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 Some of the information contained within may be outdated and links may not function.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 Sept. 2, 2020

ARMY

AECOM Technical Services Inc., Omaha, Nebraska (W912DQ-20-D-3004); Aptim Federal Services LLC, Alexandria, Virginia (W912DQ-20-D-3005); Black & Veatch ER JV, Overland Park, Kansas (W912DQ-20-D-3006); CAPE-Cabrera JV LLC,* Norcross, Georgia (W912DQ-20-D-3007); CDM JV, Fairfax, Virginia (W912DQ-20-D-3008); ECC Environmental LLC,* Burlingame, California (W912DQ-20-D-3009); Sevenson Environmental Services Inc.,* Niagara Falls, New York (W912DQ-2-0D-3010); Tetra Tech EC Inc., Langhorne, Pennsylvania (W912DQ-20-D-3011); and Weston Solutions Inc., West Chester, Pennsylvania (W912DQ-20-D-3012), will compete for each order of the $185,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to execute ongoing environmental remediation work at a number of sites for a variety of customers. Bids were solicited via the internet with ten received. Work locations and funding will be determined with each order, with an estimated completion date of March 1, 2026. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity. 

Smiths Detection Inc., Edgewood, Maryland, was awarded a $90,863,728 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for full rate production of the Joint Chemical Agent Detector Solid Liquid Adapter. 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 Aug. 26, 2030. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-20-D-0004). 

Trumbull Corp & Brayman Construction Corp. JV, Pittsburgh, Pennsylvania, was awarded a $7,083,411 modification (P00010) to contract W911WN-15-C-0009 for work at the Charleroi Lock and Dam, Monongahela River, Pennsylvania. Work will be performed in Monessen, Pennsylvania, with an estimated completion date of Jan. 22, 2024. Fiscal 2017 civil operation and maintenance funds in the amount of $7,083,411 were obligated at the time of the award. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity.

AIR FORCE

Northrop Grumman System Corp., Salt Lake City, Utah, has been awarded a $135,000,000 indefinite-delivery/indefinite-quantity contract for remanufacturing efforts in support of the air launch cruise missile inertial navigation element.  Work encompasses the disassembly, cleaning, inspection, maintenance, re-assembly, testing and finishing actions as required to return the end item to a like-new condition.  Work will be predominantly performed in Salt Lake City, Utah, and is expected to be completed Sept. 3, 2034.  This award is the result of a sole-source acquisition.  Fiscal 2020 operations and maintenance funds in the amount of $21,493,987 are being obligated for the first task order at the time of award.  Air Force Nuclear Weapons Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8128-20-D-0003).

Geospark Analytics Inc., Herndon, Virginia, has been awarded a $95,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five year ordering period for the Phase Three commercialization of their Small Business Innovation Research Phase One technology of Hyperion Artificial Intelligence.  This enterprise-level contract provides near real time situational awareness capabilities to the entire U.S. federal government, enabling users to make better decisions faster.  This is accomplished by identifying and forecasting emerging events on a global scale to mitigate risk, recognize threats, greatly enhance indications and warnings and provide predictive analytics capabilities.  Work will be performed in Herndon, Virginia, and is expected to be completed Sept. 1, 2025.  Fiscal 2020 operations and maintenance funds in the amount of $200,000 will be obligated at the time of award.  Headquarters U.S. Space Force, Peterson Air Force Base, Colorado, is the contracting activity (FA2544-20-D-0001).

A-Tech Corp., Albuquerque, New Mexico, has been awarded a $34,905,249 cost-plus-fixed-fee contract for the Surveillance, Intelligence, and Reconnaissance Enhanced Network (SIREN) program.  The objective of SIREN is to provide an autonomous, multi-modal, space-based sensing capabilities for persistent tactical intelligence, surveillance, and reconnaissance.  Work will be performed in Albuquerque, New Mexico, and is expected to be completed Dec. 4, 2025.  This award is the result of a competitive acquisition and one offer was received.  Fiscal 2020 research, development, test and evaluation funds in the amount of $199,000 are being obligated at time of award.  Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-20-C-0023).

CORRECTION: The contract announced Aug. 31, 2020, for Communications & Power Industries LLC, Beverly, Massachusetts, in the amount of $9,500,000, for electron tubes repair has not yet been awarded (FA8250-20-D-0006).

NAVY

Harper Construction Co. Inc., San Diego, California (N62473-16-D-1881); Hensel Phelps Construction Co., Irvine, California (N62473-16-D-1882); M. A. Mortenson Co. doing business as Mortenson Construction, Minneapolis, Minnesota (N62473-16-D-1883); R. A. Burch Construction Co. Inc.,* Ramona, California (N62473-16-D-1884); RQ Construction LLC, Carlsbad, California (N62473-16-D-1885); Solpac Construction, doing business as Soltek Pacific Construction Inc., San Diego, California (N62473-16-D-1886); and Straub Construction Inc., Fallbrook, California (N62473-16-D-1887), are being awarded $92,000,000 to increase the aggregate capacity of previously-awarded suite of firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contracts.  The maximum dollar value including the base year and four option years for all seven contracts combined is increased from $240,000,000 to $332,000,000.  The contracts are for new commercial and institutional building construction projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of operations (AO) including, but not limited to, California (90%); Arizona (6%); Colorado (1%); Nevada (1%); New Mexico (1%); and Utah (1%).  All work will be performed at various federal sites within the NAVFAC Southwest AO.  No funds are being obligated on this award.  No funds will expire.  Future task orders will be primarily funded by military construction (Navy); operations and maintenance (O&M) (Navy); O&M (Marine Corps); and Navy working capital funds.  The original contract was competitively procured via the Navy Electronic Commerce Online website, with 21 proposals received.  NAVFAC Southwest, San Diego, California, is the contracting activity.

Compass Systems Inc.,* Lexington Park, Maryland, is awarded a $7,690,800 cost-plus-fixed-fee order (N68335-20-F-0698) against previously-issued basic ordering agreement N68335-18-G-0035.  This order procures command, control, communications, computers, combat systems, intelligence, surveillance and reconnaissance (C5ISR) technology advancement to enhance communication techniques with Operational Mapping and Networked Intelligence technology (OMNI).  This order provides support to the Aircraft Prototyping System division to include continued OMNI research for technology enhancement, prototype development, test, evaluation and labor for integrating these new techniques into C5ISR sensors, sensor systems and aerial platforms.  Work will be performed in Patuxent River, Maryland, and is expected to be completed in August 2021.  Fiscal 2020 research, development, test and evaluation (Defense-wide) funds in the amount of $1,222,862; and fiscal 2020 operations and maintenance (Defense-wide) funds in the amount of $325,000 will be obligated at time of award, $325,000 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.

DEFENSE LOGISTICS AGENCY

Brighton Cromwell LLC,* Randolph, New Jersey, has been awarded a maximum $48,361,061 firm-fixed-price, indefinite-quantity contract for service kits used on vehicles including High Mobility Multipurpose Wheeled vehicles, family of Medium Tactical Vehicles and multiple variants of Mine Resistant Ambush Protected vehicles.  This was a competitive acquisition with one response received.  This is a three-year base contract with two one-year option periods.  Location of performance is New Jersey, with a Sept. 1, 2023, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2020 through 2023 defense working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0209).

Bimbo Bakeries USA, Horsham, Pennsylvania, has been awarded a maximum $9,750,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh bread and bakery items.  This was a competitive acquisition with one response received.  This is a three-year contract with no option periods.  Locations of performance are Pennsylvania and Texas, with an Oct. 14, 2023, ordering period end date.  Using military services are Army and Air Force.  Type of appropriation is fiscal 2020 through 2024 defense working capital funds.  The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-W637).

Concord Battery Corp., West Covina, California, has been awarded a maximum $7,750,004 firm-fixed-price, indefinite-quantity contract for storage batteries.  This is 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 three-year base contract with two one-year option periods.  Location of performance is California, with a Sept. 1, 2023, performance completion date.  Using military services are Army and Marine Corps. Type of appropriation is fiscal 2020 through 2023 defense working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0169).

*Small Business