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 Some of the information contained within may be outdated and links may not function.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 July 19, 2021

ARMY

Booz Allen Hamilton Inc., McLean, Virginia (W911S0-21-D-0004); CAE USA Mission Solutions Inc., Tampa, Florida (W911S0-21-D-0005); JANUS Research Group LLC, Evans, Georgia (W911S0-21-D-0006); and Valiant Global Defense Services Inc., San Diego, California (W911S0-21-D-0007), will compete for each order of the $240,000,000 firm-fixed-price contract for mission support services for the Futures and Concepts Center. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of July 18, 2026. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity.

General Electric Co., Lynn, Massachusetts, was awarded a $38,654,045 firm-fixed-price contract for the maintenance and overhaul of the rotor turbine aircraft. 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 18, 2026. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-21-D-0054).

Conti Federal Services Inc., Edison, New Jersey, was awarded a $19,678,800 firm-fixed-price contract to construct a fighter alert shelter at Truax Field. Bids were solicited via the internet with seven received. Work will be performed in Madison, Wisconsin, with an estimated completion date of Nov. 1, 2022. Fiscal 2020 military construction, Air National Guard funds in the amount of $19,678,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-21-C-0039).

South Dade Air Conditioning and Refrigeration Inc., Homestead, Florida, was awarded a $16,625,941 modification (P00004) to contract W9124M-20-D-0007 for paving at Fort Stewart and Hunter Army Airfield, Georgia. Work locations and funding will be determined with each order, with an estimated completion date of July 19, 2022. U.S. Army 419th Contracting Support Brigade, Fort Stewart, Georgia, is the contracting activity.

Ideal Innovations Inc.,* Arlington, Virginia, was awarded a $9,528,289 modification (P00009) to contract W15QKN-18-F-0090 to provide continued information technology support services to the Defense Forensics Science Center. Work will be performed in Clarksburg, West Virginia, with an estimated completion date of Aug. 14, 2022. Fiscal 2021 operation and maintenance, Army funds in the amount of $9,528,289 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity.

Oready LLC, Las Vegas, Nevada,* was awarded a $7,798,815 firm-fixed-price contract for personnel for training and maintaining Department of Defense baseline certifications. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 1, 2025. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W91QF4-21-D-0005).

NAVY

Serco Inc., Herndon, Virginia (N64498-21-D-0007); CACI International Inc., Norfolk, Virginia (N64498-21-D-0008); Gryphon Technologies LC, Washington, D.C. (N64498-21-D-0009); Life Cycle Engineering, Inc.,* Charleston, South Carolina (N64498-21-D-0010); McKean Defense Group LLC,* Philadelphia, Pennsylvania (N64498-21-D-0011); and Reliability & Performance Technologies LLC,* Dublin, Pennsylvania (N64498-21-D-0012), are each awarded a cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract for the procurement of engineering and technical services program management, and information technology support services for Navy surface ship programs including DDG-51, DDG-1000, LCS, LPD, LX(R), LHA(R), Landing Crafts, Military Sealift Command, Coast Guard, International Program (Foreign Naval program initiatives) and test sites for the Naval Surface Warfare Center Philadelphia Division. The maximum combined value of all six contracts is $218,593,779. Serco is awarded a maximum value $39,541,849; CACI is awarded a maximum value $35,777,234; Gryphon is awarded a maximum value $38,839,253; LCE is awarded a maximum value $35,721,880; McKean is awarded a maximum value $32,866,855; and R&P is awarded a maximum value $35,846,708. Each awardee will be awarded $100,000 (minimum contract guarantee per awardee) at time of contract award. Fiscal 2021 other procurement (Navy) funds in the amount of $300,000 (50%); 2021 shipbuilding and conversion (Navy) funds in the amount of $200,000 (33%); and 2021 operation and maintenance (Navy) funds in the amount of $100,000 (17%) will be obligated at time of award, of which $100,000 will expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. Work will be performed in Philadelphia, Pennsylvania (34%); Washington, D.C. (28%); Norfolk, Virginia (12%); Mayport, Florida (10%); San Diego, California (10%); and Bath, Maine (6%). The contracts are expected to be completed by February 2026. These contracts were competitively procured via the Federal Business Opportunities website, with six offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.

Raytheon Missiles and Defense, Marlborough, Massachusetts, is awarded a $35,660,407 firm-fixed-price order under previously awarded basic ordering agreement N00024-19-G-5107 for the procurement of AEGIS modernization (AMOD) kits for Navy DDG 51-class destroyers and for the government of Japan under the Foreign Military Sales program. This contract combines purchases for the Navy (59%); and the government of Japan (41%) under the Foreign Military Sales program. Work will be performed in Andover, Massachusetts (72%); Chesapeake, Virginia (14%); Marlborough, Massachusetts (12%); San Diego, California (1%); and Burlington, Massachusetts (1%), and is expected to be completed by July 2024. Foreign Military Sales (Japan) funds in the amount of $14,507,284 (41%); fiscal 2021 other procurement (Navy) funds in the amount of $12,319,235 (35%); fiscal 2020 other procurement (Navy) funds in the amount of $7,662,300 (21%); and fiscal 2021 defense-wide procurement funds in the amount of $1,171,588 (3%) will be obligated at time of award and will not expire at the end of the current fiscal year. This order 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 Sea Systems Command, Washington, D.C., is the contracting activity (N0002421F5314).

The Boeing Co., St. Louis, Missouri, is awarded a $24,999,480 firm-fixed-price order (N6134021F0119) against a previously issued basic ordering agreement (N6134019G0002). This order provides for the upgrade of the P-8A Poseidon maintenance training device suite, to include virtual maintenance trainers and related courseware and hardware in support of the P-8A aircraft platform to ensure the fleet receives training in current aircraft production baseline capabilities that align with real-life flight scenarios for the Navy and the government of Australia. Work will be performed Jacksonville, Florida (60%); St. Louis, Missouri (15%); Seattle, Washington (15%); and Edinburgh, Australia (10%), and is expected to be completed in December 2023. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $14,139,920; and non-U.S. Department of Defense participant funds in the amount of $10,859,560 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. 

Alabama Shipyard LLC, Mobile, Alabama, is awarded a $16,478,585 firm, fixed-price contract for a 76-calendar day shipyard availability for the regular overhaul/dry docking on the USNS William Mclean (T-AKE 12). The contract includes options, which, if exercised, would bring the total contract value to $16,478,585. Work will be performed in Mobile, Alabama, and is expected to be completed by Nov. 24, 2021. Contract funds in the amount of $16,194,215 are obligated in fiscal 2021 using working capital funds (Navy). This contract was competitively procured with proposals solicited via the SAM.gov website and three offers were received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220521C4024).

BAE Systems Norfolk Ship Repair Inc., Norfolk Shipbuilding & Drydock Corp., Norfolk, Virginia, is awarded an $8,060,500 firm-fixed-price modification to previously awarded contract N00024-20-C-4446 to incorporate a request for contract change for a 215-day extension for the accomplishment of the growth work on the USS Vicksburg (CG 69) modernization period availability. Work will be performed in Norfolk, Virginia, and is expected to be completed by June 2022. This modification will bring the cumulative value of the contract from $189,006,920 to $197,067,420. Fiscal 2020 operation and maintenance, Navy upward obligation funds will be utilized in support of this modification, which expire at the end of the fiscal year. This appropriation is being utilized in accordance with Title 31 U.S. Code 1553. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

AIR FORCE

Pelatron Technologies LLC, Lindon, Utah, has been awarded a maximum estimated $38,000,000 singe-award, indefinite-delivery/indefinite-quantity contract for information technology consolidated services. This requirement is to provide both unclassified (NIPR) and secret (SIPR) services, including the following: support work for the service desk, system administration, information assurance and protection, client services, asset management, networking, messaging and directory services and server support. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed June 30, 2027. This award is the result of a competitive acquisition with 16 offers received. Fiscal 2021 operation and maintenance funds in the amount of $1,000 are being obligated at the time of award. Air Force Sustainment Center, Hill AFB, Utah, is the contracting activity (FA8201-21-D-0003).

DEFENSE LOGISTICS AGENCY

AVOX Systems Inc., Lancaster, New York, has been awarded a maximum $7,699,836 firm-fixed-price, definitive-quantity tactical procurement for oxygen mask parts kits. 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 two-year contract with no option periods. Location of performance is New York, with a Jan. 31, 2023, performance completion date. Using military services are Air Force and Army. Type of appropriation is fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A1-21-C-0021). 

*Small business