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 Some of the information contained within may be outdated and links may not function.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 Sept. 20, 2021

AIR FORCE

ATAP Inc., Eastaboga, Alabama (FA8532‐21‐D‐0004); BONEAL Inc., Means, Kentucky (FA8532‐21‐D‐0005); Custom Manufacturing & Engineering, Pinellas Park, Florida (FA8532‐21‐D‐0006); Hurricane Aerospace Solutions Inc., Pompano Beach, Florida (FA8532‐21‐D‐0008); KOUG Corp., Huntsville, Alabama (FA8532‐21‐D‐0009); Science and Engineering Services LLC, Huntsville, Alabama (FA8532‐21‐D‐0010); Green Machine & Manufacturing Inc., Macon, Georgia (FA8532‐21‐D‐0011); and S&K Aerospace LLC, Saint Ignatius, Montana (FA8532‐21‐D‐0012), have been awarded a $700,000,000 multiple award contract for the sourcing of common support equipment (CSE). This contract provides for the sourcing, acquiring, and delivery of a broad range of ground and aircraft CSE end items, as well as for incidental services. The work is expected to be completed by Sept. 19, 2032. This contract involves Foreign Military Sales to be determined as needed on individual delivery orders. This award is the result of a competitive acquisition, and nine offers were received. Fiscal 2019 3080 procurement funds in the amount of $24,400 are being obligated at the time of award. Air Force Lifecycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

MRL Materials Resources LLC, Beavercreek, Ohio, has been awarded a $72,000,000 indefinite-delivery/indefinite-quantity contract for the research and development and assessment of new alloys and metallic materials-processing technologies for aerospace applications. Work will be performed at the Air Force Research Laboratory, Materials and Manufacturing Directorate, Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Sept. 17, 2028. This award is the result of a competitive acquisition and three offers were received. Fiscal 2021 research and development funds in the amount of $242,239 are being obligated at the time of award. Air Force Research Laboratory, Wright Patterson AFB, Ohio, is the contracting activity (FA8650-21-D-5270).

Lockheed Martin Corp., Owego, New York, has been awarded a $49,268,275 requirements contract. The contract provides for overhaul of the B-52 Counter Measure Receiver. Work will be performed in Owego, New York, and is expected to be completed by Sept. 19, 2026. This award is the result of a sole-source acquisition. Fiscal 2021 operation and maintenance funds in the amount of $14,548,430 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-21-D-0012).

Atlantic Diving Supply Inc., Virginia Beach, Virginia, has been awarded a $27,498,524 General Services Administration order for temporary aircraft maintenance structures. This contract provides for the purchase and installation of Pre-Engineered Panelized Modular Relocatable Buildings (PPMRBs) for aircraft maintenance. Work will be performed in Virginia Beach, Virginia; and Hill Air Force Base, Utah, and is expected to be completed by April 21, 2023. This award is the result of a competitive acquisition and two offers were received. Fiscal 2021 working capital funds in the amount of $27,498,524 are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8227-21-F-0056).

Western Metal Supply Company Inc., Escondido, California, has been awarded a $17,000,000 ceiling, indefinite-delivery/indefinite-quantity contract for pre-engineered steel aircraft canopies. This contract provides for the replacement of the existing canvas sunshades at Seymour Johnson Air Force Base, Goldsboro, North Carolina. Work will be performed in Goldsboro, North Carolina, and is expected to be completed by Sept. 22, 2026. This award is the result of a competitive acquisition and three offers were received. Fiscal 2021 operation and maintenance funds in the amount of $1,229,830 are being obligated at the time of award. The 4th Contracting Squadron, Seymour Johnson AFB, Goldsboro, North Carolina, is the contracting activity (FA480921D0008). 

Princeton BioMeditech Corp., Monmouth, New Jersey, has been awarded a $9,885,816 firm-fixed-price contract for the industrial base expansion of COVID-19 testing and diagnostics. This contract provides for expansion of industrial base capacity for the Status™ COVID-19 /Flu A&B testing and diagnostics kits production. The effort will enable production of approximately 8,000,000 test kits per month with the facility expansion and production equipment. The work is expected to be completed by Feb. 28, 2022. This award is the result of a competitive acquisition. Fiscal 2021 procurement funds in the amount of $9,885,816 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8606-21-S-0026).

NAVY

Sechan Electronics Inc.,* Lititz, Pennsylvania (N0003921D2002); and Systems Engineering Support Co. Inc.* (SESCo), San Diego, California (N0003921D2003) are awarded a combined $452,850,428 indefinite-quantity/indefinite-delivery multiple award contract (MAC) for Global Positioning System-Based Positioning, Navigation and Timing Service (GPNTS) follow-on hardware production units. GPNTS is used to receive, process and distribute three-dimensional position, velocity, acceleration, attitude, time and frequency in the formats required by shipboard user systems. The contracts include a base ordering period of five years and a three-year option ordering period. No contract funds will be obligated on the basic MAC awards. Contract funds in the amount of $260,140 will be obligated on the first task order under each contract utilizing fiscal 2021 other procurement (Navy) funds. Each contract includes options, which if exercised, would bring the estimated value of each contact to $241,507,812 for Sechan; and $211,342,616 for SESCo. Throughout the duration of the awarded contracts, the total obligated amount on orders for all of the awarded contracts combined will not exceed $241,507,812. Work will be performed in Lititz, Pennsylvania, for Sechan; and San Diego, California, for SESCo. Work is expected to be completed by September 2029 if the option period is exercised. Contract funds will not expire at the end of the current fiscal year. These contracts were competitively procured with six offers received. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

TFS-APTIM JV LLC,* Wasilla, Alaska (N62473-21-D-2213); Bethel-Tech Pacific JV,* Anchorage, Alaska (N62473-21-D-2214); North Wind-CDM JV LLC,* San Diego, California  (N62473-21-D-2215); OCH JV,* Milwaukee, Wisconsin (N62473-21-D-2216); EA-Wood-1 MP JV,* Hunt Valley, Maryland (N62473-21-D-2217), are awarded a combined $240,000,000 cost-plus-award-fee, indefinite-delivery/indefinite-quantity, multiple award contract for environmental remediation projects located at predominately Navy and Marine Corps installations primarily within the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations and other locations nationwide. The work to be performed provides for environmental remediation actions at environmentally contaminated sites to include, but are not limited to removal actions, pilot and treatability studies, facility operation, maintenance, and instruction, other related activities associated with returning sites to safe and acceptable levels, environmental program assessment, site characterizations, groundwater characterization studies, remediation on sediment sites, emergency or expedited response, contamination assessment, and subsequent decontamination. Additional actions include remediation prior to returning to normal operations, closure reports for removal and remedial actions, geophysical surveys, hydrogeological and geotechnical testing and data analyses, multimedia sampling and analysis for physical, chemical, and geotechnical characteristics, hydrographic surveys, optimization reviews of remediation facilities and remediation strategies, and munitions response quality assurance. No task orders are being issued at this time. Each contractor will be awarded $5,000 (minimum contract guarantee per award) at contract award. All work on this contract will be performed primarily within the NAVFAC Southwest AO which includes California (90%); other locations in the U.S. (5%); Nevada (3%); and Arizona (2%). The term of the contract is not to exceed 60 months, with an expected completion date of September 2026. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy) funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity.

Raytheon Co., El Segundo, California, is awarded a $140,370,582 fixed-price-incentive-fee, firm-fixed-price modification (P00009) to a previously awarded contract (N0001920C0001). This modification adds scope to procure 36 AN/APG-79(V)4 radar systems in support of radar integration into the C/F-18A aircraft for the government of Canada. Additionally, this modification provides supplies and support to include software, obsolescence management, engineering support and associated technical, financial, and administrative data in support of AN/APG-79(V)4 radar integration effort. Work will be performed in Forest, Mississippi (41.1%); El Segundo, California (32.6%); Andover, Massachusetts (18.3%); and Dallas, Texas (8%), and is expected to be completed in March 2024. Foreign Military Sales funds in the amount of $140,370,582 will be obligated at 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.

L3 Technologies Inc., Londonderry, New Hampshire, is awarded $49,490,083 for a five year, indefinite-delivery/indefinite-quantity contract with five one-year options for various spare parts for the AN/PVS-31 Series binocular night vision devices. The contract value includes options, if exercised, would bring the cumulative value to $49,490,083. Work will be performed in Londonderry, New Hampshire, and is expected to be completed March 2032. Fiscal 2021 operation and maintenance, Department of Defense (99%); and fiscal 2021 operation and maintenance, Air Force (1%) funding will be obligated at time of award in the amount of $3,868,113 and expires this fiscal year. This contract action was not competitively procured via the beta.sam.gov website. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016421DJQ85).

The Boeing Co., St. Louis, Missouri, was awarded a $28,108,917 definitive contract including firm-fixed-price, cost-plus-fixed-fee, and cost-only provisions for production and engineering support services to include obsolescence redesign, integration and qualification testing, and production and deployment support as well as consumables, travel and the production of the data co-processor circuit card assemblies. This contract includes options which, if exercised, would bring the cumulative value to $58,581,326. Work will be performed in Pleasanton, California, and is expected to complete July 2022. If all options are exercised, work will continue through September, 2026. Total obligated funding for this contract combines purchases for the U.S. government in the amount of $10,377,110 (36.92%); and Foreign Military Sales (63.08%) for the governments of Canada ($8,377,596; 29.80%); Taiwan ($4,603,051; 16.38%); the Netherlands ($2,851,755; 10.15%); South Korea ($503,785; 1.79%); Spain ($416,435; 1.48%); Belgium ($360,160; 1.28%); Denmark ($258,865; 0.92%); Norway ($157,570; 0.56%); New Zealand ($146,315; 0.52%); and India ($56,275; 0.20%). This is a sole-source contract in accordance with 10 U.S. Code 2304(c) (1) as integral parts of the end items contain proprietary technology developed by The Boeing Co. The Naval Undersea Warfare Center Division Newport, Rhode Island, is the contracting activity. (Awarded Sept. 17, 2021)

Ideal Aerosmith Inc., Grand Forks, North Dakota, is awarded a $25,685,970 cost-plus-fixed-fee contract for the Expeditionary Mission Support Station (EMSS) effort. EMSS, including updating the advanced mission planning systems, is strategically important for allowing dedicated intelligence, surveillance and reconnaissance (ISR) assets to gather ISR data that can be used in the planning process. This contract provides for the creation of mission planning software that will have the ability to plan multi-day routes with dynamic weather considerations changing over both time and location. Work will be performed in Grand Forks, North Dakota, with an expected completion date of Sept. 19, 2024. The maximum dollar value, including a 36-month base period and one 12-month option period that can run concurrently, is $25,685,970. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $8,997,268 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under N00014-21-S-B001, “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science & Technology.” Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-21-C-1062).

Arête Associates,* Northridge, California, is awarded a $13,321,081 cost-plus-fixed fee and firm-fixed-price, indefinite-delivery/indefinite-quantity requirements contract for engineering services and provisioned item orders for the AN/DVS-1 Coastal Battlefield Reconnaissance and Analysis (COBRA) Block I System. This contract includes options which, if exercised, would bring the cumulative value of this contract to $92,907,021. Work will be performed in Tucson, Arizona (40%); Valparaiso, Florida (35%); Rancho Bernardo, California (15%); and Santa Rosa, California (10%), and is expected to be completed by September 2022. If all options are exercised work will continue through September 2028. Fiscal 2021 other procurement (Navy) funds in the amount of $663,582 (56%); and fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $531,932 (44%) will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Defense Federal Acquisition Regulation 6.302-(5) as a continuation of work performed under prior Phase III Small Business Innovation Research Program authorized under 15 U.S. Code § 638(r)(4) and 10 U.S. Code 2304(c)(5). The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity (N61331-21-D-0006). 

Sealift Inc. of Delaware, Oyster Bay, New York (N3220520C6173), is awarded a $10,585,000 option (P00013) under a previously awarded firm-fixed-price contract to fund the second one-year option period. This modification exercises the second one-year option period of this contract for U.S. flagged container ship M/V LTC John U. D. Page (T-AK 4543) for the transportation and prepositioning of cargo for the Army. The previously awarded contract includes a seven-month base period, with four one-year option periods and one four-month option period, which, if exercised, would bring the cumulative value of this contract to $53,103,000. Work will be performed worldwide and is expected to be completed by Sept. 30, 2022. Working capital funds (transportation) in the amount of $10,585,000 for Option Two will be provided for fiscal 2022. This option is exercised subject to the availability of funds in accordance with Defense Federal Acquisition Regulation 52.232-18, availability of funds. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website and two offers were received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220520C6173).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $10,253,908 cost-plus-incentive-fee modification (P00009) to a previously awarded contract (N0001920C0032). This modification adds scope to provide additional field level maintenance capabilities in support of F-35 Lightning II Joint Strike Fighter site activations for the Navy and Marine Corps. Work will be performed in Grand Rapids, Michigan (51%); Endicott, New York (31%); Orlando, Florida (15%); and Fort Worth, Texas (3%), and is expected to be completed in August 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $10,253,908 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Sealift Inc. of Delaware, Oyster Bay, New York (N3220519C3512), is awarded a $9,650,600 option (P00017) under a previously awarded firm-fixed-price contract to fund the third one-year option period. The option will continue to provide for the transportation and prepositioning of cargo to support the Air Force’s global prepositioning requirements via the U.S. flagged container ship M/V CAPT David I. Lyon (T-AK 5362). The previously awarded contract includes a three and a half-month base period with four one-year option periods and a seven and a half-month fifth option, which, if exercised, would bring the cumulative value of this contract to $59,469,200. Work will be performed worldwide and is expected to be completed by Sept. 30, 2022. Working capital funds (Air Force) in the amount of $9,650,600 for Option Three will be provided for fiscal 2022. This option is exercised subject to the availability of funds in accordance with Defense Federal Acquisition Regulation 52.232-18. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website and two offers were received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C3512).

Opportunities and Resources Inc., Wahiawa, Hawaii, is awarded a $9,025,083 indefinite-delivery/indefinite-quantity contract for custodial services at approximately 585 buildings at various locations on Oahu. The contract also contains four unexercised options, which if exercised would increase cumulative contract value to $58,357,387. Work will be performed in Oahu, Hawaii, and is expected to be completed by September 2026. Fiscal 2022 operation and maintenance (Navy) contract funds in the amount of $8,470,012 for recurring work will be obligated on individual task orders during the base period. This contract is a sole-source procurement under the AbilityOne Program (Defense Federal Acquisition Regulation Part 8.704). No funds will be obligated at time of award. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-21-D-2402).

GCR-MDI LLC,* Pinehurst, North Carolina, is awarded an $8,287,454 indefinite-delivery/indefinite-quantity modification (A00012) to previously awarded contract N69450-19-D-1725 at Naval Submarine Base Kings Bay, Georgia, and outlying areas. This modification provides for the exercise of Option Year Two for multi-function support services to include custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, pavement clearance, and other related services. After award of this option, the total contract cumulative contract value will be $25,791,197. Work will be performed in Kings Bay, Georgia (99%); and outlying areas (1%). Work is expected to be completed by Sept. 30, 2022. No funds will be obligated at time of award. Fiscal 2022 operation and maintenance (Navy); fiscal 2022 Defense Health Program; and fiscal 2022 family housing operation and maintenance (Navy) contract funds in the amount of $7,799,186 for recurring work will be obligated on an individual task order issued during the option period. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-1725).

DEFENSE LOGISTICS AGENCY

Sterling BV Inc., doing business as Sterling Foods, San Antonio, Texas, has been awarded a maximum $168,058,194 fixed-price, indefinite-delivery/indefinite-quantity contract for the production and delivery of Meal, Ready-to-Eat bakery components. This was a competitive acquisition with five responses received. This is a five-year contract with no option periods. Location of performance is Texas, with an Oct. 30, 2026, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2022 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-21-D-Z135). 

Dominion Energy Virginia, Fort Belvoir, Virginia, has been awarded a maximum $75,133,349 modification (P00271) to a 50-year contract (SP0600-06-C-8252) with no option periods for electric utility services. This is a fixed-price with prospective price redetermination contract. Location of performance is Virginia, with an Aug. 1, 2057, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2057 operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Avfuel Corp., Ann Arbor, Michigan, has been awarded a minimum $10,397,681 fixed-price with economic-price-adjustment contract for fuel. This was a sole acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 46-month contract with one six-month option period. Locations of performance are Michigan and Virgin Islands, with a March 31, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-21-D-0077).

Rogele Inc.,* Harrisburg, Pennsylvania (SP3300-21-D-0018); York Excavating Co. LLC,* York, Pennsylvania (SP3300-21-D-0019); and Kunj Construction Corp.,** Northvale, New Jersey (SP3300-21-D-0020) are sharing a maximum $8,635,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SP3300-21-R-0002 for miscellaneous paving and utility requirements. These was a competitive acquisition with five responses received. These are five-year contracts with no option periods. Locations of performance are Pennsylvania and New Jersey, with a Sept. 23, 2026, ordering period end date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2021 through 2026 minor construction funds and defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

ARMY

Reams Enterprises Inc.,* Macon, Georgia (W9124C-21-D-0006); Native American Services Corp.,* Kellogg, Indiana (W9124C-21-D-0007); PM Jenkins Group-Professional Management DBA W4 Construction Group,* Kalamazoo, Michigan (W9124C-21-D-0008); Boyer Commercial Construction Inc.,* Columbia, South Carolina (W9124C-21-D-0008); and New Dominion Construction LLC,* Dumfries, Virginia (W9124C-21-D-0010), will compete for each order of the $140,000,000 firm-fixed-price contract for real property repair and construction at Fort Jackson, South Carolina. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 16, 2021. U.S. Army 419th Contracting Support Brigade, Fort Jackson, South Carolina, is the contracting activity.

Dewberry Engineers Inc., Fairfax, Virginia, was awarded a $22,666,666 firm-fixed-price contract for photogrammetric and lidar surveying and mapping. Bids were solicited via the internet with 38 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 19, 2026. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-21-D-0038).

WinTec Arrowmaker Inc.,* Fort Washington, Maryland, was awarded a $17,577,203 cost-plus fixed-fee contract to discover, explore, integrate, mature and demonstrate new technologies and design concepts for future warrior technologies integration. Bids were solicited via the internet with one received. Work will be performed in Fort Washington, Maryland, with an estimated completion date of Sept. 19, 2025. Fiscal 2021 research, development, test, and evaluation, Army funds in the amount of $231,808 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-21-C-0027).

Dematic Corp., Grand Rapids, Michigan, was awarded an $11,999,220 firm-fixed-price contract for the modernization and replacement of the existing automated storage and retrieval system at Tobyhanna Army Depot. Bids were solicited via the internet with one received. Work will be performed in Tobyhanna, Pennsylvania, with an estimated completion date of April 17, 2023. Fiscal 2021 Army working capital funds in the amount of $11,999,220 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W25G1V-21-C-0014).

Jerry B. Young Construction Inc.,* Lebanon, Tennessee, was awarded a $7,774,233 firm-fixed-price contract for furnishing all plant, labor and materials for seepage remediation and installation of 79 relief wells. Bids were solicited via the internet with five received. Work will be performed in Lebanon, Tennessee, with an estimated completion date of Sept. 15, 2025. Fiscal 2021 civil construction in the amount of $7,774,233 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-21-C-0020).

G&G Steel Inc.,* Russellville, Alabama, was awarded a $7,727,784 firm-fixed-price contract for Melvin Price Lock and Dam lift gate fabrication and delivery. Bids were solicited via the internet with three received. Work will be performed in Russellville, Alabama, with an estimated completion date of April 1, 2024. Fiscal 2021 civil construction funds in the amount of $7,727,784 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-21-C-0014).

*Small business 
**Small disadvantaged business