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 Some of the information contained within may be outdated and links may not function.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

DEFENSE INTELLIGENCE AGENCY

Science Applications International Corp., Reston, Virginia, was awarded a $199,991,819, ceiling indefinite-delivery/indefinite-quantity contract (HHM402-21-D-0149) to provide laboratory operations and support to the Defense Intelligence Agency. Work will be performed in Huntsville, Alabama, with an expected completion date of March 29, 2031. No funds will be obligated at time of award. The Virginia Contracting Activity, Huntsville, Alabama, is the contracting activity. 

NAVY

Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded a $107,194,022 not-to-exceed, undefinitized contract action for long lead-time material (LLTM) in support of one Amphibious Assault Ship Replacement (LHA(R)) Flight 1 Ship (LHA 9). This action will be the fifth increment of LLTM awarded to Huntington Ingalls Industries under contract N00024-20-C-2437. Work will be performed in Pascagoula, Mississippi (50%); Kingsford, Michigan (15%); Saratoga Springs, New York (12%); Brunswick, Georgia (9%); Knoxville, Tennessee (5%); Chesapeake, Virginia (4%); Wellsville, New York (3%); and North Tonawanda, New York (2%). Work is expected to be completed by April 2024. Fiscal 2021 shipbuilding and conversion (Navy) funding in the amount of $80,395,516 will be obligated at award and will not expire at the end of the current fiscal year. The obligation amount represents 75% of the not-to-exceed price, in accordance with Defense Federal Acquisition Regulation 217.7404-4 limitations on obligations. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-2437).

Young & Rubicam LLC, doing business as VMLY&R, New York, New York, is awarded an $88,416,747 single-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide marketing and advertising services in support of Commander, Navy Recruiting Command. The contract will include a one-year base ordering period beginning in May with four one-year ordering period options, which if exercised, will bring the total value to $455,182,742. The base ordering period is expected to be completed by May 2022; if all options are exercised, the ordering period will be completed by May 2026. Work will be performed in Memphis, Tennessee (59%); and New York, New York (41%). Fiscal 2021 operation and maintenance (Navy) funds in the amount of $5,000,000 will be obligated to fund the contract’s minimum amount and funds will expire at the end of the current fiscal year. This contract was competitively procured with the solicitation posted on Federal Business Opportunities, with ten offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-21-D-Z024).

ARMY

ARS Aleut Demolition Services LLC,* Baton Rouge, Louisiana (W912DY-21-D-0029); Bhate Environmental Associates Inc., Birmingham, Alabama (W912DY-21-D-0031); Central Environmental Inc., Anchorage, Alaska (W912DY-21-D-0032); EnviroVantage, Epping, New Hampshire (W912DY-21-D-0033); Neuber Demolition and Environmental Services, Gilbertsville, Pennsylvania (W912SY-21-D-0034); and Ritz Construction Inc., Frederick, Maryland (W912DY-21-D-0035), will compete for each order of the $95,000,000 firm-fixed-price contract for demolition and abatement of excess facilities. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of April 18, 2026. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Voith Hydro Inc., York, Pennsylvania, was awarded a $16,394,530 modification (P00025) to contract W912EF-16-C-0016 for turbine installation work. Work will be performed in Burbank, Washington, with an estimated completion date of July 19, 2022. Fiscal 2021 civil construction funds in the amount of $818,963 were obligated at the time of the award. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity.

AIR FORCE

The Boeing Co., Seattle, Washington, has been awarded a $79,463,717 modification (P00011) to previously awarded contract FA8609-18-F-0006 for KC-46A long lead spares, initial spares and support equipment. This modification provides mission essential long lead spares, initial spares, and support equipment for use on the Japan KC-46 aircraft being produced under the basic contract. The location of performance is Everett, Washington. This modification involves Foreign Military Sales to Japan. The work is expected to be completed by June 30, 2024. Foreign Military Sales funds are being obligated at the time of award. Total cumulative face value of the contract is $880,436,128. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Centauri LLC, Chantilly, Virginia, has been awarded an $11,113,428 ($12,112,649 cumulative) cost-plus-fixed-fee contract for the Moving Target Recognition (MTR) effort. Contractor will develop algorithms and collection techniques to enable synthetic aperture radar (SAR) sensors to detect, geolocate, and image moving ground targets. Emphasis is on military vehicle targets, including slow moving vehicles whose SAR signatures are superimposed on clutter. Work will be performed in Ann Arbor, Michigan; and Navarre, Florida, and is expected to be complete by Jan. 30, 2024. This award is the result of a competitive acquisition. The Air Force Research Laboratory , Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-21-C-7115).

The Advanced Electronics Co., Riyadh, Kingdom of Saudi Arabia, has been awarded a $10,605,836 modification (PZ0002) to contract FA8575-20-C-0004 to definitize the previously awarded letter contract for the F-15 Royal Saudi Air Force (RSAF) Electronic System Test Set (ESTS). Services acquired under this effort are to provide the RSAF with an upgraded ESTS. The RSAF currently uses an A31U18240-2 ESTS configuration, and this shall provide the scope to upgrade and install the A31U18240-3 and A31U18240-4 configuration (frequently referred to as -3 and -4, respectively), as well as familiarization training, regression testing, and travel. Work will be performed at the RSAF Central Maintenance Facilities within the Kingdom of Saudi Arabia; the Science and Engineering facility in Huntsville, Alabama; and Robins Air Force Base, Georgia, and is expected to be completed April 16, 2021. Foreign Military Sales funds in the amount of $6,513,391 are being obligated at the time of award. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Hyman Brickle & Son Inc., Woonsocket, Rhode Island, has been awarded a maximum $20,352,000 firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract under solicitation SPE1C1‐20‐R‐0162 for Lot 2 multi-ply face covers. This was a competitive acquisition with 30 responses received. This is a two‐year contract with no option periods. Locations of performance are Rhode Island and New York, with an April 18, 2023, ordering period end date. Using customers are Army, Civil-Military Operations and National Guard. Type of appropriation is fiscal 2021 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1‐21‐D‐1447).

USSI LLC,* doing business as Nartron, Reed City, Michigan, has been awarded a maximum $14,024,932 firm-fixed-price contract for remote control switches. This is a three-year base contract with two one-year option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.203-1. Location of performance is Michigan, with an April 19, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2021 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-21-D-0100).

* Small business