Back to news

January 13, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - January 12, 2021

AIR FORCE

The Boeing Co., Seattle, Washington, has been awarded a $1,687,359,008 modification (P00166) to contract FA8625-11-C-6600 for Lot Six production of KC-46 aircraft, subscriptions and licenses, and G081 flat file. The contract modification provides for the exercise of an option for an additional quantity of 12 KC-46 aircraft, data, subscriptions and licenses, and G081 flat file being produced under the basic contract. Work will be performed in Seattle, Washington, and is expected to be completed April 30, 2023. Fiscal 2020 aircraft procurement funds in the full amount are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

AchieveIt Online LLC, Atlanta, Georgia (FA8612-21-D-0101); Aerocine Ventures Inc., Jackson Heights, New York (FA8612-21-D-0102); Aerovation Inc., Tucson, Arizona (FA8612-21-D-0103); AI.Reverie Inc., New York, New York (FA8612-21-D-0104); All Vision Technologies Inc., New York, New York (FA8612-21-D-0105); Allied Associates International Inc., Gainesville, Virginia (FA8612-21-D-0106); Aptima Inc., Woburn, Massachusetts (FA8612-21-D-0108); A-Tech Corp., Albuquerque, New Mexico (FA8612-21-D-0109); BlackHorse Solutions Inc., Herndon, Virginia (FA8612-21-D-0110); Charles River Analytics Inc., Cambridge, Massachusetts (FA8612-21-D-0111); CIS Secure Computing Inc., Ashburn, Virginia (FA8612-21-D-0112); Cognitive Space Inc., Manvel, Texas (FA8612-21-D-0113); TeleCommunication Systems Inc., Annapolis, Maryland (FA8612-21-D-0114); Concept Solutions LLC, Reston, Virginia (FA8612-21-D-0115); Crunchy Data Solutions Inc., Charleston, South Carolina (FA8612-21-D-0116); CrowdAI Inc., Mountain View, California (FA8612-21-D-0117); Danbury Enterprises LLC, Arlington, Virginia (FA8612-21-D-0118); Data Machines Corp., Ashburn, Virginia (FA8612-21-D-0119); Defense Architecture Systems Inc., Fulton, Maryland (FA8612-21-D-0120); DTC Communications Inc., Herndon, Virginia (FA8612-21-D-0121); Forcepoint Federal LLC, Herndon, Virginia (FA8612-21-D-0122); Intelligent Waves LLC, Reston, Virginia (FA8612-21-D-0123); Iron Bow Technologies LLC, Herndon, Virginia (FA8612-21-D-0124); KeyW Corp., Hanover, Maryland (FA8612-21-D-0125); Modus Operandi Inc., Melbourne, Florida (FA8612-21-D-0126); Sentenai Inc., Boston, Massachusetts (FA8612-21-D-0128); The Stratagem Group Inc., Aurora, Colorado (FA8612-21-D-0129); Technergetics LLC, Utica, New York (FA8612-21-D-0130); Technica Corp, Sterling, Virginia (FA8612-21-D-0131); RAFT LLC, Reston, Virginia (FA8612-21-D-0132); Enveil Inc., Fulton, Maryland (FA8612-21-D-0133); Sherpa LLC, St. Louis, Missouri (FA8612-21-D-0134); KIHOMAC Inc., Reston, Virginia (FA8612-21-D-0135); Kinnami Software Corpo., Braintree, Massachusetts (FA8612-21-D-0136); KPMG LLP, McLean, Virginia (FA8621-21-D-0137); and Perspecta Labs Inc., Basking Ridge, New Jersey (FA8612-21-D-0138), have collectively been awarded a ceiling $950,000,000 indefinite-delivery/indefinite-quantity contract to compete for future efforts associated with the maturation, demonstration and proliferation of capability across platforms and domains, leveraging open systems design, modern software and algorithm development in order to enable Joint All Domain Command and Control (JADC2). These contracts provide for the development and operation of systems as a unified force across all domains (air, land, sea, space, cyber and electromagnetic spectrum) in an open architecture family of systems that enables capabilities via multiple integrated platforms. The locations of performance are to be determined at the contract direct order level and are expected to be completed May 28, 2025. These awards are the result of fair and open competition. The initial delivery orders will be fully funded by fiscal year research, development, test and evaluation funds. The Air Force Life Cycle Management, Wright Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

H&L Contracting LLC, Bay Shore, New York, was awarded a $30,628,978 firm-fixed-price contract to perform construction/rehabilitation of the seawall system at Montauk Point Lighthouse, Suffolk County, New York. Bids were solicited via the internet with five received. Work will be performed in Montauk, New York, with an estimated completion date of Feb. 1, 2023. Fiscal 2014 and 2020 civil construction funds in the amount of $30,628,978 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-21-C-0004).

NAVY

WR Systems Ltd., Fairfax, Virginia, is awarded a $19,191,662 non-commercial, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering and program support services in support of the Relocatable Over-the-Horizon Radar Life Cycle Management Department at the Forces Surveillance Support Center, Chesapeake, Virginia. The contract will include a 48-month ordering period with no options. The ordering period is expected to begin April 2021 and be completed by March 2025. Work will be performed in Chesapeake, Virginia (42%); Fairfax, Virginia (39%); New Kent, Virginia (6%); Corpus Christi, Texas (3%); San Juan, Puerto Rico (3%); Adelaide, Australia (1%); San Diego, California (1%); Dayton, Ohio (1%); Colorado Springs, Colorado (1%); Washington, D.C. (1%); Arlington, Virginia (1%); and Key West, Florida (1%). Fiscal 2021 operation and maintenance (Navy) funds 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 fiscal year. One source was solicited for this non-competitive, sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304(c)(1) in accordance with Federal Acquisition Regulation 6.302-1, with one offer received. The Naval Supply Systems Command, Fleet Logistics Center, Norfolk Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-21-D-Z015).

Container Research Corp.,* Aston, Pennsylvania, is awarded an $11,539,383 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for the procurement of up to a maximum quantity of 275 V-22 Mission Auxiliary Tank System storage containers for the Navy, Marines, Air Force and Foreign Military Sales customers. Work will be performed in Aston, Pennsylvania, and is expected to be completed in January 2026. No funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-21-D-0006).

Advanced Computer Learning Co. LLC,* Fayetteville, North Carolina, is being awarded an $8,207,152 single-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the development of curriculum material and the instruction on the use of unique networks in the Joint Staff Joint Tactical Operations Interface Training Program and the U.S. Message Text Formatting Training Program in support of the Joint Staff, Joint Interoperability Division at the Joint Multi-Tactical School. The contract will include an 11-month base ordering period with an additional three consecutive one-year ordering period options, which if exercised, will bring the total value to $33,207,839. The base ordering period is expected to begin in January 2021 and be completed by December 2021. If the option is exercised, the ordering period will be completed by December 2024. All work will be performed in Fort Bragg, North Carolina. Fiscal 2021 operation and maintenance defense-wide funds in the amount of $10,000 will be obligated to fund the contract's minimum amount and funds will not expire at the end of the current fiscal year. This contract was competitively procured with the solicitation posted on Navy Electronic Commerce Online and beta.SAM.gov as a service-disabled veteran-owned small business set-aside, with nine offers received. The Naval Supply Systems Command, Fleet Logistics Center Norfolk Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-21-D-Z014).

DEFENSE LOGISTICS AGENCY

Alamo Strategic Manufacturing,** San Antonio, Texas, has been awarded a maximum $8,700,000 modification (P00008) exercising the second one-year option period of a one-year base contract (SPE1C1-19-D-1122) with two one-year option periods for knee and elbow pads. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Puerto Rico and Texas, with a Jan. 16, 2022, ordering period end date. Using military services are Army, Air Force and 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.

*Small business
** Small disadvantaged business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2469624/source/GovDelivery/

On the same subject

  • Lawmakers want answers on US Army plans to protect vehicles from drones

    July 29, 2021 | International, Land

    Lawmakers want answers on US Army plans to protect vehicles from drones

    Will the Army's combat vehicles be able to actively defend against drones? A House subpanel wants to know.

  • Army inks $49.9M deal to buy 2,800 MK22 MRAD rifles from Barrett Firearms

    April 6, 2021 | International, Land

    Army inks $49.9M deal to buy 2,800 MK22 MRAD rifles from Barrett Firearms

    The Army announced this week that it has awarded a $49.9 million, five-year contract to Barrett Firearms to acquire about 2,800 MK22 Multi-role Adaptive Design (MRAD) rifles.

  • Contract Awards by US Department of Defense - April 29, 2020

    April 30, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - April 29, 2020

    ARMY FN America LLC, Columbia, South Carolina (W56HZV-20-D-0024); and Colt's Manufacturing Co. LLC, West Hartford, Connecticut (W56HZV-20-D-0025), will compete for each order of the $383,311,941 firm-fixed-price contract to provide M16A4 rifles for Foreign Military Sales (Afghanistan, Grenada, Iraq, Lebanon and Nepal). Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of April 28, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Travis Association for the Blind, Austin, Texas, was awarded a $12,483,935 modification (P00004) to contract W56HZV-18-C-0067 to support repairing, cleaning, warehousing and distribution of organizational clothing and individual equipment. Bids were solicited via the internet with one received. Work will be performed in Austin, Texas, with an estimated completion date of April 30, 2021. Fiscal 2020 operations and maintenance, Army funds in the amount of $12,483,935 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Cepheid, Sunnyvale, California, was awarded a $9,933,000 firm-fixed-price contract (W911QY-20-P-0154) for up to 333,000 COVID-19 assays. Bids were solicited via the internet with one received. Work will be performed in Sunnyvale, California, with an estimated completion date of March 31, 2021. Fiscal 2020 operations and maintenance, Army funds in the amount of $9,933,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. (Awarded April 27, 2020) Manson Construction Co., Seattle, Washington, was awarded a $7,675,998 modification (P00002) to contract W912P8-20-C-0010 to exercise option hours for the dredge Glenn Edwards. Work will be performed in Plaquemines Parish, Louisiana, with an estimated completion date of Sept. 30, 2020. Fiscal 2020 civil operations and maintenance funds in the amount of $7,675,998 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity. DEFENSE LOGISTICS AGENCY American Water Military Services LLC, Camden, New Jersey, has been awarded a maximum $70,000,000 modification (P00001) to a 50-year contract (SP0600-19-C-8327) with no option periods for additional wastewater utility system construction, repair and replacement work at Target Hill Wastewater Treatment Plant, U.S. Army Garrison West Point, New York. This is a fixed-price contract. Locations of performance are New Jersey and New York, with a Sept. 30, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through 2020 Army military construction funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. Raytheon Co., Andover, Massachusetts, has been awarded a maximum $13,688,190 firm-fixed-price, one-time purchase contract for radomes. 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 base contract with no option periods. Location of performance is Massachusetts, with a March 31, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-20-C-0023). UPDATE: Werres Corp., Frederick, Maryland (SPE8EC-20-D-0058) has been added as an awardee to the multiple-award contract for commercial material handling equipment, issued against solicitation SPE8EC-17-R-0002 and awarded June 9, 2017. AIR FORCE Raytheon Missile Systems, Tucson, Arizona, has been awarded a not-to-exceed $32,780,869 fixed-price-incentive-fee, undefinitized contract action for StormBreaker Lot 6 Contract Line Identification Number 6001 - All Up Round (AUR); Simmonds Precision Product and multicut. This contract provides for Simmonds Precision Product and multicut material and labor for parts used in a StormBreaker AUR. Work will be performed in Tucson, Arizona, and is expected to be completed by Nov. 21, 2022. This award is the result of a sole-source acquisition. Fiscal 2020 missile procurement funds in the amount of $6,612,745 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8672-20-C-0005). (Awarded April 28, 2020) NAVY Physical Optics Corp.,* Torrance, California, is awarded a $17,783,583 cost-plus-fixed-fee order (N68335-20-F-0001) against previously issued basic ordering agreement N68335-19-G-0041. This order provides non-recurring engineering for the production, test, integration and delivery of the T-45 Head-Up Display (HUD) and its associated internal software. Work will be performed in Torrance, California, and also provides airworthiness substantiation and supports the joint software support activity lab and government flight test demonstration for the HUD. This is a Small Business Innovation Research (SBIR) Phase III for research and development performed under the SBIR Topic Numbers N091-003, N152-096 and 04-A-A1.01. Work is expected to be complete by April 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $1,166,435; fiscal 2019 fiscal aircraft procurement (Navy) funds in the amount of $16,387,148; and fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $230,000 will be obligated at time of award, $230,000 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Vectrus J&J Facilities Support LLC, Colorado Springs, Colorado, is awarded a $17,090,690 indefinite-delivery/indefinite-quantity contract for base operating support (BOS) services at Naval Air Station Patuxent River, Patuxent River, Maryland; Webster Field, St. Inigoes, Maryland; Solomons Annex, Solomons, Maryland; and Point Lookout, St. Mary's County, Maryland. The maximum dollar value including the base period and seven option periods is $190,007,916. All work will be performed in Calvert County (8%) and St. Mary's County (92%), Maryland. The BOS services to be performed include: general information, management and administration, airfield facilities, facilities support including facility management; facility investment; integrated solid waste management; other (swimming pools); special events; and utility management, wastewater, water and environmental services. Work is expected to be complete by June 2028. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $17,090,690 for recurring work will be obligated on an individual task order issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, and seven proposals were received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-D-0009). CFM International, West Chester, Ohio, is awarded a $13,582,486 modification (P00172) to a previously awarded firm-fixed-price contract (N00019-18-C-1071). This modification exercises an option to procure one CFM56-7B27AE commercial-off-the-shelf engine for the government of the United Kingdom. Work will be performed in Villaroche, France (50%); and Durham, North Carolina (50%), and is expected to be complete by April 2021. Foreign Military Sales funds in the amount of $13,582,486 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. DEFENSE COMMISSARY AGENCY Jones Lang LaSalle Americas Inc., Chicago, Illinois, is being awarded a $9,940,010 hybrid-fixed-price, time and materials schedule task order for whole facilities maintenance at various commissaries located in the U.S. and its territories. The task order is for a one-year base period beginning July 1, 2020. The task order includes four one-year option periods. If all options are exercised, the task order will be completed June 30, 2025. Quoters were solicited on the General Services Administration eBuy website, available to 03FAC contract holders, five quotes were received. The Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio, Lackland, Texas, is the contracting activity (HDEC03-20-F-0028). Jones Lang LaSalle Americas Inc., Chicago, Illinois, is awarded a $9,632,375 hybrid-fixed- price, time and materials schedule task order for whole facilities maintenance at various commissaries located in the U.S. and its territories. The task order is for a one-year base period beginning July 1, 2020. The task order includes four one-year option periods. If all four option periods are exercised, the task order will be completed June 30, 2025. Quoters were solicited on the General Services Administration eBuy website, available to 03FAC contract holders, five quotes were received. The Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio, Lackland, Texas, is the contracting activity (HDEC03-20-F-0027). Nelson Refrigeration Inc., La Vista, Nebraska, is awarded an $8,840,133 hybrid-fixed-price, time and materials schedule task order for whole facilities maintenance at various commissaries located in the U.S. and its territories. The task order is for a one-year base period beginning July 1, 2020. The task order includes four one-year option periods. If all four option periods are exercised, the task order will be completed June 30, 2025. Quoters were solicited on the General Services Administration eBuy website, available to 03FAC contract holders, five quotes were received. The Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio, Lackland, Texas, is the contracting activity (HDEC03-20-F-0033). J&J Worldwide Services, Austin Texas, is awarded a $7,822,654 hybrid-fixed price, time and materials schedule task order for whole facilities maintenance at various commissaries located in the U.S. and its territories. The task order is for a one-year base period beginning July 1, 2020. The task order includes four one-year option periods. If all four option periods are exercised, the task order will be completed June 30, 2025. Quoters were solicited on the General Services Administration eBuy website, available to 03FAC contract holders, five quotes were received. The Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio, Lackland, Texas, is the contracting activity (HDEC03-20-F-0030). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2170148/source/GovDelivery/

All news