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 Some of the information contained within may be outdated and links may not function.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. 19, 2019

AIR FORCE

1CyberForce LLC, Reston, Virginia (FA8771-20-D-0001); Bluewater Federal Solutions Inc., Chantilly, Virginia (FA8771-20-D-0002); Citizant Inc., Chantilly, Virginia (FA8771-20-D-0003); Concept Plus LLC, Fairfax, Virginia (FA8771-20-D-0004); Definitive Logic Corp., Arlington, Virginia (FA8771-20-D-0005); Inserso Corp., Vienna, Virginia (FA8771-20-D-0006); Invictus JV LLC, Reston, Virginia (FA8771-20-D-0007); IPT-Exeter LLC, Billerica, Massachusetts (FA8771-20-D-0008); LifeCycle Solutions JV LLC, Beavercreek, Ohio (FA8771-20-D-0009); McCallie Associates Inc., Bellevue, Nebraska (FA8771-20-D-0010); Mission Assured Solutions LLC, Calverton, Maryland (FA8771-20-D-0011); Obsidian Global LLC, Washington, District of Columbia (FA8771-20-D-0012); OM Partners LLC, Reston, Virginia (FA8771-20-D-0013); Red Cedar Harmonia LLC, Leesburg, Virginia (FA8771-20-D-0014); Riverside Engineering LLC, Vienna, Virginia (FA8771-20-D-0015); Salience Technologies LLC, Leesburg, Virginia (FA8771-20-D-0016); Shearwater Mission Support LLC, Anchorage, Alaska (FA8771-20-D-0017); Tri-ESA LLC, Montgomery, Alabama (FA8771-20-D-0018); Zigabyte Corp., Lugoff, South Carolina (FA8771-20-D-0019); Eminent JV LLC, Fairfax, Virginia (FA8771-20-D-0020); have been awarded a $13,400,000,000 multiple award indefinite-delivery/indefinite-quantity contract for Small Business Enterprise Application Solutions.  This contract provides a comprehensive suite of Information Technology (IT) services and solutions to support IT systems and software development in a variety of environments and infrastructures.  Additional IT services include, but are not limited to documentation operations, deployment, cybersecurity, configuration management, training, commercial off-the-shelf product management and utilization, technology refresh, data and information services, information display services and business analysis for IT programs.  Work will be performed according to each individual task order and is expected to be completed by Dec. 18, 2029.  This award is the result of a competitive acquisition and 217 offers were received.  No funds are being obligated at the time of award.  Funds will be obligated in each individual task order.  The Air Force Life Cycle Management Center, Maxwell Air Force Base, Alabama, is the contracting activity.

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded a $1,008,327,355 definitized modification (PZ0012) to previously awarded contract FA8615-17-C-6047 for Active Electronically Scanned Array radars of Air Force F-16 aircraft.  This modification is for the definitization of all three programmatic phases to include development and production of up to 372 radars.  Work will be performed at Linthicum Heights, Maryland, and is expected to be completed by May 2027.  The total cumulative face value of the contract is $291,167,746.  Fiscal 2019 research and development funds in the amount of $679,659 are being obligated at the time of award.  The Air Force Life Cycle Management Center, Fighter Bomber Directorate, F-16 Division, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded an $85,000,000 indefinite-delivery/indefinite-quantity contract for the Golden Horde Science and Technology demonstration effort.  The first task order will be awarded as an undefinitized contract action, with a not-to-exceed of $46,000,000 under task order FA8651-20-F-1070.  The five year contract provides support for research and development of emerging munition technologies, as well as integrated weapon demonstrations.  The effort is conceptualized as a fast-paced Air Force Research Laboratory-led demonstration project executed under the auspices of the Team Eglin Weapon Consortium.  Work will be performed at Atlanta, Georgia, and is expected to be completed by December 2021 for task order 0001.  This award is the result of a non-competitive acquisition under the authority of Federal Acquisition Regulation 6.302-1.  Only one responsible source and no other supplies or services will satisfy agency needs.  Fiscal 2019 and 2020 research and development funds in the amount of $17,290,000 are being obligated on the first task order at the time of award.  The Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity (FA8651-20-D-0070).

Rolls-Royce Corp., Indianapolis, Indiana, has been awarded an $83,723,062 indefinite-delivery/requirements basic contract (FA8553-20-D-0003) for MissionCareTM propulsion support on the C-130J Aircraft, as well as the initial task order (FA8553-20-F-0005) in support of the French Air Force.  This contract and initial task order provides for the program management, in-country field support representatives, replenishment of spares, MissionCare service, travel and per diem, over and above as well as organizational and commercial depot level maintenance of the AE 2100D3 propulsion systems.  Work will be performed at locations as indicated by task/delivery order and performance under the last issued task order will be completed by Dec. 20, 2029.  This basic contract involves unclassified Foreign Military Sales, with the initial task order providing contractual support under MissionCare for the French Air Force.  This award is the result of a source directed acquisition.  Foreign Military Sales funds in the estimated amount of $83,723,062 are being obligated at the time of the award (by way of the initial task order for France).  The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $47,786,995 contract for 95 infrared Maverick units.  This contract provides for the manufacture and delivery of 95 infrared Maverick units.  Work will be performed in Tucson, Arizona, and is expected to be completed by Oct. 19, 2023.  This award is the result of a sole source-acquisition.  Foreign Military Sales funds in the amount $47,786,995 are being obligated at the time of award.  The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-20-C-0004).

The Aerospace Corp., El Segundo, California, has been awarded a $22,000,000 modification (P00027) to previously awarded FA8802-19-C-0001 for federally funded research and development centers support.  The contract modification is for additional funding.  Work will be performed at El Segundo, California, and is expected to be completed by Sept. 30, 2020.  Total cumulative face value of the contract is $2,180,348,065.  Fiscal 2020 research and development funds are being used and no funds are being obligated at the time of award.  The Space and Missile Systems Center, Operational/Specialized Services Directorate, Los Angeles Air Force Base, California, is the contracting activity.

Cape Fox Federal Integrators LLC, Manassas, Virginia, has been awarded a $20,387,807 firm-fixed-price contract for Remotely Piloted Aircraft (RPA) Squadron Operations Center (SOC) contractor field support representatives.  This contract provides for technical services to support Air National Guard (ANG) RPA SOC computer systems.  Work will be performed at various ANG sites throughout the continental U.S. and is expected to be complete by Dec. 18, 2021.  This award is the result of an 8 (a) sole-source set aside to an Alaskan Native Company.  Fiscal 2020 operations and maintenance funds in the amount of $10,070,171 are being obligated at the time of award.  The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8620-20-C-2010).

DynCorp International LLC, Fort Worth, Texas, has been awarded a $14,485,558 modification (P00006) on the previously awarded contract for rotary wing maintenance.  This contract provides the following services:  helicopter maintenance of aircraft assigned to the 11th Wing at Joint Base Andrews-Naval Air Facility Washington.  Work will be performed at Joint Base Andrews-Naval Air Facility, Washington, District of Columbia, and is expected to be completed by Dec. 31, 2020.  The total cumulative face value of the contract is $75,020,715.  Fiscal 2020 operations and maintenance funds in the amount of $1,207,129 are being obligated at the time of award.  The 11th Contracting Squadron, Services Flight, Joint Base Andrews, Maryland, is the contracting activity (FA2860-19-C-0005).

The Boeing Co., Colorado Springs, Colorado, has been awarded a $9,573,933 fixed-price incentive firm contract for Wideband Orbital Operations Logistics and Resiliency.  This contract provides for systems engineering and sustainment support for the Wideband Global Satellite Communications constellation.  Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Dec. 31, 2020.  This award is the result of a sole-source acquisition.  Fiscal 2020 operations and maintenance funding in the amount of $4,640,682 are being obligated at the time of award.  The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8823-20-C-0001).

Criterion Corp., Neshkoro, Wisconsin, has been awarded a $7,350,330.88 contract for base operating services at March Air Reserve Base, California.  This contract provides for all personnel, supervision, equipment, tools, materials, supplies, test equipment and other items and services necessary to accomplish supply, vehicle operations and maintenance, traffic management, real property maintenance and fuels management.  Work will be performed at March Air Reserve Base, California, and is expected to be completed by Dec. 31, 2020.  This award is the result of an urgent and compelling limited competition and three offers were received.  Fiscal 2020 operations and maintenance funds in the amount of $7,495,050 are being obligated at the time of award.  Headquarters Air Force Reserve Command, Robins Air Force Base, Georgia, is the contracting activity for the initial award and the 452nd Mission Support Group, March Air Reserve Base, California, is the post-award contracting activity (FA4664-20-C-0008).

CORRECTION:  The Dec. 13, 2019, announcement of a $21,395,866 modification (P00049) to previously awarded FA8621-16-C-6281 (Pinnacle Solutions Inc., Huntsville, Alabama) included an incorrect award and obligated amount.  The award amount is $20,524,341 and the obligated amount is $15,000,000.

ARMY

The Boeing Co., Mesa, Arizona, was awarded a $1,461,384,102 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) Foreign Military Sales (Indonesia, Israel, Kuwait, Netherlands, Qatar, Saudi Arabia, South Korea, Taiwan and United Arab Emirates) contract for support services for AH-64D/E Apache helicopters.  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 Dec. 31, 2024.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-D-0005).

Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $100,294,127 firm-fixed-price contract for the production of the M829A4 120mm Armor Piercing, Fin Stabilized, Discarding Sabot with Tracer cartridge.  One bid was solicited via the internet with one bid received.  Work will be performed in Plymouth, Minnesota; Keyse, West Virginia; Morgan Hill, California; Jonesborough, Tennessee; Elk River, Minnesota; Coachelle, California; and Aschau, Germany, with an estimated completion date of Feb. 26, 2022.  Fiscal 2018 and 2019 procurement of ammunition, Army funds in the amount of $100,294,127 were obligated at the time of the award.  U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-20-C-0002).

GSI MMRP JV LLC,* Honolulu, Hawaii, was awarded a $95,000,000 firm-fixed-price contract for in support of munitions and explosives of concern response actions.  Bids were solicited via the internet with six received.  Work locations and funding will be determined with each order, with an estimated completion date of June 17, 2024.  U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-20-D-0001).

CWU Inc., Tampa, Florida, was awarded a $71,693,479 cost-plus-fixed-fee contract for linguist support services.  One bid was solicited with one bid received.  Work will be performed in Fort Gordon, Georgia, with an estimated completion date of Dec. 22, 2020.  Fiscal 2020 operation and maintenance, Army funds in the amount of $71,693,479 were obligated at the time of the award.  U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W50NH9-20-C-0002).

Cellphire Inc.,* Rockville, Maryland, was awarded a $29,252,092 cost-plus-fixed-fee contract for Cryopreserved platelet development for U.S. Food and Drug Administration licensure.  Bids were solicited via the internet with three received.  Work will be performed in Rockville, Maryland, with an estimated completion date of July 19, 2026.  Fiscal 2019 research, development, test and evaluation funds in the amount of $2,587,158 were obligated at the time of the award.  U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-20-C-0030).

Inter-Coastal Electronics Inc.,* Mesa, Arizona, was awarded a $10,400,266 firm-fixed-price Foreign Military Sales (United Kingdom) contract for new equipment training, design, development, and qualification for airworthiness of the Advanced Smart On-board Data Interface Module and Tactical Engagement Simulation System training missile.  Bids were solicited via the internet with one received.  Work will be performed in Mesa, Arizona, with an estimated completion date of Jan. 5, 2024.  Fiscal 2020 Foreign Military Sales funds in the amount of $10,400,266 were obligated at the time of the award.  U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-C-0012).

Phoenix LLC,* Monona, Wisconsin, was awarded a $9,999,217 cost-plus-fixed-fee contract for High Flux Thermal Neutron Source for Radiographic Inspection research and development.  One bid was solicited with one bid received.  Work locations and funding will be determined with each order, with an estimated completion date of Dec. 19, 2024.  U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-20-D-0007).

NAVY

Manu Kai LLC,* Honolulu, Hawaii, is awarded $90,000,000 for a bridge contract (N00604-20-D-4009) as a bridge action for previously awarded indefinite-delivery/indefinite-quantity contract (N00604-09-D-0001) with both cost-plus-award-fee and fixed-price-award fee line items for range operations support and base operations support services.  This contract includes a 12-month performance period with no option periods.  Work will be performed at the Pacific Missile Range Facility, Island of Kauai, Hawaii, and work is expected to be completed by December 2020.  Subject to the availability of funds, fiscal 2020 operations and maintenance funds (Navy) in the amount of $20,000,000 will be obligated at the time of award to fund the contract's minimum amount and funds will not expire at the end of the current fiscal year.  This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1).  The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website as a 100% 8(a) set-aside requirement, with one offer received.  Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity.

United Technologies Corp., Pratt & Whitney Military Engine, East Hartford, Connecticut, is awarded a $58,382,282 fixed-price-incentive-fee, cost-plus-fixed-fee task order (N00019-20-F-0001) against a previously issued basic ordering agreement (N00019-17-G-0005).  This order provides non-recurring engineering for early identification, development and qualification of corrections to potential and actual operational issues, including safety, reliability and maintainability problems identified through fleet usage, accelerated mission testing, continues engine maturation and evaluates component life limits based on operational experience in support of the F-35 Lightning II Joint Strike Aircraft for the Navy, Air Force; non-Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers.  Work will be performed in East Hartford, Connecticut (87%) and Indianapolis, Indiana (13%), and is expected to be completed in December 2024.  Fiscal 2020 research, development, test and evaluation (Navy and Air Force), non-DoD participant and FMS funds in the amount of $19,422,149 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This order combines purchases for the Navy ($20,908,426; 36%); Air Force ($19,887,707; 34%); non-DoD participants ($9,471,149; 16%) and FMS customers ($8,115,000; 14%).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Progeny Systems Corp., Manassas, Virginia, is awarded a $34,776,103 modification to previously awarded contract N00024-18-C-6410 to exercise options for the production of MK54 MOD 1 lightweight torpedo kits, proof of manufacturing components, associated production support material, spares and engineering and hardware support services.  This modification combines purchases for the Navy (99%), and the Government of Canada (1%) under the Foreign Military Sales (FMS) program.  Work will be performed in Charleroi, Pennsylvania (70%), Salt Lake City, Utah (26%), and Manassas, Virginia (4%), and is expected to be complete by November 2022.  Fiscal 2020 weapons procurement (Navy) funding in the amount of $25,697,893, 2019 research, development, test and evaluation (Navy), funding in the amount of $3,350.004, 2019 weapons procurement (Navy) funding in the amount of $2,879,544, 2018 weapons procurement (Navy) funding in the amount of $2,601,167, and FMS Canada funding in the amount of $247,495 will be obligated at time of award.  Fiscal 2018 weapons procurement (Navy) funding in the amount of $2,601,167 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Kelvin International Corp.,* Newport News, Virginia, is awarded a $19,148,555 firm-fixed-price indefinite-delivery/indefinite-quantity contract.  This contract provides for development and test as well as associated technical data in support of the production and delivery of a maximum quantity of 102 Cryogenic Service Systems (CSS), to include two pre-production units.  The CSS are 2000 gallon metal tanks that store and supply liquid and gaseous oxygen/nitrogen to service support equipment and aircraft systems.  The CSS shall replace existing 1000 gallon CSS tanks currently in use throughout the Navy and Marine Corps.  Work will be performed in Newport News, Virginia, and is expected to be completed in June 2026.  No funds will be obligated at the time of award.  Funds will be obligated on individual orders as they are issued.  This contract is a small business set-aside, competitively procured via an electronic request for proposal; three offers were received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0002).

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded an $18,629,025 cost-plus-incentive-fee contract modification to previously awarded contract N00024-17-C-6259 to exercise and fund options for the government of Canada under the Foreign Military Sales (FMS) program naval production, engineering services and required materials.  This contract modification purchases for the government of Canada under the FMS program.  Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be complete by April 2025.  FMS funding in the amount of $14,343,720 will be obligated at the time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, Washington, District of Columbia, is the contracting activity.

General Electric Aviation, Lynn, Massachusetts, is awarded a $13,307,587 cost-plus-fixed-fee delivery order (N00421-20-F-0001) against a previously issued basic ordering agreement (N00421-19-G-0001).  This order provides engineering and engine system support for the F414 Component Improvement Program.  Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2020.  Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $3,000,000 will be obligated at time of award, none of which will expire at the end of the fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $8,993,361 cost-plus-fixed-fee, cost reimbursable contract.  This contract provides support to establish the common reprogramming tool development network and selection of a service-oriented architecture needed to commence development of enhanced reprogramming tools, which is essential for all standing labs in support of the F-35 aircraft for the Navy and the government of Australia.  Work will be performed at Fort Worth, Texas (97%) and Eglin Air Force Base, Florida (3%), and is expected to be completed in December 2020.  Fiscal 2020 research, development, test and evaluation (Navy) and non-Department of Defense participant funds in the amount of $6,995,574 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 (N00019-20-C-0026).

Edison Chouest Offshore, Cut Off, Louisiana, is awarded a $7,576,200 modification to a previously awarded firm-fixed-price contract (N32205-17-C-3513).  This modification exercises an option for one maritime support vessel MV Carolyn Chouest.  This vessel will be utilized to launch, recover, refuel and resupply various size crafts in the Pacific Command's area of responsibility.  This is the second, 12-month option.  This contract includes a 12-month base period, three 12-month option periods, and one 11-month option period.  Work will be performed in the Pacific Command's area of responsibility, and is expected to be completed, if all options are exercised by Nov. 21, 2022.  Fiscal 2020 (Navy) working capital funds in amount of $7,576,200 and will not expire at the end of the current fiscal year.  The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Rotair Aerospace Corp.,* Bridgeport, Connecticut, has been award a maximum $17,065,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for pilot module assembly spare parts.  This was a competitive acquisition with one offer received.  This is a five-year contract with no option periods.  Location of performance in Connecticut, with a Dec. 20, 2024, performance completion date.  Using military service is Army.  The type of appropriation is fiscal 2019 through 2025 Army working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0013).

Optima Batteries Inc., Milwaukee, Wisconsin, has been awarded a maximum $12,442,473 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for battery storage.  This was a sole-source acquisition using justification U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1.  This is a three-year base contract with two one-year option periods.  Locations of performance are Wisconsin and Mexico, with a Dec. 18, 2022, performance completion date.  Using military services are Army, Navy and Air Force.  Type of appropriation is fiscal 2020 through 2022 defense working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0048).

DEFENSE FINANCE AND ACCOUNTING SERVICE

KPMG LLP, McLean, Virginia, has been awarded a fixed-price contract option with a maximum value of $11,906,037 for audit services of the United States Army Corps of Engineers (USACE) Civil Works (CW) and Suballotted Funds Financial Statements.  Work will be performed in McLean, Virginia, with an expected completion date of Dec. 31, 2020.  This contract is the result of a competitive acquisition for which three quotes were received.  The contract had a 12-month base period plus four individual one-year option periods, with a maximum value of $57,693,820.  This award brings the total cumulative value of the contract to $33,346,470.  Fiscal 2020 USACE CW revolving funds in the amount of $11,906,037 are being obligated at the time of this option award.  The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-18-F-0039).

*Small Business