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 Some of the information contained within may be outdated and links may not function.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 Feb. 10, 2022

NAVY

The Charles Stark Draper Laboratory, Cambridge, Massachusetts, is awarded a $161,059,197 option under modification (P00001) to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00030-21-C-0008) to provide design analysis, testing, procurement, and manufacturing of circuit card assemblies, interferometric fiber optic gyros, accelerometers, and material for service life related upgrades of inertial measurement units (IMU), electronic assemblies (EA), electronic modules (EM), and MK6 guidance system-related components. The contract provides the labor and consumable material required to meet approved drawings for the guidance subsystem’s ongoing Strategic Systems Program Alteration (SPALT) of MK6 MOD I guidance systems and MK6 MOD I SPALT material procurements. The contract also provides for the procurement of end item material required to perform the MOD I SPALT of the MOD 0 guidance systems and the failure verification, test, repair, and re-certification of IMUs, EAs, EMs, and other MK6 guidance system-related components. Work will be performed in Cambridge, Massachusetts (25.1%); Pittsfield, Massachusetts (37%); Clearwater, Florida (32.3%); and East Aurora, New York (5.6%), with an expected completion date of July 30, 2025. The option will be fully funded with fiscal 2022 and fiscal 2021 weapons procurement (Navy) and United Kingdom funds, obligated at the time of award. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1) and (4). Strategic Systems Programs, Washington, D.C., is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Owego, New York, is awarded a $28,579,847 firm-fixed-price modification (P00011) to an order (N0001920F0350) against a previously issued basic ordering agreement (N0001919G0029). This modification exercises an option to procure MH-60R/S aircraft mission computer (MC) and flight management computer (FMC) retrofit kits, wiring kits, and Lynx licenses. The quantities are as follows: 190 MC Generation III/V configuration to GEN 3i/5i MC kits (96 for the Navy, 70 for Naval Supply, 19 for the government of Australia, and five for the government of Denmark); 15 FMC Generation VI configuration to GEN 3i/5i FMC kits (10 for the Navy and five for the Kingdom of Saudi Arabia); 194 MC Generation III/V FMC configuration to GEN 3i/5i FMC kits (114 for the Navy, 51 for Naval Supply, 19 for the government of Australia, five for the government of Denmark, and five for the Kingdom of Saudi Arabia); 200 wiring kits (187 for the Navy, six for the government of Australia, five for the Kingdom of Saudi Arabia, and two for the government of Denmark); and 1,250 Lynx licenses for the Navy. Work will be performed in Owego, New York (97%); and Clearwater, Florida (3%), and is expected to be completed in November 2024. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $24,471,290; and Foreign Military Sales customer funds in the amount of $4,108,557 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.

Sealift Inc. of Delaware, Oyster Bay, New York, is awarded a $16,790,000 firm-fixed-price with reimbursable elements contract (N3220522C4180) for time charter of one U.S. flagged prepositioning vessel M/V Major Bernard F. Fisher, to provide support for the Air Force’s preposition requirements. This contract includes a 12-month base period with three 12-month option periods and one 11-month option period, which, if exercised, would bring the cumulative value of this contract to $71,839,780. Work will be performed worldwide and is expected to be completed if all options are exercised, by June 22, 2027. Working capital funds (Transportation) in the amount of $16,790,000 are obligated for fiscal 2022, and will expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the beta.sam.gov website and one offer was received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220522C4180).

Lyon Shipyard Inc.,* Norfolk, Virginia, is awarded an estimated $16,365,770 firm-fixed-price contract to provide the management, technical, procurement, production, testing and quality assurance necessary to plan, prepare, and execute all maintenance, repair, and alterations required to complete the dry-docked availability phased maintenance availability onboard the USS Dynamic (AFDL-6) and Barge (YFND-30). The work will be performed in Norfolk, Virginia, and is expected to be completed by January 2023. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $16,365,770 will be obligated at time of award. The requirement was competitively procured as a small business set-aside solicited through the beta.sam.gov website, with two offers received. The Mid-Atlantic Regional Maintenance Center (MARMC), Norfolk, Virginia, is the contracting activity.

RQ Construction LLC, Carlsbad, California, is awarded $10,212,881 for a firm-fixed-price modification to contract N62473-16-D-1885. This modification increases the maximum dollar value of existing task order N6247320F5106 for the repair and maintenance of Michelson Laboratory Wings 2-5 at Naval Air Weapons Station China Lake, California. After award of this modification, the total cumulative contract value will be $119,912,622. Work will be performed in China Lake, California, and is expected to be completed by August 2023. Fiscal 2022 operation and maintenance (Navy) contract funds in the amount of $10,212,881 are obligated at time of award, and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Officer in Charge of Construction China Lake, China Lake, California, is the contracting activity.  

General Dynamics Ordnance and Tactical Systems, Williston, Vermont, is awarded a $9,163,830 firm-fixed-price order under previously awarded, indefinite-delivery/indefinite-quantity contract N00024-20-D-5109 for the production and shipping of guided-missile MK 82 director and MK 200 director controls. Work will be performed in Williston, Vermont (50%); and Saco, Maine (50%), and is expected to be completed by November 2025. Fiscal 2022 shipbuilding and conversion (Navy) funding in the amount of $9,163,830 will be obligated at time of award and will not expire at the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website with one offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-F-5301).

Marinette Marine Corp., Marinette, Wisconsin, is awarded a $9,026,423 firm-fixed-price modification to previously awarded contract N00024-20-C-2300 to exercise an option for bridge and central control station equipment training stations in support of detail design and construction of the Constellation-class guided-missile frigate. Work will be performed in Marinette, Wisconsin, and is expected to be completed by October 2025. Fiscal 2021 shipbuilding and conversion (Navy) funding in the amount of $9,026,423 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.

Alutiiq Solutions LLC,* Anchorage, Alaska, is awarded a $7,838,583 modification (P00005) to a previously awarded, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N0042120D0007). This modification exercises an option, increasing the ceiling, to provide research and analysis, strategic initiative, executive leadership management, administrative, operational, and technical program support for the Command Strategic Leadership Service Team in support of the Commander, Naval Air Systems Command (NAVAIR) and direct reporting teams; the NAVAIR Corporate Operations Group Business Financial Management Competency; the Joint Strike Fighter front office; and the NAVAIR Washington Liaison Office. Work will be performed in Patuxent River, Maryland (60%); and Arlington, Virginia (40%), and is expected to be completed in February 2023. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

ARMY

Lockheed Martin Corp., Orlando, Florida, was awarded a $138,916,495 cost-plus-fixed-fee other transaction agreement for federation, testing and user operational assessments of the Spike non-line-of-sight missile system. Bids were solicited via the internet with one received. Work will be performed in Orlando, Florida; and Haifa, Israel, with an estimated completion date of Jan. 30, 2025. Fiscal 2021 aircraft procurement, Army funds in the amount of $25,048,867 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9124P-19-9-001). 

Qualis Corp.,* Huntsville, Alabama, was awarded a $28,565,478 modification (P00007) to contract W91260-21-F-5006 for advisory and assistant services for training. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2026. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Amentum Services Inc., Germantown, Maryland, was awarded a $7,932,336 modification (P00146) to contract W58RGZ-17-C-0011 for logistics support for fixed-wing fleets. Work will be performed in Germantown, Maryland, with an estimated completion date of May 31, 2022. Fiscal 2022 research, development, test, and evaluation, Army funds and operation and maintenance, Army funds in the amount of $7,932,336 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

AT&T Corp., Oakton, Virginia, was awarded a competitive, firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract for the Defense Information Systems Agency’s Voice Internet Service Provider for the U.S. Africa Command, European Command, Central Command, Indo-Pacific Command and Hawaii regions, to provide session initiation protocol trunking and telephony services. The total amount of all orders placed against the contract shall not exceed $78,056,017.  The guaranteed minimum amount is $500 and will be funded by fiscal 2022 operations and maintenance funds. Primary performance will be at the contractor’s facility in Oakton, Virginia.  The period of performance is 10 years, with a six-year base period and four one-year option periods, beginning Feb. 14, 2022, through Feb. 13, 2032. Proposals were solicited via www.sam.gov and two proposals were received.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-22-D-0003).

DEFENSE LOGISTICS AGENCY

Endoscopy MD LLC,** Oxford, Pennsylvania, has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract 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 Pennsylvania, with a Feb. 9, 2027, 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-0009).

City Light & Power FTC LLC,* Greenwood Village, Colorado, has been awarded a $16,776,377 modification (P00052) to a 50-year contract (SP0600-17-C-8325) with no option periods for the ownership, operation, and maintenance of the electric utility system at Fort Campbell and Blue Grass Army Depot, Kentucky. This is a fixed-price with economic-price-adjustment contract. Locations of performance are Kentucky and Colorado, with a Nov. 9, 2068, performance completion date. Using military service is Army. Type of appropriation is fiscal 2022 through 2068 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

*Small business
**Women-owned small business