hii contracts

WE’RE READY TO ADVANCE YOUR MISSION

From next-generation IT and cybersecurity solutions, to highly-skilled expertise in nuclear deterrence, you can rapidly leverage our capabilities through a wide variety of contract vehicles.

CONSORTIA

CLICK BELOW TO LEARN MORE
  • Consortia
  • GSA Contracts
  • Multiple Agency Contracts
  • Single Agency Contracts
Aviation and Missile Technology Consortium (AMTC)
Purpose: Develop and transition Army aviation and missile manufacturing technologies, and integrate advanced technologies, techniques and processes into future effective weapon systems.

Sponsor: Army (AvMC)

Prototype Ceiling: $2B

Term: 10 years

Link: AMTC
Consortium for Command, Control, and Communications in Cyberspace (C5)
Purpose: C5 is a consortium composed of leading companies and institutions in the C4ISR and cyber technology sectors.

Sponsor: Army (ASA(ALT))

Prototype Ceiling: N/A

Term: 10 years

Link: C5
Consortium For Energy, Environment And Demilitarization (CEED)
Purpose: CEED is a consortium composed of leading companies and institutions in the Energy, Environmental and Demilitarization technology sectors.

Sponsor: Army (ASA(ALT))

Prototype Ceiling: N/A

Term: 10 years

Link: CEED
Consortium for Rare EArth TEchnologies (CREaTe)
Purpose: Leverages collaboration to achieve Rare Earth Element independence

Sponsor: Army (ACC-Orlando)

Prototype Ceiling: N/A

Term: 10 Years

Link: CREaTe
Cornerstone
Purpose: A modern Industrial Base that integrates traditional and emerging sectors to respond at-will to National Security Requirements.

Sponsor: OSD(MIBP)

Prototype Ceiling: N/A

Term: N/A

Link: CORNERSTONE
Countering Weapons of Mass Destruction Consortium (CWMD)
Purpose: Developing technologies to detect, prevent, and protect against weapons of mass destruction.

Sponsor: OSD(JPEO-CBRND)

Prototype Ceiling: $10B

Term: 10 years

Link: CWMD
Defense Industrial Base (DIB) Consortium
Purpose: Addresses defense supply chain issues, industrial workforce development, sustainment of critical production, commercializing R&D efforts, and scaling emerging technologies

Sponsor: OSD(IBP)/MCEIP

Prototype Ceiling: N/A

Term: 10 Years

Link: DIBC
Expeditionary Missions Consortium-Crane (EMC2)
Purpose: Supports current and future needs related to Expeditionary Missions Technologies

Sponsor: Navy (NSWC Crane)

Prototype Ceiling: N/A

Term: 6 Years

Link: EMC2
Information Warfare Research Project (IWRP)
Purpose: Developing and implementing advanced Information Warfare technology solutions.

Sponsor: Navy (NIWC)

Prototype Ceiling: $0.5B

Term: 5 years

Link: IWRP
Maritime Sustainment Technology and Innovation Consortium (MSTIC)
Purpose: MSTIC is a collaboration with the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), to develop and mature technologies that enhance the Navy’s mission effectiveness.

Sponsor: Navy (NSWC PD)

Prototype Ceiling: N/A

Term: 10 years

Link: MSTIC
National Advanced Mobility Consortium (NAMC)
Purpose: To provide the Government with ready, quality access to the broadest population of U.S. ground vehicle system (GVS), sub-system, and component technology developers and providers.

Sponsor: Army (GVSC)

Prototype Ceiling: $2B

Term: 5 years

Link: NAMC
National Armaments Consortium (NAC) / Department of Defense Ordnance Technology Consortium (DOTC)
Purpose: Integrate the DoD Ordnance community to work collaboratively in RDT&E of prototype solutions to advance and transition ordnance systems, subsystems and component technologies.

Sponsor: OSD(A&S)

Prototype Ceiling: $10B

Term: 10 years

Link: NAC/DOTC
National Center for Manufacturing Sciences (NCMS)
Purpose: A cross-industry technology development consortium, dedicated to improving the competitiveness and strength of the U.S. base industry.

Sponsor: DASD(MR)

Prototype Ceiling: $0.9B

Term: 10 years

Link: NCMS
National Spectrum Consortium (NSC)
Purpose: Develop technologies that broaden access to and use of the electromagnetic spectrum.

Sponsor: OSD(R&E)

Prototype Ceiling: $2.5B

Term: 5 years

Link: NSC
Naval Aviation Systems Consortium (NASC)
Purpose: Support the technology needs of the Naval Air Warfare Centers (NAWCs) and the Naval Air Systems Command (NAVAIR).

Sponsor: Navy (NAWC AD)

Prototype Ceiling: N/A

Term: 5 years

Link: NASC
Naval Surface Technology & Innovation Consortium (NSTIC)
Purpose: Supports naval surface technology innovation to provide research, development, test and evaluation, analysis, integration and certification of complex naval warfare systems.

Sponsor: Navy (NSWC DD)

Prototype Ceiling: N/A

Term: 10 years

Link: NSTIC
Sensors, Communications, and Electronics Consortium (SCEC)
Purpose: Conduct research, development, and testing in cooperation with the Government, leading to technology demonstrations and prototype projects in the sensors, communications and electronics sciences and other related fields.

Sponsor: Army (CCDC (C5ISR))

Prototype Ceiling: N/A

Term: 10 years

Link: SCEC
Space Enterprise Consortium® (SpEC)
Purpose: Reducing risk and increasing constellation refresh rates to improve the availability of new technology on-orbit and to enhance system responsiveness and survivability.

Sponsor: Space (SSC)

Prototype Ceiling: $12B

Term: 10 years

Link: SpEC
Strategic & Spectrum Missions Advanced Resilient Trusted Systems (S2MARTS)
Purpose: The S2MARTS OTA (pronounced “SMARTS”) is designed to refine strategies, management planning activities, and implement integrated, complementary solutions that enable broader Department of Defense (DoD) access to commercial state-of- the-art EMS technologies, advanced microelectronics, radiation-hardened (RAD-HARD) and strategic missions hardware.

Sponsor: Navy (NSWC Crane)

Prototype Ceiling: N/A

Term: 10 years

Link: S2MARTS
System of Systems Consortium (SOSSEC)
Purpose: Technology agnostic approaches that capture the best of breed solutions.

Sponsor: Army (CCDC (AC))

Prototype Ceiling: Varies

Term: Varies

Link: SOSSEC
Training and Readiness Accelerator II (TREX II)
Purpose: To expedite development, demonstration, and delivery of cutting edge technology capabilities in support of modeling, simulation, and training (MST) needs of the U.S. Department of Defense. Sponsor: Army (PEO STRI) Prototype Ceiling: N/A Term: 5 years Link: TReX II
Undersea Technology Innovation Consortium (UTIC)
Purpose: Rapid development, prototyping and commercialization of innovative undersea and maritime technology.

Sponsor: Navy (NUWC Newport)

Prototype Ceiling: $200M

Term: 5 years

Link: UTIC
Vertical Lift Consortium (VLC)
Purpose: Develop and transition innovative vertical lift technologies to meet Warfighter needs.

Sponsor: OSD(A&S)

Prototype Ceiling: $200M

Term: 5 years

Link: VLC
GSA ASTRO
Contract Type:

Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:

ASTRO orders may be placed only by GSA’s Assisted Acquisition Service's APEXs once assigned with Delegation of Procurement Authority (DPA).

Contract Summary:

Provides flexible and innovative solutions for total solutions in support of manned, unmanned, and optionally manned platforms and robotics.
The scope of the contracts include services in the areas of operations, maintenance / readiness, development and systems integration, research and development, and support, and may include “as a service” type requirements.
Mission Technologies Corp., A Division of Huntington Ingalls Industries

Contract Number:

Data Ops Pool – 47QFCA22D0015
Mission Ops Pool – 47QFCA22D0064
Aviation Pool – 47QFCA22D0121
Maritime Pool – 47QFCA22D0263
Dev / SI Pool – 47QFCA22D0320
Research Pool – 47QFCA22D0353
Support Pool – 47QFCA22D0401
Training Pool – 47QFCA22D0468


DUNS Number: 119162050
UEI: G5H7HWC4L2R5
CAGE Code: 3BM51
Period of Performance: 11/15/2021 – 11/14/2031
Contact Information:

Melissa Stoner, CAPM
[email protected]
(703) 259-5183

Kimberly Schuler, CACM
[email protected]
(703) 259-5183


HII’s Sustainable Practices and Impact Disclosures:
Commitment to Sustainability
Sustainability Report


GSA ASTRO Program Office:

Valerie Bindel, Contracting Officer
[email protected]
(214) 460-0468

For more information on placing an order under ASTRO including the GSA Ordering Guide and helpful templates please visit the ASTRO Home Page.
Frequently Asked Questions: ASTRO FAQs
GSA Multiple Award Schedule (MAS)
Contract Type:
Federal Supply Schedule (FSS), GSA Multiple Award Schedule (MAS)

Eligible Buyers:
All Federal Agencies/State and Local Agencies

Contract Summary:
GSA’s Multiple Award Schedule program issues long-term, government-wide contracts which provide direct access to a broad range of products and services, including simple or complex professional and information technology services. Contract scope is defined in terms of Special Item Numbers (SINs), and each SIN offers a set of Labor Categories with fixed ceiling rates.  MAS task orders are solicited in accordance with the FAR Part 8.4 ordering procedures and offer services on a time and materials or fixed price basis, as well as other direct costs.
Please note that Mission Technologies is currently consolidating its various GSA Schedule contracts. Accordingly, the surviving contract number will be GS-00F-064CA and other legacy contract numbers are being retired.

Mission Technology Corp. currently offers the following SINS:
541330ENG – Engineering Services
541380 – Testing Laboratory Services
541420 – Engineering System Design and Integration Services
54151S – Information Technology Professional Services
541611 – Management, Financial, Acquisition, and Business Program and Project Management Services
541715 – Engineering Research and Development and Strategic Planning
611430 – Professional and Management Development Training
611512 – Flight Training
OLM – Order Level Materials


Contract Number: GS-00F-064CA

DUNS Number: 119162050

UEI: G5H7HWC4L2R5

CAGE Code: 3BM51

Period of Performance: 01/22/2015 – 01/21/2025

Contact Information:
Craig Thomas, Program Manager [email protected]
(703) 539-3316

Keri Morrison, Contract Manager
[email protected]
(757) 805-7854

Links:
HII's MAS Price List 1/2020-1/2025

GSA’s Multiple Award Schedule webpage
GSA One Acquisition Solution for Integrated Services (OASIS)
Contract Type:

Multiple Award IDIQ  

Eligible Buyers:
All Federal Agencies
  Contract Summary:

Provides flexible and innovative solutions for complex professional services. The core disciplines/scopes of the contracts include services in the areas of program management, management consulting, logistics, engineering, science and finance. Mission Technologies Corp., A Division of Huntington Ingalls Industries  
Contract Number:

Pool 1 – GS00Q14OADU106
Pool 3 – GS00Q14OADU303
Pool 4 – GS00Q14OADU401
 

DUNS Number: 119162050
UEI: G5H7HWC4L2R5
CAGE Code: 3BM51
Period of Performance: 09/03/2014 – 03/01/2025
 

Contact Information:
Craig Thomas, COPM [email protected]
(703) 539-3316

Kimberly Schuler, COCM
[email protected]
(703) 517-4461

HII’s Sustainable Practices and Impact Disclosures:

Commitment to Sustainability
Sustainability Report


GSA OASIS Program Office:
Maria Candelaria, Contracting Officer [email protected]
(214) 460-0468 Contract Number:

Pool 1 – GS00Q14OADU109 (PDF)
Pool 3 – GS00Q14OADU310 (PDF)
Pool 4 – GS00Q14OADU408 (PDF)
Pool 6 -- GS00Q14OADU719 (PDF)

Links:
Overview of the OASIS Contract for Civil and Military Agencies:
OASIS Civilian Slipsheet (PDF)
OASIS Military Slipsheet (PDF)
For more information on placing an order under OASIS including the GSA Ordering Guide and helpful templates please visit the GSA OASIS Contract website.
GSA/OPM Human Capital and Training Solutions (HCaTS)

Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:
All Federal Agencies and Department of Defense Agencies
May be supported by OPM or Directly Administered by Federal Agencies
Via a Delegation of Authority

Contract Summary:
Provides reliable, flexible, fast and efficient ways to obtain best-value,
customized solutions for human capital management and training
requirements.
HCaTS is organized into three Key Service Areas (KSAs) supporting
customized training and development services, human capital strategy
services, and organization performance improvement.

Contract Number:
Pool 1 – GS02Q16DCR0008
Pool 2 – GS02Q16DCR00041

DUNS Number: 60-957-0742

Sustainability Disclosure: None

Period of Performance: 09/26/2016 – 09/25/2026

Contact Information:
Craig Thomas, Program Manger
[email protected]
(703) 539-3316

Kelly Bower, Contracts Manager
[email protected]
(703) 543-2979

GSA HCaTS Program Office Points of Contact
Anadelsa (Ana) Rivera Eckles
HCaTS Contracting Officer
[email protected]
(212) 264-2041

HCaTS Contract:
Pool 1 – GS02Q16DCR0008 (PDF)
Pool 1 – PA-0004 (Change of Name modification)
Pool 2 – GS02Q16DCR00041 (PDF)
Pool 2 – PA-0004 (Change of Name modification)

HCaTS Benefits:

  • Maximizes the return on investment in human capital management and training services.
  • Minimizes unnecessary proliferation of interagency and agency-wide IDIQ contracts
  • Reduces lead time and administrative effort to acquire customized human capital solutions (FAR 16.505)
  • Easy access to best-in-class solution providers.
  • Maximizes opportunities for small businesses
  • Flexibility to use all contract types.
  • Pricing at the task order level.
  • Provides self-service (via a DPA) and assisted service (via OPM) access to human capital solutions.

For more information about HCaTs and HCaTS SB, please visit Human
Capital and Training Solutions.

Army Information Technology Enterprise Solutions 3 Services (ITES-3S)

Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:
- Customers may include various Army customers, other Department of Defense (DoD) agencies, and other federal agencies with requirements within scope of the ITES-3S PWS and terms of the contract.

Contract Summary:
ITES-3S is the Army’s primary source of IT-related services worldwide and is managed by PEOEIS’ Computer Hardware, Enterprise Solutions and Software (CHESS) program. The objective of the ITES-3S contract vehicle is to meet the Army’s enterprise infrastructure and infostructure goals with a full range of innovative, world class Information Technology (IT) support services and solutions at a fair and reasonable price.

ITES-3S encompasses a full range of innovative, world-class information technology support services and solutions at a reasonable price. Firm Fixed Price (FFP), Time and Materials (T&M), and Cost Reimbursement (CR) Task Orders (TOs) are authorized under this contract. Contract Line Item Numbers (CLINs) address the following services:

  • IT solution services
  • IT Subject-Matter Expert (SME)
  • IT Functional Area Expert (FAE)
  • Incidental construction
  • Other direct costs
  • IT solution equipment
  • Travel and per diem
  • IT solution software
  • IT solution – Other Direct Costs (ODCs)


Contract Number: W52P1J-18-D-A030

UEI: G4XEPAJDLUL7

CAGE Code: 7FLN4

Period of Performance:09/25/2018 – 09/24/2027

Contact Information:

Craig Thomas, Program Manager
[email protected]

(703) 539-3316

Tom Carlisle, Contracts Manager
[email protected]

(256) 922-3523

IT Enterprise Services and Solutions, LLC, Joint Venture HII is a member of ITES Solutions, LLC, an unpopulated joint venture and
ITES-3S prime contractor. More information is available at ITES Solutions’
ITES-3S contract web page.

Links:
PEO EIS CHESS Program Webpage
ITES Solutions, LLC Ordering Guide

Army Responsive Strategic Sourcing for Services (RS3)

Contract Type:

Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:

Customers may include various Army Contracting Command – Aberdeen Proving Ground (ACC-APG) customers, other Program Executive Offices (PEOs), other Department of Defense (DoD) agencies, and other federal agencies with C4ISR-related requirements within scope of the RS3 PWS

Contract Summary:

Provides customized best value solutions to a diverse group of organizations that span the spectrum of Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) mission requirements throughout the world.

RS3 primary service areas include but are not limited to Engineering; Research, Development, Test and Evaluation (RDT&E); Logistics; Acquisition and Strategic Planning; Education and Training Services.

Contract Number: W15P7T-17-D-0152

Period of Performance:10/18/2018 – 05/14/2027

 

Contact Information:

Craig Thomas, Program Manager

[email protected]

(703) 539-3316

 

Donna Davis, Contracts Manager

[email protected]

(703) 543-2979

 

Links:

ACC-APG RS3 Contract Overview

ACC-APG RS3 Program Office

Chief Information Officer – Solutions and Partners-3 (CIO-SP3 Small Business)

Contract Type:
Government-Wide Acquisition Contract

Contract Summary:

Task areas

Task Area 1 – IT Services for Biomedical Research, Health, Sciences, and Healthcare
Task Area 2 – Chief Information Officer (CIO) Support
Task Area 3 – Imaging
Task Area 4 – Outsourcing
Task Area 5 – IT Operations and Maintenance
Task Area 6 – Integration Services
Task Area 7 – Critical Infrastructure Protection and Information Assurance
Task Area 8 – Digital Government
Task Area 9 – Enterprise Resource Planning
Task Area 10 – Software Development

Features and benefits

NAICS 541512
Prompt Payment Terms: There are no discounts for prompt payments offered.

Contract Number: HHSN316201200140W (Small Business)

Period of Performance:07/15/2012 – 07/14/2022

Contact Information:

Bryan Payne, Program Manager
[email protected]

(703) 543-2912

Kelly Bower, Contracts Manager
[email protected]

(703) 543-2979

Links:
CIO-SP3 Small Business Conformed Contract
Fulcrum Loaded Labor Rates
NITAAC CIO-SP3 Small Business Website

Defense Technical Information Center (DTIC) Information Analysis Center Multiple Award Contract (IAC MAC)

Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:
May include DoD components and other U.S. Government agencies and departments and their contractors, state and local Governments, Industry, Academia and other institutions as well as international organizations in which the U.S. Government is a member or participant. Foreign Governments or foreign military organizations with which the United States or DoD has international agreements for military or related operations and or provides military assistance and sales.

Contract Summary:
The broad technical scope includes all RDT&E services and other R&D-related analytical services. These services may support all aspects of identified or potential military, national security-related, and dual use applications of related technologies and methods, as well as the development of tools and techniques that enhance the mission of the DoD Research and Engineering community. TOs can be multi-million dollar efforts, may involve multi-year performance, may involve work for other than DoD customers, may be performed at multiple worldwide locations (to include performance outside the United States), may require Top Secret facility clearance, and may require personnel clearances up to Top Secret (compartmented and collateral). TOs are not Government-staff augmentation support services.

Deployable Adaptive Global Responder Support (DAGRS)

Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:
Research Development and Engineering Command (RDECOM)
Communications Electronics Research Development and Engineering Center (CERDEC)
Night Vision Electronic Sensors Directorate (NVESD)
Quick Response Branch (QRB)
Department of Defense (DoD) and other Government agencies

Contract Summary:
The DAGRS IDIQ Contract provides coordination and technology based solutions that enable and assist Army, joint service, multi-national, and other combined (DOD/other organizations) responses to activities involving non-warfighting capabilities or a mix of warfighting and non-warfighting capabilities. This contract also provides a comprehensive tool to enable and enhance the ability of the Unique Mission Cell to collaborate and integrate capabilities of the diverse group of Government, industry, academic and international partners forming the global responder community of interest.

Deliver, at short notice, all the products within the following technical areas:
Electronic and Electro-Optic Equipment
Software Design, Development and Integration
Mechanical Components and Systems
System Integration and Human Systems Interface
Energy Generation and Storage
Individual and Platform Protection
Individual and Platform Lethality
Advanced Individual and Platform Mobility

Deliverable products relate to the following mission areas:
Technical Development and Support
Technical Integration
Operational Integration
Knowledge Based Service Requirements

Contract Number: W911NF-17-D-0015

Period of Performance:08/04/2017 – 08/03/2022

Contact Information:
Constance A. Mitchell, Senior Contracts Lead
[email protected]
(703) 543-2825

Administrative Office of the United States Courts (AO) Judiciary Multiple Award Services IV (JMAS-IV)

Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:
Administrative Office (AO) of the U.S. Courts and all Judiciary entities to include the Federal Judiciary Center (FJC), U.S. Sentencing Commission (USSC), U.S. Courts, U.S. Supreme Court and other activities within the federal Judiciary.

Contract Summary:
The primary focus of this contract is the functional areas of Information Technology (IT) Services and Telecommunications.

IT Services Scope

The scope and purpose of a JMAS IV contract includes making available in a timely, efficient, and cost-effective manner, virtually every conceivable IT service across the entire Systems Development Life Cycle (SDLC), for various types of information and management systems, using a variety of database management systems and software languages, and involving many computer hardware environments and operating systems. The Judiciary’s Information Resources Management (IRM) Architecture series establishes a framework of information technology strategies, standards, and guidelines and defines the infrastructure components that provide the design, development, and operation of cost effective and flexible automated solutions to support the evolving needs of the Judiciary.

Contract Number: 1BITSV-15-B-0002

Telecommunications Scope

The JMAS-IV scope also includes telecommunications and networking solutions at the Local Area Network (LAN), building, campus, and enterprise level. These solutions include technical expertise to support the full solution life cycle, including, but not limited to, analysis, planning, design, specification, implementation, integration and management of network services and equipment. The scope also includes any new labor that may emerge in the marketplace for providing comprehensive telecommunications over the life of the contract. Construction,

alteration, and repair support services are only in scope as necessary to offer a complete telecommunications solution provided that it is integral to and necessary for the effort stated in the task order. There shall be no order placed for which construction, alteration, or repairs are the principal purpose of the order.

Contract Number:USCA15D1013

Period of Performance:03/01/2015 – 08/31/2020

Contact Information:

Parish Lovvorn, Contracts Administrator
[email protected]

(703) 539-3115

Air Force Life Cycle Management Center (AFLCMC) Training Systems Acquisition (TSA) III

Contract Title:
Air Force Life Cycle Management Center (AFLCMC) Training Systems Acquisition (TSA) III

Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:
Simulators Division customers include Air Force (AF) active duty, reserve, and National Guard and Department of Defense (DoD) joint warfighter as well as Foreign Military Sales (FMS).

Contract Summary:
The training system tasks include analysis, design, development, production, installation, integration, test, database generation, and sustainment. Training system performance parameters will be defined by requirements unique to each platform’s mission and unique training needs. It is intended that detailed requirements will be appropriately documented in Requirements Documents, Specifications and Statements of Work (SOW) or Performance Work Statements (PWS) as part of each individual task order.

Contract Number: FA8621-15-F-6268

Period of Performance: 06/01/2016 – 08/29/2025

Contact Information:

Richelle Heredia, Contracts Administrator
[email protected]

(703) 825-2514

Links:
TSA III Collaboration Sharepoint

Air Force Life Cycle Management Center (AFLCMC) Training Systems Acquisition (TSA) IV
Contract Type: Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers: Simulators Division customers include Air Force (AF) active duty, reserve, and National Guard and Department of Defense (DoD) joint warfighter as well as Foreign Military Sales (FMS).

Contract Summary: The training system tasks include analysis, design, development, production, installation, integration, test, database generation, and sustainment. Training system performance parameters will be defined by requirements unique to each platform’s mission and unique training needs. It is intended that detailed requirements will be appropriately documented in Requirements Documents, Specifications and Statements of Work (SOW) or Performance Work Statements (PWS) as part of each individual task order.

Contract Number: FA8621-23-D-B023

Ordering Period:  06/01/2023 – 05/31/2033

Contact Information: John Scorsone, Program Manager [email protected] (407) 249-7268 Melinda Houck, Contracts Administrator

[email protected] (757) 500-7532
Curriculum Analysis Naval Training Products and Services (CA NTPS)

Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:
Department of the Navy ordering activities – Naval Sea Systems Command, Space and Naval Warfare Systems Command, Naval Supply Systems Command, Military Sealift Command, Naval Facilities Command, Office of Naval Research, or the United States Marine Corps.

Contract Summary:
Provide education and training products and related support services for the Naval Education and Training Command (NETC) Domain, Direct Reporters, Component/Subcomponent Commands, Learning Centers, Learning Detachments, Naval Total Force (NTF) organizations, and other DON customers fundamental to Fleet readiness. Government requirements issued under this MAC will be met through individual Task Orders (TOs) issued by the Contracting Officer.

Requirements have been grouped under three main efforts as follows:

  • Curriculum Analysis
  • Curriculum Maintenance and Development
  • Content Re-engineering, Development, PC Simulation and Modeling

The goal of the Curriculum Analysis NTPS MAC is to acquire the capability to efficiently plan analyze, design, develop, evaluate and maintain training content and PC simulation products for NTF using the Content Planning Module (CPM) toolset.

Contract Number: N00189-16-D-Z017

Period of Performance: 05/01/2016 – 04/30/2023

Contact Information:

Hannah Dunnavant, Contracts Administrator
[email protected]

(256) 713-4143

Curriculum Maintenance and Development Naval Training Products and Services (CMD NTPS)

Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:
Department of the Navy ordering activities – Naval Sea Systems Command, Space and Naval Warfare Systems Command, Naval Supply Systems Command, Military Sealift Command, Naval Facilities Command, Office of Naval Research, or the United States Marine Corps.

Contract Summary:
Provide education and training products and related support services for the Naval Education and Training Command (NETC) Domain, Direct Reporters, Component/Subcomponent Commands, Learning Centers, Learning Detachments, Naval Total Force (NTF) organizations, and other DON customers fundamental to Fleet readiness. Government requirements issued under this MAC will be met through individual Task Orders (TOs) issued by the Contracting Officer.

Requirements have been grouped under three main efforts as follows:

  • Curriculum Analysis
  • Curriculum Maintenance and Development
  • Content Re-engineering, Development, PC Simulation and Modeling

The goal of the Curriculum Analysis NTPS MAC is to acquire the capability to efficiently plan analyze, design, develop, evaluate and maintain training content and PC simulation products for NTF using the Content Planning Module (CPM) toolset.

Contract Number: N00189-17-D-Z003

Period of Performance: 11/01/2016 – 10/31/2022

Contact Information:

Hannah Dunnavant, Contracts Administrator
[email protected]

(256) 713-4143

Defense Intelligence Agency (DIA) Solutions for Intelligence Analysis 3 (SIA 3)

Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:
All elements of the Defense Intelligence Enterprise may use SIA 3.

Contract Summary:
Provides the United States Defense Intelligence Agency (DIA) and its Defense Intelligence Enterprise (DIE) mission partners with analysis and analytic enabling services support. Tasks awarded under this contract will span DIA Organizational and Geographic boundaries and multiple Mission Task Areas.

Awarded Task Orders will provide the DIA and DIE worldwide coverage for intelligence analysis and analytic enabling services through timely, objective, and cogent military intelligence. This vehicle will support DIA and DIE funded analytic and analytic enabling activities as well as non-DIA funded efforts, in the areas of Analysis, Sciences, Engineering, Analytic Enabling, and Counter Intelligence (CI) / Human Intelligence (HUMINT) / Collections.

Contract Number: HHM402-19-D-0017

Period of Performance:
08/05/2019 – 08/04/2024, plus 5 one-year options

Contact Information:
Bryan Payne, Program Manager
[email protected]
(540) 220-1517

Melanie Rotz, Contracts Manager
[email protected]
(703) 543-2823

Links:
DIA SIA3 Webpage
SIA 3 Brochure
SIA 3 Labor Categories

DTRA – Combating Weapons of Mass Destruction (CWMD) Research and Technology Development IDIQ

Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:
DTRA’s CWMD R&D programs for use across the DoD kill chain

Contract Summary:
The scope of this contract includes performing research and technology development to provide scientific and technological solutions to meet the DoD’s non-proliferation, counterproliferation, and consequence management objectives. Functional areas include CWMD Weapons and Targets, Modeling and Simulation (M&S), Systems Engineering, Systems Survivability, WMD Physical Countermeasures, WMD Medical Countermeasures, Technical Nuclear Forensics (TNF), Nuclear Detection, Standoff Detection, Treaty and Verification Technologies, and Sensor Platforms.

Contract Number: HDTRA1-14-D-0002

Period of Performance:12/03/2013 – 12/02/2023

Contact Information:

James D. Campbell, PM Manager
[email protected]

(703) 575-3264

Regan A. Anderson, Contracts Administrator, Prn.
[email protected]

(405) 203-3378

Integrated Subcontract to Triad National Security, LLC, for the M&O of Los Alamos National Laboratory

Contract Type:
Cost-Plus-Award-Fee (CPAF),Cost Reimbursable, and Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract Line Item Numbers (CLINS)



Partners/teammates:
Newport News Nuclear BWXT-Los Alamos, LLC (N3B) is a HII Nuclear-led limited liability company with partner BWXT.

Eligible Buyers:
[email protected]

Contract Summary:
The purpose of the LLCC is to support the Department of Energy’s Office of Environmental Management mission work as needed, to provide necessary safeguards and protection of workers, the public, and the environment.

Task areas include :

  • Protect, characterize, remediate (as necessary), and monitor the regional aquifer.
  • Clean up legacy contaminated media and legacy waste sites at LANL and surrounding private and government-owned lands
  • DD&D inactive, process-contaminated, and non-contaminated facilities at Technical Area (TA)-21 and TA-54
  • Retrieve, characterize, and prepare legacy MLLW and TRU waste for shipment off-site
  • Transfer remediated sites to NNSA for long-term surveillance and monitoring


Contract Number: Prime Contract 89303318CEM000007

Period of Performance:
In progress 4/30/2018 – 4/29/2023 + 2 options periods (3 yr and 2 yr)

Links:
https://n3b-la.com/

Joint Enterprise – Omnibus Program, Engineering and Technical Support (JE-OPETS) Business and Analytics, Engineering and Technology, and Information Technology (BEI) [JE-OPETS – BEI]

Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:
JPEO-CBRND and all the JPMOs which report directly to the JPEO-CBRND

Contract Summary:
Provides for program, engineering, and technical support services required for the Joint Program Executive Office for Chemical and Biological Defense (JPEO-CBRND) and all the Joint Project Management Offices (JPMOs) which report directly to the JPEO-CBRND.

Provides Business and Analytical, Engineering and Technology, and Information Technology professional support, as required, to assist the JPEO-CBRND as the Total Life Cycle Systems Manager for the Chemical and Biological Defense Programs (CBDPs) within the Department of Defense (DoD).

Contract Number: W911QY-19-D-0004

Period of Performance: 08/13/2018 – 08/21/2023

Contact Information:

Tony Hayden, Sr. Contracts Manager
[email protected]

(301) 575-5183

Joint Enterprise – Omnibus Program, Engineering and Technical Support (JE-OPETS) Logistics / Medical (LM) [JE-OPETS – LM]

Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:
JPEO-CBRND and all the JPMOs which report directly to the JPEO-CBRND

Contract Summary:
Provides for program, engineering, and technical support services required for the Joint Program Executive Office for Chemical and Biological Defense (JPEO-CBRND) and all the Joint Project Management Offices (JPMOs) which report directly to the JPEO-CBRND.

Provides Logistics and Medical professional support, as required, to assist the JPEO-CBRND as the Total Life Cycle Systems Manager for the Chemical and Biological Defense Programs (CBDPs) within the Department of Defense (DoD).).

Contract Number: W911QY-18-D-0249

Period of Performance: 07/16/2018 – 07/15/2023

Contact Information:

Tony Hayden, Sr. Contracts Manager
[email protected]

(301) 575-5183

Joint Enterprise Contracted Logistics and Services Support (JE-CLASS)

Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:
JPEO-CBRND and all the Joint Project Management Offices (JPMOs) which report directly to the JPEO-CBRND.

Contract Summary:

Provides Contractor Logistics Support (CLS) and related services for Joint Program Executive Office for Chemical and Biological Defense (JPEO-CBRND) developed and/or managed systems which provide force protection against Chemical Biological Radiological Nuclear High Yield Explosives (CBRNE) threats. ITES-3S encompasses a full range of innovative, world-class information technology support services and solutions at a reasonable price. Firm Fixed Price (FFP), Time and Materials (T&M), and Cost Reimbursement (CR) Task Orders (TOs) are authorized under this contract. Contract Line Item Numbers (CLINs) address the following services:

CLS services include:

  • Performance Based Logistics (PBL)
  • System(s) Maintenance Support
  • Engineering Support
  • Supply Chain Management and Support
  • Training Support
  • Fielding Support
  • Program Management
  • Quality
  • Security and Safety


Scope includes the support and sustainment of JPEO-CBD developed or managed systems, subsystems, sets, kits, outfits and associated items of equipment to include calibration and special test equipment



Contract Number: W911SR-16-D-0012



Period of Performance: 07/16/2018 – 07/15/2023



Contact Information:

Tony Hayden, Sr. Contracts Manager
[email protected]

(301) 575-5183

Los Alamos Legacy Clean Up Contract

Contract Type:
Cost-Plus-Award-Fee (CPAF),Cost Reimbursable, and Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract Line Item Numbers (CLINS)

Partners/teammates:
Newport News Nuclear BWXT-Los Alamos, LLC (N3B) is a HII Nuclear-led limited liability company with partner BWXT.

Eligible Buyers:
[email protected]

Contract Summary:
The purpose of the LLCC is to support the Department of Energy’s Office of Environmental Management mission work as needed, to provide necessary safeguards and protection of workers, the public, and the environment.

Task areas include :

  • Protect, characterize, remediate (as necessary), and monitor the regional aquifer.
  • Clean up legacy contaminated media and legacy waste sites at LANL and surrounding private and government-owned lands
  • DD&D inactive, process-contaminated, and non-contaminated facilities at Technical Area (TA)-21 and TA-54
  • Retrieve, characterize, and prepare legacy MLLW and TRU waste for shipment off-site
  • Transfer remediated sites to NNSA for long-term surveillance and monitoring


Contract Number: Prime Contract 89303318CEM000007

Period of Performance:
In progress 4/30/2018 – 4/29/2023 + 2 options periods (3 yr and 2 yr)

Links:
https://n3b-la.com/

Naval Air Warfare Center Training Systems Division (NAWC TSD) Training Systems Contract IV (TSC IV)

Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:
NAWC TSD.

Contract Summary:
TSC IV encompasses the procurement of Training System design, development, production, test and evaluation, delivery, modification, and support. TSC IV delivers a broad range of training system products within the scope of this contract through Delivery Orders (DO) placed under this ID/IQC. Each DO may include new training systems, modifications and upgrades to existing training systems, complementary Instructional Systems Development (ISD), and complementary Training Systems Support.

Contract Number: N61340-18-D-5024

Period of Performance:
11/29/2018 – 11/28/2023, plus 4 one-year options

Contact Information:

Christopher Velez, Program Manager
[email protected]

(407) 737-3599

Kimberly Rogers, Contracts Manager
[email protected]

(757) 869-3722

Links:
NAWC TSC Multiple Award Contracts

Navy SeaPort-NxG

Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:
Department of the Navy ordering activities – Naval Sea Systems Command, Space and Naval Warfare Systems Command, Naval Supply Systems Command, Military Sealift Command, Naval Facilities Command, Office of Naval Research, or the United States Marine Corps.

Contract Summary:
Provides professional engineering, technical, and programmatic support services.

Services provided under this contract are categorized under two areas:

Engineering Services

  • Engineering, System Engineering, and Safety and Process Engineering Support
  • Software Engineering, Development, Programming, and Network Support
  • In-Service Engineering, Fleet Introduction, Installation and Checkout and Provisioning Support
  • Measurement Facilities, Range, and Instrumentation Support
  • Interoperability, Test and Evaluation, Trials Support
  • Research and Development Support
  • Modeling, Simulation, Stimulation, and Analysis Support
  • Prototyping, Pre-Production, Model-Making, and Fabrication Support
  • System Design Documentation and Technical Data Support
  • Reliability, Maintainability, and Availability (RM&A) Support
  • Inactivation and Disposal Support
  • Biochemical Engineering Support
  • Program Management Services


  • Financial Analysis and Budget Support
  • Quality Assurance (QA) Support
  • Functional and Direct Programmatic Administrative Support
  • Professional Development and Training Support
  • Analytical and Organizational Assessment Support
  • Database Administrators
  • Public Affairs and Multimedia Support
  • Logistics Support
  • Configuration Management (CM) Support
  • Information System (IS) Development, Information Assurance (IA), and Information Technology (IT) Support
  • Computer Systems Analysts


Contract Number: N0017819D7772

DUNS Number: 119162050

CAGE Code: 3BM51

Period of Performance: 01/02/2019 – 01/01/2029

Contact Information:

Craig Thomas, Program Manager
[email protected]

(703)-539-3316

Anna Gannon
[email protected]

(757) 631-2214

Links:
SeaPort-NxG Program Home Page

Nevada National Security Site Management & Operations Contract

Contract Type:
Management and Operating (M&O) Contract with cost-plus-award-fee and cost-plus-fixed fee provisions.

Partners/teammates:
Mission Support and Test Services LLC (MSTS) is a Honeywell-led limited liability company with partners HII Nuclear and and Jacobs.

Eligible Buyers:
https://www.nnss.gov/pages/NFO/MOProcurement/MOProcurement.html

Contract Summary:
The contract is for management and operation (M&O) of the Nevada National Security Site (NNSS) and satellite facilities. The NNSS functions include:

Task areas include :

  1. Defense experimentation and Stockpile Stewardship
  2. Nonproliferation and Emergency Response
  3. Energy Efficiency and Renewable Energy
  4. Environmental Management
  5. Special Nuclear Material Management
  6. Provide support and infrastructure for experiments and activities
  7. Support to Yucca Mountain Project


Contract Number: Prime Contract DE-NA0003624

Period of Performance:
In progress. Five-year base period is 12/1/17 to 11/30/22, 5 1-year option periods

Links:
https://www.nnss.gov/

Savannah River Operations Office Management and Operating (M&O) Contract

Contract Type:
Cost Plus Award Fee (Performance Based, Cost Reimbursement

Partners/Teammates:
Fluor and Honeywell

Eligible Buyers:
https://www.srs.gov/general/busiops/PMMD/index.htm

Contract Summary:

The contract is for management and operation (M&O) of the Savannah River Site (SRS). SRS is dedicated to environmental management cleanup, developing and deploying technologies to support the cleanup mission, providing capability for supporting the enduring nuclear weapons stockpile, and processing and storing nuclear materials in support of U.S. nuclear non-proliferation efforts. DOE-EM is the landlord for the SRS and responsible for cleanup missions and the Savannah River National Laboratory, which is operated under this M&O contract. The NNSA is responsible for supporting the nuclear weapons stockpile programs and nonproliferation activities at SRS.

Contract Number: DE-AC09-08SR22470

Period of Performance:
In progress. Original contract period 1/10/2008 through 7/31/2018. 1st extension 8/1/18 through 7/31/19. 2nd extension 8/1/19 through 9/30/2020. Beyond the current extension, two 12-month options are available to be exercised through 9/30/2022.

Links:
Savannah Nuclear Solutions website

Secretary of the Air Force (SAF), Concept Development and Management (CDM) Analytical and Technical (A&T) Services

Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:
SAF CDM

Contract Summary:

  • Strategic and Operational Enablers. Establishing mechanisms and relationships to support virtual and physical access to data, people, and locations.
  • Advanced Analytics. The state-of-the-art in Data Science, Operations Research and Systems Analysis; the systematic application of advanced algorithms to complex data with high performance computing to obtain immediate actionable insight.
  • Technology Development. Research and development (R&D) of new capabilities, applications, or technology enhancements, including sensors, tags, communications, material that support technical operations of intelligence, surveillance, and reconnaissance (ISR) requirements.
  • Systems and Architectures. Design, configuration, accreditation and implementation of information management systems and cloud based solutions that support defense and intelligence priorities as well as internal business processes and mission functions, network communications, database management, security accreditation, and workflow management.

Contract Number: FA7146-19-D-0730


Period of Performance: 09/18/2019 – 09/17/2028


Contact Information:

Melanie S. Rotz, Senior Contracts Lead
[email protected]

(703) 543-2823

Spectrum Warfare Evaluation and Assessment Technology Engineering Research (SWEATER)

Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:
Air Force Research Laboratories (AFRL/RYWD) Sensors Directorate

Contract Summary:
The overall objective of this effort is to continue the development of new and innovative techniques, concepts and technologies to address modern radio frequency (RF) emitters operating in complex environments. Expanding the versatility of current assessment capabilities is needed to cover the full spectrum of threats under varying operational conditions from laboratories to operational exercises.

Contract Number:
FA8650-16-D-1702/FA8650-18-F-1668 Task Order 4, Versatile Evaluation and Stimulus Technology (VEST)

Period of Performance: 12/29/2016 – 12/29/2022

Contact Information:

Mark Haenni, Program Manager
[email protected]

(937) 713-4231

Dale Hawley, Contracts Manager
[email protected]

(937) 490-2578

Unmanned Maritime Systems Support (UMSS)

Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)

Eligible Buyers:
Naval Information Warfare Center Pacific (formerly The Space and Naval Warfare Systems Center, Pacific (SSC Pacific), Maritime Systems Division.

Contract Summary:
The scope of this IDIQ includes studies and analysis, specification and design, fabrication, development, integration, assembly, installation, test, evaluation, demonstration, fielding, operations, maintenance, training, logistics, documentation, administration, configuration management (CM), and program management (PM) of both hardware and software in support of unmanned maritime systems engaged in supporting U.S. Navy missions under contract with Naval Warfare Information Center (NIWC) Pacific. The scope of this contract is intended to cover current systems being supported, as well as any future waterborne and underwater systems and technologies in the following maritime system mission areas: explosive ordnance disposal (EOD); mine countermeasures (MCM); force protection (FP); intelligence, surveillance, and reconnaissance (ISR); mine warfare (MIW); anti-submarine warfare (ASW); and other specialized undersea and surface unmanned systems applications.

Contract Number: N6601-21-D-0134

Period of Performance:
06/15/2021 – 06/14/2025, plus 4 1 year options

Contact Information:

Tom Carlisle, Business Unit Sr. Contracts Manager
[email protected]

(256) 922-3523

USPS Software Engineering and Development Services (SEDS)

Contract Type:
Single Award Indefinite Delivery/Indefinite Quantity (SA ID/IQ)

Eligible Buyers:
Various groups within the USPS organization.

Contract Summary:
Provide software engineering and development professional staff, to support various groups within the United States Postal Service (USPS) enterprise. The services provided to include performing requirements analysis, technical design, code development, System Integration Testing (SIT), configuration management, quality management, risk assessments, business analysis, help desk functions, development and support of critical applications for on-going daily operations.

Contract Number: 1BITSV-15-B-0002

Period of Performance:03/01/2015 – 02/29/2024

Contact Information:

Gira Tanna, Sr. Contracts Administrator
[email protected]
(703) 539-3162

keep exploring

Logo For Menu
Search
Close this search box.