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 Some of the information contained within may be outdated and links may not function.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 Oct. 18, 2021

NAVY

Deloitte Consulting LLP, Arlington, Virginia, is awarded $223,591,227 under a previously awarded request for proposal (N00189-21-R-0016), indefinite-delivery/indefinite-quantity, multiple-award contract that will include terms and conditions for the placement of firm-fixed-price task orders to obtain strategic contractor services to assist with transformation efforts that include Naval Sustainment System – Supply, Perform-to-Plan logistics, supply chain and logistics technology, and enterprise transformations in support of Naval Supply Systems Command and the Department of the Navy. The contract will include a five-year base ordering period with an additional six-month ordering period option pursuant of Defense Federal Acquisition Regulation 52.217-8 — option to extend services, which if exercised, will bring the total value to $246,761,679. The base ordering period will begin October 2021 and is expected to be completed by September 2026; if the option is exercised, the ordering period will be completed by March 2027. All work will be performed at various contractor facilities throughout the U.S.; the percentage of work at each of those locations cannot be determined at this time. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $1,000 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 for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was solicited through the beta.sam.gov website, with 10 offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk Office, Norfolk, Virginia, is the contracting activity (N00189-22-D-0001).

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded a $137,119,008 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides engineering and integrated product support, technical data and configuration management, and technical and project management in support of life cycle management of legacy, current, and future command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance systems and subsystems for the Naval Air Warfare Center Aircraft Division, Webster Outlying Field, Special Communications Mission Solutions Division. Work will be performed in St. Inigoes, Maryland, and is expected to be completed in October 2026. No funds will be obligated at time of award; 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 (N0042122D0002). 

National Technical Systems (NTS), Camden, Arkansas, is awarded a $9,961,646 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for rapid energetic systems response testing support. Work will be performed in Camden, Arkansas, and is expected to complete October 2026. Fiscal 2022 Navy working capital funding of $500 will be obligated on the first task order at time of 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 two offers received. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity (N00174-22-D-0001). 

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded an $8,650,427 modification to previously awarded, cost-plus-fixed-fee contract N00024-20-C-2114 for reactor plant planning yard support for nuclear-powered submarines and support yard for the Navy’s moored training ships. This modification includes options which, if exercised, would bring the cumulative value of this modification to $149,219,670. Work will be performed in Groton, Connecticut (92%); and Charleston, South Carolina (8%). No completion date or other additional information is provided on Naval Nuclear Propulsion Program contracts. Fiscal 2020 other procurement (Navy) funds in the amount of $8,650,427 will be obligated at time of award and will not expire at the end of the current 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. 

ARMY

Lockheed Martin Corp. - Missiles and Fire Control, Grand Prairie, Texas, was awarded a $79,901,716 modification (PZ0003) to contract W31P4Q-21-F-0031 to definitize the task order for the fire control components development and flight test support for Integrated Air and Missile Defense Battle Command System, PATRIOT advanced capability and PAC-3 missile segment enhancement integration with lower tier air and missile defense sensor. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Dec. 31, 2023. Fiscal 2021 research, development, test and evaluation, Army funds in the amount of $79,901,716 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

*Small business