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.
Contract Type:
Multiple Award Schedule (MAS)
Eligible Buyers:
All Federal Agencies/State and Local Agencies
Contract Summary:
Provides direct access to products and services associated with Cloud IT services;
Cybersecurity; Data center services; Satellite services; Software and applications;
Telecommunications; and Telepresence.
HII-TSD offers the following SIN:
132-51 — Information Technology (IT) Professional Services
Contract Number: 47QTCA18D001M
Period of Performance: 03/20/2018 – 03/19/2023
Contact Information:
Melissa Stoner, COPM
[email protected]
(703) 539-3056
Kimberly Schuler, COCM
[email protected]
(703) 517-4461
Links:
GSA IT Supply Schedule
Contract Type:
Multiple Award Schedule (MAS)
Eligible Buyers:
All Federal Agencies/State and Local Agencies
Contract Summary:
Providing direct access to simple or complex professional services.
HII-TSD offers the following SINS:
871-1: Strategic Planning for Technology Programs/Activities
871-2: Concept Development and Requirements Analysis
871-3: System Design, Engineering and Integration
871-4: Test and Evaluation
871-5: Integrated Logistics Support
871-6: Acquisition and Life Cycle Management
874-1: Consulting Services
874-4: Training Services
874-6: Acquisition Management Support
874-7: Integrated Business Program Support Services
874-501: Supply and Value Chain Management
Contract Number: GS00F064CA
DUNS Number: 119162050
CAGE Code: 3BM51
Period of Performance: 01/22/2015 – 01/21/2025
Contact Information:
Melissa Stoner, COPM
[email protected]
(703) 539-3056
Kimberly Schuler, COCM
[email protected]
(703) 517-4461
Links:
GSA MAS Price List 1/2020-1/2025
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:
For more information about HCaTs and HCaTS SB, please visit Human
Capital and Training Solutions.
Contract Type:
Government-Wide Acquisition Contract (GWAC)
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.
Technical Solutions, A Division of Huntington Ingalls Industries
Contract Number:
Pool 1 – GS00Q14OADU109
Pool 3 – GS00Q14OADU310
Pool 4 – GS00Q14OADU408
DUNS Number:609570742
CAGE Code:0MWW4
Period of Performance:09/03/2014 – 09/02/2024
Contact Information:
Craig Thomas, COPM
[email protected]
(703) 539-3316
Kelly Bower, COCM
[email protected]
(703) 543-2979
GSA OASIS Program Office:
Maria Candelaria, Contracting Officer
[email protected]
(214) 460-0468
Contract Number:
Pool 1 – GS00Q14OADU109 (PDF)
Pool 1 – GS00Q14OADU109, PO-0001
Pool 3 – GS00Q14OADU310 (PDF)
Pool 3 – GS00Q14OADU310, PO-0001
Pool 4 – GS00Q14OADU408 (PDF)
Pool 4 – GS00Q14OADU408, PO-0001
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.
Alion Science and Technology*
Contract Number:
Pool 1 – GS00Q14OADU106
Pool 3 – GS00Q14OADU303
Pool 4 – GS00Q14OADU401
DUNS Number:119162050
CAGE Code:3BM51
Period of Performance:09/03/2014 – 09/02/2024
Links:
Craig Thomas, COPM
[email protected]
(703) 539-3316
Kimberly Schuler, COCM
[email protected]
(703) 517-4461
*Alion Science and Technology was acquired by Huntington Ingalls Industries’ Technical Solutions Division on August 19, 2021.
Read the release
Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)
Eligible Buyers:
GSA’s Federal Systems Integration and Management Center (FEDSIM) and select GSA Regions 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.
Technical Solutions, 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:609570742
CAGE Code:0MWW4
Period of Performance:11/15/2021 – 11/14/2031
Contact Information:
Melissa Stoner, CAPM
[email protected]
(703) 259-5183
Kelly Bower, CACM
[email protected]
(703) 543-2979
GSA ASTRO Program Office:
Valerie Bindel, Contracting Officer
[email protected]
(214) 460-0468
Sustainable Practices and Impact Disclosures:
Commitment to Sustainability
Sustainability Report
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
Alion Science and Technology*
Contract Number:
Data Ops Pool – 47QFCA22D0002
Mission Ops Pool – 47QFCA22D0051
Aviation Pool – 47QFCA22D0105
Ground Pool – 47QFCA22D0151
Dev / SI Pool – 47QFCA22D0303
Research Pool – 47QFCA22D0353
Support Pool – 47QFCA22D0401
Training Pool – 47QFCA22D0452
DUNS Number:119162050
CAGE Code:3BM51
Period of Performance:11/15/2021 – 11/14/2031
Contact Information:
Kimberly Schuler, CACM
[email protected]
(703) 259-5183
Kelly Bower, CACM
[email protected]
(703) 517-4461
*Alion Science and Technology was acquired by Huntington Ingalls Industries’ Technical Solutions Division on August 19, 2021. Read the release.
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
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
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
Kelly Bower, Contracts Manager
[email protected]
(703) 543-2979
Links:
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:
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
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.
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 :
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/
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 :
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/
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
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 :
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/
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
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
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
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:
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
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:
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
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
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
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
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
Contract Type:
Multiple Award Indefinite Delivery/Indefinite Quantity (MA ID/IQ)
Eligible Buyers:
SAF CDM
Contract Summary:
Contract Number: FA7146-19-D-0730
Period of Performance: 09/18/2019 – 09/17/2028
Melanie S. Rotz, Senior Contracts Lead
[email protected]
(703) 543-2823
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
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
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
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:
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
Tony Hayden, Sr. Contracts Manager
[email protected]
(301) 575-5183
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
James D. Campbell, PM Manager
[email protected]
(703) 575-3264
Regan A. Anderson, Contracts Administrator, Prn.
[email protected]
(405) 203-3378
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
4101 Washington Ave.
Newport News, VA 23607
4101 Washington Ave
Newport News, VA 23607
4101 Washington Ave.
Newport News, VA 23607
1000 Jerry St. Pe’ Highway
Pascagoula, MS 39568
8350 Broad Street, Suite 1400
McLean, VA 22102
300 M Street SE
Washington, DC 20003