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 Some of the information contained within may be outdated and links may not function.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 14, 2021

DEFENSE INFORMATION SYSTEMS AGENCY

Cisco Systems Inc., San Jose, California, was awarded a single-award indefinite-delivery/indefinite-quantity contract with a ceiling of $1,180,185,116 for brand name Cisco Smart Net Total Care and Software Support Services for users across the Department of Defense.  The period of performance is a one-year base period and two one-year option periods, for a total contract life cycle of three years. Proposals were solicited from the System for Award Management website (beta.SAM.gov), and three proposals were received.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-21-D-0003).  

Comcast Government Services LLC, Reston, Virginia, was awarded a competitive firm-fixed-price, single-award, indefinite-delivery/indefinite-quantity contract for the Commercial Ethernet Gateway Region 4 to provide mission partner access, via ethernet connections, to the Department of Defense Information Network and to enable the replacement of legacy, time division multiplexing-based circuits. The contract ceiling value is $84,162,000 with the $500 minimum guarantee funded by fiscal 2021 operations and maintenance funds. Primary performance will be at the contractor’s above-identified facility in Reston, Virginia. Proposals were solicited via the beta.sam.gov website, and six proposals were received.  The period of performance, which consists of a six-year base period and two two-year option periods, is June 23, 2021, to June 22, 2031. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-21-D-0004).

ARMY

Cole Engineering Services Inc., Orlando, Florida, was awarded a $192,611,812 firm-fixed-price contract for the Synthetic Training Environment-Information System Training Simulation Software/Training Management Tool. Bids were solicited via the internet with 11 received. Work will be performed in Orlando, Florida, with an estimated completion date of Oct. 13, 2025. Fiscal 2021 research, development, test and evaluation, Army funds in the amount of $12,222,847 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-21-9-0009). 

ARS Aleut Demolition Services LLC,* Port Allen, Louisiana (W912DY-21-D-0043); Bhate Environmental Associates Inc., Birmingham, Alabama (W912DY-21-D-0044); Central Environmental Inc., Anchorage, Alaska (W912DY-21-D-0045); Neuber Environmental Services Inc., Gilbertsville, Pennsylvania (W912DY-21-D-0066); and Target Contractors LLC,* Ladson, South Carolina (W912DY-21-D-0046), will compete for each order of the $95,000,000 firm-fixed-price contract for commercial demolition services. 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 June 13, 2026. U.S. Army Engineering and Support Center, Huntsville, Alabama, is the contracting activity. 

DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a $82,741,380 firm-fixed-price contract to procure Advanced Multi-Purpose Round Gunner's Auxiliary Sight units. 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 June 14, 2026. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-21-D-0056). 

Perimeter Security Partners LLC,* Brentwood, Tennessee, was awarded an $8,475,984 modification (P00003) to contract W912DY-20-F-0664 to maintain identified physical security equipment. Work will be performed in Fort Rucker, Alabama; Huntsville, Alabama; Augusta, Fort Benning, Fort Gillem, Fort Stewart and Savannah, Georgia; Fort Bragg, North Carolina; Fort Buchanan, Puerto Rico; Columbia, South Carolina; and Kingsport, Tennessee, with an estimated completion date of June 14, 2022. Fiscal 2021 operation and maintenance, Army funds in the amount of $1,738,723 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. 

AIR FORCE

Raytheon Co., Woburn, Massachusetts, has been awarded a $78,109,766, firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable modification (P00033) to contract FA8730-17-C-0010 for contractor logistic support. This contract modification is for contractor logistic support for the Qatar Early Warning Radar for a period of five years. Work will be performed in Woburn, Massachusetts; and Doha, Qatar, and is expected to be completed Dec. 31, 2026. Foreign Military Sales funds are being obligated at the time of award in the amount of $69,555,997. The cumulative face value of the contract is $1,207,797,790. Air Force Life Cycle Management, Hanscom Air Force Base, Massachusetts, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Pentaq Manufacturing Corp.,** Sabana Grande, Puerto Rico, has been awarded a maximum $24,041,215 modification (P00011) exercising the first one-year option period of a one-year base contract (SPE1C1-20-D-1258) with four one-year option periods for various types of trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a June 16, 2022, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

U.S. SPECIAL OPERATIONS COMMAND

The Boeing Co., Ridley Park, Pennsylvania, was awarded an $18,372,000 firm-fixed-price type delivery order modification to an existing contract (W91215-16-G-0001) for the procurement of long-lead components and parts in support of the MH-47G Chinook Block II production program. Fiscal 2021 Army aircraft procurement funds in the amount of $18,372,000 are being obligated at the time of award. The majority of the work will be performed in Ridley Park. This delivery order is a noncompetitive award and is in accordance with Federal Acquisition Regulation 6.302.1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity.

NAVY

Colonna’s Shipyard Inc., Norfolk, Virginia, is awarded a $9,405,299 firm-fixed-price contract for a 90-calendar day shipyard availability for the regularly scheduled overhaul and dry-docking of the expeditionary fast transport ship USNS Fall River (T-EPF 4). This contract contains 17 unexercised options which, if exercised, would bring the cumulative contract value to $11,955,991. Work will be performed in Norfolk, Virginia, and is expected to be completed by Oct. 11, 2021. Fiscal 2021 working capital funds (Navy) in the amount of $9,405,299 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 four proposals received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220521C2081).

East Coast Repair & Fabrication, Chesapeake, Virginia, is awarded an $8,941,404 firm-fixed-price contract (N3220521C4028) for a 60-calendar day shipyard availability for the mid-term availability on the USNS Arctic (T-AOE 8). The contract includes options which, if exercised, would bring the total contract value to $9,062,371. Work will be performed in Newport News, Virginia, and is expected to be completed by Oct. 2, 2021. Contract funds in the amount of $8,941,404 are obligated in fiscal 2021 using working capital funds (Navy). This contract was competitively procured with proposals solicited via the sam.gov website and seven offers were received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220521C4028).

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded an $8,255,829 cost-plus-fixed-fee order under basic ordering agreement N0016418GWP04 for engineering services in support of the AN/SPY-1 Elevated Radar Advanced Calibration Experiment. Work will be performed in Moorestown, New Jersey, and is expected to be completed by June 2023. Fiscal 2021 research, development, test, and evaluation (Navy) funds in the amount of $273,233 will be obligated at time of award and not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N0016421FW101).

Teya Enterprises LLC,* Anchorage, Alaska, is awarded an $8,006,259 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides engineering design, project management, quality management, and configuration management support services to include, design of hardware and software required to safely perform China Lake’s land based ordnance operations in support of five China Lake earthquake recovery projects. Work will be performed China Lake, California, and is expected to be completed in June 2023. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Small Business Administration, Business Development Program (The 8(a) Program). The Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity (N6893621D0025).

*Small business
**Small disadvantaged business