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 Some of the information contained within may be outdated and links may not function.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 April 15, 2020

NAVY

Aerovation, Inc.,* Tucson, Arizona (N00421-20-D-0103); Ampex Data Systems Corp.,* Hayward, California (N00421-20-D-0074); BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (N00421-20-D-0075/N00421-20-D-0091); The Boeing Co., St. Louis, Missouri (N00421-20-D-0076/ N00421-20-D-0092); Coherent Technical Services Inc.,* Lexington Park, Maryland (N00421-20-D-0077/N00421-20-D-0093/N00421-20-D-0104); Crestview Aerospace LLC, Crestview, Florida (N00421-20-D-0095); Dayton T. Brown Inc.,* Bohemia, New York (N00421-20-D-0105); EFW Inc., Fort Worth, Texas (N00421-20-D-0079); Erickson Inc.,* Portland, Oregon (N00421-20-D-0106); General Dynamics Mission Systems Inc., Bloomington, Minnesota (N00421-20-D-0080); Honeywell International Inc., Phoenix, Arizona (N00421-20-D-0081); Intellisense Systems Inc.,* Torrance, California (N00421-20-D-0082); J.F. Taylor Inc.,* Lexington Park, Maryland (N00421-20-D-0083/N00421-20-D-0107); KIHOMAC Inc.,* Reston, Virginia (N00421-20-D00109); L3 Aviation Products Inc., Alpharetta, Georgia (N00421-20-D-0084); L3 Communications Integrated Systems LP, Waco, Texas (N00421-20-D-0096); L3 Communication Systems - West Inc., Salt Lake City, Utah (N00421-20-D-0085); M7 Aerospace LLC, San Antonio, Texas (N00421-20-D-0097); Means Engineering Inc.,* Carlsbad, California (N00421-20-D-0086); Physical Optics Corp.,* Torrance California (N00421-20-D-0087); Raytheon Co., Indianapolis, Indiana (N00421-20-D-0088); Rockwell Collins Inc., Cedar Rapids, Iowa (N00421-20-D-0078/N00421-20-D-0094); Science and Engineering Services LLC,* Huntsville, Alabama (N00421-20-D-0099/N00421-20-D-0110); Science Applications International Corp., Reston, Virginia (N00421-20-D-0089/N00421-20-D-0098); Sechan Electronics, Lititz, Pennsylvania (N00421-20-D-0090); Sierra Nevada Corp., Sparks, Nevada (N00421-20-D-0100); Tyonek Worldwide Services Inc.,* Madison, Alabama (N00421-20-D-0101/N00421-20-D-0111); and Yulista Aviation Inc.,* Huntsville, Alabama (N00421-20-D-0102/N00421-20-D-0112), are awarded $7,143,500,000 for indefinite-delivery/indefinite-quantity contracts in support of the Naval Air Warfare Center, Aircraft Division.  These contracts are for three distinct lots, each with established vendor pools supporting different requirements.  Work will be performed at the contractor's locations and at government facilities.  Lot I provides full rate production of mission system avionics.  Lot II provides full rate production of other aircraft components, production and installation of modification kits.  Lot III provides full rate production of other aircraft components, production and installation of modification kits.  The estimated aggregate ceiling for all contracts is $7,143,500,000, with the companies having an opportunity to compete for individual orders within their lots.  Work is expected to be complete by April 2031.  No funds are being obligated at the time of award, and will be obligated on individual orders as they are issued.  These contracts were competitively procured via an electronic request for proposals and 38 offers from 28 vendors were received.  The Naval Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Hensel Phelps Construction Co., Honolulu, Hawaii, is awarded a $54,279,000 firm-fixed-price contract (N62478-20-C-4000) for design and construction of an undersea operational training facility.  Work will be performed in Oahu, Hawaii.  The work to be performed provides for an undersea operations training center (UOTC) that will support a variety of functions, including operator and undersea vehicle training via the use of a combat training tank; applied instruction in topic-dedicated classrooms; and laboratories and computer laboratories.  Also included in the UOTC are diver support spaces, administrative spaces, maintenance and repair spaces, operator's gear storage lockers and maintenance and support spaces.  Work is expected to be complete by April 2022.  The contract also contains one furniture, fixtures and equipment line item and one unexercised option, which if awarded would increase cumulative contract value to $57,494,949.  Fiscal 2020 military construction defense agencies contract funds in the amount of $54,279,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website with two proposals received.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor, Hawaii, is the contracting activity.

AECOM Management Services Inc., Germantown, Maryland, is awarded a $35,330,861 modification (P00062) to a previously awarded cost-plus-fixed-fee, firm-fixed-price contract (N68335-17-C-0272).  This modification exercises options to procure contractor support services that provides seamless integrated support equipment maintenance repair and overhaul services for 14 Fleet Readiness Center aviation support equipment sites with a goal of reducing repair cycle time while improving availability and readiness in support of the Navy.  Work will be performed in Solomons, Maryland (18%); North Island, California (18%); Portsmouth, Virginia (12%); Jacksonville, Florida (12%); Lemoore, California (8%); Beaufort, South Carolina (7%); New Orleans, Louisiana (7%); El Centro, California (5.5%); Cherry Point, North Carolina (5%); Fort Worth, Texas (5%); Comalapa, El Salvador (1%); Everett, Washington (1%); and Cheatham Annex, Virginia (0.5%), and is expected to be complete by April 2022.  Fiscal 2020 operations and maintenance (Navy) funds in the amount of $9,624,915; fiscal 2020 working capital (Navy) funds in the amount of $2,435,821; fiscal 2020 other procurement (Navy) funds in the amount of $1,410,800; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $590,600 will be obligated at time of award, $9,624,915 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 Inc., Pascagoula, Mississippi, is awarded a $23,374,575 cost-plus-award-fee modification to previously awarded contract N00024-18-C-2312 to exercise options for accomplishment of follow yard class services (FYS) for the DDG-51 (guided missile destroyer) class destroyer program.  Work will be performed in Pascagoula, Mississippi (98%); Washington, District of Columbia (1%); and Bath, Maine (1%).  The FYS contract provides liaison and technical support; engineering, design and configuration management; systems engineering team; turnkey; special studies; baseline management; and crew indoctrination and orientation.  Work is expected to be complete by April 2021.  Fiscal 2016, 2018, 2015, 2014, 2019 and 2017 shipbuilding and conversion (Navy) funding in the amount of $22,061,799 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Goodrich Corp., Westford, Massachusetts, is awarded a $19,903,003 cost-plus-fixed-fee contract (N00014-20-C-2012) for the MS-177A Naval Maritime Experiment Program.  This contract provides for building and delivering a qualified state-of-the-art sensor system in support of fleet and science and technology experimentation goals.  Work will be performed in Westford, Massachusetts (67%); Patuxent River, Maryland (22%); San Diego, California (10%); and Danbury, Connecticut (1%).  The first line of effort will ensure integration requirements are identified and the sensor is properly tuned and configured for maritime operations.  Follow-on experimentation events will enable data collections to support the next generation of maritime federated data processing, exploitation and dissemination for future warfighting applications.  Work is expected to be completed by October 2022.  The total cumulative value of this contract is $19,903,003.  The base period is $19,903,003 and there are no proposed options.  The action will be fully funded with an obligation of $19,903,003 utilizing fiscal 2019 research, development, test and evaluation (Navy) funds and will expire at the end of the current fiscal year.  This contract was competitively procured under N00014-19-S-B001, “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.”  Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown.  The Office of Naval Research, Arlington, Virginia, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, was awarded a $9,224,337 modification (P00074) to exercise an option to previously awarded cost-plus-fixed-fee contract N00019-15-C-0121 to procure a Digital Focal Plane Array prototype for the Navy and Air Force.  Work will be performed in Tucson, Arizona, and is expected to be completed by September 2021.  Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $1,800,000; and fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $800,000 were 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.

DEFENSE INFORMATION SYSTEMS AGENCY

ACE Electronics Defense Systems LLC, Aberdeen Proving Ground, Maryland (HC1084-20-D-0005), was awarded a competitive, small business set aside, single award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the production of Army installation kits.  The contract ceiling is approximately $205,998,367, with the minimum guarantee is $2,000,000.  The total value of delivery order 0001 is $16,898,782 funded by fiscal 2020 other procurement Army funds.  Proposals were solicited via FedBizOpps, now beta.SAM.gov, and two proposals were received.  The place of performance will be at the contractor's facility until the installations kits are delivered to the government at the Red River Army Depot.  The period of performance is a three-year base with seven one-year options.  The period of performance for the base period is April 15, 2020, through April 14, 2023; if all options are exercised, the contract performance will end April 14, 2030.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-20-D-0005). [EDITOR’S NOTE: The $2,000,000 minimum guarantee for this contract was initially entered incorrectly on this page but is now accurate.]

AIR FORCE

The Boeing Co., Seattle, Washington, has been awarded an $84,000,000 firm-fixed-price contract modification (P00068) to previously awarded contract FA8625-16-C-6599 for VC-25B technical publications.  This contract modification is to modify commercial manuals, update with VC-25B-specific information and deliver integrated manuals for the VC-25B system.  This includes manuals developed by both Boeing and their subcontractors.  Work will be performed in Seattle, Washington, and is expected to be complete by Jan. 15, 2025.  Fiscal 2019 and 2020 research and development funds in the amount of $13,572,333 are being obligated at the time of award.  This award is the result of a sole-source acquisition.  The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

Weeks Marine Inc., Covington, Louisiana, was awarded a $15,885,000 modification (P00003) to contract W912DS-19-C-0025 for reduction of storm damages from coastal erosion and flooding through storm protective berm and beach fill.  Work will be performed in Long Beach, New Jersey, with an estimated completion date of March 1, 2021.  Fiscal 2020 civil construction funds in the amount of $15,885,000 were obligated at the time of the award.  U.S. Army Corps of Engineers, New York, New York, is the contracting activity.

Fisher Sand & Gravel Co., Dickinson, North Dakota, was awarded a $7,633,085 modification (P00004) to contract W912PL-20-C-0004 for approximately 800 linear feet of 30-foot bollard barrier, roads, drainage improvements, lighting, closed-circuit TV, Type A fiber optic cable and Type B fiber optic cable.  Work will be performed in Yuma, Arizona, with an estimated completion date of Dec. 30, 2020.  Fiscal 2020 military construction, Army funds in the amount of $7,633,085 were obligated at the time of the award.  U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity.

*Small business