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 Some of the information contained within may be outdated and links may not function.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 21, 2021

MISSILE DEFENSE AGENCY

Raytheon Technologies, Woburn, Massachusetts, is awarded a not-to-exceed $243,247,000 modification (P00091) to a previously awarded contract (HQ0147-12-C-0006) for one AN/TPY-2 Radar (Radar #13) to support Terminal High Altitude Area Defense (THAAD) Battery #8. The modification brings the total cumulative face value of the contract to $1,244,567,329 from $1,002,297,329. The work will be performed at Woburn, Massachusetts. The period of performance is from April 21, 2021, through Dec. 31, 2024. Fiscal 2021 procurement funds in the amount of $113,199,400 are obligated at time of award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity.

NAVY

Mancon LLC,* Virginia Beach, Virginia, is awarded a $132,400,000 single-award, indefinite-delivery/indefinite-quantity contract that will include terms and conditions for the placement of firm-fixed-price task orders to acquire supplies, parts, equipment, and store operation services required by Naval Supply Systems Command Fleet Logistics Center Norfolk for the Norfolk Super Servmart. The contract will include a five year base ordering period beginning in May, 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 $146,000,000. 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 Norfolk, Virginia. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $50,000 will be obligated to fund the contract’s minimum amount and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.sam.gov, with three offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-21-D-0010).

The Boeing Co., Seattle, Washington, is awarded a $73,951,846 cost-plus-fixed-fee order (N0001921F0876) against a previously issued basic ordering agreement (N0001921G0006). This order provides for the design, development, and test of software and ancillary hardware necessary for the integration of the Long Range Anti-Ship Missile onto the P-8A aircraft for the Navy. Work will be performed in Seattle, Washington (72%); Patuxent River, Maryland (21%); Grand Rapids, Michigan (5%); and St. Louis, Missouri (2%), and is expected to be completed in October 2024. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $5,320,587 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Hensel Phelps Construction Co., Honolulu, Hawaii, is awarded a $25,004,000 firm-fixed-price task order (N6274221F9929) under previously awarded multiple award construction contract N62742-19-D-1332 for the design and construction of a combined explosive ordnance disposal compound at Marine Corps Base Guam, Finegayan, Guam. The task order also contains one unexercised option, which if exercised would increase cumulative task order value to $26,558,788. Work will be performed in Finegayan, Guam, and is expected to be completed by October 2023. Fiscal 2021 military construction (Navy) funds in the amount of $25,004,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Integrated Marine Services Inc.,* San Diego, California (N55236-21-D-0027); C & N Universe Inc.,* National City, California (N55236-21-D-0028); Marine & Restaurant Fabricators Inc.,* San Diego, California (N55236-21-D-0029); and Miller Marine, Inc.,* San Diego, California (N55236-21-D-0030), are each awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts with a five-year ordering period to accomplish commercial industrial services for sheet metal repairs onboard Navy ships and other Navy vessels from Naval Base San Diego to Marine Corps Base Camp Pendleton. The maximum dollar value for all four contracts under this award combined is $15,031,323. These four companies will have an opportunity to compete for individual delivery orders. The primary purpose of this contract is to provide labor, services, equipment, and materials for repairs, replacement, fabrication and installation of sheet metal materials to accomplish sheet metal repairs on board Navy ships and other government vessels. Work will be performed in San Diego County, California. These contracts have a five year ordering period and work is expected to be completed in May 2026. Contract funds in the amount of $10,000 per contract will be obligated for minimum guarantee under each contract’s initial delivery order and expires at the end of the current fiscal year. Fiscal 2021 operation and maintenance (Navy) funds (100%) will fund the initial delivery orders. These contracts were competitively procured via the beta.sam.gov website with five offers received. Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Huntington-Ingalls Industries, Ingalls Shipbuilding, Pascagoula, Mississippi, is awarded an $11,458,592 cost-plus-award-fee modification to previously awarded contract (N00024-19-C-4313) to exercise options for the accomplishment of the Planning Yard Services for the Littoral Combat Ship (LCS) in-service ships. Work will be performed in Pascagoula, Mississippi (81%); Hampton, Virginia (17%); San Diego, California (1%); and Jacksonville, Florida (1%), and is expected to be completed by April, 2022. Fiscal 2021 other procurement (Navy) funding in the amount of $9,721,115 (84.9%) will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2021 operation and maintenance (Navy) funding in the amount of $1,737,437 (15.1%) will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Compass Systems Inc.,* Lexington Park, Maryland, is awarded a $9,740,967 cost-plus-fixed-fee contract.  This contract provides for research, development, design, analysis and integration of intelligence, surveillance and reconnaissance payloads, to include the following systems: radar, electro optical/infrared, command and control, data link and processing and exploitation software in support of systems integration onto the Navy Research Laboratory P-3 test aircraft. Work will be performed in Lexington Park, Maryland (78%); Rochester, New York (11%); and Springfield, Virginia (11%), and is expected to be completed in April 2024. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $620,192 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833521C0216).

Hydroid Inc., Pocasset, Massachusetts, is awarded a $9,537,812 firm-fixed-price modification to previously awarded indefinite-delivery/indefinite-quantity contract N00174-19-D-0010 to exercise Option Year Two for production support of the MK18 Family of Systems – Unmanned Underwater Vehicle Systems. The work will be performed in Pocasset, Massachusetts, and is expected to be completed by April 2022. No additional funds are being obligated at the time of this action. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity. 

ARMY

Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a $53,910,509 firm-fixed-price contract to deepen and widen Mobile Harbor. Bids were solicited via the internet with five received. Work will be performed in Irvington, Alabama, with an estimated completion date of Oct. 18, 2022. Fiscal 2020 civil construction funds; and fiscal 2021 civil operation and maintenance funds in the amount of $53,910,509 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-21-C-0016).

AITC-Five Domains JV LLC,* Winter Springs, Florida, was awarded a $27,375,117 firm-fixed-price contract for to provide train, advise, assist and mentor services. Bids were solicited via the internet with one received. Work will be performed in Saudi Arabia with an estimated completion date of Oct. 31, 2024. Fiscal 2021 Foreign Military Sales (Saudi Arabia) funds in the amount of $27,375,117 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-21-C-0014).

General Dynamics Information Technology Inc., Falls Church, Virginia, was awarded a $26,358,699 time-and-materials contract to provide technical and engineering support to assist and/or manage Program Executive Office Enterprise Information Systems' cloud migration and hosting services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of April 20, 2022. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-21-F-0246).

DRS Sustainment Systems Inc., Bridgeton, Missouri, was awarded a $25,428,875 modification (P00088) to contract W56HZV-16-C-0028 for Joint Assault Bridge systems. Work will be performed in West Plains, Missouri, with an estimated completion date of April 28, 2023. Fiscal 2020 weapons and tracked combat vehicle procurement, Army funds in the amount of $25,428,875 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

IronMountain Solutions Inc., Huntsville, Alabama, was awarded a $13,103,286 modification (P00002) to contract W31P4Q-21-F-B003 for technical management support for the Apache attack helicopter project manager's office. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 31, 2022. Fiscal 2019 and 2020 aircraft procurement, Army funds; and fiscal 2021 Foreign Military Sales (Australia, Morocco, Netherlands, Qatar, Saudi Arabia, United Arab Emirates, and United Kingdom) funds in the amount of $13,103,286 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

CUBRC Inc., Buffalo, New York, was awarded a $9,299,934 cost-plus-fixed-fee contract to address specific technical areas to advance state-of-the-art test and evaluation capabilities and increase productivity. 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 31, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-21-F-0174).

Andritz Hydro Corp., Charlotte, North Carolina, was awarded a $9,207,080 firm-fixed-price contract to rewind two hydroelectric generating units at Keystone Powerhouse. Bids were solicited via the internet with five received. Work will be performed in Sand Springs, Oklahoma, with an estimated completion date of June 1, 2023. Fiscal 2021 operation and maintenance, Army funds in the amount of $9,207,080 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-21-C-0007).

AIR FORCE

LinQuest Corp., Los Angeles, California, has been awarded a $31,676,388 cost-plus-fixed-fee contract for support to Headquarters U.S. Space Command, a unified combat command for space. This contract provides non-personnel services to include advisory and assistance and knowledge based services to accomplish the necessary functions to continue the development of the U.S. Space Command and to become fully operational. Work will be performed at Peterson Air Force Base, Colorado; and Schriever AFB, Colorado, and is expected to be completed by April 21, 2022. This award is the result of sole-source acquisition. Fiscal 2021 operation and maintenance funds in the amount of $23,279,132 are obligated at the time of award. Headquarters Space Operations Command –Space Acquisition Management Directorate, Peterson AFB, Colorado, is the contracting activity (FA2518-21-C-0003).

* Small business