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 Some of the information contained within may be outdated and links may not function.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. 10, 2019

ARMY

CDM-Alberici JV, Boston, Massachusetts (W9128F-20-D-0002); Aptim Federal Services, Alexandria, Virginia (W9128F-20-D-0003); Wood-Cape, Blue Bell, Pennsylvania (W9128F-20-D-0004); Weston Solutions Inc., West Chester, Pennsylvania (W9128F-20-D-0005); ECC Environmental LLC, Burlingame, California (W9128F-20-D-0006); Conti Federal Services LLC, Edison, New Jersey (W9128F-20-D-0007); and AECOM Technical Services Inc., Los Angeles, California (W9128F-20-D-0008), will compete for each order of the $999,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for rapid disaster infrastructure construction. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of April 9, 2028. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Adams & Associates LLC,* Fort Collins, Colorado (W9128F-20-D-0015); RHA LLC,* Glendale, Arizona (W9128F-20-D-0016); Strategic Value Solutions Inc.,* Independence, Missouri (W9128F-20-D-0017); and Value Management Strategies Inc.,* San Marcos, California (W9128F-20-D-0018), will compete for each order of the $9,900,000 firm-fixed-price contract for architect and engineer services for an indefinite-delivery/indefinite-quantity contract with services consisting of value engineering studies and related technical review and design analysis of civil works, military and other projects. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 9, 2024. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Coastline Consulting & Development LLC,* Branford, Connecticut, was awarded a $7,845,150 firm-fixed-price contract for Annisquam River maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Gloucester, Massachusetts, with an estimated completion date of Feb. 22, 2020. Fiscal 2010 civil construction funds in the amount of $7,845,150 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-20-C-0001).

AIR FORCE

Space Exploration Technologies Corp., Hawthorne, California (FA8818-20-D-0001); Xbow Launch Systems Inc., Auburn, California (FA8818-20-D-0002); Northrop Grumman Innovation Systems, Chandler, Arizona (FA8818-20-D-0003); Firefly Black LLC, Cedar Park, Texas (FA8818-20-D-0004); United Launch Alliance, Centennial, Colorado (FA8818-20-D-0005); Aevum Inc., Huntsville, Alabama (FA8818-20-D-0006); VOX Space LLC., El Segundo, California (FA8818-20-D-0007); and Rocket Lab USA Inc., Huntington Beach, California (FA8818-20-D-0008), have been awarded a combined ceiling $986,000,000 multiple-award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract with a nine year ordering period. The contract seeks to capitalize on the emerging small launch providers while providing dedicated and primary launch services to the Department of Defense and other government agencies. The program allows for the rapid acquisition of launch services to meet mission requirements for payloads greater than 400 pounds, enabling launch to any orbit within 12-24 months from task order award. Work will be performed at the contractor facilities and a variety of government launch sites, depending on mission requirements. This award is the result of a competitive source acquisition and nine offers were received. Fiscal 2019 space procurement funds in the amount of $50,000 are being obligated at time of award. The Space and Missile Systems Center, Kirtland Air Force Base, New Mexico, is the contracting activity.

DEFENSE LOGISTICS AGENCY

US Foods Inc., Los Angeles, California, has been awarded a maximum $85,950,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution for Department of Defense customers in the Southern California region. 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 237 day bridge contract with no option periods. Location of performance is California, with a June 6, 2020, performance completion date. Using military services are Army, Air Force and Marine Corps. Type of appropriation is fiscal 2020 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3242).

The Gorman-Rupp Co.,* Mansfield, Ohio, has been awarded a maximum $7,245,900 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for hydraulic pump units for heavy expanded mobility tactical truck vehicles. 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 five-year contract with no option periods. Location of performance is Ohio, with an Oct. 8, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0006).

NAVY

Brandes Associates Inc.,* Lone Tree, Colorado, is awarded a $78,227,293 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract. This contract provides developmental and engineering support to include development, integration and test of mission planning products such as Naval Mission Planning Systems, Navy Tactical Aircraft, Joint Mission Planning Systems - Marine, Expeditionary, and legacy variants, emerging technology mission management capabilities, defensive electronic warfare libraries and all associated mission planning and control systems and subsystems. Work will be performed in Point Mugu, California (95%); and China Lake, California (5%), and is expected to be completed in November 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was a small business set aside competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-20-D-0001).

ImSAR LLC,* Springville, Utah, is awarded a $7,287,309 cost-plus-fixed-fee delivery order (N68335-20-F-0008) against a previously issued basic ordering agreement (N68335-18-G-0015). This order is in support of a Phase III Small Business Innovation Research effort (AF112-144) titled, "Advanced Radar Concepts for Small Remotely Piloted Aircraft." This order provides for the research, development, procurement and sustainment of the AN/DPY-2 split aces payload systems and communications relay package for the RQ-21A Blackjack unmanned aerial system. Work will be performed in Springville, Utah, and is expected to be completed in October 2020. Fiscal 2019 aircraft procurement; and research, development, test and evaluation (Navy) funds in the amount of $7,287,309 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Huntington Ingalls Industries, Newport News, Virginia, is awarded a $7,150,019 cost-plus-fixed-fee modification to previously-awarded contract N00024-17-C-2103 to exercise an option for the accomplishment of planning and design yard functions for standard Navy valves of nuclear-powered submarines and aircraft carriers. This option exercise is for engineering and design support, including material support and the standard Navy valve planning and design yard for in-service nuclear submarines and aircraft carriers. Work will be performed in Newport News, Virginia, and is expected to be completed by September 2020. Fiscal 2020 operation and maintenance (Navy) funding in the amount of $1,700,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

*Small Business