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 Some of the information contained within may be outdated and links may not function.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 Aug. 5, 2021

DEFENSE HEALTH AGENCY

Express Scripts Inc., St. Louis, Missouri (HT940221C0007), was awarded a firm-fixed-price, incentive/award fee contract with a total face value of $4,300,000,000 to provide pharmacy management services for the Department of Defense TRICARE Pharmacy Benefit Program. Pharmacy benefit services are available in all 50 states; Washington, D.C.; Guam; Puerto Rico; and the Virgin Islands. The program offers services at retail network pharmacies, authorized non-network retail pharmacies or delivery through the TRICARE Mail Order Pharmacy. The contractor will perform pharmacy benefit management functions, including claims adjudication at military medical treatment facilities, clinical services for specialty pharmaceuticals, processing direct member reimbursements for claims, clinical reviews and providing beneficiary and pharmacy support services. The contract has a base period of 15 months and seven option periods of 12 months each. Fiscal 2021 operation and maintenance funds in the amount of $23,596,175 are obligated for the base period. The contract was competitively procured using full and open competition under request for proposal HT940220R0002 with two proposals received. The Defense Health Agency's Managed Care Contracting Division, Aurora, Colorado, is the contracting activity.

DEFENSE LOGISTICS AGENCY

BP Products North America Inc., Chicago, Illinois (SPE602-21-D-0488, $532,848,263); Tesoro Refining and Marketing Co. LLC, San Antonio, Texas (SPE602-21-D-0491, $238,013,543); Valero Marketing and Supply Co., San Antonio, Texas (SPE602-21-D-0487, $209,776,109); Petro Star Inc.,* Anchorage, Alaska (SPE602-21-D-0485, $124,732,625); Chevron U.S.A. Inc., San Ramon, California (SPE602-21-D-0483, $69,046,332); Phillips 66 Co., Houston, Texas (SPE602-21-D-0486, $68,082,405); US Oil and Refining Co., Tacoma, Washington (SPE602-21-D-0490, $46,307,585); and Sinclair Oil Corp.,* doing business as Sinclair, Salt Lake City, Utah (SPE602-21-D-0484, $40,063,760), have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE602-21-R-0703 for various types of fuel. These were competitive acquisitions with 20 offers received. These are one-year contracts with a 30-day carryover. Locations of performance are Texas, Utah, Alaska, California, Illinois, Arizona, Hawaii, Nevada, Oregon, Washington, Colorado, Idaho, Montana, New Mexico and Wyoming, with an Oct. 30, 2022, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Brothers Produce of Dallas,* doing business as Brothers Food Service, Garland, Texas, has been awarded a maximum $256,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Texas, with an Aug. 4, 2026, ordering period end date. Using customers are Army, Air Force and Department of Agriculture schools. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-P370).

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a maximum $59,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for automated tank gauging, independent alarm system and overfill protection equipment maintenance. This was a competitive acquisition with three responses received. This is a one-year base contract with four one-year option periods. Locations of performance are outside the continental U.S., with an Aug. 12, 2022, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, National Guard and Coast Guard. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio (SP4702-21-D-0007). 

Crown Clothing Co., Vineland, New Jersey, has been awarded a maximum $12,650,564 modification (P00019) exercising the third one-year option period of a one-year base contract (SPE1C1-18-D-1079) with four one-year option periods for men’s dress coats. This is a fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is New Jersey, with an Aug. 8, 2022, ordering period end date. Using military service is 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.

WASHINGTON HEADQUARTERS SERVICES

InfoPoint LLC, Livonia, Michigan, has been awarded a firm-fixed-price, labor hours, and time and materials contract (HQ0034-21-F0384). The total amount of this action, if all options are exercised, is $61,185,320. The purpose of this contract is to provide Defense Security Cooperation Agency Information Management and Technology with support services to include all areas of capability within the Enterprise Application Development and Support. The contractor shall perform security cooperation application development, sustainment, and support. Support services include the following: software development; software testing training; application customer support and troubleshooting; SharePoint management; SharePoint development; web site development and maintenance; mainframe development and full stack maintenance; report and dashboard development and maintenance; office automation support; and data modeling system and user documentation. Work will be performed in Mechanicsburg, Pennsylvania. Operation and maintenance no year funds issued under fiscal 2021 will be obligated in the amount of $12,244,960 at the time of the award. The expected completion date is July 31, 2026. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

NAVY

The Whiting-Turner Contracting Co., Baltimore, Maryland, was awarded a $58,517,575 firm-fixed-price task order modification (N4008520F6537), which exercised the negotiated option to begin construction on the Virginia-class waterfront support facility, Building 178, at Portsmouth Naval Shipyard (PNS). Work will be performed in Kittery, Maine, and is expected to be completed by May 2023. The work will construct an elevated three-story structure sited inside the south end of Building 178, to include renovation of a portion of the ground floor area in order to provide waterfront support field shop operations for naval submarine work at PNS. The construction will provide overhead clearance at the ground and second floors for field shops, and project team space on the third and fourth floors. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $58,517,575 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the government point of entry contract opportunities on beta.sam.gov with two proposals received.  The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-21-D-0036). (Awarded July 31, 2021)

Wärtsilä Defense Inc., Chesapeake, Virginia (N3220521D4126); and Coastal Seal Services LLC, Lincolnton, North Carolina (N3220521D4127), are awarded a $33,367,844 firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contract. These contracts fulfill Military Sealift Command’s requirement for Wärtsilä-brand equipment, supply, maintenance and repair services. This requirement includes parts and services in support of these ship classes: T-AH (Hospital); T-AKE (Dry Cargo/Ammunition); T-AO (Fleet Replenishment Oiler); T-AOE (Fast Combat Support); T-ARC (Cable Repair); T-ARS (Rescue and Salvage); T-AS (Submarine Tender); T-EPF (Expeditionary Fast Transport); and T-ESB (Expeditionary Sea Base) of Military Sealift Command vessels. Each contract includes five one-year ordering periods that would bring with a potential cumulative value to $33,367,844, if required. Work will be performed worldwide and is expected to be completed by Aug. 29, 2026. Working capital funds (Navy) in the amount of $3,500 for the minimum guarantee for each offer or will be obligated at time of award. Orders may be placed throughout the five-year ordering period. Funding for fiscal 2021 in which initial orders are placed will be utilized at that time. This contract was a limited-source requirement procured via the government-wide beta.sam.gov website and two offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Systems Engineering Associates Corp.,* Middletown, Rhode Island, is awarded a $16,624,414 indefinite-delivery/indefinite-quantity contract containing cost type provisions. This contract is for continued Small Business Innovation Research (SBIR) Phase III engineering and fabrication services. Work will be performed in Middletown, Rhode Island (95%); and Newport, Rhode Island (5%). The ordering period will be completed by August 2026. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $5,000 will be obligated at time of award on the first task order, all of which will expire at the end of the current fiscal year. This contract was not competitively procured on the beta.sam.gov website, in accordance with 10 U.S. Code 2304(b)(2), as implemented by Defense Federal Acquisition Regulation 6.302-5 — authorized or required by statute. The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-21-D-F100).

Oceaneering International Inc., Hanover, Maryland, is awarded a $15,931,391 cost-plus-fixed-fee contract for the integration and testing of a Compensated Lift and Advanced Mooring System (CLAMS) developed under a previous initiative. The performer will integrate the prototype macro crane, micro crane, advanced motion controller and the advanced mooring system onto a government-provided barge suitable for testing in fiscal 2022. The results of this testing will inform future at-sea precision lift requirements for the Navy. Work will be performed in Hanover, Maryland (80.2%); Mooresville, North Carolina (15.5%); Beltsville, Maryland (3.5%); and Chesapeake, Virginia (0.8%). Work is expected to be completed by June 8, 2023. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $2,909,064 are obligated at time of award. No funds will expire at the end of the current fiscal year. This contract was noncompetitively procured via a justification and approval. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-21-C-1029).

Belt Built CFM JV LLC,* Crofton, Maryland, is awarded an $8,260,843 firm-fixed-price task order N4008021F4813 under a multiple award construction contract for construction of the aircraft parking apron at Naval Air Station (NAS) Patuxent River. The task order also contains two unexercised options, which if exercised, would increase the cumulative task order value to $14,154,870. Work will be performed in Patuxent River, Maryland, and is expected to be completed by February 2023. The work to be performed is the replacement of the existing aircraft parking apron at the Navy Fleet Air Reconnaissance Squadron Four (VQ-4) facility. The option, if exercised, provides a new, single-story alert facility at the NAS Patuxent River. The new building is an additional structure within the alert facility site that will serve as administrative, training and sleeping quarters for VQ-4 personnel. Fiscal 2021 operation and maintenance, (Navy) contract funds in the amount of $8,260,843 are obligated on this award and will expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity (N40080-19-D-0014).  

Harper Construction Co. Inc., San Diego, California, is awarded a $7,690,149 firm-fixed-price modification to increase the maximum dollar value of an existing task order for the construction of Michelson Mission Systems Integration Laboratory at Naval Air Weapons Station (NAWS) China Lake. After award of this modification, the total cumulative contract value will be $105,994,299. Work will be performed in China Lake, California, and is expected to be completed by November 2022. Fiscal 2021 Navy working capital contract funds in the amount of $7,690,149 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, China Lake, California, is the contracting activity (N62473-20-F-5462). 

AIR FORCE

MCT Industries Inc., Bernalillo, New Mexico, has been awarded a $34,700,000 firm-fixed-price requirements type contract for delivery of T-4000 and T-4100 engine trailers. This contract will provide for trailers used in the installation and removal of engines from various aircraft. Work will be performed in Bernalillo, New Mexico, and is expected to be completed June 30, 2027. This award is a result of a sole source acquisition, and no funds are being obligated at the time of award. Air Force Life Cycle Management Center, Support Equipment and Vehicles, Robins Air Force Base, Georgia, is the contracting activity (FA8533-21-D-0009).

ARMY

Morse Corp Inc.,* Cambridge, Massachusetts, was awarded a $10,861,549 modification (P00003) to contract W911NF-19-C-0101 to develop novel artificial intelligence/machine learning test, evaluation, and algorithmic ensembling capabilities. Work will be performed in Cambridge, Massachusetts, with an estimated completion date of Sept. 30, 2022. Fiscal 2021 research, development, test and evaluation, Army funds in the amount of $10,861,549 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

*Small business