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 Some of the information contained within may be outdated and links may not function.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 March 10, 2021

AIR FORCE

Raytheon Co., Dulles, Virginia, has been awarded a $178,000,000 firm-fixed-price, cost-reimbursable contract for field support across the Distributed Common Ground System Enterprise.  This includes transitional mission support from legacy to open architecture infrastructure as the system completes open architecture modernization.  Work will be performed in Dulles, Virginia, and is expected to be completed March 8, 2026.  Fiscal 2026 operation and maintenance funds in the amount of $2,300,000 are being obligated at the time of award.  Air Force Life Cycle Management Center, Warner Robins Air Force Base, Georgia, is the contracting activity (FA8527-21-D-0003). 

Keysight Technologies Inc., Colorado Springs, Colorado, has been awarded a $38,423,360 firm-fixed-price requirements contract for the purchase of Versatile Diagnostic Automatic Test Station (VDATS) kits.  The VDATS is an organically designed test station with open architecture and virtual modular equipment extensions for instrumentation technology.  The VDATS consists of standardized, commercially available test equipment, components and software.  There are two configurations of VDATS, the Digital Analog (DA)-1 and DA-2.  Currently, these configurations support the A-10, B-1, B-2, B-52, C-5, C-17, C-130, E-3, E-8C, F-15, F16, F-22, H-53, H-60, KC-135 MC-4, MQ-9, Navy ships and UH-1 weapon systems.  Work will be performed in Warner Robins, Georgia, and is expected to be completed March 9, 2026.  No funds are being obligated at the time of award.  Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8571-21-D-0003).

NAVY

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded an $115,504,295 modification (P00013) to previously awarded, fixed-price incentive (firm target) contract N00019-19-C-0011.  This modification exercises an option to procure the necessary Weapon Replaceable Assemblies (WRAs) hardware, systems engineering technical support, analysis and studies to integrate the Department of Navy Large Aircraft Infrared Countermeasures system onto aircraft for the Navy, Air Force and the government of Australia.  WRAs hardware procurements are as follows:  228 advanced threat warning (ATW) sensors; 79 control indicator unit replaceable (CIURs); 25 2103 signal processors; 54 infrared missile warning sensors (IRMWSs); 101 Guardian laser transmitter assemblies (GLTAs); seven multi-role electro-optical end-to-end test sets; 83 GLTA shipping containers (JPACs); 60 high capacity cards (HCCs); nine large aircraft system processor replacement (LSPR) smart connector assemblies (SCAs) and 282 personal computer memory card, international association cards for the Navy; 65 ATW sensors; three CIURs; six GLTAs; 12 HCCs and six LSPR SCAs for the Air Force; two GLTAs; 12 IRMWSs; two GLTA shipping containers JPACs; and two LSPR SCAs for the government of Australia.  Work will be performed in Rolling Meadows, Illinois (34%); Goleta, California (30%); Longmont, Colorado (11%); Columbia, Maryland (3%); and various locations outside the continental U.S. (22%), and is expected to be completed in June 2023.  Fiscal 2021 aircraft procurement (Navy) funds in the amount of $67,792,213; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $12,567,298; fiscal 2020 aircraft procurement (Navy) funds in the amount of $10,408,527; fiscal 2019 aircraft procurement (Navy) funds in the amount of $22,240,967; and Foreign Military Sales funds in the amount of $2,495,290 will be obligated at the time of award, $22,240,967 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Chenega IT Enterprise Services LLC,* Lorton, Virginia, is awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity single award contract to provide professional information technology support services to the deputy commandant of the Marine Corps for installations and logistics.  Work will be performed in Stafford, Virginia, and is expected to be completed March 2024.  Fiscal 2021 operation and maintenance (Marine Corps) funds in the amount of $4,931,549 is being obligated under the contract’s initial task order to fund the minimum guarantee and will expire at the end of the current fiscal year.  This contract was awarded on a sole-source basis as authorized and in accordance with Section 8(a) of the Small Business Act (15 U.S. Code 637(a)(1)).  The Marine Corps Installations Command, Arlington, Virginia, is the contracting activity (M95494-21-D-0003).

Azure Summit Technology Inc.,* Fairfax, Virginia, is awarded a $22,341,683 modification to previously awarded, indefinite-delivery/indefinite-quantity contract N00164-17-D-JT09 for production, repairs, engineering services and integration of the Common Chassis AN/ZLQ-1 V2 Derivative Systems digital signal processor, digital tuner modules, switches, as well as maintenance, product improvement and testing.  The contract value will increase from $48,234,184 to $70,575,867.  This action supports an increase in the contract maximum for continued support under a Small Business Innovative Research Phase III.  Work will be performed in Melbourne, Florida (67%); Fairfax, Virginia (30%); and Snohomish, Washington (3%), and is expected to be completed by January 2022.  No funding will be obligated at time of award.  This contract action was not competitively procured via the beta SAM.gov website.  This is a sole-source action in accordance with Federal Acquisition Regulation 6.302-5, authorized or required by statue.  The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity.

ARMY

Isometrics Inc.,* Reidsville, North Carolina, was awarded a $33,987,835 firm-fixed-price contract for production of the Modular Fuel System - Tank Rack Module.  Bids were solicited via the internet with five received.  Work locations and funding will be determined with each order, with an estimated completion date of Aug. 1, 2022.  U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-21-F-0146).

Pride Industries, Roseville, California, was awarded a $25,000,000 firm-fixed-price contract for grounds maintenance services at Fort Campbell, Kentucky.  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 March 9, 2026.  U.S. Army 419th Contracting Support Brigade, Fort Campbell, Kentucky, is the contracting activity (W91248-21-D-0008).

DEFENSE LOGISTICS AGENCY

Hardwick Tactical Corp.,* Cleveland, Tennessee, has been awarded a maximum $7,738,200 firm-fixed-price, indefinite-delivery contract for women’s uniform dress coats.  This was a competitive acquisition with two responses received.  This is a one-year contract with four one-year option periods.  Location of performance is Tennessee, with a March 9, 2022, ordering period end date.  Using military service is Army.  Type of appropriation is fiscal 2021 through 2022 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1450).

*Small business