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 Some of the information contained within may be outdated and links may not function.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 Sept. 13, 2021

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $2,014,074,283 cost-plus-fixed-fee, cost-plus-incentive-fee, fixed-price-incentive-fee contract definitization. This contract provides logistics support, to include ground maintenance activities, action request resolution, depot activities, automatic logistics information system operations and maintenance, reliability and maintainability, supply chain management, pilot training, maintainer training, and training system sustainment in support of delivered F-35 Lightning II Joint Strike Fighter air systems for the Navy, Marine Corps, Air Force, Foreign Military Sales (FMS) customers and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas (57%); Orlando, Florida (26%); Greeneville, South Carolina (11%); Samlesbury, United Kingdom (4%); and El Segundo, California (2%), and is expected to be completed in December 2021. Fiscal 2021 operation and maintenance (Air Force) funds in the amount of $822,014,213; fiscal 2021 operation and maintenance (Marine Corps) funds in the amount of $382,221,083; fiscal 2021 operation and maintenance (Navy) funds in the amount of $176,725,435; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $2,292,773; fiscal 2021 aircraft procurement (Navy) funds in the amount of $1,210,802; FMS funds in the amount of $217,257,071; and non-U.S. DOD participant funds in the amount of $412,352,906 will be obligated at time of award, $1,380,960,731 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Defense Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001921C0020).

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed $411,810,561 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity undefinitized contract. This contract procures initial spares to include global spares packages, base spares packages, deployment spares packages, and afloat spares packages in support of F-35 Lightning II Joint Strike Fighter air vehicle delivery schedules for the Navy Marine Corps, Air Force, non-U.S. Department of Defense participants, and Foreign Military Sales customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in September 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001921D0001).

BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, was awarded a $25,079,996 cost-plus-award-fee modification on to exercise an option to previously awarded contract N00024-20-C-2320 for the accomplishment of post shakedown availability for Freedom-variant littoral combat ship LCS 21. Work will be performed in Mayport, Florida, and is expected to be completed by Sept. 30, 2022. Fiscal 2021 shipbuilding and conversion (Navy) funding in the amount of $10,568,942 (42%) will be obligated at the 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. (Awarded Sept. 10, 2021)

Jabez-Absher-1 JV,* Orting, Washington, is awarded a $20,805,000 design-bid-build, firm-fixed-price task order (N44255-21-F-4381) under a multiple award construction contract for the seismic repairs and life safety improvements to Building 431, Puget Sound Naval Shipyard, Washington. The work to be performed includes demolition, abatement, excavation, placement of micropiles, reinforcement of existing pile caps, placing grade beams and concrete slabs, reinforcing walls, constructing pilasters and spandrels, modifications and repair of existing masonry, modifications to steel structure, existing architectural conditions, plumbing, piping, and heating, ventilation and air conditioning, existing low voltage electrical systems, existing fire suppression and fire alarm system, building controls, and salvage and reinstallation of existing government-owned equipment. Work will be performed in Bremerton, Washington, and is expected to be completed by August 2023. Fiscal 2021 operation and maintenance, (Navy) contract funds in the amount of $20,805,000 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. Naval Facilities Engineering Systems Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4037).  

Science Applications International Corp., Reston, Virginia, was awarded an $11,691,110 indefinite-delivery/indefinite-quantity contract including cost-plus-fixed-fee and cost only provision for services, and firm-fixed-price provisions for spare parts in support of the MK 695 Torpedo System Test Set (TSTS). This contract combines purchases for the U.S. government (50%); and the government of the Netherlands (50%) under the Foreign Military Sales program. The services under this contract cover repair services, obsolescence management, prototype spares hardware and software fabrication and on-site technical assistance. This contract includes options which, if exercised, would bring the cumulative value of this contract to $24,476,114. Work will be performed in government site locations (10%) and contractor site locations (90%). Work will be performed in Newport and Middletown, Rhode Island; New London, Connecticut; and Hanover, Maryland, and is expected to be completed by September 2026, if all options are exercised. Foreign Military Sales funds (NE-P-LHP) in the amount of $50,000 (50%); and fiscal 2021 weapons procurement (Navy) funds in the amount of $50,000 (50%) will be obligated at time of award. This contract was competitively procured via the Federal Business Opportunities website with two acceptable offers received. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity. (Awarded Sept. 10, 2021)

DEFENSE INFORMATION SYSTEMS AGENCY

Lumen Technologies Government Solutions Inc., Herndon, Virginia, was awarded a non-competitive, single award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the continued operations and maintenance support for dark fiber and commercial facilities in the continental U.S. to support the Department of Defense. The total amount of all orders placed against the contract shall not exceed $196,475,450.  The guaranteed minimum amount is $1,000 and will be satisfied through an initial task order awarded with the basic contract using fiscal 2022 operation and maintenance funds. Primary performance will be at the contractor’s facility.  The period of performance is Oct. 1, 2021 – Sept. 30, 2028.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-21-D-0010).

DEFENSE LOGISTICS AGENCY

Crowley Government Services Inc., Jacksonville, Florida, has been awarded a maximum $192,375,002 firm-fixed-price contract for services and related contractor-owned, contractor-operated fuel storage facilities with capabilities to receive, store, protect and ship aviation grade JP-5 turbine fuel and commercial grade Jet A-1 fuel. This was a competitive acquisition with five responses received. This is a four-year base contract with one five-year option period. Locations of performance are Florida and Australia, with a Sept. 12, 2025, performance completion date. Using customers are Pacific Air Forces and Pacific Fleet. Type of appropriation is fiscal 2021 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-21-C-5019). 

Wornick Foods, Cincinnati, Ohio (SPE3S1-21-D-Z133, $57,414,054); and AmeriQual Group, LLC, doing business as AmeriQual Foods, Evansville, Indiana (SPE3S1-21-D-Z134, $50,126,40), have each been awarded a fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE3S1-21-R-0001 for the production and delivery of Meals, Ready-to-Eat wet pack fruit components. These were competitive acquisitions with two responses received. These are five-year contracts with no option periods. Locations of performance are Ohio and Indiana, with an Oct. 30, 2026, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2022 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ARMY

AECOM Technical Services Inc., Sacramento, California (W91238-21-D-0002); HDR GEI JV, Folsom, California (W91238-21-D-0003); Kleinfelder-Stantec USACE A Joint Venture, San Diego, California (W91238-21-D-0004); and Tetra Tech-Black & Veatch JV, Irvine, California (W91238-21-D-0005), will compete for each order of the $110,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 12, 2024. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity.

Nordic PCL Construction Inc., Honolulu, Hawaii, was awarded a $49,428,661 firm-fixed-price contract to repair buildings. Bids were solicited via the internet with four received. Work will be performed at Schofield Barracks, Hawaii, with an estimated completion date of Feb. 8, 2024. Fiscal 2021 research, development, test and evaluation, Army funds in the amount of $49,428,661 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-21-C-0004).

Science Application International Corp., Reston, Virginia, was awarded a $40,672,323 modification (P00011) to contract W52P1J-20-C-0010 to support the Army Enterprise Service Desk. Work will be performed in Reston, Virginia, with an estimated completion date of March 25, 2023. Fiscal 2021 operation and maintenance, Army funds in the amount of $7,967,739 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Contrack Watts Inc., McLean, Virginia, was awarded a $26,845,944 firm-fixed-price contract for design and construction of a non-permanent modular billeting facility at Prince Sultan Air Base. Bids were solicited via the internet with six received. Work will be performed in Saudi Arabia, with an estimated completion date of Sept. 11, 2023. Fiscal 2021 military construction, defense-wide funds in the amount of $26,845,944 were obligated at the time of the award. U.S. Army Corps of Engineers, Middle East District, is the contracting activity (W912ER-21-C-0022).

Battelle Memorial Institute, Columbus, Ohio, was awarded a $12,374,452 modification (P00017) to contract W9132V-19-F-0005 for systems engineering and technical assistance support/expertise for technical, analytical, management, training and testing services. Work will be performed in Alexandria, Virginia, with an estimated completion date of Sept. 28, 2022. Fiscal 2021 other procurement, Army funds in the amount of $200,000 were obligated at the time of the award. U.S. Army Corps of Engineers' Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity.

HTL-STREFA,* Marietta, Georgia, was awarded an $8,232,400 modification (P00008) to contract W911SR-20-C-0049 to support air freight costs to ship needles and syringes. Work will be performed in Marietta, Georgia, with an estimated completion date of Nov. 30, 2021. Fiscal 2010 research, development, test and evaluation, Army funds in the amount of $8,232,400 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

AIR FORCE

BAE Systems Information and Electronic Systems Integration Inc., Totowa, New Jersey, has been awarded a $7,501,140 order (FA8523-21-F-0051) against indefinite-delivery/indefinite-quantity contract FA8523-18-D-0001. This order provides for ALR-56M Radar Warning Receiver F-16 Block Cycle E Operational Flight Program and Mission Data File Generator software updates. Work will be performed in Totowa, New Jersey, and is expected to be completed by Sept. 12, 2023. This award is the result of a sole source acquisition. Fiscal 2021 operation and maintenance funds in the amount of $7,501,140 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. 

*Small business