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.

Contracts For Dec. 9, 2022

AIR FORCE

Accenture Federal Services, Arlington, Virginia (FA868423DB018); Ad hoc Research Associates, Havre De Grace, Maryland (FA868423DB019); Aegis Aerospace Inc., Houston, Texas (FA868423DB020); Aero Simulation, Tampa, Florida (FA868423DB021); Alion Science and Technology Corp., McLean, Virginia (FA868423DB022); American Systems, Chantilly, Virginia (FA868423DB023); ANSYS, Exton, Pennsylvania (FA868423DB024); Apogee Engineering, LLC, Colorado Springs, Colorado (FA868423DB025); Applied Information Sciences, Orlando, Florida (FA868423DB026); Applied Research Solutions Inc., Reston, Virginia (FA868423DB027); Applied Visual Technology Inc., Orlando, Florida (FA868423DB028); Assured Information Security Inc., Rome, New York (FA868423DB029); Aviation Training Consulting LLC, Oklahoma City, Oklahoma (FA868423DB030); BGI LLC, Akron, Ohio (FA868423DB031); NuWave Solutions LLC, McLean, Virginia (FA868423DB032); Black Sage Technologies Inc., Boise, Idaho (FA868423DB033); Boecore, LLC, Colorado Springs, Colorado (FA868423DB034); The Boeing Co., Saint Louis, Missouri (FA868423DB035); Booz Allen Hamilton Inc., Chantilly, Virginia (FA868423DB036); CAE USA Inc., Arlington, Texas (FA868423DB037); Capability Analysis & Measurement Organization LLC, Wright-Patterson Air Force Base, Ohio (FA868423DB038); Carley Corp., Orlando, Florida (FA868423DB039); Clear Creek Applied Technologies Inc., Fairborn, Ohio (FA868423DB040); Cole Engineering Services Inc., Melbourne, Florida (FA868423DB041); CFD Research Corp., Huntsville, Alabama (FA868423DB042); CIYIS LLC, Atlanta, Georgia (FA868423DB043); CORASCloud Inc., Chantilly, Virginia (FA868423DB044); CymSTAR LLC, Dallas, Texas (FA868423DB045); deciBel Research Inc., Madison, Alabama (FA868423DB046); Dell Federal Systems LP, Irving, Texas (FA868423DB047); Dignitas Technologies LLC, Orlando, Florida (FA868423DB048); Discovery Machine Inc., Williamsport, Pennsylvania (FA868423DB049); Dynepic Inc., Reno, NV (FA868423DB050); Equinox Innovative Systems, Inc., Columbia, Maryland (FA868423DB051); Engineering Research and Consulting Inc., Madison, Alabama (FA868423DB052); Expansia Group LLC, Andover, Massachusetts (FA868423DB053); Expeditionary Engineering Inc., San Diego, California (FA868423DB054); FAAC Inc., Ann Arbor, Michigan (FA868423DB055); Falconry Training Solutions JV, Lakewood, Colorado (FA868423DB056); ASES LLC, doing business as Field Aerospace, Oklahoma City, Oklahoma (FA868423DB057); FlightSafety International Defense, Englewood, Colorado (FA868423DB058); Fusion Constructive LLC, Austin, Texas (FA868423DB059); Hill Technical Solutions, Huntsville, Alabama (FA868423DB060); Hyperion Technology Group Inc., Tupelo, Mississippi (FA868423DB061); Infinity Labs LLC, Beavercreek Township, Ohio (FA868423DB063); Infoscitex Corp., Wright-Patterson Air Force Base, Ohio (FA868423DB064); Intrinsic Enterprises Inc., Bellevue, Washington (FA868423DB065); Roundarch Isobar Inc., Chicago, Illinois (FA868423DB066); JANUS Research Group LLC, Smyrna, Georgia (FA868423DB067); KIHOMAC Inc., Reston, Virginia (FA868423DB068); KPMG LLP, Fort Belvoir, Virginia (FA868423DB069); Leidos Inc., Reston, Virginia (FA868423DB070); Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas (FA868423DB071); MAK Technologies Inc., Cambridge, Massachusetts (FA868423DB072); Maxar Mission Solutions Inc., Herndon, Virginia (FA868423DB073); MetroStar Systems Inc., Reston, Virginia (FA868423DB074); n-ask Inc., Reston, Virginia (FA868423DB076); Nexagen Networks Inc., Old Bridge, New Jersey (FA868423DB077); NextGen Federal Systems LLC, Rocket Center, West Virginia (FA868423DB078); Northrop Grumman Systems Corp., McLean, Virginia (FA868423DB079); Omni Fed LLC, Gainesville, Virginia (FA868423DB080); Parry Labs LLC, Alexandria, Virginia (FA868423DB081); Parsons Government Services Inc., Centreville, Virginia (FA868423DB082); Peerless Technologies Corp., Fairborn, Ohio (FA868423DB083); PeopleTec Inc., Madison, Alabama (FA868423DB084); Phoenix Defense Ventures LLC, Luke AFB, Arizona (FA868423DB085); Picture Clean Consulting LLC, Las Vegas, Nevada (FA868423DB086); PLEXSYS Interface Products, Bellevue, Washington (FA868423DB087); ProActive Technologies Inc., Oviedo, Florida (FA868423DB088); Rackner Inc., Silver Spring, Maryland (FA868423DB089); Radiance Technologies Inc., Huntsville, Alabama (FA868423DB090); RAFT LLC, Reston, Virginia (FA868423DB091); Raytheon Co., Woburn, Massachusetts (FA868423DB092); Real-Time Innovations Inc., Campbell, California (FA868423DB093); Rockwell Collins Inc., Cedar Rapids, Iowa (FA868423DB094); Sabel Systems Technology Solutions LLC, Wright-Patterson AFB, Ohio (FA868423DB095); Science Applications International Corp., Reston, Virginia (FA868423DB096); SNA Software LLC, Orlando, Florida (FA868423DB097); Soar Technology Inc., Sterling Heights, Michigan (FA868423DB098); Specialty Systems Inc., Toms River, Virgnia (FA868423DB099); Systems & Technology Research LLC, Woburn, Massachusetts (FA868423DB100); Systems Planning and Analysis, Chantilly, Virginia (FA868423DB101); Tangram Flex Inc., Dayton, Ohio (FA868423DB102); TDMK Digital, Reston, Virginia (FA868423DB103); Troy7 Inc., Huntsville, Alabama (FA868423DB104); Unity Technologies, San Francisco, California (FA868423DB105); Vertex, Madison, Mississippi (FA868423DB106); XL Scientific LLC, Albuquerque, New Mexico (FA868423DB107); Virtualistics Inc, Pasadena, California (FA868423DB108); Wingbrace LLC, Boston, Massachusetts (FA868423DB109); Yotta Navigation Corp., Campbell, California (FA868423DB110); and Zel Technologies LLC, Hampton, Virginia (FA868423DB111), have each been awarded an up-to $900,000,000 ceiling, indefinite-delivery/indefinite-quantity contract for the development of innovative approaches that bring multi-domain systems capabilities, the characterization of new technologies and systems through studies, recurrent demonstration and rapid development to enable rapid prototyping, and test and capability transition. The location of work performance will be determined at the contract direct order level and is expected to be completed December 2032. These awards are the result of full and open competition, and 94 responses were received. Fiscal 2022 operations and maintenance funds in the amount of $1,000 will be awarded to each contractor. Air Force Life Cycle Management, Wright Patterson AFB, Ohio, is the contracting activity.

Heritage-M2C1 JV, Delta, Alaska, has been awarded a $75,000,000 ceiling simplified acquisition of base engineering requirements, indefinite-delivery/indefinite-quantity contract for minor, non-complex construction projects. The contract will encompass most types of real property maintenance, repair, and construction work with minimal design and will provide on-base project management by the contractor. Work will be performed on Eielson Air Force Base, Alaska; and Clear Space Force Station, Alaska, and is expected to be completed Dec. 9, 2029. The award is the result of a competitive acquisition with six offers received. Fiscal 2023 operations and maintenance funds in the amount of $4,500 are being obligated at time of award. The 354th Contracting Squadron Eielson AFB, Alaska, is the contracting activity (FA5004-23-D-0001). 

Textron Aviation Inc., Wichita, Kansas, has been awarded a $12,466,347 firm-fixed-price contract for AT-6 components. This contract provides for the procurement of components not included in the original Thailand AT-6 direct commercial sale contract. The location of performance is in Wichita, Kansas, and is expected to be completed by Feb. 28, 2024. This contract action involves Foreign Military Sales to Thailand, and is the result of a competitive source selection with two solicitations received. Fiscal 2023 and 2022 Building Partner Capacity funds in the amount of $5,465,932 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8637-23-C-0001).

NAVY

Science Applications International Corp. (SAIC), Reston, Virginia, is awarded a $349,500,982 indefinite-delivery/indefinite-quantity contract for support to execute in-service engineering agent (ISEA) functions for afloat and ashore tactical networks (TACNET). Specifically, Naval Information Warfare Center (NIWC) Pacific requires ISEA support, technical and engineering assistance, design analysis, network information assurance accreditation, installation, integration, sustainment, and life cycle support ISEA functions for afloat and ashore TACNET and command, control, communications, computers, and intelligence systems including the sustainment of fielded systems through end-of-life replacement, system upgrades, follow-on, or interrelated system, distant support, onsite repair, installations, and system analysis to ensure networks are performing within designed specifications and peak capabilities. The contract includes a single five-year ordering period. The period of performance of the base award is from Dec. 9, 2022, through Dec. 8, 2027. Work will be performed in San Diego, California (70%); and outside continental U.S. locations on a temporary basis at worldwide Department of Defense ashore and afloat facilities (30%, if applicable) and will be annotated at the task order level. Funding will be obligated via task orders. The predominant types of funding anticipated to be obligated on task orders include operations and maintenance (Navy); other procurement (Navy); research, development, test and evaluation; and shipbuilding and conversion (Navy). This contract was competitively procured via Request for Proposal N66001-22-R-0030 which was published on the System for Award management website and the Naval Information Warfare Systems Command E-Commerce Central website. One offer was received and selected for award. NIWC Pacific, San Diego, California, is the contracting activity (N66001-23-D-0004).

BAE Systems - Norfolk Ship Repair, Norfolk, Virginia, is awarded a $294,786,804 firm-fixed-price contract action for maintenance, modernization and repair of USS Kearsarge (LHD 3) fiscal 2023 docking selected restricted availability. This contract includes options which, if exercised, would bring the cumulative value of this contract to $340,311,714. Work will be performed in Norfolk, Virginia, and is expected to be completed by November 2024. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $289,402,941 (98.2%); and fiscal 2022 other procurement (Navy) funds in the amount of $5,383,863 (1.8%) will be obligated at the time of award, of which $289,402,941 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the System for Award website, with two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-4408).

AECOM Technical Services, Los Angles, California, is awarded a $15,000,000 firm-fixed-price modification to previously awarded contract N69450-20-D-0052 to increase the not-to-exceed contract price for architect-engineer design related services for Naval Facilities Engineering Systems Command (NAVFAC) Southeast. This award brings the total cumulative value of the contract to $60,000,000. Work will be performed within the NAVFAC Southeast area of operations and is expected to be completed by September 2025. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued and will be primarily funded by operation and maintenance (Navy) and military construction (Navy) funds. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity.

ARMY

DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a $26,667,763 firm-fixed-price contract to reconfigure, install, integrate, and test a combat network system. Bids were solicited via the internet with one received. Work will be performed in Biedrusko, Poland, with an estimated completion date of Nov. 28, 2025. Fiscal 2022 Foreign Military Sales (Poland) funds in the amount of $26,667,763 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-23-C-5006).

BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $23,845,457 modification (P00795) to contract DAAA09-98-E-0006 for definitization of an unpriced change order under the Holston Army Ammunition Plant facility contract. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Feb. 28, 2025. Fiscal 2021 ammunition procurement, Army funds in the amount of $23,845,457 were obligated at the time of the award. U.S Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, California, was awarded an $8,499,969 cost-plus-fixed-fee contract for MQ-9 Raptor launch and recovery services. Bids were solicited via the internet with 1 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 1, 2023.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-23-F-0044).

EA Engineering, Science, and Technology Inc. PBC,* Hunt Valley, Maryland, was awarded an $8,052,894 firm-fixed-price contract for removal of munitions and explosives of concern and closure of munitions response sites at former Camp Howze, Cooke County, Texas. 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 Dec. 8, 2027. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-23-F-0022).

DEFENSE LOGISTICS AGENCY

The Boeing Co., St. Louis, Missouri, has been awarded a $12,807,900 modification (SPRPA1-22-F-0041; P00002) exercising the fourth option period against a five-year option period contract (SPRPA1-14-D-002U) for performance-based support for the F-18/AH-64/CH-47 Global Material Support Program. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. The performance completion date is Sept. 18, 2024. Using military service is Army. Type of appropriation is fiscal 2022 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.


*Small business