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 Some of the information contained within may be outdated and links may not function.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. 22, 2021

NAVY

Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is awarded a $353,584,118 fixed-price incentive (firm target) modification (P00034) to a previously awarded contract (N0001918C1037).  This modification provides for the production and delivery of three E-2D Advanced Hawkeye aircraft for the government of France.  Work will be performed in St. Augustine, Florida (27.52%); Syracuse, New York (19.07%); Melbourne, Florida (6.66%); Indianapolis, Indiana (5.32%); Menlo Park, California (4.31%); El Segundo, California (4.21%); Rolling Meadows, Illinois (2.22%); Aire-sure-l’Adour, France (2.16%); Owego, New York (1.62%); Edgewood, New York (1.42%); Marlboro, Massachusetts (1.35%); Woodland Hills, California (1.29%); Greenlawn, New York (1.24%); Windsor Locks, Connecticut (1.15%); various locations within the continental U.S. (20.06%); and various locations outside the continental U.S. (0.42%), and is expected to be completed April 2027.  Foreign Military Sales funds in the amount of $353,584,118 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.

Northrop Grumman Systems Corp., Linthicum, Maryland, is awarded a $245,789,116 modification for the firm-fixed-price portion of a previously awarded contract (M67854-19-C-0043). The total cumulative face value of the contract is $963,173,943. This modification provides for the exercise of five option contract line items to procure eight Ground/Air Task Oriented Radar systems, and associated spares, data, and travel in support of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Linthicum, Maryland, and is expected to be completed in January 2025. Fiscal 2022 procurement (Marine Corps) funds in the amount of $245,789,116 will be obligated at the time of award and will not expire at the end of the current fiscal year. The contract modification was not competitively procured. The base contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-C-0043).

Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $218,162,159 cost-plus-incentive-fee, fixed-price incentive (firm target) modification (P00002) to a previously awarded contract (N0001920C0011).  This modification adds scope to procure long-lead items in support of Lot 16 propulsion systems for F-35 Lighting II Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) customers, and Non-U.S. Department of Defense (DOD) participants.  Work will be performed in Indianapolis, Indiana (44%); Windsor Locks, Connecticut (33%); Bristol, United Kingdom (16%); and Phoenix, Arizona (7%), and is expected to be completed in December 2024.  Fiscal 2021 aircraft procurement (Navy) funds in the amount of $66,812,836; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $56,564,199; FMS funds in the amount of $43,871,979; and Non-U.S. DOD participant funds in the amount of $50,913,145 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.

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $211,223,665 firm-fixed-price undefinitized contract modification (P00001) to an order (N0001921F0398) against a previously issued basic ordering agreement (N0001919G0008).  This modification adds scope to procure ancillary mission equipment in support of Lots 15 and 16 F-35 Joint Strike Fighter production aircraft for the Air Force, Foreign Military Sales (FMS) customers, and non-Department of Defense (DOD) partners.  Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2024.  Fiscal 2021 aircraft procurement (Air Force) funds in the amount of $68,860,141; FMS funds in the amount of $52,813,715; and non-DOD partner funds in the amount of $89,549,809 will be obligated on this 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.

Lockheed Martin Space, Titusville, Florida, is awarded a $70,123,973 fixed-price-incentive, cost-plus-incentive-fee, and cost-plus-fixed-fee modification (P00006) to exercise options under a previously awarded contract (N0003021C0100) for TRIDENT II (D5) missile production and deployed systems support. Work will be performed in Cape Canaveral, Florida (34%); Borgo San Dalmazzo, Italy (13.6%); Johnstown, Pennsylvania (9.9%); Denver, Colorado (6.7%); Titusville, Florida (6.4%); Endicott, New York (6%); Cincinnati, Ohio (3.5%); Sunnyvale, California (2.8%); Modesto, California (2.5%); Merritt Island, Florida (1.8%); City Of Industry, California (1.4%); Rockford, Illinois (1.4%); Kingsbay, Georgia (1%); and other various locations (less than 1.0% each, 9.0% total). Work is expected to be completed Sept. 30, 2026. Fiscal 2021 weapons procurement (Navy) funds in the amount of $4,300,336; and fiscal 2022 weapons procurement (Navy) funds in the amount of $65,823,637 will be obligated on this award, none of which will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, D.C., is the contracting activity.  

JLL-Midnight Sun IFMS LLC*, Vienna, Virginia, is awarded $31,480,019 for indefinite-delivery/indefinite-quantity modification to contract (N69450-19-D-1750). This modification provides for the exercise of Option Year Three for base operating support services at Naval Air Station Jacksonville, Bureau of Medicine and Surgery Jacksonville, and outlying areas.  After award of this option, the total cumulative contract value will be $122,541,987. Work will be performed in Jacksonville, Florida (99%) and outlying areas (1%). This option period is from January 2022 to December 2022. No funds will be obligated at time of award. Fiscal 2022 operation and maintenance, Navy (O&M,N); fiscal 2022 O&M, Marine Corps; fiscal 2022 Navy working capital funds; and fiscal 2022 family housing O&M, N contract funds in the amount of $25,249,105 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Systems Command, Southeast,  Jacksonville, Florida, is the contracting activity.

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a not-to-exceed $30,506,177 undefinitized cost-plus-fixed-fee order (N0001922F1147) against a previously issued basic ordering agreement (N0001919G0029). This order provides non-recurring engineering efforts for the integration, testing, and qualification of the re-designed Data Concentrator Unit (DCU) and Blade Fold Distributor (BFD) units that will mitigate component obsolescence and outdated test equipment used for the DCU and BFD hardware for the CH-53K aircraft. Work will be performed in Torrance, California (65%); Stratford, Connecticut (31%); Fort Worth, Texas (2%); and Owego, New York (2%), and is expected to be completed in May 2024. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $14,733,682 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.

Sikorsky, a Lockheed Martin Co., Stratford, Connecticut, is awarded a $29,457,101 cost-plus-fixed-fee order (N0001922F1147) against a previously issued basic ordering agreement (N0001919G0029). This order procures logistics support analysis and products resulting from production engineering changes and diminishing manufacturing sources and material shortages to include technical publications, logistics support analysis and logistics product data in support of CH-53K aircraft production and fielding. Work will be performed in Stratford, Connecticut (83.01%); Bohemia, New York (7.27%); Windsor Locks, Connecticut (1.11%); various locations within the continental U.S. (7.67%); and various locations outside the continental U.S. (.94%), and is expected to be completed in December 2022. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $15,000,000 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.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $23,792,332 cost-plus-fixed-fee modification (P00767) to a previously awarded contract (N0001902C3002). This modification adds scope to provide support required to implement, integrate, test, and support accreditation of the F-35 in-a-box model and its required interfaces for use in the joint simulation environment. Development and support to integrate the models are required to fulfill operational test and evaluation goals and objectives to validate F-35 Block 3F capabilities in support of the Navy, Marine Corps and Air Force. Work will be performed in Fort Worth, Texas (85%); and Patuxent River, Maryland (15%), and is expected to be completed in July 2023. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $4,000,000; and fiscal 2022 research, development, test and evaluation (Air Force) funds in the amount of $685,858 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.

Honeywell International Inc., Phoenix, Arizona, is awarded a $22,467,124 cost-plus-fixed-fee contract for the development, build and demonstration of the Compact Rubidium Extended Stability Timing (CREST) — a ruggedized atomic clock module with a unique combination of performance and size, weight and power, capable of the absolute accuracy of a commercial cesium beam clock in a VPX-card-like form-factor. The CREST module will be designed to provide uninterrupted Global Positioning System (GPS)-quality timing holdover in challenging military environments. Work will be performed in Phoenix, Arizona, with an expected completion date of Dec. 21, 2026. The maximum dollar value, including a 24-month base period, one 24-month option period and one 12-month option period, is $22,467,124. Fiscal 2021 research, development, test and evaluation (Defense-wide) funds in the amount of $2,630,000 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under long range broad agency announcement (BAA) N00014-21-S-B001. Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-22-C-1043).

Northrop Grumman Systems Corp., San Diego, California, is awarded a $22,163,146 cost-plus-fixed-fee modification (P00016) to a previously awarded contract (N0001920C0025). This modification exercises options to provide software and engineering sustainment services, to include, logistics, cyber security and program related engineering in support the MQ-8 Fire Scout unmanned air systems. Work will be performed in San Diego, California, and is expected to be completed in December 2022. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $6,336,707; and fiscal 2022 aircraft procurement (Navy) funds in the amount of $595,834 will be obligated at time of award, $6,336,707 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Missiles & Defense, Tucson, Arizona, is awarded a $21,164,178 firm-fixed-price, undefinitized contract for the production of the Navy/Marine Corps Expeditionary Ship Interdiction System (NMESIS) naval strike missile (NSM) launcher unit (NLU) and weapon control system (WCS) production representative models. NMESIS is a land-based missile launcher platform that provides the Fleet Marine Force with an anti-ship capability. NMESIS integrates a NLU, capable of launching two NSMs, onto a Remotely Operated Ground Unit for Expeditionary Fires carrier. The NLU is controlled by the WCS located externally in a command and control vehicle. Work will be performed in Kongsberg, Norway (70%); Tucson, Arizona (15%); and Mooresville, North Carolina (15%). Work is expected to be completed in April 2023. Fiscal 2022 research, development, test and evaluation (Marine Corps) funds in the amount of $9,466,190 are being obligated at time of award and will not expire at the end of the current fiscal year. This action is a follow-on production contract in accordance with 10 U.S. Code § 2371b(f). Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-22-D-1000).

Lockheed Martin Corp., Missile and Fire Control, Orlando, Florida, is awarded a $17,554,362 cost-plus-fixed fee order (N0001922F0978) against a previously issued basic ordering agreement (N0001919G0011). This order provides for implementation and required repairs of a software update to the Long Range Anti-Ship Missile that will allow the weapon communication subsystems to meet cryptographic modernization requirements in support of Weapon Data Link retrofit efforts. Work will be performed in Troy, Alabama, and is expected to be completed in December 2024. Fiscal 2022 weapons procurement (Navy) funds in the amount of $2,803,513; and fiscal 2022 operation and maintenance (Navy) funds in the amount of $68,216 will be obligated at the time of award, $68,216 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

L3Harris Technologies, Space and Airborne Systems, Clifton, New Jersey, is awarded an $11,249,980 firm-fixed-price modification (P00008) to an order (N0001919F0046) against a previously issued basic ordering agreement (N0001916G0003). This modification adds scope for the production and delivery of 35 Generation 2 Digital Receiver/Technique Generator production retrofit kits comprised of 210 shop replaceable assemblies and 70 switch board assemblies in support of the ALQ-214. Work will be performed in Clifton, New Jersey (76%); Purchase, New York (14%); and Phoenix, Arizona (10%), and is expected to be completed in December 2023. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $964,284; and fiscal 2021 aircraft procurement (Navy) funds in the amount of $10,285,696 will be obligated on this 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.

Bethel-Garney Federal JV,* Anchorage, Alaska, is awarded a $10,073,000 firm fixed-price task order (N6247322F4129) under a multiple award construction contract (N62473-19-D-1201) for repair of water treatment plant inlet works and clarifier at Naval Air Station Lemoore. The work to be performed provides for all labor, materials, equipment, transportation, supervision, and incidental related work to repair the inlet works and clarifier of the potable water treatment plant, Building 722. Work will be performed in Lemoore, California, and is expected to be completed by July 2023. Fiscal 2022 operation and maintenance, Navy contract funds in the amount of $10,073,000 are obligated on this award and will expire at the end of the current fiscal year. The solicitation was competitively procured on a multiple award construction contract with three proposals received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity.

ARMY

Design West Technologies Inc., Tustin, California (W56HZV-22-F-0088), and HDT Expeditionary Systems Inc., Solon, Ohio (W56HZV-22-F-0089), will compete for each order of the $298,809,296 firm-fixed-price contract for the procurement of 21 chemical, biological, radiological or nuclear filters and filter assembly components. 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 Dec. 22, 2026. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

CWU Inc., Tampa, Florida, was awarded a $104,174,716 modification (P00026) to contract W50NH9-20-C-0002 for highly specialized contract linguist support services. Work will be performed in Augusta and Savannah, Georgia; Edinburgh, Indiana; Fort Meade, Maryland; Trenton, New Jersey; Offutt Air Force Base, Nebraska; Cannon Air Force Base, New Mexico; Fort Bliss and San Antonio, Texas; Hill Air Force Base, Utah; and Fort Pickett, Virginia, with an estimated completion date of Dec. 22, 2022. Fiscal 2022 operation and maintenance, Army funds in the amount of $19,500,850 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

Bechtel National Inc., Reston, Virginia, was awarded a $81,861,474 modification (P00226) to contract W52P1J-09-C-0012 to support the closure of the Pueblo Chemical-Agent Destruction Pilot Plant. Work will be performed in Pueblo, Colorado, with an estimated completion date of Feb. 1, 2025. Fiscal 2022 research, development, test and evaluation, Army funds in the amount of $4,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

CACI Inc., Chantilly, Virginia, was awarded a $42,968,531 modification (P00109) to contract W15QKN-15-C-0049 for continued research and development of the Integrated Personnel and Pay System-Army. Work will be performed in Arlington, Virginia, with an estimated completion date of Sept. 23, 2022. Fiscal 2022 research, development, test, and evaluation, Army funds in the amount of $8,000,000 were obligated at the time of the award. U.S. Army Contracting command, Newark, New Jersey, is the contracting activity. 

Maloney Odin JV,* Novato, California, was awarded a $40,910,123 firm-fixed-price contract for the construction of approximately two miles of varying types of seepage-cutoff walls. Bids were solicited via the internet with two received. Work will be performed in Sacramento, California, with an estimated completion date of Dec. 30, 2022. Fiscal 2018 civil construction and fiscal 2022 non-federal sponsor-contributed funds in the amount of $40,910,123 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W9123822-C-0004). 

R2C Limited Liability Company,* Huntsville, Alabama, was awarded a $34,810,595 firm-fixed-price contract for wireless AT platform test sets. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 21, 2026. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-22-F-0045). 

The Logistics Company Inc.,* Fayetteville, North Carolina, was awarded a $13,797,030 modification (P00017) to contract W91CRB-18-D-0014 for data collection support services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of March 30, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. 

Tetra Tech Inc., Collinsville, Illinois, was awarded an $8,378,340 firm-fixed-price contract to maintain and repair petroleum systems and facilities. Bids were solicited via the internet with five received. Work will be performed in Annville, Pennsylvania; Bangor, Maine; Barnegat, New Jersey; Cape Cod, Massachusetts; Charleston, West Virginia; Chicopee, Massachusetts; Collinsville, Illinois; Coraopolis, Pennsylvania; Dover, Delaware; Egg Harbor Township, New Jersey; Fort Eustis, Virginia; Hampton, Virginia; Hanscom Air Force Base, Massachusetts; Horsham, Pennsylvania; Joint Base Andrews, Maryland; Joint Base McGuire–Dix–Lakehurst, New Jersey; Martinsburg, West Virginia; Mattydale, New York; McGuire Air Force Base, New Jersey; Middle River, Maryland; Middletown, Pennsylvania; Moon Township, Pennsylvania; New Castle, Delaware; New Windsor, New York; Newington, New Hampshire; Niagara Falls, New York; North Kingstown, Rhode Island; Scotia, New York; South Burlington, Vermont; Thule Air Base, Greenland; Westfield, Massachusetts; Westhampton Beach, New York; and Windsor Locks, Connecticut, with an estimated completion date of Dec. 29, 2022. Fiscal 2022 revolving funds in the amount of $8,378,340 were obligated at the time of the award. U.S. Army Corps of Engineers' Engineering and Support Center, Huntsville, Alabama, is the contracting activity (W912DY-22-F-0059). 

DEFENSE LOGISTICS AGENCY

The Wornick Co., doing business as Wornick Foods, Cincinnati, Ohio (SPE3S1-22-D-Z241, $178,726,118); Ameriqual Group LLC, doing business as Ameriqual Foods, Evansville, Indiana (SPE3S1-22-D-Z240, $159,161,933); and Valley Foods Inc., Youngstown, Ohio (SPE3S1-22-D-Z242, $41,098,522), have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE3S1-20-R-0009 for polytray entrée items. This was a competitive acquisition with three offers received. These are five-year contracts with no option periods. Locations of performance are Ohio and Indiana, with a Dec. 21, 2026, ordering period end date. Using military services are Army 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.

AIR FORCE

Goodrich Corps., as part of Collins Aerospace and Raytheon Technologies, Westford, Massachusetts, has been awarded a $146,792,433 delivery order (FA8691-22-F-1000) to previously awarded indefinite-delivery/indefinite-quantity contract FA8620-18-D-3014 for multi-spectral intelligence, surveillance and reconnaissance sensors through the Tactical Reconnaissance Pod Program MS-110 Phase 1b. This contract provides for production, manufacturing, and testing of the new reconnaissance pod systems. Work will be performed in Westford, Massachusetts, and is expected to be completed by Nov. 30, 2025. This contract involves 100 percent Foreign Military Sales (FMS)to Taiwan and is the result of a sole source acquisition. FMS funds in the amount of $146,792,433 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (Awarded Dec. 21, 2021)

SD Construction LLC, Palmer, Alaska (FA5000-22-D-0008); Eklutna Construction & Maintenance LLC, Wasilla, Alaska (FA5000-22-D-0015); Tyonek Construction Services LLC, Anchorage, Alaska (FA5000-22-D-0010); and Orion Construction Inc., Wasilla, Alaska (FA5000-22-D-0011), have been awarded a $99,000,000 indefinite-delivery/indefinite-quantity multiple award construction contract for projects on Joint Base Elmendorf-Richardson, Alaska. Worked is expected to be completed by Dec. 21, 2026. This award is the result of a competitive small business set-aside and 14 proposals were received. Fiscal 2022 operations and maintenance funds in the amount of $933,000 are being obligated at the time of award. The 673rd Contracting Squadron, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity.

Vertex Aerospace LLC, Madison, Mississippi, has been awarded a $26,000,000 task order (FA8134-22-F-6005) under the firm-fixed-price, indefinite-delivery/indefinite-quantity contract FA8106-17-D-0001 for C-12 contractor logistic support services. Work will be performed in Madison, Mississippi; San Angelo, Texas; Okmulgee, Oklahoma; Buenos Ares, Argentina; Gaborone, Botswana; Brasilia, Brazil; Bogota, Colombia; Cairo, Egypt; Accra, Ghana; Tegucigalpa, Honduras; Budapest, Hungary; Joint Base Andrews, Maryland; Nairobi, Kenya; Rabat, Morocco; Manila, Philippines; Riyadh, Saudi Arabia; Bangkok, Thailand; Ankara, Turkey; Edwards Air Force Base, California; Holloman AFB, New Mexico; Joint Base Elmendorf-Richardson, Alaska; Oslo, Norway; and Yokota Air Base, Japan, and is expected to be completed by Dec. 31, 2022. The cumulative face value of the contract is $184,000,000. Fiscal 2022 research, development, test, and evaluation; operations and maintenance; and Foreign Military Sales funds in the amount of $24,757,261 will be obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $22,569,883 modification (P00020) to previously awarded contract FA8620-20-C-2009 for MQ-9 contractor logistics support. Work will be performed in Poway, California, and is expected to be completed by June 30, 2022. This contract involves 100% Foreign Military Sales (FMS) to France. FMS funds in the amount of $22,569,883 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

DEFENSE HEALTH AGENCY

Humana Government Business Inc., Louisville, Kentucky, was awarded a $121,895,674 modification to a previously awarded fixed-price T2017 East Managed Care Service Contract (HT9402-16-C-0001). This modification implements changes to the Military Health System required by the 2017 National Defense Authorization Act, specifically, the replacement of TRICARE Extra and TRICARE Standard health programs with TRICARE Select. Work will be performed throughout the eastern region of the continental U.S. at military service component sites, contractor call center, and within an integrated healthcare provider network, with a period of performance of Jan. 1, 2017, to Dec. 31, 2022. Fiscal 2018, 2019, 2020, and 2021 operation and maintenance funds are being obligated at time of award. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. (Awarded Dec. 14, 2021)

DEFENSE FINANCE AND ACCOUNTING SERVICE

Ernst and Young LLP, New York, New York, is being awarded a labor-hour contract option with a maximum value of $20,183,833 for audit services for the Department of Defense Office of Inspector General audits of the Defense Logistics Agency financial statements, with an expected completion date of Dec. 31, 2022. This contract is the result of a competitive acquisition for which two quotes were received. The modification brings the total cumulative face value of the contract to $40,880,834 from $20,697,001. Fiscal 2022 operation and maintenance funds in the amount of $20,183,833 are being obligated at the time of the award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-21-F-0010). 

*Small business