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 Some of the information contained within may be outdated and links may not function.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 16, 2021

ARMY

Ricardo Defense Inc., Troy, Michigan, was awarded an $89,826,882 firm-fixed-price contract to procure anti-lock brake/electronic stability control retrofit kits for the High Mobility Multi-Purposed Wheeled Vehicle family of vehicles.  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 Sept. 11, 2025.  U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-21-D-0008).

AeroViroment Inc.,* Simi Valley, California, was awarded a $44,961,750 modification (P00007) to contract W31P4Q-20-C-0024 for the Switchblade Weapon System.  Work will be performed in Simi Valley, California, with an estimated completion date of April 29, 2023.  Fiscal 2010 Foreign Military Sales (United Kingdom) funds; and fiscal 2020 missile procurement (Army) funds in the amount of $44,961,750 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Meyer Engineer Ltd.,* Metairie, Louisiana, was awarded an $18,705,226 firm-fixed-price contract for construction management services.  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 March 16, 2026.  U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-21-D-0002).

EGS-AGEISS,* San Antonio, Texas (W9127N-21-D-0003); GEO-Stanley JV 2,* Kevil, Kentucky (W9127N-21-D-0004); Harris Environmental Group LLC,* Portland, Oregon (W9127N-21-D-0005); International Business Sales and Services Corp.,* Silver Spring, Maryland (W9127N-21-D-0006); and Stell Environmental Enterprises Inc.,* Exton, Pennsylvania (W9127N-21-D-0007), will compete for each order of the $10,000,000 firm-fixed-price contract for planning and environmental studies to perform services required in support of civil works water resource projects.  Bids were solicited via the internet with 14 received.  Work locations and funding will be determined with each order, with an estimated completion date of March 15, 2026.  U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity.

NAVY

Coastal Marine Services Inc.,* San Diego, California (N55236-21-D-0025); and Thermcor Inc.,* Norfolk, Virginia (N55236-21-D-0026), are awarded a combined $35,702,429 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract with a five-year base ordering period for commercial industrial services and hullboard lagging services on Navy ships and other Navy vessels from Naval Base San Diego to Marine Corps Base Camp Pendleton, California.  This contract provides management, administrative and production services, materials, tools, equipment, and required support to accomplish hullboard lagging services on board Navy ships and other government vessels.  These two companies will have an opportunity to compete for individual delivery orders.  Work will be performed in San Diego County, California, and is expected to be completed in March 2026.  Fiscal 2021 operation and maintenance (Navy) funding in the amount of $10,000 per contract will be obligated at the time of initial delivery order and will expire at the end of the current fiscal year.  These contracts were competitively procured via the beta.SAM.gov website and two offers were received.  The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

First Division Consulting Inc.,* Burke, Virginia, is awarded a $24,140,408 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure full-time equivalents for field service representative support for current and future electronic warfare systems.  Field service representative support will be performed at various locations outside the continental U.S.  This contract will have a five-year ordering period and will expire in March 2026.  This contract was solicited as a 100% set-aside for small business concerns.  Fiscal 2021 operation and maintenance (Navy) funding in the amount of $218,091 will be obligated at time of award and will expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-21-D-WQ83).

Phoenix International Holdings Inc., Largo, Maryland, is awarded a $20,000,000 cost-plus-award-fee modification to previously awarded contract N00024-14-D-4102 for worldwide undersea deep ocean search and recovery operations and associated services to support the Director of Ocean Engineering, Supervisor of Salvage and Diving.  Work will be performed worldwide as individual task orders are assigned and is expected to be completed by September 2021.  No funding will be obligated at the time of contract modification.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Gulf Island Shipyards LLC,* Houma, Louisiana, is awarded a $13,144,135 firm-fixed-price modification to previously awarded contract N00024-18-C-2207 for the purchase of government purpose data rights for follow-on Fleet Ocean Tugs (T-ATS) ships.  The modification is for the purchase of a special license agreement for government purpose data rights, as the term is defined in Federal Acquisition Regulation 252.227-7013.  This specifically-negotiated government purpose rights license will expire in 20 years and will apply to all commercial and noncommercial data delivered, per the terms of the modification.  Work will be performed in Houma, Louisiana, and is expected to be completed by March 2022.  Fiscal 2021 shipbuilding and conversion (Navy) funding in the amount of $13,144,135 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 contract authority. 

Progeny Systems Corp.,* Manassas, Virginia, is awarded a $10,359,672 cost-plus-fixed-fee modification to the previously awarded contract N00024-19-C-6115 to exercise options for information assurance tool kit products, controlled interface devices and cross-domain solution technical insertions.  Work will be performed in Manassas, Virginia, and is expected to be completed by May 2023.  Fiscal 2021 other procurement (Navy) funds in the amount of $3,471,231 (51%); and fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $3,338,427 (49%) 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.

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $9,788,692 cost-plus-fixed-fee, firm-fixed-price order (N61340-21-F-7002) against previously issued basic ordering agreement N00019-19-G-0029.  This order provides for modifications and updates to the CH-53K 2F243-1 Containerized Flight Training Device. Additionally, this order provides flight test data analysis required to update and validate the CH-53K flight model with available flight test data; produces materials focused on pilot and aircrew conversion courseware and maintainer conversion courseware; and trains the schoolhouse instructors at the Center for Naval Aviation Technical Training Marine Unit, New River, North Carolina; and Marine Heavy Helicopter Training Squadron 302, in order to support initial operational capability.  Work will be performed in New River, North Carolina (28%); Chantilly, Virginia (24%); Orlando, Florida (24%); Shelton, Connecticut (17%); and Binghamton, New York (7%), and is expected to be completed in September 2022.  Fiscal 2021 aircraft procurement (Navy) funds in the amount of $9,788,692 will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Capps Shoe Co.,* Lynchburg, Virginia, has been awarded a maximum $15,705,000 modification (P00004) exercising the first one-year option period of a one-year base contract (SPE1C1-20-D-1246) with two one-year option periods for men’s poromeric shoes.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is Virginia, with a March 16, 2021, ordering period end date.  Using military services are Army, Air Force and Marine Corps.  Type of appropriation is fiscal 2021 through 2022 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small business