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 Some of the information contained within may be outdated and links may not function.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 18, 2021

ARMY

A&H - Ambica JV LLC,* Livonia, Michigan (W912HP-21-D-6000); Doyon Management Services LLC,* Lanham, Maryland (W912HP-21-D-6001); HHI Corp.,* Ogden, Utah (W912HP-21-D-6002); Midnight Sun - Centennial JV LLC,* Anchorage, Alaska (W912HP-21-D-6003); Roundhouse-MV JV,* Warner Robins, Georgia (W912HP-21-D-6004); SES Electrical LLC,* Oak Ridge, Tennessee (W912HP-21-D-6005); TEAM Construction LLC,* Jacksonville, North Carolina (W912HP-21-D-6006); Walga Ross Group 3 JV,* Joplin, Missouri (W912HP-21-D-6007); A&H - Ambica JV LLC,* Livonia, Michigan (W912HP-21-D-6008); Gideon Contracting LLC,* San Antonio, Texas (W912HP-21-D-6009); HHI Corp., Ogden, Utah,* (W912HP-21-D-6010); Iron Mike Construction LLC,* Centennial, Colorado (W912HP-21-D-6011); Midnight Sun - Centennial JV LLC,* Anchorage, Alaska (W912HP-21-D-6012); Roundhouse-MV JV, Warner Robins, Georgia (W912HP-21-D-6013); SES Electrical LLC,* Oak Ridge, Tennessee (W912HP-21-D-6014); Walga Ross Group 3 JV,* Joplin, Missouri (W912HP-21-D-6015); and Macro-Z-Technology Co.,* Santa Ana, California (W912HP-21-D-6016), will compete for each order of the $249,000,000 firm-fixed-price contract for general repair and construction primarily at various defense distribution depots.  Bids were solicited via the internet with 33 received.  Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2026.  U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity.

AECOM-Garver JV, Columbus, Ohio (W912DQ-21-D-4007); Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri (W912DQ-21-D-4009); CDM Federal Programs Corp., Kansas City, Missouri (W912DQ-21-D-4010); HDR Engineering Inc., Omaha, Nebraska (W912DQ-21-D-4011); Merrick & Co., Greenwood Village, Colorado (W912DQ-21-D-4012); WSP-BV JV, Washington, D.C. (W912DQ-21-D-4013); and Benham - Mead & Hunt, Oklahoma City, Oklahoma (W912DQ-21-D-4014), will compete for each order of the $125,000,000 firm-fixed-price contract to support projects assigned to the Army Corps of Engineers, Kansas City District.  Bids were solicited via the internet with 24 received.  Work locations and funding will be determined with each order, with an estimated completion date of March 17, 2028.  U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity.

Chugach Technical Solutions LLC, Anchorage, Alaska, was awarded a $94,213,802 firm-fixed-price contract for support services for the Project Manager for Towed Artillery Systems.  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 Jan. 31, 2026.  U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-21-D-0015). (Awarded Jan. 28, 2021)

NAVY

Bell-Boeing Joint Project Office, Amarillo, Texas, is awarded an $182,176,913 modification (P00039) to previously awarded, fixed-price incentive (firm target), cost-plus-fixed-fee contract N00019-17-C-0015 for the production and delivery of two CV-22B variation in quantity aircraft for the Air Force.  Additionally, this modification provides for post-production repairs in support of the MV-22B Common Configuration Readiness and Modernization Program for the Navy.  Work will be performed in Fort Worth, Texas (30%); Ridley Park, Pennsylvania (15%); Amarillo, Texas (13%); Red Oak, Texas (3%); East Aurora, New York (3%); Park City, Utah (2%); McKinney, Texas (1%); Endicott, New York (1%); various locations within the continental U.S. (28%); and various locations outside the continental U.S. (4%), and is expected to be completed in March 2025.  Fiscal 2021 aircraft procurement (Air Force) funds in the amount of $168,676,913; and fiscal 2021 aircraft procurement (Navy) funds in the amount of $13,500,000 will be obligated at the 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.

Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $93,186,001 cost-plus-incentive-fee and cost modification to previously awarded contract N00024-20-C-5601 to exercise options for sustainment of the Littoral Combat Ship Component-Based Total Ship System – 21st Century program and associated combat system elements.  Work will be performed in Moorestown, New Jersey (84%); Camden, New Jersey (5%); Virginia Beach, Virginia (5%); Deer Creek, Colorado (2%); Manassas, Virginia (1%); Orlando, Florida (1%); and various other locations under 1% (2%), and is expected to be completed by March 2022.  Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $5,150,181 (61%); fiscal 2021 operation and maintenance (Navy) funds in the amount of $3,145,335 (38%); and fiscal 2021 other procurement (Navy) funds in the amount of $75,054 (1%), will be obligated at time of award, and funds in the amount of $3,145,335 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $68,308,450 firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  This contract provides for the procurement of guidance section (GS) and control section repair, GS refurbishment and GS subassembly repair for the Navy, Air Force, and Foreign Military Sales customers.  Work will be performed in Tucson, Arizona, and is expected to be completed in May 2026.  No funds will be obligated at the time of award.  Funds will be obligated on individual task orders as they are issued.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-21-D-0050).

Great Eastern Group Inc., Fort Lauderdale, Florida, is awarded a $49,299,090 single-award, firm-fixed-priced, indefinite-delivery/indefinite-quantity contract to acquire qualified mariners, laundry and food support services in support of Training Support Vessel Squadron.  The contract will include a five-year base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8 - option to extend services, which if exercised, will bring the total ceiling value to $54,469,339.  The base ordering period is expected to be completed by April 2026, if the option is exercised, the ordering period will be completed by October 2026.  All work will be performed in Virginia Beach, Virginia.  Fiscal 2021 operation and maintenance (Navy) funds in the amount of $25,000 will be obligated to fund the contract’s minimum amount and funds will expire at the end of the fiscal year.  Individual task orders will be subsequently funded with appropriate fiscal appropriations at the time of their issuance.  This contract resulted from a full and open competitive solicitation through the beta.SAM.gov website, with two offers received.  Naval Supply Systems Command, Fleet Logistics Center, Norfolk, Virginia, is the contracting activity (N00189-21-D-0009).

Foster-Miller, doing business as QinetiQ North America, Waltham, Massachusetts, is awarded an $11,317,829 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for production, engineering support and post production support of the MK 2 Man Transportable Robotic System series systems and Talon systems.  The services under this contract cover the production of systems, depot level repair parts, initial spares kits, consumables, repair parts and approved accessories.  This contract includes options, which if exercised, would bring the cumulative value of this contract to $54,884,091.  This contract includes purchases for the Commonwealth of Australia under the Foreign Military Sales (FMS) program.  The location of the work will be determined by individual task orders and is expected to be completed by March 2022.  If all options are exercised, work will continue through March 2026.  FMS Australia funding in the amount of $300,000 will be obligated at time of award under the first delivery order and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) as there is only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Naval Surface Warfare Center, Indian Head, Indian Head, Maryland, is the contracting activity (N00174-21-D-0019).

I.E. Pacific Inc.,* Escondido, California, is awarded a $9,850,000 firm-fixed-price task order N62473-21-F-4447 under a multiple award construction contract for building repair at Naval Air Warfare Center, Weapons Division at Naval Base Ventura County, California.  The task order also contains two unexercised options, which if exercised, would increase cumulative task order value to $10,156,000.  The work to be performed provides for all labor, materials and equipment necessary to support the renovation and remodeling of Building 373 to provide new administrative and laboratory spaces to meet mission requirements.  The options, if exercised, provide enhanced security boundary walls and an insulated metal panel system for the building exterior.  Work will be performed in Point Mugu, California, and is expected to be completed by September 2022.  Fiscal 2021 working capital funds (Navy) contract funds in the amount of $9,850,000 are obligated on this award and will not expire at the end of the current fiscal year.  Four proposals were received for this task order.  Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-17-D-4628).

DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded an $8,645,760 firm-fixed-price modification to previously awarded contract N00024-18-C-5395 to exercise options for production of the AN/SPQ-9B radar systems and associated equipment.  Work will be performed in Largo, Florida, and is expected to be completed by February 2024.  Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $8,645,760 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.

DynCorp International LLC, Washington, D.C., is awarded a $7,544,146 firm-fixed-price modification of a service contract for regional base operations support (BOS) in the Naval District, Washington, D.C., area of responsibility.  After award of this modification, the total cumulative contract value will be $184,629,698.  The BOS services to be performed include management and administration, supply services, custodial services, pest control, integrated solid waste management, grounds maintenance and landscaping, pavement clearance, utility management and transportation services.  Work will be performed in Washington, D.C.; and Charlottesville, Virginia, and is expected to be completed by October 2026.  Fiscal 2021 operation and services (Navy) contract funds in the amount of $1,365,950 for recurring work will be obligated on individual task orders issued during the Option Year One by March 2021.  Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity (N62470-19-D-2013).

*Small business