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 Some of the information contained within may be outdated and links may not function.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 April 15, 2021

NAVY

Colonna’s Shipyard West LLC,* San Diego, California (N55236-17-D-0013); East Coast Repair and Fabrication,* Norfolk, Virginia (N55236-17-D-0018); Epsilon Systems Solutions Inc.,* National City, California (N55236-17-D-0017); Marine Group Boat Works,* Chula Vista, California (N55236-17-D-0015); Pacific Ship Repair and Fabrication Inc.,* San Diego, California (N55236-17-D-0014); Propulsion Controls Engineering,* San Diego, California (N55236-17-D-0016); and South Coast Welding and Manufacturing Inc.,* Chula Vista, California (N55236-17-D-0012), are awarded a maximum value $114,681,204 firm-fixed-price modification to exercise Option Period Four to previously awarded firm-fixed price, indefinite-delivery/indefinite-quantity, multiple award contracts to provide non-complex emergent and continuous maintenance on surface combatant ships (DDG and CG) and amphibious (LSD, LPD, LHA, and LHD) ships homeported in or visiting San Diego, California. Work will be performed in San Diego, California, and is expected to be completed by May 2022. No funding is being obligated at this time. Funding will be obligated under each contract’s prospective delivery order(s). Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

AECOM Technical Services Inc., Los Angeles, California, is awarded an $80,000,000 cost-plus-award-fee modification to previously-awarded indefinite-delivery/indefinite-quantity contract N62742-17-D-1800 to increase the maximum dollar value for architect-engineering services for comprehensive, long-term environmental action at various sites within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of responsibility (AOR). This award brings the cumulative value to $220,000,000. Work will be performed in Hawaii (50%); Guam (25%); other areas within the NAVFAC Pacific AOR including the southwest and northwest U.S. (16%); areas outside the NAVFAC Pacific AOR in the Atlantic and Mid-Atlantic regions of the U.S. (7%); and Japan, Okinawa, Diego Garcia, and other areas in the Pacific and Indian Oceans (2%), and is expected to be completed by August 2022. This is a modification to increase the maximum capacity of the contract, and no funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. The Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $31,477,523 cost-plus-incentive-fee modification to previously awarded contract N00024-18-C-6258 to exercise options for system production and associated components in support of all new-construction and in-service class submarines. Work will be performed in Manassas, Virginia (76%); Chantilly, Virginia (13%); Marion, Massachusetts (7%); and Newport, Rhode Island (4%), and is expected to be completed by December 2023. Fiscal 2021 other procurement (Navy) funds in the amount of $23,121,349 (76.5%); and fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $8,356,174 (23.5%) 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. 

Gibbs & Cox Inc., New York (N64498-21-D-4008); and McKean Defense Group LLC, Philadelphia, Pennsylvania (N64498-21-D-4010), are awarded cumulative value $20,000,000 cost-plus-fixed-fee, indefinite delivery/indefinite quantity contracts for services to perform various ship sustainment and maintenance functions for the Materials, Structures, Environmental and Protection Division. The contracts will have a five year ordering period. Work under this contract will be split between the contractor’s facilities in New York, New York (70%); and Philadelphia, Pennsylvania (30%), and is expected to be completed by April 2026. Fiscal 2021 operation and maintenance (Navy) funding in the total amount of $1,194 will be obligated at time of award and will expire at the end of the current fiscal year. These contracts were competitively procured, via the beta.SAM.gov website, with two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. 

Charles River Analytics, Cambridge, Massachusetts, is awarded a potential $16,461,532 cost-reimbursement contract to develop an integrated system that simultaneously reduces the burden of personal protective equipment while increasing protection against current and future chemical and biological threats. This five-year contract includes no options. Work will be performed in Cambridge, Massachusetts (29%); Washington, D.C. (22%); St. Louis, Missouri (10%); Houston, Texas (7%); Irvine, California (3%); Queensland, Australia (15%); Leiden, Netherlands (11%); and Wellington, New Zealand (3%). The period of performance is from April 15, 2021, through April 14, 2026. Fiscal 2021 research, development, test and evaluation (Department of Defense) funds in the amount of $3,383,699 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via a Defense Advanced Research Projects Agency (DARPA) broad agency announcement published on the beta.SAM.gov and DARPA websites. Seven proposals were received and three were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-21-C-4013).

Amentum Services Inc., Germantown, Maryland, is awarded a $16,445,246 modification (P00076) to a previously awarded cost-plus-fixed-fee, firm-fixed-price contract (N6833517C0272). This modification exercises an option to provide maintenance support services for 15 Fleet Readiness Centers, Aviation Support Equipment Divisions. Work will be performed in Solomons, Maryland (16%); North Island, California (12%); Cherry Point, North Carolina (10%); Portsmouth, Virginia (9%); El Centro, California (8%); Jacksonville, Florida (7%); Lemoore, California (7%); Beaufort, South Carolina (5%); Jacksonville, Florida (5%); Fort Worth, Texas (5%); New Orleans, Louisiana (5%); Comalapa, El Salvador (4%); Yorktown, Virginia (3%); North Island, California (2%); and Whidbey Island, Washington (2%), and is expected to be completed in April 2022. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $6,900,000 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, Lakehurst, New Jersey, is the contracting activity.

Tierra Data Inc.,* Escondido, California (N62473-21-D-1812); Merkel & Associates Inc.,* San Diego, California (N62473-21-D-1813); Miller Marine Science & Consulting,* Aliso Viejo, California (N62473-21-D-1814); and Applied Marine Sciences, Coastal Resources Management & Nearshore and Wetland Surveys JV,* Livermore, California (N62473-21-D-1815), are awarded a combined $15,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity multiple-award contract for environmental services including surveying, mapping, transplanting, and/or monitoring marine habitats, including obtaining permits as required and producing deliverables as requested. No task orders are being issued at this time; each awardee will be awarded $5,000 (minimum contract guarantee per awardee) at time of award. Work will be performed in, but not limited to, California, and is expected to be completed by April 2029. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $20,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with six proposals received. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity.

Lockheed Martin Corp., Syracuse, New York, is awarded an $11,710,660 cost-plus incentive-fee modification to the 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 of submarine electronic warfare equipment. Work will be performed in Syracuse, New York, and is expected to be completed by February 2022.  Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $6,710,660; and fiscal 2021 other procurement (Navy) funds in the amount of $5,000,000 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.

Northrop Grumman Systems Corp., Weapons System Division, Northridge, California, is awarded an $8,312,360 firm-fixed-price order (N0001921F0013) against a previously issued basic ordering agreement (N0001920G0005). This order provides for the production and delivery of AN/AAR-47 Missile Warning Set weapons replaceable assemblies to include 182 sensors, 54 computer processors, and 12 Countermeasures Signals Simulator test gun sets for the Air Force and the governments of the Czech Republic, Bahrain, Morocco, India, Spain, Austria and Greece. Work will be performed in Northridge, California, and is expected to be completed in August 2022. Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $324,086; and Foreign Military Sales funds in the amount of $7,988,274 will be obligated at 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.

DEFENSE LOGISTICS AGENCY

Salus Medical Products LLC,* Indianapolis, Indiana, has been awarded a maximum $100,000,000 firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract for radiology systems, accessories and training. This was a competitive acquisition with 50 responses received. This is a five-year base contract with one five‐year option period. Location of performance is Indiana, with an April 14, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1‐21‐D‐0006).

KLS Martin L.P., Jacksonville, Florida, has been awarded a maximum $37,925,956 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for cranial and maxillofacial procedural sets and ancillary items. 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 five-year contract with no option periods. Location of performance is Florida, with a May 2, 2026, ordering period end date. Using military services are Army, Navy and Air Force. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-21-D-0024). 

ARMY

Vazquez Commercial Contracting LLC,* Kansas City, Missouri, was awarded a $28,185,878 firm-fixed-price contract for hydraulic dredging on the Illinois River Basin. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2025. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W912EK-21-D-0005).

J.H. Findorff & Son Inc., Madison, Wisconsin, was awarded an $8,909,251 firm-fixed-price contract for the construction of a flight simulator building. Bids were solicited via the internet with seven received. Work will be performed in Madison, Wisconsin, with an estimated completion date of Oct. 31, 2022. Fiscal 2017 and 2020 military construction, defense-wide funds in the amount of $8,909,251 were obligated at the time of the award. U.S. Property and Fiscal Office, Wisconsin, is the contracting activity (W50S9F-21-C-0001).

HGM Associates Inc.,* Council Bluffs, Iowa, was awarded an $8,000,000 firm-fixed-price contract for non-personal architect-engineer services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of April 14, 2026. U.S. Property and Fiscal Office, Nebraska, is the contracting activity (W50S89-21-D-0001).

Montana State University Inc., Bozeman, Montana, was awarded a $7,800,000 modification (P00002) to contract W911W6-18-C-0050 for the development of advanced composite material forms. Work will be performed in Bozeman, Montana, with an estimated completion date of Sept. 30, 2023. Fiscal 2021 research, development, test and evaluation, Army funds in the amount of $7,800,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

U.S. TRANSPORTATION COMMAND

JAR Assets LLC, Mandeville, Louisiana, was awarded a firm-fixed-price contract in the estimated amount of $11,112,000 for scheduled fuel barge transportation service. The location of performance is the U.S. Gulf Coast Region.  The contract period of performance is from June 1, 2021, to May 31, 2022.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity (HTC71121CW001). (Awarded April 14, 2021)

Air Transport International Inc., Wilmington, Ohio, was awarded a task order (HTC71121FW013) in the estimated amount of $10,657,161 for international commercial door-to-airport cargo transportation services under the MultiModal – 3 (MM-3) contract. The location of performance is global. The contract period of performance is from April 15, 2021, through July 7, 2021. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded April 14, 2021)

AIR FORCE

Lockheed Martin Corp., Sunnyvale, California, has been awarded a $9,742,911 cost-plus-fixed-fee contract for materials research and development.  This contract provides for advancement of functional materials and their applications for various high altitude platforms. Work will be performed in Sunnyvale, California, and is expected to be completed July 8, 2025.  This award is the result of a competitive acquisition and one offer was received. Fiscal 2021 research, development, test and evaluation funds in the amount of $100,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-21-C-5408). (Awarded April 9, 2021)

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Battelle Memorial Institute, Columbus, Ohio, has been awarded a $8,514,889 modification (P00009) for the Phase 2 effort on previously awarded contract HR001119C0019. The contract is for research and development of an advanced networked sensor to detect and identify biological weapons of mass destruction threats in support of the SIGMA+ program. The modification brings the total cumulative face value of the contract to $17,598,617. Work will be performed in Columbus, Ohio, with an expected completion date of September 2023. Fiscal 2021 research, development, test and evaluation funds in the amount of $4,337,197 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

* Small business