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 Some of the information contained within may be outdated and links may not function.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 May 12, 2021

ARMY

Bren-Tronics Inc.,* Commack, New York (W91CRB-21-D-0013); Inventus Power LLC, Woodridge, Illinois (W91CRB-21-D-0014); Navitas Advanced Solutions Group LLC, Ann Arbor, Michigan (W91CRB-21-D-0015); and Ultralife Corporation, Newark, New York (W91CRB-21-D-0016), will compete for each order of the $1,253,566,172 firm-fixed-price contract for the Conformal Wearable Battery. 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 May 10, 2030. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

ACC Construction Co. Inc., Augusta, Georgia, was awarded a $15,525,964 firm-fixed-price contract to construct a military working dog kennel. Bids were solicited via the internet with two received. Work will be performed in Fort Bragg, North Carolina, with an estimated completion date of Nov. 3, 2022. Fiscal 2017, 2019 and 2021 military construction, defense-wide funds in the amount of $15,525,964 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-21-C-0010).

Dyncorp International LLC, Fort Worth, Texas, was awarded an $8,819,937 modification (P00139) to contract W58RGZ-19-C-0025 for aviation maintenance. Work will be performed in Texas, Germany and Kosovo, with an estimated completion date of Nov. 30, 2021. Fiscal 2021 aircraft procurement Army funds; and 2021 operation and maintenance, Army funds in the amount of $8,819,937 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Noble Sales Co. Inc.,* doing business as Noble Supply and Logistics, Rockland, Massachusetts (SPE8E3-21-D-0006, $562,500,000 [Zone 1 of the Pacific Region]); and PAE-IMK International LLC, Arlington, Virginia (SPE8E3-21-D-0010, $375,000,000 [Zone 2 of the Pacific Region]), have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8E3-19-R-0001 for facilities maintenance, repair, and operations requirements. These were competitive acquisition with five responses for the first contract and three responses for the second contract, received. These are two-year base contracts with two 18-month option periods. Locations of performance are Massachusetts, Virginia, Japan, Okinawa, Diego Garcia, the Philippines, Thailand and the Republic of Korea, with a May 11, 2023, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast 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.

Dove Medical Supply LLC, Summerfield, North Carolina, has been awarded a maximum $48,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE2DH-16-R-0002 for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog. This was a competitive acquisition with 148 responses received. This is a five-year contract with no option periods. Location of performance is North Carolina, with a May 11, 2026, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-21-D-0065).

DEFENSE THREAT REDUCTION AGENCY

Noblis, Inc., Reston, Virginia, is being awarded a $263,263,830 ceiling cost-plus-award-fee contract to provide advisory and assistance Services in support of the Cooperative Threat Reduction Program.  This is a five-year contract with a one one-year base, four one-year options and a maximum six-month option to extend services.  The effective date is May 12, 2021.  Work will be performed in Lorton, Virginia; and Reston, Virginia, with an expected completion date of May 11, 2026.  Fiscal 2019, 2020 and 2021 Cooperative Threat Reduction funds in the amount of $12,350,484 are being obligated at time of award.  This award was a competitive acquisition and two offers were received.  The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity (HDTRA1-21-F-0033).  

Booz Allen Hamilton Inc., McLean, Virginia, is being awarded a $9,887,466 ceiling cost-plus-fixed-fee option modification (P00045) to provide advisory and assistance services in support of the Cooperative Threat Reduction Program.  This extension modification has a four month period of performance.  The effective date is May 26, 2021.  Work will be performed in Lorton, Virginia; and Fort Belvoir, Virginia, with an expected completion date of Sept. 26, 2021.  Fiscal 2019 and 2021 Cooperative Threat Reduction funds in the amount of $2,403,655 are being obligated at time of award.  This award was a sole source acquisition pursuant to Federal Acquisition Regulation (FAR) 6.302-1 Only One Responsible Source, and the contract’s clause FAR 52.217-8 Option to Extend Services.  The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity (HDTRA1-16-C-0012).  

NAVY

Huntington-Ingalls Industries - Newport News Shipbuilding, Newport News, Virginia, is awarded an $115,008,106 cost-plus-fixed fee modification to previously awarded contract N00024-15-C-2114 for engineering and technical support for USS John F. Kennedy (CVN-79). Work will be performed in Newport News, Virginia, and is expected to be completed by June 2024. Fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $4,700,000 (52%); and fiscal 2021 research, development, and testing (Navy) funds in the amount of $4,398,561 (48%) 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.

Antech Systems Inc.,* Chesapeake, Virginia, is awarded a $91,848,919 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides engineering and technical support; maintenance and material management; software engineering, development, and integration; and development of logistics packages in support of command, control, communications, computers, and intelligence operational maintenance and engineering training for the Navy, Air Force, Army and other government agencies. Work will be performed in Norfolk, Virginia (60%); and St. Inigoes, Maryland (40%), and is expected to be completed in August 2026. No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042121D0021).

Physical Optics Corp., Torrance, California, is awarded a $52,088,365 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides technical support and problem resolution in support of integration and sustainment of the Digital Data Set system into the T-45 aircraft. Work will be performed in Torrance, California, and is expected to be completed in May 2024. No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(5). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042121D0024).

Oak Point Associates,* Biddeford, Maine, is awarded a maximum-value $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineer services in support of historically-sensitive projects in the Naval Facilities Engineering Systems Command Mid-Atlantic area of responsibility, primarily for Public Works Department Maine. An initial task order is being awarded at $98,828 for two individual tasks related to the Helix Houses, to include a fire alarm and communications fiber connectivity study and a CO2 fire suppression system study located in Cutler, Maine. Work for this task order will be performed in Maine and is expected to be completed by September 2021. Work on the full contract will primarily be performed in Maine and is expected to be completed by May 2026. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $98,828 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 beta.sam.gov website, with seven proposals received. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-21-D-0059).

Web LLC, doing business as WEBCO,* Springfield, Virginia, is awarded a $15,154,358 firm-fixed-price task order (N6945021F0280) under previously-awarded multiple-award construction contract N69450-19-D-1085 for the P253 air traffic control tower at Naval Air Station Whiting Field, Florida. Work will be performed in Milton, Florida, and is expected to be completed by May 2024. Fiscal 2021 military construction (Navy) funds in the amount of $15,154,358 will be obligated at time of award and will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a $29,055,963 task order HR0011-21-F-0012 for Defense Advanced Research Projects Agency enterprise support services for director’s office management, director’s office front office support, public affairs office support, legislative affairs office support, military operational liaison support, general counsel office support, strategic resources management support, international cooperation support, commercial strategy support, mission services office support, business processes directorate support, functional support to facilities and logistics directorate, and visual media services. Work will be performed in Arlington, Virginia, with an expected completion date of May 2022. Fiscal 2021 research, development, test and evaluation funds in the amount of $17,020,671 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

AIR FORCE

Space Exploration Technologies Corp., Hawthorne, California, has been awarded a $16,737,600 modification (P00005) to contract FA8811-20-F-0007 to add mission-unique launch services to the USSF-67 mission fixed-price task order under the National Security Space Launch Phase 2. Work will be performed in Hawthorne, California; Vandenberg Air Force Base, California; and Cape Canaveral Space Force Station, Florida, and is expected to be completed Oct. 2, 2022. Fiscal 2021 space procurement funds in the amount of $6,054,089; and fiscal 2021 research, development, test and evaluation funds in the amount of $7,582,317 will be obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

BAE Systems Inc., Burlington, Massachusetts, has been awarded a $7,768,282 cost-plus-fixed-fee contract for research and development to cultivate innovative machine learning and fusion algorithms in order to advance automatic target recognition (ATR), machine learning, and multi-level, multi-source fusion technology to improve algorithm performance. Work will be performed in Burlington, Massachusetts, and is expected to be completed Aug. 12, 2026. Fiscal 2021 research, development, test and evaluation funds in the amount of $600,000 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-1158).

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Dynanet Corp., Elkridge, Maryland, was awarded an $8,615,669 hybrid labor hour/firm-fixed-price task order modification (P00002) to exercise an option on a contract (HS0021-20-F-00028) that was transferred to the Defense Counterintelligence and Security Agency (DCSA) from the Office of Personnel Management (OPM) in fiscal 2020. This order includes operations and enhancement services with associated skill sets to support the DCSA Program Executive Office’s applications systems development. Work will be performed in DCSA’s Theodore Roosevelt Building in Washington, D.C.; at other facilities in Macon, Georgia; and Boyers, Pennsylvania; and via remote work. This option is fully funded with DCSA defense working capital funds. The anticipated period of performance of this option is between May 13, 2021, and May 12, 2022.  The total value of the contract, including a base year and option periods, is $32,276,985. The total DCSA obligated amount of the contract is $13,821,490. OPM issued the original award, containing a one-year base period plus four 12-month option periods and an optional six-month extension on May 10, 2019. That award was competed as a 100% small business set aside under NAICS 541511, custom computer programming services, via General Services Administration IT Schedule 70. Upon transfer to DCSA, OPM task order GS-35F-003CA/243226-19-F-0046 became DCSA task order GS-35F-003CA/HS0021-20-F-0028, dated Sept. 28, 2020. DCSA Acquisition and Contracting, Quantico, Virginia, is now the contracting activity.

*Small business