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 Some of the information contained within may be outdated and links may not function.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. 23, 2021

U.S. SPECIAL OPERATIONS COMMAND

ARNE Aviation LLC, Suffolk, Virginia (H92240-21-D-0023); Construction Helicopter Inc., Howell, Michigan (H92240-21-D-0024); Erickson Inc., Portland, Oregon (H92240-21-D-0025); Paraclete Aviation, Raeford, North Carolina (H92240-21-D-0026); Rampart Aviation LLC, Colorado Springs, Colorado (H92240-21-D-0027); Marana Tactical Flight LLC, Marana, Arizona (H92240-21-D-0028); and Win-Win Aviation Inc., DeKalb, Illinois (H92240-21-D-0029), were awarded a $200,000,000 maximum ceiling value across all contracts, multiple award, indefinite-delivery/indefinite-quantity contract for contractor-provided, non-personal services for military freefall and static line support servicing for Naval Special Warfare Command requirements in various continental U.S. locations.  Fiscal 2021 operation and maintenance funds will be used for the initial task orders.  Thereafter, the appropriate fiscal year operation and maintenance funds will be used for each task order executed.  The period of performance is up to five years.  The contract was awarded competitively with eight proposals received.  U.S. Special Operations Command Headquarters, MacDill Air Force Base, Florida, is the contracting activity. 

NAVY

Leidos Inc., Reston, Virginia, is awarded a $64,883,410 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engineering and technical support (ETS) services including supporting systems in the field and maintaining integrated systems. The execution of ETS services involves multiple information technology disciplines for design, integration, testing, certification, and fielding, training and sustainment activities. The ETS services shall encompass multiple activities associated with the intelligence systems and applications that fall under the responsibility of Hopper Information Services Center in support of the Office of Naval Intelligence. The contract will include a four-year base ordering period beginning in September 2021 with no options and is expected to be completed by August 2025. Work will be performed in Suitland, Maryland (89%); Reston, Virginia (10%); and various locations throughout the continental U.S. and outside the continental U.S. (1%). Fiscal 2021 operation and maintenance funds (Navy) in the amount of $10,000 will be obligated to fund the contract’s minimum amount and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on Navy Electronic Commerce Online and beta.sam.gov, with five offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-21-D-Z043).

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $28,546,651 cost-plus-fixed-fee and cost-only modification to previously awarded contract N0002419C6400 for systems engineering and integration on Navy submarines. Work will be performed in Manassas, Virginia (68%); Waterford, Connecticut (10%); Groton, Connecticut (10%); Middletown, Rhode Island (7%); and Newport, Rhode Island (5%), and is expected to be completed by August 2022. Fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $12,608,398 (46%); fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $9,444,538 (34%); and fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $5,410,961 (20%) will be obligated at time of award, of which $12,608,398 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

L-3 Mustang Technology L.P., Plano, Texas, is awarded a $23,409,000 fixed-price incentive modification to previously awarded delivery order N00024-19-C-5313 for the procurement of MK 332 Mod 0 High Explosive 4 Bolt Guided (HE-4G) cartridges. Work will be performed in Plano, Texas (45%); Phoenix, Arizona (14%); Cincinnati, Ohio (11%); Niceville, Florida (7%); Boise, Idaho (5%); Tampa, Florida (5%); Boston, Massachusetts (4%); Saint-Augustin-de-Desmaures, Canada (3%); Manchester, New Hampshire (3%); Clear Lake, South Dakota (2%); and Glendale Heights, Illinois (1%), and is expected to be completed by January 2023. Fiscal 2021 procurement of ammunition (Navy and Marine Corps) funding in the amount of $23,409,000 will be obligated at the 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.

Ametek Ameron LLC, Baldwin Park, California, is awarded a $22,036,478 firm-fixed price, indefinite-delivery/indefinite-quantity contract for engineering, technical, administrative and programmatic management support for total life cycle management of the various aircrew escape systems managed under the Joint Program Office for Cartridge Actuated Device/Propellant Actuated Device (CAD/PAD) Tri-Service Charter. Work will be performed in Chatsworth, California, and is expected to be completed by September 2025. Fiscal 2021 Navy working capital funding of $500 dollars will be obligated on the first task order at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured and in accordance with 10 U.S. Code 2304(c)(1) — only limited number of responsible sources will satisfy agency requirements. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity (N00174-21-D-0006). 

Stratasys Inc., Eden Prairie, Minnesota, is awarded a $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures 25 F900 production 3D printer systems and initial support and sustainment to include technical support, installation, support equipment and ancillary equipment problem resolution, technical publication logistic support, original equipment manufacturer reach-back capability for software and hardware components, engineering investigations and corrective actions for system anomalies, and development of initial training for the supplied systems. Work will be performed in Joint Base McGuire-Dix-Lakehurst, New Jersey (6%); Kaneohe Bay, Hawaii (4%); Yuma, Arizona (4%); Cherry Point, North Carolina (4%); Miramar, California (4%); New River, North Carolina (4%); Beaufort, South Carolina (4%); Camp Pendleton, California (4%); Fort Worth, Texas (4%); Newburgh, New York (4%); Lemoore, California (4%); Whidbey Island, Washington (4%); Oceana, Virginia (4%); North Island, California (4%); Norfolk, Virginia (4%); Jacksonville, Florida (4%); Mayport, Florida (4%); Point Mugu, California (4%); Fallon, California (4%); Camp Springs, Maryland (4%); New Orleans, Louisiana (4%); Patuxent River, Maryland (4%); China Lake, California (4%); Iwakuni, Japan (3%); and Okinawa, Japan (3%), and is expected to be completed in August 2026. No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Commander, Fleet Readiness Centers, Patuxent River, Maryland, is the contracting activity (N6852021D0006).

ARMY

The Boeing Co., Ridley Park, Pennsylvania, was awarded a $49,700,000 firm-fixed-price contract for the inspection and overhaul of the CH-47 Chinook mechanical transmission. 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 Aug. 23, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-21-D-0031).

Bauer Foundation Corp., Odessa, Florida, was awarded a $36,039,307 firm-fixed-price contract to construct a modification to the Moose Creek Dam, the main component of the Chena River Lakes Flood Control Project, North Pole, Alaska. Bids were solicited via the internet with seven received. Work will be performed in North Pole, Alaska, with an estimated completion date of Jan. 4, 2024. Fiscal 2021 civil operation and maintenance funds in the amount of $36,039,307 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-21-C-0030).

Ahtna Construction & Primary Products Co. LLC,* Anchorage, Alaska, was awarded an $8,919,325 firm-fixed-price contract to procure, transport and place up to 100,000 tons of rip rap on the Tanana sill groin toe and slope at the Chena River Lakes Flood Control Project near North Pole, Alaska. Bids were solicited via the internet with nine received. Work will be performed in North Pole, Alaska, with an estimated completion date of Oct. 31, 2022. Fiscal 2021 civil operation and maintenance funds in the amount of $8,919,325 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-21-C-0018).

AIR FORCE

CC Distributors Inc., Corpus Christi, Texas, was awarded an indefinite‐delivery/indefinite‐quantity contract with a ceiling price of $45,000,000 for a Contractor Operated Civil Engineer Supply Store (COCESS) at Eglin Air Force Base, Florida. The contract provides for a simplified method for Civil Engineer Squadron personnel and facility managers to purchase quality materials, tools and equipment used for work tasks, construction, recurring preventive maintenance, repairs and the Base U-Fix-it program. The location of performance is Eglin AFB, Florida. The work is expected to be completed by Sept. 30, 2026, encompassing a five-year ordering period. This award is the result of a full and open competitive acquisition (FA282321R0006) posted on the Government Point of Entry and one offer was received. The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida, is the contracting activity (FA282321D0012).

Precision 2000 Inc., Atlanta, Georgia (FA8501‐21‐D‐0001); S&W Sales and Services LLC, Fort Valley, Georgia (FA8501‐21‐D‐0002); Top Gun Contracting Inc., Warner Robins, Georgia (FA8501‐21‐D‐0003); and Summers Concrete Contracting Inc., Hahira, Georgia (FA8501-21-D-0004), were awarded a multi‐award, indefinite‐delivery/indefinite‐quantity contract with a maximum value of $40,000,000. The contracts support Air Force Material Command operational paving efforts to provide the 78th Civil Engineer Group the capability to have pavement infrastructures constructed, repaired or maintained in a short time frame. Awards consist of a one‐year basic contract and four one‐year option periods expected to be completed by July 31, 2026. Task orders will be competed between awardees, and work will be performed at Robins Air Force Base, Georgia. This award is the result of a competitive acquisition and five offers were received. No funds have been obligated at the time of award. Air Force Material Command Operational Contracting, Robins AFB, Georgia, is the contracting activity.

Cohere Solutions LLC, Reston, Virginia, was awarded a $10,574,045 cost-plus-fixed-fee contract for Secure Trusted Environment (STE) software. This contract provides identification, innovation, development, maturation, testing and assessment of embedded STE and its component capabilities, transitional into military systems. The location of performance is Reston, Virginia, and work is expected to be completed by Nov. 22, 2024. This award is the result of a competitive acquisition, and offers were solicited electronically via an open broad agency announcement where two offers were received. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-21-C-1012).
*Small business