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 Some of the information contained within may be outdated and links may not function.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 Dec. 9, 2021

NAVY

KBR Services LLC, Houston, Texas (N62742-16-D-3551); Vectrus Systems Corp., Colorado Springs, Colorado (N62742-16-D-3552); IAP-ECC LLC, Cape Canaveral, Florida (N62742-16-D-3553); FLUOR Intercontinental Inc., Greenville, South Carolina (N62742-16-D-3554); and AECOM Technical Services Inc., Los Angeles, California ( N62742-16-D-3555), are awarded a combined $800,000,000 cost-plus-award-fee modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract to provide global contingency services. The work includes incidental construction to quickly provide short-term facility support services in support of natural and manmade disasters, humanitarian assistance, and the full range spectrum of military operations; and projects with similar characteristics. After award of this modification, the total cumulative contract value will be $1,700,000,000. The work will be performed in worldwide and contingency environments. The Naval Facilities Engineering Systems Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Emprise Corp., Ledyard, Connecticut (N3220519D1001), is awarded a modification to the previously awarded, single-award, indefinite-delivery/indefinite-quantity contract. This modification is valued at $80,374,962, increasing the total contract ceiling from $96,470,026 to $176,844,988. This contract is for services and supplies in support of Military Sealift Command’s (MSC) Shipboard Automated Maintenance Management System aboard the command’s fleet of ships. This contract provides non-personal engineering support services to MSC, Navy, and National Oceanic and Atmospheric Administration (NOAA) for the MSC Engineering Maintenance Management Systems. These systems utilize both preventive and predictive maintenance technologies to assist in both optimizing equipment performance and ensuring that the appropriate level of vessel readiness is maintained. Work will be performed worldwide, with an expected completion date of Dec. 10, 2023. The maximum dollar value of this award is now $176,844,988. Working capital funds (Navy) for the appropriate fiscal year are obligated at time of task order award throughout the 5-year ordering period. This single-award contract was procured under solicitation number N3220518R1000 via the government-wide Point of Entry website. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Huntington Ingalls Inc. - Ingalls Shipbuilding, Pascagoula, Mississippi, is awarded a $60,425,462 not-to-exceed undefinitized contract action for integration of four Joint Strike Fighter engineering change proposals in support of one amphibious assault ship (General Purpose) replacement (LHA(R)) Flight 1 Ship (LHA 8). Work will be performed in Pascagoula, Mississippi (72%); Chesapeake, Virginia (25%); and Philadelphia, Pennsylvania (3%), and is expected to be completed by July 2024. Fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $30,212,731 will be obligated at award and will not expire at the end of the current fiscal year. The obligation amount represents 50% of the not-to-exceed price, in accordance with Defense Federal Acquisition Regulation 217.7404-4 — limitations on obligations. 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 requirement. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-16-C-2427).

S&B, doing business as WG Henschen,* Scottsdale, Arizona (N6893622D0003); Pacific IC Source,* Yucaipa, California (N6893622D0004); Vizocom ICT LLC,* El Cajon, California (N6893622D0005); Pacific Component Xchange Inc.,* Huntington Beach, California (N6893622D0006); and Laguna Components Inc.,* Laguna Beach, California (N6893622D0007), are each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The estimated aggregate ceiling for all contracts is $49,000,000, with the companies having an opportunity to compete for individual orders. These contracts procure various types of instrumentation and electronic components technology to include integrated circuits, resistors, capacitors, connectors, wire braid, cables, and diodes, flex circuits, radio, electronic sub-assemblies, receivers, semi-conductors, plugs, global position system components, terminal blocks, antennas, fuses, relays, as well as maintenance, repair, calibration and installation services for the instrumentation and electronic components. Work will be performed at Scottsdale, Arizona; Yucaipa, California; El Cajon, California; Huntington Beach, California; and Laguna Beach, California (90%); and China Lake, California (10%), and is expected to be completed in December 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 competitively procured as a small business set-aside; five offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.

Hornbeck Offshore Operators LLC, Covington, Louisiana, was awarded a $26,674,930 firm-fixed-price with reimbursable elements contract (N3220522C4177) for long-term charter of one U.S.-flagged, Jones Act compliant, stern landing vessel HOS Resolution to support the Marine Corps Warfighting Laboratory’s experimentation and exercise requirements in both littoral and open-ocean operating environments. This contract includes a 12-month base period with three 12-month option periods, which, if exercised, would bring the cumulative value of this contract to $56,333,778. Work will be performed off the U.S. West Coast and is expected to be completed, if all options are exercised, by November 2025. Research, development, test, and evaluation (Navy) funds in the amount of $26,674,930 are obligated for fiscal 2022, and will expire at the end of fiscal 2024. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website and one offer was received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220522C4177). (Awarded Nov. 29, 2021)

Amentum Services Inc., Germantown, Maryland, is awarded a $26,435,245 cost-plus-incentive-fee contract modification under contract N62742-17-C-3570. This modification provides for the exercise of the fifth option period under for various support services to Department of Defense components conducting humanitarian assistance, civic assistance, minor military construction projects, contingency efforts, supporting various exercises, and other projects. After award of this option, the total cumulative contract value will be $176,724,820. Work will be performed at various locations in Southeast Asia, South Asia and Oceania. This option period is from January 2022 to December 2022. Fiscal 2022 operation and maintenance (Navy) contract funds in the amount of $4,300,000 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $20,481,366 modification (P00012) to a previously awarded, cost-plus-fixed-fee contract (N0001920C0032). This modification adds scope to provide non-recurring engineering for the selected F-35 “Out the Window” replacement solution in support of full mission simulator production for the Air Force, Navy, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Orlando, Florida, and is expected to be completed in March 2024. Fiscal 2021 aircraft procurement (Air Force) funds in the amount of $8,392,099; fiscal 2020 aircraft procurement (Navy) funds in the amount of $8,392,098; and non-DOD participants funds in the amount of $3,697,169 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.

General Electric Co., Cincinnati, Ohio, is awarded a $19,324,546 firm-fixed-price, basic ordering agreement order (N64498-22-F-4001) for the procurement of three LM2500 Paired Blade Turbine High Pressure Turbine (HPT) kits and two Single Shank Turbine HPT kits. Work will be performed in Cincinnati, Ohio, and is expected to complete December 2022. Fiscal 2022 operation and maintenance (Navy) funding in the total amount of $19,324,546 will be obligated at time of award, and will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this order was not competitively procured — 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. 

East Coast Repair, Portsmouth, Virginia, is awarded an $8,719,597 firm-fixed-price contract (N3220522C4198) for an 85-calendar day shipyard availability for the mid-term availability of the Military Sealift Command’s fleet oiler USNS Grumman (T-AO 195). This contract includes a base period and four options which, if exercised would bring the cumulative value of this contract to $9,006,443. Work will be performed in Portsmouth, Virginia, and will begin Jan. 5, 2022, and is expected to be completed by March 31, 2022. Working capital funds (Navy) in the amount of $8,719,597 are obligated for fiscal 2022 and will not expire at the end of the fiscal year. This contract was a small business set-aside with proposals solicited via the Government Point of Entry website and six offers received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220522C4198).

AIR FORCE

AAR Government Services Inc., Wood Dale, Illinois, has been awarded a $365,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for F-16 systems program office support at Hill Air Force Base, Utah. This contract provides for F-16 depot work as well as Service Life Extension Program overhauls for Air Force F-16s. Work will be performed at Bydgoszcz, Poland; Droogdokkeneilan, Netherlands; and Clearfield, Utah, and is expected to be completed by Dec. 9, 2032. This award is the result of a competitive source selection. Fiscal 2021 procurement funds in the amount of $766,495 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill AFB, Utah, is the contracting activity (FA8232-22-D-0005).

ARMY

BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded an $8,504,429 firm-fixed-price contract for the replacement of Primac-Multimatic fire protection systems. Bids were solicited via the internet with one received. Work will be performed in Radford, Virginia, with an estimated completion date of Feb. 29, 2024. Fiscal 2020 and 2021 ammunition procurement, Army funds in the amount of $8,504,429 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-22-F-0022).

UPDATE: Mallory Safety and Supply LLC,* Longview, Washington (W911QY-22-D-0002), was added to a multiple award, indefinite-delivery/indefinite-quantity contract (W911QY-20-D-0032) announced on Aug. 26, 2020, for the Cold Weather Glove System. All other information in the original announcement remains the same. 

*Small business