HII CONTRACTS

Add Your Heading Text Here

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

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

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

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

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

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]sd.com

(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

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

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

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

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

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

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/

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

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/

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/

Logo For Menu