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 Some of the information contained within may be outdated and links may not function.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. 5, 2021

AIR FORCE

Lockheed Martin Corp., Fort Worth, Texas, has been awarded a $10,863,000,000 indefinite-delivery/indefinite-quantity contract for Advanced Raptor Enhancement & Sustainment (ARES) for the F-22 Program Office. This contract vehicle provides support for the necessary supplies and services to sustain and modernize the F-22 Raptor, including modernization hardware kit procurement and services such as upgrades, enhancements and fixes, as well as performance-based logistics services. The location of performance is Fort Worth, Texas, and if all options are utilized, work is expected to be completed by Oct. 31, 2031. This award is the result of a sole source acquisition. Fiscal 2021 research, development, test, and evaluation funds in the amount of $200,000 are being obligated on the first delivery order at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8611-22-D-0001). There is known congressional interest pertaining to this acquisition.

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $97,336,915 firm-fixed-price contract modification (P00007) to previously awarded contract FA8682-21-C-0001. The contract modification is for 94 Lot 20 Joint Air-to-Surface Standoff Missile – Extended Range missiles with containers. Work will be performed in Orlando, Florida; and Troy, Alabama, and is expected to be completed by June 30, 2026. This award is the result of a sole-source acquisition. Fiscal 2020-2022 missile procurement funds in the amount of $97,336,915 are being obligated at the time of award, and the total cumulative face value of the contract is $536,515,914. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

Security 1 Solutions LLC, Gaithersburg, Maryland, was awarded a firm-fixed and labor hours contract (HQ003422C0005). The amount of this action is $119,301,880. The purpose of this contract is to provide the Pentagon Force Protection Agency contracted security personnel to provide protection of its facilities, physical assets, and all other related operational activities for designated locations within the National Capital Region. This responsibility includes security of the buildings; identification passes, anti-terrorism, and force protection; chemical biological, radiological, and nuclear protection and detection, and other key functions. Work will be performed at the Pentagon and the Mark Center. Fiscal 2022 funds will be obligated in the amount of $5,039,736 at the time of award (Building Maintenance Fund, Defense in the amount of $4,427,316; and Pentagon Reservation Maintenance Revolving Fund, Defense in the amount of $612,420.  Funds in the amount of $5,039,736 will be obligated at the time of the award. The expected completion date is Nov. 4, 2026. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

NAVY

Lockheed Martin Sippican Inc., Marion, Massachusetts, is awarded a $105,668,584 firm-fixed-price modification to previously-awarded contract N00024-16-C-6412 to exercise options for the production of MK 48 Mod 7 guidance and control sections and MK 48 Mod 7 Common Broadband Advanced Sonar System kits. This modification is in support of the MK54 MOD 7 heavyweight torpedo program. Work will be performed in Syracuse, New York (60%); Clearwater, Florida (25%); Braintree, Massachusetts (10%); and Marion, Massachusetts (5%), and is expected to be completed by December 2025. Fiscal 2021 weapons procurement (Navy) in the amount of $105,668,584 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. 

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a not-to-exceed $66,637,726 undefinitized contract action modification to previously awarded contract N00024-20-C-2120 for lead yard support and development studies and design efforts related to Virginia-class submarines. Work will be performed in McLeansville, North Carolina (34%); Riviera Beach, Florida (26%); Annapolis, Maryland (21%); and Hanover, Maryland (19%), and is expected to be completed by November 2024. Fiscal 2022 research, development, test, and evaluation (Navy) $5,557,989 funding will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured. The statutory authority for this sole source award is in accordance with Defense Federal Acquisition Regulation 6.302-1(a)(2)(iii) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a not-to-exceed $64,179,305 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides non-recurring engineering support to integrate the Next Generation Jammer Low Band Pod System onto the EA-18G platform. These services include design and qualification of platform A-kit provision, aircraft/pod system physical interface analysis, wind tunnel test, ground vibration test, technical directive development and verification, and all logistics product data to support the program life cycle. Work will be performed in St. Louis, Missouri (78%); Patuxent River, Maryland (19%); and China Lake, California (3%), and is expected to be completed in October 2026. No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued. 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 (N0001922D0001). 

Triumph Engine Control Systems LLC, West Hartford, Connecticut, is awarded a $12,142,360 firm-fixed-price contract for the repair of the enhanced digital engine control unit associated with the T700 engine used on UH-60 aircraft. The contract will include a five-year base period with no options and is expected to be completed by November 2026. All work will be performed in West Hartford, Connecticut. No funds will be obligated at time of award. Annual working capital (Navy) funds will be obligated as individual task orders are issued, and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (C), and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-22-D-ZR01).  

Perspecta Engineering Inc., Chantilly, Virginia, is awarded an $8,515,106 cost-plus-fixed-fee order (N0001922F0899) against a previously issued basic ordering agreement (N0001921G0010). This order provides for the ongoing design, development, integration and delivery, to include documentation, training, testing, performance analysis and requirements analysis of various theater mission planning center subsystems in support of Tomahawk weapons systems. Work will be performed in Santa Clara, California (72.43%); San Diego, California (6.83%); Meridian, Idaho (2.11%); Honolulu, Hawaii (1.65%); Stafford, Virginia (1.17%); and various locations within the continental U.S. (15.81%), and is expected to be completed in November 2022. Fiscal 2022 other procurement (Navy) funds in the amount of $8,515,106 will be obligated at the 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.

DEFENSE LOGISTICS AGENCY

Luminex Corp., Austin, Texas, has been awarded a maximum $48,125,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE2DH-16-R-0002 for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog. This was a competitive acquisition with 169 responses received. This is a five-year contract with no option periods. Location of performance is Texas, with a Nov. 4, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2022 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-22-D-0002).

ARMY

Skanska USA Building Inc., San Antonio, Texas, was awarded a $42,335,000 firm-fixed-price contract for the design, bid and build construction of building upgrades and laboratory modernization for the U.S. Department of Agriculture Knipling-Bushland Livestock Insects Research Laboratory in Kerrville, Texas. Bids were solicited via the internet with three received. Work will be performed in Kerrville, Texas, with an estimated completion date of Oct. 9, 2024. Fiscal 2010 buildings and facilities, Agricultural Research Service funds in the amount of $42,335,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-22-C-0002). 

*Small business