesign program for the government of Saudi Arabia. Work will be performed in Indianapolis, Indiana (90%); and St, Louis, Missouri (10%), and is expected to be completed in December 2026. Foreign Military Sales in the amount of $78,355,686 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.

Northrop Grumman Systems Corp., San Diego, California, is awarded a $53,773,633 cost-plus-fixed-fee contract to provide continuing operator, maintenance, logistics and sustainment engineering support, to include training, supply chain and spares management for peculiar items, peculiar support equipment, and technical publications in support of the RQ-4A Global Hawk Broad Area Maritime Surveillance - Demonstrator (BAMS-D) aircraft being mission-capable for intelligence, surveillance and reconnaissance missions for the Navy. Work will be performed in Patuxent River, Maryland (45%); undisclosed location outside the continental U.S. (33%); San Diego, California (8%); Indianapolis, Indiana (7%); El Segundo, California (4%); Sterling, Virginia (2%); and Salt Lake City, Utah (1%), and is expected to be completed in April 2022. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $53,773,633 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001921C0054).

Harper Construction Co., Inc., San Diego, California, is awarded a $52,301,995 firm-fixed-price task order (N6247321F4825) under a multiple award construction contract for the construction of a rocket motor test facility at Naval Air Weapons Station, China Lake. The task order also contains seven unexercised options, which if exercised would increase cumulative task order value to $54,287,431. The work to be performed provides for the construction of operational test bays, warehouse space, and a water system to support the Navy’s research, development, testing and evaluation of rocket motor capabilities.  In addition, existing decommissioned structures will be demolished under this project. The options, if exercised, provide for road repairs, a water tank, and hazardous materials abatement. Work will be performed in Ridgecrest, California, and is expected to be completed by January 2024. Fiscal 2020 military construction (Navy) contract funds in the amount of $52,301,995 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order.  Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-21-D-1206).  

Advanced Sciences and Technologies LLC, Berlin, New Jersey (N66001-21-D-0100); Bart & Associates Inc., McLean, Virginia (N66001-21-D-0101); Dark Wolf Solutions LLC, Chantilly, Virginia (N66001-21-D-0102); Data Intelligence LLC, Marlton, New Jersey (N66001-21-D-0103); Grove Resource Solutions Inc., Frederick, Maryland (N66001-21-D-0104); ODME Solutions LLC, San Diego, California (N66001-21-D-0105); Solute Inc., San Diego, California (N66001-21-D-0106); Sugpiat Defense LLC, Anchorage, Alaska (N66001-21-D-0107); Timitron Corp., Portsmouth, Virginia (N66001-21-D-0108); and Vector Planning & Services Inc., San Diego, California (N66001-21-D-0109), are awarded a $47,330,220 indefinite-delivery/indefinite-quantity, multiple-award contract with cost-plus-fixed-fee and cost-with-no fee pricing for cybersecurity systems engineering support including software development and training, hardware engineering, network engineering, configuration management, and information assurance planning. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes one three-year option period and one two-year option which, if exercised, would bring the overall potential value of this contract to an estimated $178,437,188. Work will be performed in Philadelphia, Pennsylvania (90%); Washington, D.C. (5%); and San Diego, California (5%). The period of performance of the base award is from June 10, 2021, through June 9, 2023. If all options are exercised, the period of performance would extend through June 9, 2028. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operation and maintenance (Navy) funds; working capital (DOD) funds; Department of Homeland Security funds; research, development, test, and evaluation (Navy) funds; and other procurement (Navy) funds. This contract was competitively procured via a request for proposal (N66001-20-R-0004) published on the beta.sam.gov web site and the Naval Information Warfare Systems Command e-Commerce Central web site. Twenty-three offers were received and 10 were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Amee Bay LLC,* Anchorage, Alaska (N64498-21-D-0028); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N64498-21-D-0029); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N64498-21-D-0030); and Continental Tide Defense Systems Inc.,* Wyomissing, Pennsylvania (N64498-21-D-0039), are awarded a combined $44,172,422 cost-plus-fixed-fee and firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engineering and technical support services for rotating electrical equipment and sealed insulation systems utilized in generators, electric motors, transformers, cables, power conversion and distribution equipment onboard all Navy hulls for the Naval Surface Warfare Center, Philadelphia Division, Code 445. Each awardee will be awarded $500 (minimum contract guarantee per awardee) at contract award. It is estimated that will be performed on the West Coast (45%); East Coast (35%); and outside the continental U.S. (20%). Work will be assigned according to individual task orders and is expected to be completed by June 2027. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $2,000 will be obligated at time of award and will expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. This multiple award contract was competitively procured via the beta.sam.gov website, with six offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. 

The Boeing Co., St. Louis, Missouri, is awarded a $13,972,948 modification (P00009) to a cost-plus-fixed-fee order (N0001917F0005) against a previously issued basic ordering agreement (N0001916G0001). This modification exercises an option to procure 69 Primary Bleed Air Pressure Regulator (PBAR) and Shut Off Valve Delta Kit modifications; and 384 PBAR new valve kits in support of the environmental control system PBAR and shut off valve improvement for F/A-18 series aircraft. Work will be performed in Windsor, Connecticut (80%); El Segundo, California (12%); and St. Louis, Missouri (8%), and is expected to be completed in September 2024. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $13,972,948 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.

Q.E.D. Systems Inc.,* Virginia Beach, Virginia, is awarded a $13,757,226 modification to previously awarded contract N00024-18-C-4312 for the execution planning efforts under option period 3 to support maintenance and sustainment execution contracts for littoral combat ship class ships homeported in San Diego, California. Work will be performed in San Diego, California, is expected to be completed by June 2022. Fiscal 2021 operation and maintenance (Navy) funding in the amount of $13,757,226 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received.  Southwest Regional Maintenance Center, San Diego, California, is the administrating contracting activity (N00024-18-C-4312).

Lyon Shipyard Inc.,* Norfolk, Virginia, is awarded an $8,077,424 firm-fixed-price contract to provide the management, technical, procurement, production, testing and quality assurance necessary to plan, prepare and execute all maintenance, repair, and alterations required to complete the docking phased maintenance availability onboard the USNS Hunter (TSV-3). Work will be performed in Norfolk, Virginia, and is expected to be completed by January 2022. If all options are exercised, work will continue through January, 2022. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $8,077,424 and will expire at the end of the current fiscal year. The requirement was competitively procured as a small business set-aside solicited through the beta.sam.gov website, with two offers received. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity (N50054-21-C-0004).

Lockheed Martin Rotary and Mission Systems, Owego, New York, is awarded an $8,014,901 firm-fixed-price order (N0001921F0426) against a previously issued basic ordering agreement (N0001919G0029).  This order provides for non-recurring engineering in support of the design of the Common MH-60R/S Aircraft survivability equipment architecture to integrate the APR-39C(V)2 radar warning receiver into the MH-60S avionics system and implement common audio and symbology architecture across the MH-60R and MH-60S aircraft for the U.S. Navy and foreign military sales (FMS) customers. Work will be performed in Owego, New York and is expected to be completed in July 2023. Fiscal 2021 research, development, test, and evaluation (Navy) funds in the amount of $1,190,800 and FMS funds in the amount of $2,848,954 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.

AIR FORCE

Defender Contracting & Construction Services, Kansas City, Missouri, has been awarded not-to-exceed $77,000,000 indefinite-delivery/indefinite-quantity contract for Simplified Acquisition of Base Engineering Requirements. The contractor will provide all management, labor, material, equipment, transportation, supervision and minor designs to accomplish simultaneous projects for a broad range of maintenance, repair and minor construction work on real property. Areas of work include, but are not limited to, airfield support, research and development, waterfront, medical, academic, secure areas, infrastructure, administrative and institutional. Work will be performed at Joint Base (JB) Charleston, South Carolina, and is expected to be completed June 28, 2026. This award is the result of a competitive acquisition with seven offers received. Fiscal 2021 operation and maintenance funds in the amount of $3,000 will be obligated at the time of award. The 628th Contracting Squadron, JB Charleston, South Carolina, is the contracting activity (FA4418-21-D-0002).

Delta Solutions & Strategies LLC, Colorado Springs, Colorado, has been awarded a $22,217,098 firm-fixed-price contract with cost reimbursable contract line items for Integrated Tactical Warning/Attack Assessment services. This contract provides technical engineering support and exercise simulation generation support for the Modeling and Simulations Operations Branch (J722) of the Joint Exercise & Training Directorate (J7), Headquarters U.S. Strategic Command (USSTRATCOM) and technical engineering support and exercise scenario generation support for the Modeling and Simulation Branch (J742) of the North American Aerospace Defense Command (NORAD) and U.S. Northern Command (USNORTHCOM) (N-NC) J7. Work will be performed at Offutt Air Force Base, Nebraska; and Peterson AFB, Colorado, and is expected to be completed June 12, 2026. This award is the result of a sole-source acquisition. Fiscal 2021 Department of Defense operation and maintenance funds in the amount of $3,361,064 are being obligated at the time of award. The 55th Contracting Squadron, Offutt AFB, Nebraska, is the contracting activity (FA4600-21-C-0011). 

DEFENSE LOGISTICS AGENCY

Benco Dental, Pittston, Pennsylvania, has been awarded a maximum $49,062,500 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for dental consumable items. This was a competitive acquisition with six responses received. This is a five-year contract with no option periods. Location of performance is Pennsylvania, with a June 13, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-21-D-0030). 

Canon U.S.A. Inc., Arlington, Virginia (SP7000-21-D-0004); and Xerox Corp., Honolulu, Hawaii (SP7000-21-D-0005), are sharing a maximum $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SP7000-19-R-1003 for color reproduction equipment and associated services. These were competitive acquisitions with two responses received. These are five-year contracts with no option periods. Locations of performance are Virginia, Hawaii, and inside and outside the continental U.S., with a June 9, 2026, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal year 2021 through 2026 working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, New Cumberland, Pennsylvania.

Fort Riley Utility Services Inc., Fort Riley, Kansas, has been awarded a $9,019,488 modification (P00044) to a 50-year contract (SP0600-17-C-8328) with no option periods to increase the obligated contract value for water and wastewater utility services. This is a fixed-price with economic-price-adjustment contract. Location of performance is Kansas, with a June 30, 2068, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2068 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

National Industries for the Blind,** Alexandria, Virginia, has been awarded a maximum $7,575,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for physical fitness uniform pants. This is a one-year base contract with four one-year option periods. Locations of performance are North Carolina, Tennessee, and Virginia, with a June 9, 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 (SPE1C1-21-D-B112).

UPDATE: Nilfisk Inc., Brooklyn Park, Minnesota (SPE8EC-21-D-0084), has been added as an awardee to the multiple award contract for commercial sweeper and scrubber equipment, issued against solicitation SPE8EC-17-R-0003 and awarded Aug. 31, 2017. 

MISSILE DEFENSE AGENCY

Raytheon Missiles and Defense, Tucson, Arizona, is being awarded a $36,682,667 modification (P00099) to previously awarded contract HQ0276-15-C-0003 to extend the current period of performance.  The value of this contract is increased by $36,682,667 from $2,609,487,245 to $2,646,169,912.  Under this modification, the contractor will:  (1) upgrade, integrate, and test Flight Test Round software; (2) revise environmental qualification plans for compliance with updated qualification standards; (3) facilitate a preliminary qualification event; (4) support an accelerated flight test date; and (5) initiate activities to begin the transition to production.  The work will be performed in Tucson, Arizona.  The performance period is extended from Sept. 30, 2021, to Dec. 31, 2022.  Fiscal 2021 research and development funds in the amount of $35,954,296 are being obligated on this award.  The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

*Small business
**Mandatory source