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 Some of the information contained within may be outdated and links may not function.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 June 8, 2021

NAVY

I.E. Pacific Inc.,* Escondido, California (N62473-21-D-1019); Patricia I. Romero Inc., doing business as Pacific West Builders,* National City, California (N62473-21-D-1020); Peter Vander Werff Construction Inc.,* El Cajon, California (N62473-21-D-1021); Heffler Contracting Group,* El Cajon, California (N62473-21-D-1022); Sea Pac Engineering Inc.,* Los Angeles, California (N62473-21-D-1023); Intercontinental Construction Contracting Inc.,* Passaic, New Jersey (N62473-21-D-1024);  SGS LLC,* Yukon, Oklahoma 73099 (N62473-21-D-1025); Shore Herman JV,* Chula Vista, California (N62473-21-D-1026); and CJW Joint Venture,* Santa Ana, California (N62473-21-D-1027), are awarded a $495,000,000 estimated maximum dollar value, indefinite-delivery/indefinite-quantity, multiple award construction contract for construction, repair, and renovation of commercial and institutional facilities at various government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. The work to be performed provides for construction, repair, and renovation of commercial and institutional buildings. Types of projects may include, but are not limited to, airport buildings, office and administrative buildings, communications facilities, vehicle maintenance facilities, armories, parking garages, barracks facilities, prison facilities, fire stations, religious buildings, hotels, dining facilities, hospital and medical facilities, warehouse facilities, school facilities, and commercial facilities. The maximum dollar value including the base period and one option period for all nine contracts combined is $495,000,000. All nine firms will be issued initial task orders of $5,000 as the minimum guarantee. All work on these contracts will be primarily performed the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of responsibility which includes California (90%); Arizona (6%); Nevada (1%); Utah (1%); Colorado (1%); and New Mexico (1%). The terms of the contracts are not to exceed 60 months, with an expected completion date of June 2026.  Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $45,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by military construction (Navy); operation and maintenance (Navy); operation and maintenance (Marine Corps); and Navy working capital funds. This contract was competitively procured as a small business set-aside procurement via the beta.sam.gov website with 16 proposals received. These nine contractors may compete for task orders under the terms and conditions of the awarded contracts. NAVFAC Southwest, San Diego, California, is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $137,680,806 modification (P00112) to a previously awarded firm-fixed-price contract (N0001915C0003). This modification adds scope to provide continued support services, including program management, non-recurring unique requirements, and training in support of increment five integration of Foreign Military Sales (FMS) customers into the F-35 Lightning II Joint Strike Fighter program. Work will be performed in Fort Worth, Texas (60%); and an undisclosed locations outside the continental U.S. (40%), and is expected to be completed in July 2021. FMS funds in the amount of $137,680,806 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.

AV3 Inc.,* Mechanicsville, Maryland (N0042121D0026); Bridges System Integration LLC,* Herndon, Virginia (N0042121D0027); FGS LLC,* LaPlata, Maryland (N0042121D0028); Futron Inc.,* Woodbridge, Virginia (N0042121D0029); iSoft Solution LLC,* Virginia Beach, Virginia (N0042121D0030); Mission Analytics LLC,* Falls Church, Virginia (N0042121D0031); and US International Development Consortium Inc.,* Chantilly, Virginia (N0042121D0032), are awarded an estimated aggregate ceiling of $100,000,000 cost-plus-fixed-fee, firm-fixed-price, cost reimbursable, indefinite-delivery/indefinite-quantity contract in support of the Naval Air Warfare Center Aircraft Division Integrated Command, Control and Intelligence (IC2&I) Division. These contracts provide engineering and technical support services for legacy, current, and next generation audio/video systems, including efficient information exchange of voice, video and/or data from concept through deployment and the planning, research, design, testing, integration, verification, customization, installation and system operations support of those systems, subsystems, and components in support of the IC2&I Division, which integrates and delivers products for command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance systems for the U.S Department of Defense, various other U.S. government departments and agencies and foreign governments. The estimated aggregate ceiling for all contracts is $100,000,000, with the companies having an opportunity to compete for individual orders. Work will be performed at various locations within and outside the continental U.S., and is expected to be completed in June 2026. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. These contracts were competitively procured via a small business set aside; 13 offers from 13 vendors were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.  

Bowhead Cybersecurity Solutions and Services, Springfield, Virginia is awarded a $92,308,000 cost-plus fixed-fee and cost-only contract for senior consultation support services. Work will be performed in the Washington, D.C. area and is expected to be completed by June 2026. Fiscal 2021 operation and maintenance (Navy) funding in the amount of $2,500,000 will be obligated at the time of award. There are no options for this contract award. This funding would have expired at the end of the current fiscal year if this award had not been made. This contract was a directed in accordance with Section 8(a) of the Small Business Act (15 USC 637(a)(1)) and the Federal Acquisition Regulation part 19.8. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-21-D-5000). 

Jacobs/HDR JV, Arlington, Virginia, is awarded a not-to-exceed $90,000,000 indefinite-delivery/indefinite-quantity contract for architect-engineer services for facilities management and sustainment support for Naval Facilities Engineering Systems Command (NAVFAC) worldwide. The work to be performed includes, but is not limited to, facility and utility inventory condition assessment programs; engineering services in support of integrated priority list development; engineering studies, surveys, inspections, and assessments; developing training, handbooks and/or manuals; re-commissioning and retro-commissioning of facilities including facility modifications; and development of facilities management initiatives and processes. Work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Atlantic and Pacific areas of responsibility to include California (5%); Virginia (5%); Florida (5%); North Carolina (5%); South Carolina (5%); Maryland (5%); Washington (5%); Georgia (5%); Hawaii (5%); Rhode Island (5%); Connecticut (5%); Maine (5%); Illinois (5%); Louisiana (5%); Mississippi (5%); Nevada (5 %); Tennessee (5%); Texas (5%); Washington, D.C. (5%); and Naples, Italy (5%). The term of the contract is not to exceed 60 months with an expected completion date of June 2026. No task orders are being awarded at this time. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy) contract funds. This contract was competitively procured via the beta.sam.gov website with two proposals received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity (N62470-21-D-0008).

MVL-Percassi-Gemmo JV LLC,* Lansing, Michigan, is awarded an $81,489,561, firm-fixed-price contract for construction of family housing in Vicenza, Italy. The work to be performed provides for the construction of junior enlisted and senior officer family dwellings to include parking, utilities, street improvements and demolition of existing facilities. Work will be performed in Vicenza, Italy, and is expected to be completed by August 2023. Fiscal 2019 military construction (Army) contract funds in the amount of $81,489,561 are obligated on this award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via the beta.sam.gov website with five proposals received. Naval Facilities Engineering Systems Command Atlantic, Norfolk, Virginia, is the contracting activity (N62470-21-C-0003).

Bath Iron Works, Bath, Maine, was awarded a $55,118,975 cost-plus-award-fee modification to previously awarded contract N00024-18-C-2313 to exercise options for accomplishment of lead yard services for the DDG 51 class Guided Missile Destroyer program. Work will be performed in Bath, Maine (95%); Brunswick, Maine (4.3%); and other locations collectively totaling less than 1%, and is expected to be completed by June 2022. Fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $38,714,567 (74.4%); fiscal 2014 shipbuilding and conversion (Navy) funds in the amount of $6,632,463 (12.7%); fiscal 2013 shipbuilding and conversion (Navy) funds in the amount of $5,057,691 (9.7%); fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $1,322,155 (2.5%); and fiscal 2020 funds in the amount of $71,170 (0.1%); and fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $315,962 (0.6%) will be obligated at time of award, of which $6,632,463 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded June 4, 2021)

RQ Construction, Carlsbad, California, is awarded an $11,615,680 firm-fixed-price contract task order N4008521F5515 under an indefinite-delivery/indefinite-quantity, multiple award construction contract for work at Wallops Island, Virginia. The task order also contains three unexercised options, which if exercised, would increase the cumulative contract value to $16,674,680. The work to be performed provides for the installation of electrical power supply backup devices for several buildings and for the construction of a new switchgear building. Work will be performed on Wallops Island, Virginia, and is expected to be completed by February 2023. Fiscal 2017, 2018, and 2019 operation and maintenance (Navy) contract funds in the amount of $11,615,680 are obligated on this award. The fiscal 2017 operation and maintenance (Navy) funds will expire at the end of this fiscal year. The fiscal 2018 and 2019 operation and maintenance (Navy) funds will not expire at the end of the current fiscal year. Three proposals received for this task order. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9069).

Vigor Marine LLC, Portland, Oregon, is awarded a $9,840,871 firm-fixed-price contract for a 65-calendar day shipyard availability. The work to be performed provides for services for the mid-term availability of the fleet oiler USNS Guadalupe (T-AO 200). The contract also contains five unexercised options, which if exercised, would increase cumulative contract value to $11,661,014. Work will be performed in Portland, Oregon, and is expected to be completed by Sept. 12, 2021. Fiscal 2021 working capital contract funds (Navy) in the amount of $9,840,871 are obligated for this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website, with one proposal received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220521C4126).

ARMY

Vanquish Worldwide LLC,* Knoxville, Tennessee, was awarded a $258,798,380 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for logistics support services, including maintenance, supply and transportation. Bids were solicited via the internet with nine received. Work will be performed in Fort Polk, Louisiana, with an estimated completion date of Aug. 17, 2026. Fiscal 2021 operation and maintenance, defense-wide funds in the amount of $314,465 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-21-F-0254).

FN America LLC, Columbia, South Carolina, was awarded a $92,104,736 firm-fixed-price contract to procure M240 Series machine gun variants and spare receivers. One bid was solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of June 8, 2026. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-21-D-0038).

Yerkes South Inc., Crestview, Florida, was awarded a $45,000,000 firm-fixed-price contract for rapid-response temporary roofing projects in the event of an emergency. 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 31, 2028. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-21-D-0046).

Ceres Environmental Services Inc., Sarasota, Florida, was awarded a $45,000,000 firm-fixed-price contract for rapid-response temporary roofing projects in the event of an emergency. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2028. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-21-D-0036).

The Boeing Co., Mesa, Arizona, was awarded a $39,657,700 modification (P00079) to contract W58RGZ-16-C-0023 for new-build AH-64E aircraft. Bids were solicited via the internet with one received. Work will be performed in Mesa, Arizona, with an estimated completion date of Oct. 31, 2025. Fiscal 2021 aircraft procurement, Army funds in the amount of $39,657,700 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Noble Supply and Logistics,* Rockland, Massachusetts, has been awarded a maximum $90,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. 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 521-day bridge contract with no option periods. Locations of performance are Connecticut, Delaware, Maine, Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island and Vermont, with a Nov. 22, 2022, 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 (SPE8E3-21-D-0009).

JLG Industries Inc., McConnellsburg, Pennsylvania, has been awarded a maximum $8,992,585 firm-fixed-price, indefinite-delivery contract for motor vehicle parts. This was a competitive acquisition with one response received. This is a three-year base contract with two one-year option periods. Locations of performance are Pennsylvania and Wisconsin, with a June 7, 2024, performance completion date. Using military services are Army and Marine Corps. 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 (SPE7LX-21-D-0120).

*Small business