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 Some of the information contained within may be outdated and links may not function.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 Dec. 2, 2019

NAVY

General Dynamics Electric Boat Corp. (GDEB), Groton, Connecticut, is awarded a $22,209,893,409 fixed-price-incentive, multi-year modification to previously-awarded contract N00024-17-C-2100 for construction of nine Virginia-class submarines, eight with Virginia Payload Module (VPM), from fiscal 2019 to fiscal 2023.  The contract modification includes spare material and an option for one additional submarine with VPM.  If the option is exercised, the cumulative value of this contract will increase to $24,097,439,556.  The awarded amounts include previously-announced material awards (including long-lead-time material and economic ordering quantity material) totaling $3,197,633,908.  This contract modification is for the construction of the fifth block of Virginia-class submarines by GDEB and major subcontractor Huntington Ingalls Industries' Newport News Shipbuilding division, inclusive of design support and all efforts necessary to test and deliver each submarine.  GDEB will continue to subcontract with Huntington Ingalls Industries' Newport News Shipbuilding division.  Work will be performed in Newport News, Virginia (25%); Quonset Point, Rhode Island (21%); Groton, Connecticut (20%); Sunnyvale, California (8%); Norfolk, Virginia (1%); Bethlehem, Pennsylvania (1%); and Annapolis, Maryland (1%), with other efforts performed at various places throughout the U.S. below one percent (22%), and other places outside of U.S. below one percent (1%).  Work is expected to be completed by August 2029.  If the option is exercised, work is expected to be completed by February 2030.  Fiscal 2017 and 2019 shipbuilding and conversion, Navy (SCN) funding in the amount of $3,155,793,018 will be obligated at time of award and will not expire at the end of the current fiscal year - funding:  fiscal 2019 SCN (95%); fiscal 2017 SCN (5%).  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $14,070,093 for modification of the second option under an indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Support Activity (NSA) Kingdom of Bahrain.  After award of this option, the total cumulative contract value will be $44,363,284.  The work to be performed provides for, but is not limited to, all management, supervision, tools, materials, supplies, labor and transportation services necessary to perform security operations, galley services, unaccompanied housing, facility management, emergency service requests, urgent service, routing service, facilities investment, custodial, pest control service, integrated solid waste, grounds maintenance, utility management, wastewater, operate reverse osmosis water treatment system, chiller and transportation at NSA Kingdom of Bahrain.  Work will be performed in NSA Kingdom of Bahrain.  This option period is from December 2019 to November 2020.  No funds will be obligated at time of award.  Fiscal 2020 operation and maintenance (Navy) contract funds for $4,159,063 for non-recurring work will be obligated on individual task orders issued during the option period.  Naval Facilities Engineering Command Europe Africa Central, Naples, Italy, is the contracting activity (N62470-17-D-4007).

L-3 Technologies Inc., Salt Lake City, Utah, is awarded a $9,999,144 firm-fixed-price modification (P00012) to a previously-awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-18-C-1030) to procure eight Common Data Link Hawklink AN/SRQ-4 systems for the MH-60R aircraft.  Work will be performed in Salt Lake City, Utah, and is expected to be completed in December 2022.  Fiscal 2020 other procurement (Navy) funds in the amount of $9,999,144 will be obligated at time of award, none of which will expire at the end of the fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

Lockheed Martin Missile and Fire Control, Orlando, Florida, has been awarded a $988,832,126 definitization modification (PZ0010) to previously-awarded contract FA8681-18-C-0021 for Air-Launched Rapid Response Weapon critical design review, test and production readiness support.  The contract modification will definitize the contract terms, specifications and price.  Work will be performed at Orlando, Florida, and is expected to be completed Dec. 31, 2022.  The total cumulative face value of the contract is $988,832,126.  Fiscal 2020 research, development, test and evaluation funds are being obligated in the amount of $23,000,000 at the time of award.  The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

GTA Containers Inc., South Bend, Indiana, has been awarded a $9,404,953 delivery order (FA8534-20-F-0003) against previously-awarded contract FA8533-16-D-0001 for collapsible fuel tank production.  Work will be performed at South Bend, Indiana, and is expected to be completed by Jan. 31, 2022.  The total cumulative face value of the contract is $24,507,563.  Fiscal 2019 other procurement funds in the amount of $9,404,953 are being obligated at the time of award.  The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

ARMY

Fisher Sand and Gravel Co., Dickinson, North Dakota, was awarded a $399,962,000 firm-fixed-price contract to design-build border infrastructure along the southern perimeter of the Cabeza Prieta National Wildlife Refuge in Yuma County, Arizona.  Five bids were solicited with three bids received.  Work will be performed in Yuma, Arizona, with an estimated completion date of Dec. 30, 2020.  Fiscal 2018 military construction, defense-wide funds in the amount of $268,072,900 were obligated at the time of the award.  U.S. Army Corps of Engineers, Portland District, Portland, Oregon, is the contracting activity (W912PL-20-C-0004).

InSap Services Inc.,* Marlton, New Jersey, was awarded a $41,636,459 modification (BA02 44) to contract W91QUZ-11-D-0017 to provide personnel with technical experience to sustain the Army's Logistics Modernization Program.  Work will be performed at Picatinny Arsenal, New Jersey, with an estimated completion date of Dec. 31, 2020.  Fiscal 2020 other procurement, Army funds in the amount of $7,961,225 were obligated at the time of the award.  U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

Unisys Corp., Reston, Virginia, was awarded a single award indefinite-delivery/indefinite-quantity firm-fixed-price contract for Unisys Operating System 2200 capacity services.  The place of performance will be at current Defense Information Systems Agency data centers.  The contract ceiling is $80,457,160.  The solicitation was issued as an other-than-full-and-open-competition action pursuant to the authority of 10 U.S. Code §2304(c)(1) and Federal Acquisition Regulation 6.302-1, with only one responsible source and no other supplies or services will satisfy agency requirements.  Proposals were solicited via the Federal Business Opportunities website (www.fbo.gov), now known as beta.SAM.gov website (www.beta.sam.gov).  Only one proposal was received.  The period of performance (PoP) consists of a one-year base period and two one-year options.  The PoP for the base year is Dec. 1, 2019, through Nov. 30, 2020, and the option years follow consecutively through Nov. 30, 2022.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-20-D-0002). (Awarded Dec. 1, 2019)

DEFENSE LOGISTICS AGENCY

AvKare Inc., Pulaski, Tennessee, has been awarded a maximum $11,727,127 firm-fixed-price requirements contract for potassium chloride tablets.  This was a competitive acquisition with one response received.  This is a one-year base contract with four one-year option periods.  Locations of performance are Tennessee and Minnesota with a Dec. 1, 2020, performance completion date.  Using customers are Department of Defense, Department of Veterans Affairs, Indian Health Services and Federal Bureau of Prisons.  Type of appropriation is fiscal 2020 through 2021 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D2-20-D-0081).

UPDATE:  ADS Inc.,* Virginia Beach, Virginia (SPE8EH-20-D-0001), has been added as an awardee to the multiple award contract for fire and emergency services equipment, issued against solicitation SPE8EH-16-R-0001, and announced March 21, 2019.

*Small Business