An official website of the United States Government 
Here's how you know

Official websites use .gov

.gov website belongs to an official government organization in the United States.

Secure .gov websites use HTTPS

A lock ( lock ) or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.

You have accessed part of a historical collection on defense.gov. Some of the information contained within may be outdated and links may not function. Please contact the DOD Webmaster with any questions.

Contracts For July 28, 2021

AIR FORCE

Raytheon Missiles and Defense, Tucson, Arizona, has been awarded a $482,895,193 modification to contract FA8675-21-C-0034 for Advanced Medium Range Air-to-Air Missile (AMRAAM) Production Lot 35. The modification provides for the exercise of the pre-priced options for Lot 35 production of AMRAAM missiles, AMRAAM Telemetry System, initial and field spares, and other production engineering support hardware and activities. Work will be performed in Tucson, Arizona, with an expected completion date of May 31, 2024. This contract involves unclassified Foreign Military Sales to Canada, Hungary, Korea, Netherlands, and Qatar, which accounts for 28% of the contract value. Fiscal 2020 Air Force missile procurement funds in the amount of $24,899,127; fiscal 2021 Air Force missile procurement funds in the amount of $229,760,527; fiscal 2021 Air Force operation and maintenance funds in the amount of $365,403; fiscal 2021 Air National Guard operation and maintenance funds in the amount of $167,072; fiscal 2021 Air Force research and development funds in the amount of $5,581,859; fiscal 2019 Navy weapons procurement funds in the amount of $165,229; fiscal 2020 Navy weapons procurement funds in the amount of $77,648,516; fiscal 2021 Navy weapons procurement funds in the amount of $4,400,107; fiscal 2020 Navy research and development funds in the amount of $2,034,491; fiscal 2021 Navy research and development funds in the amount of $238,334; fiscal 2021 Army operation and maintenance funds in the amount of $167,072; and Foreign Military Sales funds in the amount of $137,467,456 are being obligated at the time of award. Air Force Life Cycle Management Center, Air Dominance Division Contracting Office, Eglin Air Force Base, Florida, is the contracting activity.

DynCorp International LLC, Fort Worth, Texas, has been awarded a $301,369,831 task order off of the Aircraft Maintenance Enterprise Solution (ACES) multiple-award, indefinite-delivery/indefinite-quantity contract for aircraft maintenance flight operations support, with an expected completion date of July 31, 2026. This contract will provide all Organizational level (O-level), Intermediate level (I-level), and maintenance support services for all training aircraft (T-1A Jayhawk, T-6A Texon II and T-38C Talon), and services will be performed at Vance Air Force Base, Enid, Oklahoma. Fiscal 2021 funds in the amount of $602,687 will be obligated at the time of award. The Air Force Installation Contracting Center, Joint Base San Antonio - Randolph Air Force Base, Texas, is the contracting activity (FA3002-20-D0010).

Georgia Tech Research Institute, Atlanta, Georgia, has been awarded $83,600,000 for technical risk reduction work efforts associated with the Defense Avionics System Sustainment Update (DSU) program. The location of performance will be a combination of the contractor’s facility and government facilities, and is expected to be completed by Aug. 16, 2024. Fiscal 2021 operation and maintenance appropriations funds in the amount of $38,955,222 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-21-C-0001).

Lockheed Martin Corp. Rotary and Mission Systems, Owego, New York, has been awarded a $13,567,781 cost-plus-fixed-fee competitive contract for the System Security Integrated Through Hardware and Firmware (SSITH) Application Specific Integrated Circuit (ASIC) effort. Lockheed Martin will demonstrate an ASIC using their Hardware Architecture Resilient by Design (HARD) techniques and emulation developed under the Defense Advanced Research Project Agency’s SSITH Program. Work will be performed in Owego, New York; Cherry Hill, New Jersey; and Eagan, Minnesota, and is expected to be completed Sept. 28, 2023. Fiscal 2021 research, development, test, and evaluation funds in the amount of $10,186,241 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-21-C-7123).

ARMY

Leidos Inc., Reston, Virginia, was awarded a $151,434,777 cost-plus-fixed-fee contract for the High-Resolution Three-Dimensional Geospatial Information Operations and Technology Integration II. Bids were solicited via the internet with two received. Work will be performed in Poland, Afghanistan, Iraq, Niger, the Philippines, Djibouti, and Manassas, Virginia, with an estimated completion date of Sept. 5, 2025. Fiscal 2020 operation and maintenance, Army funds in the amount of $26,400,000 were obligated at the time of the award. U.S. Army Corps of Engineers' Army Geospatial Center, Alexandria, Virginia, is the contracting activity (W5J9CQ-21-F-0015).

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $26,947,749 modification (P00196) to contract W58RGZ-17-C-0009 for UH-60M green aircraft. Work will be performed in Stratford, Connecticut, with an estimated completion date of June 30, 2022. Fiscal 2021 special funds in the amount of $26,947,749 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

B.L. Harbert International LLC, Birmingham, Alabama, was awarded a $24,590,000 firm-fixed-price contract to design and construct the 325th Fighter Wing Headquarters at Tyndall Air Force Base, Florida. Bids were solicited via the internet with 15 received. Work will be performed at Tyndall AFB with an estimated completion date of March 5, 2024. Fiscal 2020 military construction, Air Force funds in the amount of $24,590,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-21-C-0031).

Day & Zimmermann Lone Star LLC, Texarkana, Texas, was awarded a $20,716,625 firm-fixed-price contract for hand grenade and fuze-consolidation items. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 17, 2026. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-21-D-0031).

DEFENSE LOGISTICS AGENCY

TrillaMed LLC,* Bingham Farms, Michigan, has been awarded a maximum $100,000,000 firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract for patient monitoring systems, accessories and training. This was a competitive acquisition with 54 responses received. This is a five-year base contract with one five‐year option period. Location of performance is Michigan, with a July 27, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1‐21‐D‐0008).

Doyon Utilities LLC, Fairbanks, Alaska, has been awarded an $11,119,097 modification (P00144) to a 50-year contract (SP0600-07-C-8261) with no option periods for heat, electric, water and wastewater utility services for Fort Greely, Alaska. This is a regulated tariff rate utility services contract. Location of performance is Alaska, with an Aug. 14, 2058, performance completion date. Using military service is Army. Type of appropriation is fiscal 2008 through 2058 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

NAVY

Huntington Ingalls Industries, Newport News Shipbuilding, Newport News, Virginia, is awarded a $94,799,829 delivery order N62793-21-F-7800 (cost-plus-fixed-fee [level-of-effort], cost-plus-incentive-fee [completion], and firm-fixed-price). The delivery order is placed against contract N00024-19-D-4306 for planned incremental availability execution on CVN-78. Work will be performed in Newport News, Virginia, and is expected to be completed by March 2022. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $29,779,156; and fiscal 2020 other procurement (Navy) funds in the amount of $2,982,194 will be obligated at time of award, of which funds in the amount of $29,779,156 will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity.

Wartsila Defense Inc., Chesapeake, Virginia, is awarded a not-to-exceed $76,276,583 indefinite-delivery/indefinite-quantity, firm-fixed-price contract (N66498-21-D-4041) for the repair of Independence Littoral Combat Ship (LCS 2) variant waterjet and shaft assemblies. Work will be completed at the contractor’s facility in Chesapeake, Virginia, and is expected to be completed by July 2027. The contract will have a 60-month ordering period. Fiscal 2021 operation and maintenance, (Navy) funding in the total amount of $757,768 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $38,969,779 modification (P00047) to a previously awarded cost-plus-incentive-fee, cost-plus-award-fee contract (N0001919C0010). This modification increases the scope to develop the generic net enabled weapons and improved electronic attack mechanization capabilities from system functional review to development test complete on F-35A/B/C aircraft for the Air Force and the governments of Australia, Canada, Denmark, Italy, Netherlands, Norway and United Kingdom. Work will be performed in Fort Worth, Texas (86%); and El Segundo, California (14%), and is expected to be completed in October 2024. Fiscal 2021 research, development, test and evaluation (Air Force) funds in the amount $420,232; and non-U.S. Department of Defense participant funds in the amount of $2,150,693 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

National Steel and Shipbuilding Co., San Diego, California, is awarded a $25,641,219 cost-plus-fixed-fee modification to previously awarded contract N00024-16-C-2229 for additional special studies and cost reduction implementation studies in support of the T-AO 205-class fleet replenishment oilers. Work will be performed in San Diego, California, and is expected to be completed by May 2026. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $6,970,894 (91%); and fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $730,000 (9%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

Daniels and Daniels Construction Co., Inc.,* Goldsboro, North Carolina, is awarded a $16,504,451 firm-fixed-price task order (N4008521F5873) under previously-awarded multiple-award construction contract N40085-16-D-6301 for airfield pavement repairs at Marine Corps Air Station Cherry Point. The task order also contains six unexercised options which, if exercised, would increase the cumulative task order value to $22,942,454. Work will be performed in Havelock, North Carolina, and is expected to be completed by February 2023. Fiscal 2021 operation and maintenance (Marine Corps) funds in the amount of $16,504,451 will be obligated at time of award and will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Benaka Inc.,* New Brunswick, New Jersey, is awarded a $16,387,580 firm-fixed-price contract for the renovation of Navy Operational Support Center New York City. Work will be performed in Bronx, New York, and is expected to be completed by December 2022. Fiscal 2021 Navy working capital funds in the amount of $16,387,580 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.sam.gov website, with 10 proposals received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-21-C-2552).

Schuyler Line Navigation Co. (SLNC), Annapolis, Maryland, is awarded a $10,457,250 option (P00007) for contract N3220519C3504. The option is a firm-fixed-price contract with reimbursable elements to support Military Sealift Command’s Sealift Program for employment in worldwide trade for the transportation and/or prepositioning of cargo by the shallow draft tanker MT SLNC Pax. This option is the second of the current contract. The current contract includes a one-year firm period of performance; two one-year options periods; and one 11-month option period. The cumulative value of this contract, if all options are exercised, is $51,436,350. Work will be performed in the Western Pacific Ocean, and is expected to be completed, if all options are exercised, by June 30, 2024. Working capital funds (Navy) in the amount of $10,457,250 for Option Two are currently available for performance under this contract action.  This contract was a small business set-aside with more than 50 companies solicited via the beta.sam.gov website and three offers were received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Northrop Grumman Systems Corp., Sykesville, Maryland, is awarded a $10,385,429 cost-plus-fixed-fee order (N6833521F0519) against a previously issued basic ordering agreement (N6833520G3037). This order provides engineering design for the final stages of development of the advanced recovery control upgrade and establishment of the product baseline for critical design review in support of the aircraft launch and recovery equipment recovery program. Work will be performed in Sykesville, Maryland, and is expected to be completed in July 2022. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $2,690,987; and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $1,794,114 will be obligated at the time of award, $1,794,114 of which will expire at the end of the current fiscal year. The Naval Air Warfare Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Alpha Marine Services LLC, Galliano, Louisiana, is awarded a $9,949,535 option (P00013) for contract N3220520C2257. The option is a firm-fixed-price contract with reimbursable elements to support Military Sealift Command’s contract for the time charter of seven tractor-like tugs in support of Navy bases at Kings Bay, Georgia; and Mayport, Florida. This option is the first of the current contract. The current contract includes a one-year firm period of performance, three one-year options periods; and one 11-month option period. The cumulative value of this contract, if all options are exercised, is $55,177,663. Work will be performed in Kings Bay (50%); and Mayport (50%), and is expected to be completed, if all options are exercised, by June 30, 2025. Working capital funds (Navy) in the amount of $9,949,535 for Option One are currently available for performance under this contract action. This procurement was released under full and open competition, with an unlimited number of companies solicited via the beta.sam.gov website and three offers were received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Northrop Grumman Systems Corp., San Diego, California, is awarded an $8,511,060 modification (P00022) to a previously awarded, fixed-price-incentive-fee, cost-plus-fixed-fee, firm-fixed-price contract (N0001918C1028). This modification converts the main operating base (MOB)-8 (MB-8) secondary system to a MOB primary system; incorporates engineering change proposal (ECP) NG-4288 ultra-high frequency radio removal into MB-8; and incorporates the diminishing manufacturing sources change requests/ECPs into MB-8, and forward operating base (FOB) (FB)-5, and the tooling main operating base.  In addition, this modification procures and installs one MOB validation and verification kit, and one FOB validation/verification kit. Work will be performed in Chantilly, Virginia (42.28%); Kearney Mesa, California (31.21%); Patuxent River, Maryland (8.19%); Jacksonville, Florida (6.08%); Palmdale, California (4.98%); San Diego, California (4.80%); Salt Lake City, Utah (1.22%); Mayport, Florida (1.17%); and Dulles, Virginia (0.07%), and is expected to be completed in December 2022. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $8,511,060 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

*Small business