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 Some of the information contained within may be outdated and links may not function.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 March 31, 2022

ARMY

Lockheed Martin, Liverpool, New York, was awarded a $3,268,232,049 firm-fixed-price contract for full-rate production of AN/TPQ-53 radar systems and associated spare parts and services, and deployment to various Foreign Military Sales countries. 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, 2027. U.S. Army contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-22-D-0001).

C & C Marine LLC,* Mobile, Alabama, was awarded a $49,000,000 firm-fixed-price contract for rental of construction equipment with operators. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of March 30, 2027. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-22-D-0025).

Carter Enterprises,* Brooklyn, New York (W91CRB-22-D-0006); and Slate Solutions LLC,* Davie, Florida (W91CRB-22-D-0007), will compete for each order of the $33,997,122 firm-fixed-price contract to provide a consistent backing for ballistic testing of tactical vests. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of March 30, 2026. U.S. Army contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

ModernaTX Inc.,* Cambridge, Massachusetts, was awarded a $26,000,000 modification (P00022) to contract W911QY-20-C-0100 for a change to the production schedule of COVID-19 vaccine to a different presentation/type. Work will be performed in Cambridge, Massachusetts, with an estimated completion date of March June 30, 2022. Coronavirus Response Relief Supplemental Appropriations Act funds in the amount of $26,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. (Awarded March 28, 2022)

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $20,131,385 modification (P00034) to contract W31P4Q-19-C-0092 for Army Tactical Missile System service life extension. Work will be performed in Camden, Arkansas; Clearwater, Florida; Grand Prairie, Texas; and Fort Worth, Texas, with an estimated completion date of Dec. 30, 2025. Fiscal 2010 Foreign Military Sales (Romania and Taiwan) funds in the amount of $20,131,385 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

EMR Inc.,* Niceville, Florida, was awarded a $19,032,100 firm-fixed-price contract for the design and construction of a civil engineer maintenance shop and storage area. Bids were solicited via the internet with three received. Work will be performed at Tyndall Air Force Base, Florida, with an estimated completion date of Feb. 29, 2024. Fiscal 2020 military construction, Air Force funds in the amount of $19,032,100 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-22-C-0010).

Aero-Graphics Inc.,* Salt Lake City, Utah, was awarded a $16,000,000 firm-fixed-price contract for photogrammetric and lidar surveying and mapping. Bids were solicited via the internet with 38 received. Work locations and funding will be determined with each order, with an estimated completion date of March 23, 2027. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-22-D-0006).

Pegasus Support Services LLC, Woodstock, Georgia, was awarded a $14,365,168 modification (P00004) to contract W9124M-22-F-0015 to fund the operation and maintenance contract for Fort Stewart and Hunter Army Air Field. Work will be performed at Fort Stewart, Georgia, with an estimated completion date of Oct. 31, 2022. Fiscal 2022 operation and maintenance, Army funds in the amount of $14,365,168 were obligated at the time of the award. U.S. Army 419th Contracting Support Brigade, Fort Stewart, Georgia, is the contracting activity.

EnviroSafe Demil LLC,* Fallon, Nevada, was awarded a $12,390,267 modification (P00002) to contract W52P1J-21-F-0250 for demilitarization and disposal of conventional ammunition. 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 May 20, 2026. U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity.

Labcorp, Burlington, North Carolina, was awarded an $8,000,000 firm-fixed-price contract for clinical reference laboratory testing services. 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 March 31, 2023. U.S. Army Health Contracting Activity, Fort Sam Houston, Texas, is the contracting activity (W81K04-22-F-CL04).

MISSILE DEFENSE AGENCY

Lockheed Martin Corp. Missiles and Fire Control, Dallas, Texas, is being awarded a $1,423,660,558 modification (P00049) to a previously-awarded contract (HQ0147-17-C-0032) for the production of Terminal High Altitude Area Defense (THAAD) Interceptors and associated one-shot devices to support the U.S. government and Kingdom of Saudi Arabia (KSA) Foreign Military Sales (FMS) case requirements. The THAAD Interceptors and associated one-shot devices will be procured under fixed-price incentive (firm target) contract line items. The value of this contract is increased from $6,336,954,438 to $7,760,614,995. The work will be performed in Dallas, Texas; Sunnyvale, California; Huntsville, Alabama; Camden, Arkansas; and Troy, Alabama, with an expected completion date of Aug. 1, 2027. Fiscal 2021 U.S. government procurement funds in the amount of $371,608,643; and KSA FMS funds in the amount of $1,052,051,914 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

NAVY

Raytheon Missiles & Defense, Marlborough, Massachusetts, is awarded a $650,746,530 fixed-price incentive (firm target) contract for hardware production of the AN/SPY-6(V) Family of Radars and associated hardware. This contract includes options which, if exercised, would bring the cumulative value of this contract to $3,160,609,600. Work will be performed in Andover, Massachusetts (35%); Scottsdale, Arizona (13%); San Diego, California (11%); Stafford Springs, Connecticut (10%); Sykesville, Maryland (8%); Dallas, Texas (4%); Bergenfield, New Jersey (4%); Portsmouth, Rhode Island (4%); Chesapeake, Virginia (3%); Hanahan, South Carolina (3%); Indianapolis, Indiana (3%); Bloomfield, Connecticut (1%); and Huntsville, Alabama (1%), and is expected to be completed by November 2025. If all options are exercised, work will continue through June 2028. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $421,699,574 (65%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $175,568,375 (27%); and fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $53,478,581 (8%) will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.sam.gov website, with one offer received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-5500).

Raytheon Missile and Defense, Tucson, Arizona, is awarded a $218,364,323 modification (P00004) to a previously awarded fixed-price incentive (firm target) contract. This modification exercises options for the production and delivery of AIM-9X production Lot 22 and additional Lot 21 requirements to include 367 AIM-9X Block II all up round tactical missiles (48 for the Navy, 162 for the Air Force, and 157 for Foreign Military Sales (FMS) customers); 20 AIM-9X Block II+ all up round missiles (six for the Navy, eight for the Air Force and six for FMS customers); 109 Block II captive air training missiles (38 for the Navy and 71 for the Air Force); 153 all-up round containers (45 for the Navy, 64 for the Air Force, and 44 for FMS customers); four spare advanced optical target detectors for the Air Force; two spare advanced optical target detector containers for the Air Force; 118 spare Block II guidance units (live battery) (64 for the Navy and 54 for the Air Force); two spare Block II+ guidance units (live battery) for the Air Force; 16 spare captive air training missile guidance units (inert battery) (10 for the Navy and six for the Air Force); two spare Block I propulsion steering sections for the Air Force; nine spare Block II propulsion steering sections (six for the Navy and three for the Air Force); 36 tail caps (six for the Navy, 24 for the Air Force, and six for FMS customers); 10 tail cap containers (two for the Navy, six for the Air Force, and two for FMS customers); seven Lot 22 spares assets (four for the Navy and three for the Air Force); 25 Block II tactical sectionalization kits for the Navy; 25 Block II captive air training missile sectionalization kits for the Navy; and 50 general purpose controllers for the Air Force. Work will be performed in Tucson, Arizona (31%); North Logan, Utah (10%); Keyser, West Virginia (9%); Niles, Illinois (8%); Vancouver, Washington (5%); Ottawa, Ontario, Canada (5%); Goleta, California (4%); Cheshire, Connecticut (4%); Heilbronn, Germany (3%); Simsbury, Connecticut (2%); San Jose, California (2%); Valencia, California (2%); Anaheim, California (2%); Cajon, California (2%); Cincinnati, Ohio (1%); Anniston, Alabama (1%); San Diego, California (1%); Chatsworth, California (1%); Amesbury, Massachusetts (1%); Claremont, California (1%); Sumner, Washington (1%); and various locations within the continental U.S. (4%), and is expected to be completed in March 2025. Fiscal 2022 weapons procurement (Navy) funds in the amount of $42,252,033; fiscal 2022 operation and maintenance (Navy) funds in the amount of $2,411,627; fiscal 2022 missile procurement (Air Force) funds in the amount of $1,355,909; fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $102,424; fiscal 2021 missile procurement (Air Force) funds in the amount of $94,872,015; fiscal 2022 research, development, test and evaluation (Air Force) funds in the amount of $102,424; and FMS customer funds in the amount of $73,814,180 will be obligated at the time of award, $2,411,627 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., Boulder, Colorado (N66001-22-D-0057), is awarded a $99,630,284 indefinite-delivery/indefinite-quantity contract for Relay Ground Station Asia (RGS-A). The RGS-A will enable the Space System Command (SSC) Next Generation Space Based Infrared Systems (SBIRS) Ground System to operate the Legacy SBIRS Geosynchronous (GEO) space vehicles. This effort requires the design, procurement, development, integration, and testing of advanced technology RGS-A hardware and software capabilities to provide uplink and downlink capability to the Legacy SBIRS GEO, Defense Support Program (DSP), Next Gen GEO, and Next Generation Polar space vehicles. Work will be performed in Boulder, Colorado (60%); and Guam (40%). The period of performance of the base award is from April 1, 2022, through March 31, 2027. Fiscal 2022 funds will be obligated as task orders are issued using research, development, test and evaluation (Space Force) funds. Contract funds will not expire at the end of the current fiscal year. This requirement was competitively procured using full and open competition via a request for proposal (N66001-22-R-0024) published on the beta.sam.gov website and the Naval Information Warfare Systems Command e-Commerce Central website. Two timely offers were received. Naval Information Warfare Center (NIWC) Pacific, San Diego, California, is the contracting activity. NIWC Pacific awarded the contract on behalf of its organizational partner, U.S. Space Force.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $98,360,230 fixed-price incentive (firm target) contract. This contract procures weapon replaceable assemblies hardware to include 304 advanced threat warning sensors; 77 control indicator unit replaceable replacements; 75 Department of the Navy (DoN) Large Aircraft Infrared Countermeasure (LAIRCM) processor units; 60 Guardian laser transmitter assemblies (GLTAs); 209 GLTA shipping containers; 129 high capacity cards; 94 large aircraft system processor replacement smart connector assemblies; 57 personal computer memory international association cards; and 78 battery kits, as well as associated systems engineering, technical support, analysis and studies in support of integration of the DoN LAIRCM system onto various aircraft for the Navy, Marine Corps, Army, and the Air Force Special Operations Command.  Work will be performed in Rolling Meadows, Illinois (43%); Goleta, California (21%); Longmont, Colorado (9%); Apopka, Florida (8%); Blacksburg, Virginia (7%); Boulder Colorado (3%); Carlsbad, California (3%); Verona, Wisconsin (2%); Ashburn, Virginia (2%); Salt Lake City, Utah (1%); and Tripp City, Ohio (1%), and is expected to be completed in July 2024. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $73,834,503; fiscal 2022 aircraft procurement (Air Force) funds in the amount of $19,551,314; and fiscal 2021 aircraft procurement (Air Force) funds in the amount of $4,974,413 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. 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 (N0001922C0042).

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is awarded a $55,271,778 firm-fixed-price modification to previously awarded contract N00024-20-C-5380 to exercise options for the procurement of MK 41 Vertical Launching System (VLS) canisters and ancillary hardware. Work will be performed in Aberdeen, South Dakota (90%); and Minneapolis, Minnesota (10%), and is expected to be completed by February 2024. This modification combines purchases for the U.S. government (99%); and the governments of Japan and Chile (1% combined) under the Foreign Military Sales (FMS) program. Fiscal 2022 defense-wide procurement funds in the amount of $28,417,927 (51%); Foreign Cooperative Projects (Navy) funds in the amount of $16,019,982 (29%); fiscal 2022 weapons procurement (Navy) funds in the amount of $10,473,411 (18%); FMS Japan funds in the amount of $356,810 (1%); and FMS Chile funds in the amount of $3,648 (less than 1%), and 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 Navy Yard, D.C., is the contracting activity. 

Spalding Consulting Inc.,* Lexington Park, Maryland, is awarded a $49,726,005 cost-plus-fixed-fee, cost reimbursable indefinite-delivery/indefinite-quantity contract. This contract provides program management, software and systems engineering, enterprise architecture, information assurance/network security/cyber security, configuration management, risk management, data/modeling/analytics, database administration, web support, sustainment, education and training reports, and help/service desk support for the Naval Air Systems Command (NAVAIR); Naval Air Warfare Center; and Commander, Fleet Readiness Centers (COMFRC) headquarters and depots. Work will be performed at Patuxent River, Maryland, and is expected to be completed in April 2027. 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 via an electronic request for proposal; four offers were received. The Commander, Fleet Readiness Centers, Patuxent River, Maryland, is the contracting activity (N6852022D0001).

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $48,289,508 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2112 for naval nuclear propulsion components. Work will be performed in Schenectady, New York (96%); and Monroeville, Pennsylvania (4%). Fiscal 2022 other procurement (Navy) in the amount of $48,289,508 will be obligated at time of award and funds will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Manson Construction Co., Seattle, Washington, is awarded a $44,350,000 firm-fixed-price modification to previously awarded contract N62473-21-D-1406. This modification provides for the second increment to the replacement of Pier 6 at Naval Base San Diego. Work will be performed in San Diego, California, and is expected to be completed by September 2023. After award of this modification, the total cumulative contract value will be $99,870,000. Fiscal 2022 military construction (Navy) contract funds in the amount of $44,350,000 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity.

Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $28,374,837 modification to previously awarded contract N00024-16-C-2427 for the Joint Strike Fighter, and ship’s mast and superstructure 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%). Work is expected to be completed by July 2025. Fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $28,374,837 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.

Smartronix Inc., Hollywood, Maryland, is awarded a $26,798,435 a modification (P00036) to an order (N0042119F0422) against a previously issued a General Services Administration Alliant 2, government-wide acquisition contract (47QTCK18D0007). This modification exercises an option to provide enterprise-wide Information Technology and Cyber Security (IT/CS) services to support the development, planning, execution, monitoring, and life cycle support of IT/CS programs for the Naval Air Warfare Center, the Naval Air Systems Command, and other Department of the Navy components. Work will be performed in Patuxent River, Maryland, and is expected to be completed in March 2023. Fiscal 2022 working capital (Navy) funds in the amount of $7,465,150 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Aeronautics Systems, Melbourne, Florida, is awarded a $26,081,921 firm-fixed-price, cost-plus-fixed-fee, and cost-only contract for safety, logistics, engineering, and depot services in support of Airborne Laser Mine Detection System (ALMDS). This contract includes options which, if exercised, would bring the cumulative value of this contract to $95,925,337. Work will be performed in Melbourne, Florida, and is expected to be completed by March 2023. If all options are exercised, work will continue through March 2029. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $400,000 will be obligated at time of award and will expire at the end of the current fiscal year. 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 requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-6418).

Innovative Mechanical Contractors LLC,* Westminster, Maryland, is awarded a maximum-value $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for design-bid-build wet utilities construction, repairs, and replacement projects at the Naval Research Laboratory and the Naval Surface Warfare Center – Carderock, Maryland. Work will be performed in Washington, D.C. (40%); Maryland (40%); and Virginia (20%), and is expected to be completed by March 30, 2027. An initial task order is being awarded at $2,000 to meet the minimum guarantee for the contract. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $2,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.sam.gov website with eight proposals received. The Naval Facilities Engineering Systems Command Washington, D.C., is the contracting activity (N40080-22-D-0013).

Lockheed Martin Space, Titusville, Florida, is awarded a $19,625,091 fixed-price-incentive, cost-plus-incentive-fee, and cost-plus-fixed-fee modification (P00010) 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 (27.2%); Magna, Utah (21.3%); Elkton, Maryland (14%); Denver, Colorado (12.6%); Sunnyvale, California (11.8%); Palo Alto, California (6%); Camden, Arkansas (3.1%); Titusville, Florida (2.8%); Melbourne, Florida (1.1%); and other various locations (less than 1.0% each, 1.67% total). Work is expected to be completed Sept. 30, 2026. Fiscal 2022 operational and maintenance (Navy) funds in the amount of $13,696,422; fiscal 2020 other procurement (Navy) funds in the amount of $536,546; fiscal 2021 other procurement (Navy) funds in the amount of $869,250; and fiscal 2022 other procurement (Navy) funds in the amount of $4,522,873 will be obligated at time of 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. 

BAE Systems, Minneapolis, Minnesota, is awarded a $16,326,451 firm-fixed-price delivery order (N00174-22-F-0092) under previously awarded basic ordering agreement (N00174-18-G-0001) to provide all necessary material and services required to manufacture, assemble, inspect, preserve, package, and ship the fiscal 2022 conversion kits. Work will be performed in Hafia, Israel (67%); and Louisville, Kentucky (33%), and is expected to be completed by April 2025. Fiscal 2022 weapons procurement (Navy) funds in the amount of $15,550,515 (95%); fiscal 2020 weapons procurement (Navy) funds in the amount of $415,978 (3%); and fiscal 2021 weapons procurement (Navy) funds in the amount of $359,958 (2%) will be obligated at the time of award, of which $415,978 will expire at end of the current fiscal year. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity. 

American Bureau of Shipping (ABS), Spring, Texas (N3220522C4029), is awarded a $13,569,820 firm-fixed-price contract for engineering and technical services to survey and audit ships and conduct plan reviews to verify, confirm, and document that Military Sealift Command’s government-owned, government-operated fleet of ships and government-owned, contract operated fleet of ships are maintained in class or can be placed in class with ABS. The ship count will change each year, but the average ship count that is covered under this contract is seven fleet replenishment oilers (T-AO 205); 13 fleet replenishment oilers (T-AO 187); five towing, salvage, and rescue ships (T-ATS 6); 14 expeditionary fast transport ships (T-EPF); 14 dry cargo, ammunition ships (T-AKE); two fast combat support ships (T-AOE); two hospital ships (T-AH); two submarine tenders (T-AS); five expeditionary sea base ships (T-ESB); one cable laying/repair ship (T-ARC); five at-sea resupply ships (NGLS); one rescue and salvage ship (T-ARS); one fleet ocean tug (T-ATF); one command ship (LCC); 19 large medium speed roll-on, roll-off ships (T-AKR); 16 auxiliary break-bulk ships (T-AK); two offshore petroleum distribution system ships; two missile range instrumentation ships (T-AGM); five ocean surveillance ships (T-AOS); seven oceanographic survey ships (T-AGS); four submarine and special warfare support ships (T-AGSE); and one sea base X-Band radar ship (SBX-1). This contract includes a one-year base period with four one-year options periods, which, if exercised, would bring the cumulative value of this contract to $98,385,173. Working capital (Navy) funds in the amount of $6,000,000; and working capital (Transportation) funds in the amount of $1,000,000 will be obligated in fiscal year 2022. Working capital (Navy) funds and working capital (Transportation) funds in the amount of $6,569,820 will be obligated in fiscal 2023, when funding is available. This contract was an other than full and open competition requirement as ABS is a congressionally mandated source in accordance with 46 U.S. Code 3316, and services were procured by sending a solicitation directly to ABS and one timely offer was received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

ThunderCat Technology LLC,* Reston, Virginia, is awarded a $13,324,416 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for commercial off-the-shelf navigation display hardware manufactured by Leidos. This contract does not include options. Work will be performed in Reston, Virginia, and is expected to be completed by April 4, 2027. Fiscal 2021 other procurement (Navy) funds in the amount of $463,892, with $500 indefinite-delivery/indefinite-quantity contract minimum guarantee, will be obligated at time of award and will not expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. The contract was competitively procured as a small-business set-aside via the beta.sam.gov website, with three offers received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-22-D-4004).  

DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $13,007,117 firm-fixed-price modification to previously awarded contract N00024-18-C-5395 to exercise options for production of the AN/SPQ-9B radar systems and associated equipment. Work will be performed in Largo, Florida, and is expected to be completed by January 2025. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $13,007,117 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 Navy Yard, Washington, D.C., is the contracting activity.

Raytheon Co., Tucson, Arizona, is awarded a $12,326,964 firm-fixed-price order for MK165 Mod 0 launcher frames, materials, exhaust control systems covers and associative labor in support of the Evolved Seasparrow Missile (ESSM) program for the International Consortium Nation Navies - Canada. Work will be performed in Richmond, British Columbia Canada (66%); Portsmouth, Rhode Island (16%); Waco, Texas (13%),;and Santa Fe Springs, California (5%). Work is expected to be completed by July 2025. Fiscal 2021 other customer funds in the amount of $11,320,550 (92%); and fiscal 2020 other customer funds in the amount of $1,006,414 (8%) will be obligated at time of award and will not expire at the end of the current fiscal year. This order was not competitively procured in accordance with 10 U.S. Code 2304 (c)(4), under the terms of an international agreement. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002422F5454).

Air Center Helicopters, Inc. (ACHI), Burleson, Texas, was awarded an $11,679,419 firm-fixed-price, C-type contract that will provide ship-based commercial helicopter and vertical replenishment services to Navy ships, partner nation’s ships, and theater facilities and operations worldwide. ACHI will be required to perform missions at any time, day or night, on a 24-hour per day basis, and shall be capable of executing all missions during a state of war, warlike operations, civil strife, piracy, natural disaster or other hostilities, and obey all lawful orders in the execution of their mission. This contract includes a one-year base period, three one-year option periods, and one final option period consisting of 241-days. Work will be performed worldwide, and is expected to be completed by Nov. 28, 2026, if all options are exercised. The overall value of the contract, if all options are exercised, is $58,757,878. Fiscal 2022 operation and maintenance (Navy) funds were obligated in the amount of $11,679,419 for this contract. This contract will be incrementally funded through the use of operation and maintenance (Navy) funds, and it will utilize the appropriate fiscal year funding throughout the life of the contract. This contract was competitively procured via the beta.sam.gov website with one proposal received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220522C4200). (Awarded March 28, 2022)

Parker Hannifin Corp., Irvine, California, is awarded an $11,115,096 firm-fixed-priced delivery order (N00383-22-F-UW0J) under previously awarded basic ordering agreement N00383-19-G-UW01 for the repair of servo cylinder assemblies and servo cylinders in support of the F/A-18 aircraft. Work will be performed in Coronado, California (75%); and Irvine, California (25%). Work will be completed by March 2023. Fiscal 2022 working capital (Navy) funds in the full amount of $11,115,096 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1) and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Treadwell Corp., Thomaston, Connecticut, is awarded an $8,189,750 firm-fixed-price, undefinitized contract action for the repair of 82 electrolytic cells that are used to produce oxygen in the operating systems in support of Los Angeles-class submarines. All work will be performed in Thomaston, Connecticut, and work is expected to be completed by May 2024, with no option periods. Working capital (Navy) funds in the amount of $4,012,977 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this sole-source requirement, with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-22-F-VW0H).

AIR FORCE

Kekolu-Rio Vista JV, West Jordan, Utah (FA8201-22-D-0003); Shofar Communications LLC, Clinton, Utah (FA8201-22-D-0004); and PM Jenkins Group-Professional Management Services LLC, Kalamazoo, Missouri (FA8201-22-D-0005), have been awarded an estimated maximum $270,000,000 multiple award, indefinite-delivery indefinite-quantity contract for Simplified Acquisition of Base Engineering Requirements III. This contract provides for construction services in support of the 75th Civil Engineering Group at Hill Air Force Base, Utah. Work is expected to be completed by March 30, 2028. This award is the result of a competitive acquisition with 11 offers received. Fiscal 2022 Air Force working capital funds in the amount of $1,500 will be obligated at the time of award. Hill AFB, Utah, is the contracting activity. 

Canadian Commercial Corp., Ottawa, Canada, has been awarded an $82,903,629 firm-fixed-price contract for North Warning System (NWS) rotary airlift services. This contract provides all personnel, services, equipment, tools, supervision and direct materials necessary for the performance of the rotary airlift services to support the NWS. Work will be performed in locations across Canada, and is expected to be completed by Sept. 30, 2026. This contract is the result of a direct award. Fiscal 2022 operations and maintenance funds in the amount of $10,030,234 are being obligated at the time of award. Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-22-C-0013).

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $41,200,000 requirements type contract for the Foreign Military Sales workload of the Sniper Advanced Targeting Pod and Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) navigation pod sustainment. This contract provides for all actions necessary for the contractor to return an unserviceable item to serviceable condition. Work will be performed at Robins Air Force Base, Warner Robins, Georgia; and Orlando, Florida, and is expected to be completed by March 31, 2027 . This contract involves 100 percent Foreign Military Sales. Air Force Life Cycle Management Center, Warner Robins, Georgia, is the contracting activity (FA8540‐22‐D‐0001).

BAE Systems Information & Electronic Systems Integration Inc., San Diego, California, has been awarded an $8,784,565 indefinite delivery contract for Automatic Test Systems testers applicable to the A-10, C-5, C-130, C-17, CV-22, F-15, F-16, and HH-60 platforms. This contract provides for sustainment activities of engineering and technical services, software development, spares and production related to various systems and components that are sole source to BAE Systems. Work will be performed in San Diego, California; and Fort Worth, Texas, and is expected to be completed by Feb. 28, 2032. This contract will include Foreign Military Sales for those supported countries by the Automatic Test System Division. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8533-22-D-0004).

Chickasaw Defense Logistics LLC, Norman, Oklahoma, was awarded a $7,517,683 firm-fixed-price contract for Tinker Help Desk Services. This contract provides for base-wide client computer support. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be completed by March 31, 2023. This award is the result of a sole source acquisition. Fiscal 2022 operations and maintenance funds in the amount of $7,517,683 will be obligated at the time of award. Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8101-22-C-0002).

DEFENSE HEALTH AGENCY

Health Net Federal Services LLC, Rancho Cordova, California, is awarded a $104,419,360 modification to a previously awarded fixed-price T2017 West Managed Care Service Contract (HT9402-16-C-0002). This modification implements changes to the Military Health System required by the National Defense Authorization Act 2017, Section 701, TRICARE Select. Specifically, TRICARE Select replaced TRICARE Extra and TRICARE Standard health programs. Work will be performed throughout the western 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 the time of award. The Defense Health Agency, Falls Church, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Old North Utility Services Inc., San Dimas, California, has been awarded a maximum $64,653,120 modification (P00297) incorporating the economic-price-adjustment agreement to the 50-year contract (SP0600-07-C-8258) with no option periods for water/wastewater utility service charges at Fort Bragg, North Carolina. This is a fixed-price with economic-price-adjustment contract. Locations of performance are California and North Carolina, with a Feb. 28, 2058, performance completion date. Using military service is Army. Type of appropriation is fiscal 2022 through 2058 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Creative IT Solutions LLC,** Fort Cobb, Oklahoma, has been awarded a maximum $14,632,814 modification (P00007) exercising the first one-year option period of a one-year base contract (SP4704-21-C-0002) with four one-year option periods for information technology operations and maintenance support services. This is a firm-fixed-price contract. Locations of performance are California, Georgia, Oklahoma, Texas, and Virginia, with an April 30, 2023, performance completion date. Using customer is Defense Contract Audit Agency. Type of appropriation is fiscal 2022 through 2023 operations and maintenance; and research, development, test and evaluation funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Richmond, Virginia.

Mercury Mission Systems LLC, Torrance, California, has been awarded a maximum $14,447,980 firm-fixed-price requirements contract for digital data transfer computers. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(5), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is California, with a March 30, 2027, performance completion date. Using military service is Army. Type of appropriation is fiscal 2022 through 2027 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-22-D-0002). 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Two Six Labs LLC, doing business as Two Six Technologies, Arlington, Virginia, has been awarded a $15,667,286 modification (P00020) to cost-plus-fixed-fee contract HR001118C0134 for additional in-scope work performed under a Defense Advanced Research Projects Agency research project. The modification brings the total cumulative face value of the contract to $33,230,903 from $17,563,617. Work will be performed in Arlington, Virginia, with an estimated completion date of September 2023. Fiscal 2022 research and development funds in the amount of $3,782,565 are being obligated at the time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

* Small business
**Small-disadvantaged business