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 Some of the information contained within may be outdated and links may not function.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 Feb. 19, 2021

NAVY

Huntington Ingalls Industries’ Newport News Shipbuilding Division, Newport News, Virginia, is awarded a $2,994,237,224 cost-plus-incentive fee contract for the USS John C. Stennis (CVN 74) Refueling Complex Overhaul.  This effort refuels, overhauls and modernizes USS John C. Stennis (CVN 74) to support the second half of its 50-year service life.  Huntington Ingalls Industries’ Newport News Shipbuilding division is the original building yard contractor for all ships of the CVN 68 class.  Work will be performed in Newport News, Virginia (94%); and Norfolk, Virginia (6%), and is expected to be completed by August 2025.  Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $1,048,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured.  Only one responsible source, Huntington Ingalls Industries, Inc., Newport News Shipbuilding Division, has the knowledge, experience and facilities required to accomplish this effort in support of the refueling and overhaul of CVN 74 without an unacceptable disruption of Navy-wide overhaul and repair schedule.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-2106).

Raytheon Co., McKinney, Texas, is awarded a $74,238,334 firm-fixed-price, cost-plus-fixed fee contract.  This contract provides 23.4 APY-10 radar system production kits and related support for the P-8A Poseidon aircraft for Navy and Foreign Military Sales (FMS) customers.  Work will be performed in McKinney, Texas (72%); Andover, Massachusetts (7%); Dallas, Texas (6%); Torrance, California (5%); Woodland Park, New Jersey (4%); Black Mountain, North Carolina (2%); Etobicoke, Ontario (2%); Clearwater, Florida (1%); and Simsbury, Connecticut (1%), and is expected to be completed in August 2025.  Fiscal 2020 aircraft procurement (Navy) funds in the amount of $27,538,719; and FMS funds in the amount of $46,699,615 will be obligated at the 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 (N00019-21-C-0004).

Raytheon Technologies Corp., East Hartford, Connecticut, is awarded a cost-plus-fixed-fee contract for the total cumulative value of $13,208,18 for the Next Generation Air Dominance Enablers technology development.  This contract provides for the development of advanced fan aerodynamics to provide an ultra-high specific flow fan.  This will be performed through the design of a number of fan configurations to optimize the aerodynamics providing increased mass flow through the fan while maintaining or improving the efficiency and operability.  These configurations will be tested in a scale model facility to validate the designs.  Ultimately, this technology will enable increased thrust production in the same size engine.  Work will be performed in East Hartford, Connecticut (77%); South Bend, Indiana (16%); and Windsor Locks, Connecticut (7%), with an expected completion date of Feb. 21, 2024.  This is a three-year contract with a one-year option period, which, if exercised, will run concurrently with the base period.  The base period is $12,518,610 and option period is $689,571.  Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $6,212,016 are obligated at time of award 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 & 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 (N00014-21-C-1003).

Metro Machine Corp., Bremerton, Washington, is awarded a $13,150,635 cost-plus-incentive fee/cost-plus-award fee undefinitized delivery order (N4523A-21-F-0303) against base contract award N00024-19-D-4310 at a not-to-exceed value of $13,150,635 for aircraft carrier ship repair.  Work will be performed in Bremerton, Washington, and is expected to be completed by November 2021.  Fiscal 2021 other procurement (Navy) funds in the amount of $13,150,635 will be obligated at time of award and will not expire at the end of the current fiscal year.  The base contract award for this undefinitized contract action delivery order was competitively procured via the FedBizOpps.gov website with three offers received.  The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $10,000,000 cost-plus incentive-fee and cost-only modification to previously awarded delivery order N00024-19-F-6201 under indefinite-delivery/indefinite-quantity contract N00024-19-D-6200 for the design, prototyping and qualification testing for the TI-20/TI-22 AN/BLQ-10.  Work will be performed in Syracuse, New York, and is expected to be completed by February 2022.  Fiscal 2021 research, development, testing and evaluation (Navy) funding in the amount of $10,000,000 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, D.C., is the contracting activity.

Kaiyuh Services,* Milan, Tennessee (N00164-21-D-GW01); Maro & Associates,* Gwinner, North Dakota (N00164-21-D-GW09); MM Packaging Products,* Loveland, Colorado (N00164-21-D-GW10); and Valor Defense Solutions,* Odon, Indiana (N00164-21-D-GW11), was awarded and will compete for each order of the $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contracts for wooden container fabrication requirements in support of the development, maintenance and sustainment of systems, sub-systems, equipment and components.  Work is estimated to be performed at Milan, Tennessee (25%); Gwinner, North Dakota (25%); Loveland, Colorado (25%); Odon, Indiana (25%), dependent on actual delivery orders issued.  Work is expected to be completed by February 2022, and if all options are exercised, will be completed by February 2031.  Fiscal 2021 shipbuilding and conversion (Navy) funding in the amount of $104,976 (including $2,000 minimum guarantee per each awardee) for the first delivery order will be obligated at contract award and will not expire at the end of the current fiscal year.  These multiple award contracts were competed as 100% set-aside for small business concerns via the System for Award Management website, with four offers received.  The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. (Awarded Feb. 18, 2021)

General Electric Aviation, Lynn, Massachusetts, is awarded an $8,680,459 cost-plus-fixed-fee order (N00421-21-F-0005) against previously issued basic ordering agreement N00421-19-G-0001.  This order provides engineering services and engine system improvement support for the T408 engine component improvement program.  Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2021.  Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount $1,750,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

Southwest Research Institute, San Antonio, Texas, has been awarded a $99,000,000 indefinite-delivery/indefinite-quantity contract for engineering and research activities.  This contract provides for engineering and research activities related to the degradation of systems and materials due to operational use, often referred to as aging, initiated by external customers, or by Center for Aircraft Structural Life Extension (CAStLE) itself.  In general, the research and engineering activities performed by CAStLE cover a variety of work that follows aircraft and other systems through their life-cycle from “cradle to grave.”  CAStLE efforts span a wide range of topics related to the aging of systems, including basic design, development and characterization of materials; and design, analysis, development and qualification of structural systems.  Work will be performed in San Antonio, Texas; and at the U.S. Air Force (USAF) Academy, Colorado, and is expected to be completed March 29, 2027.  This award is the result of a competitive acquisition and three offers received.  Fiscal 2020 research, development, test and evaluation funds are being obligated to meet the minimum quantity of at least $200,000 at the time of award for the first task order.  The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-21-D-0002).

Frontier Technology Inc., Beavercreek, Ohio, has been awarded a $17,900,000 cost-plus-fixed-fee contract for the creation and transition of secure, agile, credible and scalable solutions for current and future Air Force, Joint and Coalition Live, Virtual and Constructive (LVC) operational test and training.  Work will be performed in Beavercreek, Ohio, and is expected to be completed Nov. 23, 2024.  This award is the result of a sole-source acquisition.  Fiscal 2020 research, development, test and evaluation funds in the amount of $6,500,000 are being obligated at the time of award.  Wright Research Site, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-21-C-6246). (Awarded Dec. 2, 2020)

Millennium Engineering and Integration Co., Arlington, Virginia, has been awarded a $13,238,371 cost-plus-fixed-fee modification (P00007) to task order FA8811-18-F-4001 for systems engineering and integration services for new launch service provider entrant certification.  Work will be performed at Los Angeles Air Force Base, California; Vandenberg AFB, California; and Cape Canaveral Space Force Station, Florida, and is expected to be completed Feb. 21, 2022.  Fiscal 2021 Space Force procurement funds in the full amount are being obligated at the time of award.  The total cumulative face value of the contract is $55,807,945.  Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

DEFENSE LOGISTICS AGENCY

The Merchants Foodservice, Jackson, Mississippi, has been awarded a maximum $86,100,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution.  This was a competitive acquisition with one offer received.  This is a four-year contract with no option periods.  Locations of performance are Louisiana and Mississippi, with a Feb. 15, 2025, ordering period end date.  Using customers are Air Force, Army, Navy and Coast Guard.  Type of appropriation is fiscal 2021 through 2025 defense working capital funds.  The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-3314).

Delavan Inc., West Des Moines, Iowa, has been awarded a maximum $23,843,460 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for J-85 engine main spraybars.  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 three-year contract with no option periods.  Location of performance is Iowa, with a Jan. 31, 2024, ordering period end date.  Type of appropriation is fiscal 2021 through 2024 defense working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-21-D-0002).
 
L3Harris Technologies Inc., Van Nuys, California, has been awarded a maximum $10,567,301 firm-fixed-price, one-time buy contract for a radio frequency amplifier, divider/combiner and isolator.  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 14-month contract with no option periods.  Location of performance is California, with an April 15, 2022, performance completion date.  Using military service is Egyptian Navy.  Type of appropriation is fiscal 2021 through 2022 Foreign Military Sales funds.  The contracting activity is the Defense Logistics Agency, Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-21-F-TW00).

ARMY

ASM Research LLC, Fairfax, Virginia, was awarded a $49,833,025 modification (P00001) to contract W52P1J-21-C-4002 for operation and maintenance support for the Army Training Requirements and Resource System.  Work will be performed in Fairfax, Virginia, with an estimated completion date of Feb. 12, 2023.  Fiscal 2021 operation and maintenance (Army) funds in the amount of $49,833,025 were obligated at the time of the award.  U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $25,481,004 modification (P00023) to contract W56HZV-17-C-0188 to incorporate the Abrams Platform Embedded Training System Gate-To-Live-Fire capabilities and fault insertion language into the current Abrams System Enhancement Package Version 4 program, as well as additional cyber security capabilities and replacement of the Loader's Portable Multifunction Display with the Mounted Family of Computing Systems tablet.  Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 30, 2023.  Fiscal 2020 and 2021 research, development, test and evaluation funds in the amount of $25,481,004 were obligated at the time of the award.  U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Ahtna Global LLC, Anchorage, Alaska, was awarded a $7,697,582 firm-fixed-price contract for the construction of a modular small arms range.  Bids were solicited via the internet with one received.  Work will be performed in Klamath Falls, Oregon, with an estimated completion date of April 5, 2022.  Fiscal 2018 military construction (defense-wide) funds in the amount of $7,697,582 were obligated at the time of the award.  U.S. Property and Fiscal Office, Oregon, is the contracting activity (W50S8Z-21-C-0001).

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Verato Inc., McLean, Virginia, was awarded a $10,200,000 firm-fixed-price task order (HS0021-21-F-0002) for the Defense Counterintelligence and Security Agency (DCSA).  The contract provides for single employment credit records as part of the background investigation mission.  Work will be performed in McLean, Virginia.  This contract will be fully funded with fiscal 2021 operation and maintenance funds.  The anticipated period of performance is from March 1, 2021, through Feb. 28, 2022.  This requirement was synopsized on the government-wide point of entry website as a small business set-aside on May 1, 2019.  As a result, 13 small businesses were solicited and one offer was received, which was then justified in a single-source determination.  The resultant blanket purchase agreement was awarded from the Department of Defense General Service Administration contract number 47QRAA-18-D-00C2.  DCSA Acquisition and Contracting, Quantico, Virginia, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

L3 Technologies Inc., Salt Lake City, Utah, has been awarded a $9,966,197 cost-plus-fixed-fee contract for the Defense Advanced Research Projects Agency Resilient Networked Distributed Mosaic Communications (RN DMC) program, Phase One.  This contract provides for the research, development and demonstration of distributed coherent communications with an emphasis on developing a bi-directional mosaic element system that works with current tactical radios operational waveforms.  Work will be performed in Salt Lake City, Utah (81%); Tempe, Arizona (10%); Boston, Massachusetts (7%); and Rochester, New York (2%), with an estimated completion date of August 2022.  Fiscal 2020 research and development funds in the amount of $678,000; and fiscal 2021 research and development funds in the amount of $3,947,000 are being obligated at the time of award.  This contract is a competitive acquisition in accordance with the original broad agency announcement, HR0011-20-S-0049.  The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

Booz Allen Hamilton, McLean, Virginia, was awarded a $7,698,394 firm-fixed-price, level of effort contract (HQ0034-18-D-0017) to previously awarded indefinite-delivery/indefinite-quantity contract HQ0034-21-F-0077.  The contractor will provide cybersecurity support services to the Department of Defense Chief Information Office.  The specific services include cybersecurity strategy, cybersecurity policy development, defense-wide information assurance, identity assurance, communications security, defense industrial base cyber security, trusted mission systems and networks analysis, architectures, standards and day-to-day security and administration.  Work performance will take place in Washington, D.C., and is expected to be completed on Feb. 28, 2026.  Fiscal 2021 operation and maintenance contract funds were obligated on this award in the amount of $7,698,394.  Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

RAND Corp., Santa Monica, California (HQ0034-21-D-0006) was awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $417,029,578.  The RAND Corp.’s National Defense Research Institute will conduct research, studies and provide analytical services to support international security and defense policy; acquisition and technology policy; forces and resources policy; cyber and intelligence policy; and Navy and Marine forces.  The deputy under secretary of defense for acquisition and sustainment requires this support to assist senior leaders within the sponsor community of the Office of the Secretary of Defense, The Joint Staff, Unified Combatant Commands, Navy, Marine Corps, and other defense and non-defense agencies to make informed policy decisions on national security issues.  This support also enables sponsors to maintain a continuous integrated research program focused on high-priority, mid-to-long term policy issues, which directly align to the National Defense Strategy.  Work performance will take place in Washington, D.C.; and other Department of Defense and U.S. government facilities within the Northern Capital Region; Santa Monica, California; and Pittsburgh, Pennsylvania.  No funds were obligated at the award of the contract.  The expected completion date is Dec. 31, 2025.  Washington Headquarters Services, Arlington, Virginia, is the contracting activity. (Awarded Dec. 23, 2020)

RAND Corp., Santa Monica, California, was awarded a $12,623,000 modification (P00001) (task order HQ0034-21-F-0060) to previously awarded indefinite-delivery/indefinite-quantity contract HQ0034-21-D-0006.  The RAND Corp.’s National Defense Research Institute will provide studies and analyses for the following offices under this task order:  Office of the Under Secretary of Defense Personnel & Readiness; Office of Personnel Management; The Joint Staff J7; U.S. European Command; Defense Security Cooperation Agency; Office of the Under Secretary of Defense for Acquisition and Sustainment; Naval Air Systems Command; Office of Net Assessment; Office of the Under Secretary of Defense for Research and Engineering; and the Office of the Under Secretary of Defense for Policy.  The studies and analyses will assist these offices in making informed decisions on a variety of national security and policy issues.  Work performance will take place in Washington, D.C.: and other Department of Defense and U.S. government facilities within the Northern Capital Region; Santa Monica, California; and Pittsburgh, Pennsylvania, and is expected to be completed on Dec. 31, 2025.  The following contract funds were obligated on this award in the amount of $12,623,000:  fiscal 2020 research, development, testing, and evaluation (RDT&E) defense wide funds for $1,478,000; fiscal 2021 RDT&E defense wide funds for $2,915,000; fiscal 2021 RDT&E Air Force funds for $190,000; fiscal 2021 RDT&E Navy funds for $375,000; fiscal 2021 operation and maintenance (O&M) defense wide funds for $4,665,000; and fiscal 2021 O&M Army contract funds for $3,000,000.  Washington Headquarters Services, Arlington, Virginia, is the contracting activity. (Awarded Feb. 12, 2021)

*Small business