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 Some of the information contained within may be outdated and links may not function.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

NAVY

General Dynamics Information Technology (GDIT) Inc., Falls Church, Virginia (N00039-21-D-5001), is awarded a $136,502,136 indefinitely-delivery/indefinite-quantity contract to support the consolidation of all Tier 1 information technology help desks and transition them to the managed service provider, GDIT. GDIT will provide service desk as a service using a knowledge-based solution, employing artificial intelligence, machine learning, predictive analytics and natural language processing. Fiscal 2021 operation and maintenance (Navy) funds will be used for obligations at the task order level. Concurrent with the award, the first task order will be issued in order to satisfy the minimum guarantee of $5,000 per the terms and conditions of the contract. Funding will expire at the end of the fiscal year. Work will be performed primarily in Bossier City, Louisiana (50%); and New Orleans, Louisiana (50%). Performance is expected to be completed by August 2025 if all options are exercised. This contract includes a one-year base ordering period and three one-year optional ordering periods, which if exercised, would bring the estimated cumulative value to $136,502,136. Pursuant to the Other Transactions Authority (OTA) of 10 U.S. Code 2371 for prototype projects, this contract is not competitively procured because this is a production contract following the successful completion of the OTA prototype effort that originated in 2019. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

Ocean Ships Inc., Houston, Texas (N3220517C3100), is awarded a $49,716,606 modification under a previously awarded firm fixed-price contract to fund the fourth one-year option period for the operation and maintenance of six oceanographic survey ships (T-AGS) and navigation test support ship USNS Waters (T-AGS 45). The previously awarded contract includes a 12-month firm period of performance, four 12-month option periods, and one six-month option period, which, if exercised, would bring the cumulative value of this contract to $507,084,242. Work commenced at sea, June 1, 2018, and is expected to be completed, if all options are exercised, by Sept. 30, 2022. Navy operation and maintenance funds in the amount of $49,716,606 are obligated for fiscal 2022, and will expire at the end of that fiscal year. The contract was competitively procured with proposals solicited via the Federal Business Opportunities website and five offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

QB Group LLC,* San Juan, Puerto Rico, is awarded a $33,765,000 firm-fixed-price contract for the design and construction of a communications and contingency response facilities at Muñiz Air National Guard Base. The contract also contains six unexercised options, which, if exercised, would increase cumulative contract value to $36,453,195. Work will be performed in Isla Verde, Puerto Rico, and is expected to be completed by November 2023. The work to be performed provides for design and construction of communications and contingency response facilities. The communications facility will be constructed utilizing conventional design and construction method. The contingency response facility will be constructed with associated administrative, shop, and high-bay warehouse. The options, if exercised, provide for an electronic security system, audiovisual equipment, furniture, fixtures, and equipment. Fiscal 2020 military construction, (Air Force) contract funds in the amount of $33,765,000 are obligated on 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 10 proposals received. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-21-C-0031).

Alabama Shipyard LLC, Mobile, Alabama, is awarded a $13,066,191 firm-fixed-price contract for a 72-calendar day shipyard availability. The work to be performed provides for services for the mid-term availability of the fleet oiler USNS Patuxent (T-AO 201). The contract includes four unexercised options, which if exercised, would increase cumulative contract value to $13,314,208. Work will be performed in Mobile, Alabama, and is expected to be completed by Dec. 4, 2021. Fiscal 2021 working capital contract funds (Navy) in the amount of $13,066,191 are obligated on 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 six proposals received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220521C4110).

Leidos Inc., Reston, Virginia, is awarded a $10,197,295 modification under previously awarded cost-plus-award-fee task order N6264518F0620 to exercise Option Period Three for research and development support services designed to examine the effects of deployment and career experiences on the overall physical and mental health of service members and their families for the Naval Health Research Center, San Diego, California. This option brings the total cumulative value of the task order to $31,357,301. Work will be performed in San Diego, California, and is expected to be completed by September 2023.  Fiscal 2020 and fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $10,197,295 will be obligated at time of award and only the fiscal 2020 funding will expire at the end of the current fiscal year. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Janz Corp., Reynoldsburg, Ohio, has been awarded a maximum $100,000,000 firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract under solicitation SPE2D1-17-R-0001 for patient monitoring systems, accessories and training. This was a competitive acquisition with 54 responses received. This is a five-year base contract with one five‐year option period. Location of performance is Ohio, with an Aug. 18, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1‐21‐D‐0016).

Aurora Industries LLC,** Orocovis, Puerto Rico, has been awarded a maximum $18,505,878 modification (P00009) exercising the first one-year option period of a one-year base contract (SPE1C1-20-D-1283) with four one-year option periods for various types of coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with an Aug. 23, 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.

Silver Oak Leaf Inc.,*** Alpharetta, Georgia, has been awarded a maximum $10,716,250 modification (P00014) exercising the second one-year option period of an 18-month base contract (SPE1C1-19-D-1135) with three one-year option periods for working uniform blouses and trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Puerto Rico and Georgia, with an Aug. 24, 2022, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Alliance Technical Services Inc., Norfolk, Virginia, has been awarded a maximum $10,245,251 modification (P00014) exercising the third one-year option period of a one-year base contract (SP3300-18-C-5001) with four one-year option periods for logistics hazmat support services. This is a firm-fixed-price, cost-reimbursement contract. Locations of performance are Virginia and Texas, with an Aug. 26, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2021 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

Petro Air Corp., Guanynabo, Puerto Rico, has been awarded a maximum $9,366,388 fixed-price with economic-price-adjustment contract under solicitation SPE605-21-R-0218 for jet fuel and diesel fuel. This was a competitive acquisition with 10 responses received. This is a 36-month base contract with one six-month option period. Location of performance is Puerto Rico, with an Oct. 31, 2024, performance completion date. Using customers are Army, Air Force, Coast Guard, National Guard and Department of Justice. Type of appropriation is fiscal 2021 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE605-21-D-1253).

ARMY

Terradon Corp., Poca, West Virginia, was awarded a $25,000,000 firm-fixed-price contract for design services for civil works projects. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 18, 2026. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-21-D-0016).

Walsh Federal LLC, Chicago, Illinois, was awarded a $13,438,000 firm-fixed-price contract to upgrade an access-control point and a mail freight facility, and to relocate an arms-storage building. Bids were solicited via the internet with four received. Work will be performed in Concord, California, with an estimated completion date of Aug. 30, 2022. Fiscal 2017 and 2019 military construction, Army funds in the amount of $13,438,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-21-C-0011). 

MISSILE DEFENSE AGENCY

Aerojet Rocketdyne Coleman Aerospace Inc., Orlando, Florida, is being awarded a $9,773,945 cost-plus-fixed-fee modification (P00143) to a previously awarded contract (HQ0147-14-C-0001). The value of this contract is being increased from $734,370,455 to $744,144,400.  Under this modification, the contractor will continue to provide a Task Instruction (TI) vehicle that provides individually negotiated TIs for quick-turn, pre-priced solutions that address emergent requirements such as failure investigations, analysis, and/or design changes driven by the evolving threat requirements of the integrated master test plan. The work will be performed in Orlando, Florida. The performance period is from August 2021 through December 2025. Fiscal 2021 research, development, test and evaluation funds in the amount of $500,000 are being obligated on this award and will expire at the end of fiscal 2022. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

AIR FORCE

Datum Software Inc., Johns Creek, Georgia, was awarded a $9,675,186 firm-fixed-price and cost reimbursement modification (P00013) to previously awarded contract FA4890-17-F-0044 for Operational Support Center operational and technical services. This contract modification exercises Option Period Four which provides continued specialized contract Air and Space Operations Center (AOC) functional operators and technicians to augment and enhance forces and operations at the 700 Air Support Squadron and the 710 Combat Operations Squadron, and provide extended services to the Combat Air Force (CAF) AOCs. Work will be performed at Joint Base Langley-Eustis, Virginia, and is expected to be completed by Aug. 31, 2022. Fiscal 2021 operation and maintenance funds in the amount of $2,456,283 are being obligated at the time of award and the total cumulative face value of the contract is $44,375,945. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity. 

*Small business
**Small disadvantaged business
***Service-disabled veteran-owned small business