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 Some of the information contained within may be outdated and links may not function.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 Nov. 1, 2021

U.S. SPECIAL OPERATIONS COMMAND

Lockheed Martin Aerospace, Marietta, Georgia, was awarded a $250,000,000 single-award indefinite-quantity/indefinite-delivery contract (H92408-22-D-0001) for Integrated Tactical Mission Systems engineering and integration support. This requirement aims to bring Special Forces a system-of-system aircraft computer interface allowing multiple, contrasting systems to better communicate for more synchronized system feedback. The period of performance is five years with three one-year options. Fiscal 2022 research, development, test and evaluation funds in the amount of $2,120,229 are being obligated at the time of award. This contract was a sole source award and is in accordance with Federal Acquisition Regulation 6.302.1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity.

ARMY

CDM Smith Bay-West JV, Boston, Massachusetts (W9128F-22-D-0011); Weston Solutions Inc., Chester, Pennsylvania (W9128F-22-D-0009); CAPE/USAE JV LLC,* Norcross, Georgia (W9128F-22-D-0008); APTIM Federal Services Inc., Baton Rouge, Louisiana (W9128F-22-D-0007); AECOM Technical Services Inc., Los Angeles, California (W9128F-22-D-0006); Hydrogeologic Inc.,* Reston, Virginia (W9128F-22-D-0005); Tetra Tech Inc., Omaha, Nebraska (W9128F-22-D-0004); Arcadis U.S. Inc., Highlands Ranch, Colorado (W9128F-22-D-0003); Jacobs Government Services Inc., Arlington, Virginia (W9128F-22-D-0002); EA Engineering, Science and Tech Inc., Hunt Valley, Maryland (W9128F-22-D-0001); and Parsons Government Services Inc., Denver, Colorado (W9128F-22-D-0010), will compete for each order of the $240,000,000 firm-fixed-price contract for environmental remediation services. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 31, 2026.  U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

Alpha Communications Services, Fairfax Station, Virginia, was awarded a competitive, single-award indefinite-delivery/indefinite-quantity contract with a ceiling value of $40,000,000 for the provision of non-personal services for audiovisual, visual information, video teleconference, and videophone support services in support of the Defense Information Systems Agency and the Department of Defense Fourth Estate agencies. The first task order, valued at $14,435,734, is funded by fiscal 2022 operations and maintenance funds. Primary performance will be at Defense Information Systems Agency headquarters, Fort Meade, Maryland.  Proposals were solicited via the sam.gov website, and three proposals were received. The ordering period is Nov. 1, 2021 – Oct. 31, 2026. The Defense Information Technology Contracting Organization, National Capital Region, Fort Meade, Maryland, is the contracting activity (HC1047-22-D-0001).

AIR FORCE

Space Dynamics Laboratory, North Logan, Utah; and Republic of Korea, has been awarded a $28,952,142 contract for the support and sustainment of the tasking, collection, processing, exploitation and dissemination of data for the Republic of Korea Global Hawk. Work will be performed at Osan Air Base, Republic of Korea, and is expected to be completed by Nov. 30, 2024. This contract involves 100% Foreign Military Sales (FMS) to the Republic of Korea and is the result of a sole-source acquisition. Fiscal 2022 and FMS funds in the amount of $28,952,142 are being obligated at the time of award. Warner Robins Air Force Base, Georgia, is the contracting activity (FA8527-22-C-0001).

Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $25,933,902 firm-fixed-price modification (P00005) to task order FA8214-21-F-0078 to exercise Options Three, Four and Five under the Ground Subsystems Sustainment contract (FA8214-15-D-0001) for the Minuteman III Remote Visual Assessment II. Work will be performed in Ogden, Utah; Malmstrom Air Force Base, Montana; Minot AFB, North Dakota; and F.E. Warren AFB, Wyoming, and is expected to be completed by Nov. 30, 2022. Fiscal 2022 missile procurement funds in the amount of $25,933,902 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

The Johns Hopkins University, Applied Physics Laboratory LLC, Laurel, Maryland, has been awarded a $9,609,797 task order (FA8819-22-F-1000) to previously awarded indefinite-delivery/indefinite-quantity contract FA8819-18-D-0009 for Space Domain Awareness engineering and analysis in support of the development, technical assessment, evaluation and independent review of identified prototype and deployed systems. Work will be performed at Los Angeles Air Force Base, California, and is expected to be completed by May 10, 2025. The Space Systems Command, Los Angeles AFB, California, is the contracting activity. 

NAVY

Lockheed Martin Corp., Rotary and Mission Systems, Syracuse, New York, is awarded a $14,416,259 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-18-C-5300 to exercise options for AN/SLQ-32(V)6 design agent engineering support and travel. Work will be performed in Syracuse, New York, and is expected to be completed by November 2022. Fiscal 2022 other procurement (Navy) funds in the amount of $2,624,000 (81%); and fiscal 2022 operations and maintenance (Navy) funds in the amount of $600,000 (19%) funding will be obligated at time of award, of which funds in the amount of $600,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Boeing Co., Seattle, Washington, is awarded a $13,540,626 modification (P00012) to a cost-plus-fixed-fee order (N0001917F2017) against a previously issued basic ordering agreement (N0001916G0001). This modification exercises an option to perform 24 modifications in support of the Increment Three Block One retrofit as well as the procurement, manufacture and assembly of 25 additional retrofit kits supporting engineering change five for existing  P8-A Poseidon aircraft. Work will be performed in Seattle, Washington, and is expected to be completed in December 2023. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $13,540,626 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.

SSK Industries Inc.,* Lebanon, Ohio, is awarded a $12,649,165 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides critical safety items and life support for non-developmental Electronic Automatic Activating Device end items, associated replacement parts, and related original equipment manufacturer overhauls required by Navy Special Operations Forces for use in the Ram-Air Parachute Systems used throughout the Department of Defense. Work will be performed in Lebanon, Ohio, and is expected to be completed in October 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 Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893622D0001).

DEFENSE LOGISTICS AGENCY

AFH Logistics Services LLC,* Downers Grove, Illinois, has been awarded a maximum $14,010,644 firm-fixed-price contract for commercial cold storage of government-owned operational rations. This was a competitive acquisition with three responses received. This is a five-year base contract with five one-year option periods. Locations of performance are Illinois and Alabama, with a Nov. 11, 2026, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2022 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency, New Cumberland, Pennsylvania (SP3300-22-D-0001).

*Small business