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 Some of the information contained within may be outdated and links may not function.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 17, 2021

NAVY

Advanced Technology Construction Corp.,* Olympia, Washington (N44255-21-D-2000); Environet Inc.,* Kamuela, Hawaii (N44255-21-D-2001); I. E. Pacific Inc.,* Escondido, California (N44255-21-D-2002); Sea Pac Engineering Inc.,* Los Angeles, California (N44255-21-D-2003); Shape Construction Inc.,* Poulsbo, Washington (N44255-21-D-2004); and Veterans NW Construction,* Seattle, Washington (N44255-21-D-2005), are each awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract for projects located primarily within the Naval Facilities Engineering Systems Command (NAVFAC) Northwest area of responsibility (AOR).  The maximum dollar value including the base period and four option periods for all six contracts combined is $240,000,000.  A seed project task order for heating system repairs at the Puget Sound Naval Shipyard, Bremerton, Washington, is awarded at this time to Environet Inc., in the amount of $3,446,610.  Types of projects include new construction, repair, alteration, demolition and renovation of commercial and institutional facilities, administrative and industrial facilities, housing facilities, warehouses, hangars and fire stations.  Work for this task order is expected to be completed by November 2022.  All work on this contract will be performed primarily within the NAVFAC Northwest AOR which includes Washington (92%); Oregon (2%); Alaska (2%); Idaho (1%); Montana (1%); Wyoming (1%); and remainder of the U.S. (1%).  The term of the contract is 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 $3,471,610 (includes $3,446,610 for the initial seed project and $5,000 for each of the five firms in guaranteed minimums) 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); and Defense working capital funds.  This contract was competitively procured via the beta.SAM.gov website with 21 proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  Naval Facilities Engineering Systems Command, Northwest, Silverdale, Washington, is the contracting activity.

Saab Inc., Orlando, Florida, is awarded a $53,805,000 undefinitized contract for force on force training systems-next (FoFTS-Next).  The FoFTS-Next is the next generation of instrumented – tactical engagement simulation system (I-TESS) for the Marine Corps.  The FoFTS-Next Increment 1 consists of instrumentation systems for individuals, vehicles, buildings and weapons.  FoFTS-Next Increment 1 also encompasses the command and control and network systems required to transport, process and display data from the instrumentation.  The contract contains 68 option contract line items, which if exercised would increase the cumulative contract value to $127,868,001.  Work will be performed at the following locations:  Huskvarna, Sweden (66%); Orlando, Florida (17%); Stafford, Virginia (5%); Twentynine Palms, California (2%); Camp Pendleton, California (2%); Camp Lejeune, North Carolina (1%); Kaneohe Bay, Hawaii (1%); with the remaining work locations (7%) to be determined at definitization.  Work is expected to be completed by June 2024.  Fiscal 2019 procurement (Marine Corps) contract funds in the amount of $24,055,000 are obligated on this award and will expire at the end of the current fiscal year.  Fiscal 2020 procurement (Marine Corps) contract funds in the amount of $29,750,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was awarded under the authority of 10 U.S. Code 2371b using competitive procedures.  Marine Corps Systems Command, Program Manager Training Systems, Orlando, Florida, is the contracting activity (M67854-21-C-8051).

Compass Systems, Inc.,* Lexington Park, Maryland, is awarded a $12,997,634 cost-plus-fixed-fee order N68335-21-F-0345 against previously issued basic ordering agreement N00019-19-G-0029.  This order provides threat drivers and requirements analysis, porotype development and experimentation, engineering support, modeling and simulation analysis, rapid prototyping to include fabrication, integration, lifecycle logistics support and forward deployed operations in support of command, control, communication, computers, cyber, intelligence, surveillance and reconnaissance technology advancement to enhance communications techniques with operational mapping and network intelligence technology.  Work will be performed in Lexington Park, Maryland (38%); Yuma, Arizona (20%); Tampa, Florida (13%); Johnstown, Pennsylvania (10%); Braggs, Oklahoma (10%); San Diego, California (6%); and Virginia Beach, Virginia (3%), and is expected to be completed in June 2023.  Fiscal 2021 procurement (DoD) funds in the amount of $818,228 will be obligated at the 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.

Insitu Inc., Bingen, Washington, is awarded a $12,514,386 modification (P00017) to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract N00019-19-D-0033.  This modification increases the ceiling to provide additional air vehicles, support equipment and spares in support of the RQ-21A Blackjack Unmanned Aircraft Systems (UASs) and ScanEagle UAS for the Navy and Foreign Military Sales customers.  Work will be performed in Bingen, Washington (83%); various locations outside the continental U.S. (12%); and various locations within the continental U.S. (5%), and is expected to be completed in June 2022.  No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Blue Rock Structures Inc.,* Pollocksville, North Carolina, is awarded a $12,308,346 firm-fixed-price task order N40085-21-F-5590 under a multiple award construction contract for renovation of a barracks at Marine Corps Base, Camp Lejeune, North Carolina.  The work includes replacement of the electrical system and construction of a mechanical building and chiller enclosure.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed by December 2022.  Fiscal 2021 operation and maintenance (Marine Corps) contract funds in the amount of $12,308,346 are obligated on this award and will expire at the end of the current fiscal year.  Six proposals were received for this task order.  Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-16-D-6300).

Austal USA, Mobile, Alabama, is awarded a $10,605,201 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-17-C-2301 to exercise an option for littoral combat ship industrial post-delivery availability support for USS Canberra (LCS 30).  Work will be performed in Mobile, Alabama (80%); and Pittsfield, Massachusetts (20%), and is expected to be completed by May 2022.  Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $5,000,000 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.

DSA LLC,* Gadsden, Alabama, is awarded a $9,880,551 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for the exercise of Option One for grounds maintenance and snow removal at Naval District Washington, D.C. installations.  After award of this option, the total cumulative contract value will be $19,941,857.  The work to be performed provides for all managerial, supervision, labor, tools, materials, equipment and transportation necessary to accomplish work for grounds maintenance and snow removal.  Work will be performed in Washington, D.C.; Quantico, Virginia; and Bethesda, Maryland, and is expected to be completed by June 2022.  Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $3,228,109 are obligated on this award and will expire at the end of the current fiscal year.  Naval Facilities Engineering Command, Washington, D.C., is the contracting activity (N40080-20-D-0303).

General Dynamics, Bath Iron Works, Bath, Maine is awarded a $9,080,929 cost-plus-award-fee order N62786-21-F-0020, against previously awarded basic ordering agreement N00024-16-G-2301 to provide planning, management and emergent availability support for USS Daniel Inouye (DDG 118).  Work will be performed in Bath, Maine (65%); and Pearl Harbor, Hawaii (35%), and is expected to be completed by September 2022.  Funding in the amount of $8,504,999 will be obligated at time of award.  Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $8,504,999 (94%) will be obligated at time of award and will not expire at the end of the current fiscal year.  The Supervisor of Shipbuilding, Bath, Maine, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Weatherhaven Resources Inc.,* Blaine, Washington, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE1C1-18-R-0003 for commercial shelters.  This was a competitive acquisition with 15 responses received.  This is a one-year base contract with three one-year option periods.  Location of performance is Washington, with a June 17, 2022, ordering period end date.  Using military services are Army, Air Force, Navy and Marine Corps.  Type of appropriation is fiscal 2021 through 2022 defense working capital funds.  The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1475).

Kandor Manufacturing,** Arecibo, Puerto Rico, has been awarded a maximum $9,734,095 modification (P00018) exercising the second one-year option period of an 18-month base contract (SPE1C1-19-D-1163) with three one-year option periods for Navy working uniform blouses and trousers, maternity blouses and Army combat uniform trousers.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is Puerto Rico, with a June 20, 2022, ordering period end date.  Using military services are Navy and Army.  Type of appropriation is fiscal 2021 through 2022 defense working capital funds.  The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania.

ARMY

Stark Aerospace Inc., Columbus, Mississippi, was awarded a $56,087,580 firm-fixed-price contract for sustainment services of the Shadow Plug-In Optronic 300 series payloads in support of product manager Aerial Enhanced Radar, Optics, and Sensors.  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 July 25, 2026.  U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-21-D-0005).

Cianbro - A/Z JV, Pittsfield, Maine, was awarded a $46,421,000 firm-fixed-price contract for construction of the regional C-5 aircraft isochronal maintenance hangar at Westover Air Reserve Base, Maine.  Bids were solicited via the internet with six received.  Work will be performed in Chicopee, Maine, with an estimated completion date of June 30, 2023.  Fiscal 2017 and 2019 military construction (Defense-wide) funds in the amount of $46,421,000 were obligated at the time of the award.  U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-21-C-0025).

The Boeing Co., Mesa, Arizona, was awarded a $32,577,153 modification (P00082) to contract W58RGZ-16-C-0023 to incorporate a directed change order for the remanufacture of twelve Apache aircraft and six-part numbers for the tail rotor blades.  Work will be performed in Mesa, Arizona, with an estimated completion date of Oct. 1, 2024.  Fiscal 2021 aircraft procurement (Army) funds in the amount of $33,040,693 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

The King Co. Inc.,* Holland, Michigan, was awarded a $25,000,000 firm-fixed-price contract for hydraulic dredging.  Bids were solicited via the internet with three received.  Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2025.  U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W912EK-21-D-0007).

TEPA EC LLC,* Colorado Springs, Colorado, was awarded a $20,865,000 firm-fixed-price contract for construction of a physical fitness facility, Fort Carson, Colorado.  Bids were solicited via the internet with nine received.  Work will be performed in Fort Carson, Colorado, with an estimated completion date of Dec. 28, 2022.  Fiscal 2010 military construction (Army) funds in the amount of $20,865,000 were obligated at the time of the award.  U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-21-C-0038).

Rigid Constructors LLC,* Opelousas, Louisiana, was awarded a $20,271,383 firm-fixed-price contract for demolition and construction of 464,500 CY semi-compacted containment dike raise.  Bids were solicited via the internet with four received.  Work will be performed in Chambers, Texas, with an estimated completion date of Mar. 23, 2023.  Fiscal 2019 and 2020 civil construction (Corps of Engineers) funds; and 2021 non-federal funds in the amount of $20,271,383 were obligated at the time of the award.  U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-21-C-0011).

Lockheed Martin Corp., Orlando, Florida, was awarded a $9,394,407 modification (P00059) to contract W31P4Q-19-C-0071 for HELLFIRE and Joint-Air-to-Ground Missile engineering services.  Work will be performed in Orlando, Florida, with an estimated completion date of June 16, 2023.  Fiscal 2021 research, development, test and evaluation (Air Force) funds; 2019 missile procurement (Air force) funds; 2021 operation and maintenance (Army) funds; 2020 weapons procurement (Navy) funds; 2021 missile procurement (Army) funds; 2021 weapons procurement (Navy) funds; and 2021 missile procurement (Air Force) funds, in the amount of $9,394,407 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

CORRECTION:  The contract announced on June 16, 2021, for HDR Architects and Engineers P.C., Lawrenceville, New Jersey (W912WJ-21-C-0008), for $17,064,718, was awarded on June 17, 2021.

AIR FORCE

Showa Best Glove Inc., Menlo, Georgia, has been awarded a $37,583,749 contract for capacity expansion of nitrile rubber (NBR) gloves production for Department of Health and Human Services (DHHS) in care of Defense Assisted Acquisition (DA2).  The contract is for the procurement of all needed material in order to stand up four nitrile glove lines capable of producing 66,666,667 gloves per month within 24 months.  Work will be performed in Fayette, Alabama, and is expected to be completed by June 16, 2023.  Fiscal 2021 procurement funds in the amount of $37,583,749 are being obligated at the time of award.  Total cumulative face value (including options) of the contract is $81,284,996.  The Air Force Lifecycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8534-21-C-0002).

WASHINGTON HEADQUARTERS SERVICES

KPMG LLP, McLean, Virginia, has been awarded a firm fixed price contract HQ0034-21-F-0254 for a maximum amount of $7,565,848.  This action is a task order to existing blanket purchase agreement HQ0034-19-A-008.  The purpose of this contract is for the Next Generation Resource Management System (NGRMS) support services to provide the development and delivery of a single integrated program/budget submission for the Office of the Under Secretary of Defense (Comptroller) fiscal and budgetary matters.  Work performance will take place at the Pentagon and McLean, Virginia.  Fiscal 2021 and 2022 research, development, technology, and evaluation funds will be funded in the amount of $2,992,198 at the time of the award.  The expected completion date is Dec. 13, 2023.  Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

*Small business
**Small disadvantaged business in historically underutilized business zones