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. 22, 2022

DEFENSE HEALTH AGENCY

Humana Government Business Inc., Louisville, Kentucky, has been selected to provide managed care support to the Department of Defense, Defense Health Agency, TRICARE program in the East Region. The total potential contract value, including all transition and options periods, is estimated at $70,846,618,321. The contractor will assist the Defense Health Agency in operating an integrated health care delivery system combining the resources of the contractor and the military’s direct medical care system to provide health, medical and administrative support services to eligible members of the uniformed services, retirees and their eligible family members. The East Region includes Washington, D.C., and the states of Alabama, Connecticut, Delaware, Florida, Georgia, Indiana, Kentucky, Maine, Maryland, Massachusetts, Michigan, Mississippi, New Hampshire, New Jersey, New York, North Carolina, Ohio, Pennsylvania, Rhode Island, South Carolina, Tennessee, Vermont, Virginia and West Virginia. The cost-plus-award-fee, firm-fixed-price, and fixed-price type contract has a 12-month base period (transition-in) and eight one-year option periods for health care delivery, plus a transition-out period. This contract also includes incentives and performance guarantees. The transition-in period begins Feb. 1, 2023. This contract was procured utilizing competitive source selection and two offers were received. The Defense Health Agency’s Managed Care Contracting Division, Aurora, Colorado, will administer the contract (HT940223C0001).

TriWest Healthcare Alliance Corp., Phoenix, Arizona, has been selected to provide managed care support to the Department of Defense, Defense Health Agency, TRICARE program in the West Region. The total potential contract value, including all transition and options periods, is estimated at $65,140,149,682. The contractor will assist the Defense Health Agency in operating an integrated health care delivery system combining the resources of the contractor and the military’s direct medical care system to provide health, medical and administrative support services to eligible members of the uniformed services, retirees and their eligible family members. The West Region includes the states of Alaska, Arizona, Arkansas, California, Colorado, Hawaii, Idaho, Illinois, Iowa, Kansas, Louisiana, Minnesota, Missouri, Montana, Nebraska, Nevada, New Mexico, North Dakota, Oklahoma, Oregon, South Dakota, Texas, Utah, Washington, Wisconsin and Wyoming. The cost-plus-award-fee, firm-fixed-price, and fixed-price type contract has a 12-month base period (transition-in) and eight one-year option periods for health care delivery, plus a transition-out period. This contract also includes incentives and performance guarantees. The transition-in period begins Feb. 1, 2023. This contract was procured utilizing competitive source selection and two offers were received. The Defense Health Agency’s Managed Care Contracting Division, Aurora, Colorado, will administer the contract (HT940223C0002).

NAVY

Raytheon Missile and Defense, Tucson, Arizona, is awarded a $317,415,034 modification (P00009) to a previously awarded fixed-price incentive (firm-target) contract (N0001921C0723).  This modification exercises options for the production and delivery of AIM-9X production Lot 23. This modification procures 290 AIM-9X Block II All Up Round Tactical Missiles (160 for the Air Force, 12 for the Army, 118 for Foreign Military Sales (FMS)); 181 AIM-9X Block II plus All Up Round Tactical Missiles for FMS; 146 Block II Captive Air Training Missiles (70 for the Air Force, 76 for FMS); 178 All Up Round Containers (66 for the Air Force, 3 for the Army, 109 for FMS); 13 spare Advanced Optical Target Detectors (6 for the Air Force, 7 for FMS); nine spare Advanced Optical Target Detector Containers (3 for the Air Force, 6 for FMS); 27 Spare Block II Guidance Units (Live Battery) (20 for the Air Force, 7 for FMS customers); 14 spare Block II+ Guidance Units (Live Battery) (2 for the Air Force, 12 for FMS); three spare Block I Propulsion Steering Sections for the Air Force; five spare Block II Propulsion Steering Sections for the Air Force; 33 Guidance Unit Containers for FMS; 38 spare Block II Captive Air Training Missile Guidance Units (Inert Battery) (10 for the Air Force, 28 for FMS); 278 Tail Caps (8 for the Air Force, 270 for FMS); 72 Tail Cap Containers (2 for the Air Force, 70 for FMS); two Block II Tactical Sectionalization Kits for FMS; one Block II plus Tactical Sectionalization Kit for FMS; three Block II CATM Sectionalization Kits for FMS; six spare Block II Electrical Units for the Air Force; 13 Multi-Purpose Training Missile for FMS; four Dummy Air Test Missiles for FMS; two lots of support equipment for FMS; 22 General Purpose Controllers for FMS and two other lot spare assets, one for the Air Force and one for FMS. Additionally this modification provides non-recurring engineering associated with the Systems Improvement Program III transition to production activities. Work will be performed in North Logan, Utah (28.09%); Tucson, Arizona (21.64%); Linthincum Heights, Maryland (18.88%); Minneapolis, Minnesota (11.46%); Murrieta, California (8.42%); Saint Albans, Vermont (7.75%); Ann Arbor, Michigan (1.44%); Warrington, Pennsylvania (1.22%) and various locations within the continental U.S. (1.10%), and is expected to be completed in August 2026.  Fiscal 2023 missile procurement (Air Force) funds in the amount of $104,926,370; fiscal 2022 missile procurement (Air Force) funds in the amount of $2,366,689; fiscal 2021 missile procurement (Air Force) funds in the amount of $586,343; fiscal 2022 research, development, test and evaluation (Army) funds in the amount of $5,657,712; and FMS customer funds in the amount of $203,877,920 will be obligated at the time of award, $6,244,055 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

BAE Systems – Jacksonville Ship Repair LLC, Jacksonville, Florida, was awarded an $119,261,837 firm-fixed-price contract action for maintenance, modernization, and repair of USS Lassen (DDG 82) fiscal 2023 Depot Modernization Period. The scope of this acquisition includes all labor, supervision, facilities, equipment, production, testing, and quality assurance necessary to prepare for and accomplish the CNO Availability for managing critical modernization, maintenance, and repair programs. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $137,918,372. Work will be performed in Mayport, Florida, and is expected to be completed by April 2024. If all options are exercised, work will continue through April 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $74,044,929 (62%); fiscal 2022 other procurement (Navy) funds in the amount of $40,806,891 (34%); and fiscal 2023 operations and maintenance (Navy) funds in the amount of $4,410,017 (4%) will be obligated at the time of award, of which $4,410,017 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 one offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-4486). (Awarded Dec. 13, 2022)

L3 Harris Technologies Inc. - Interstate Electronics Corp., Anaheim, California, is awarded a $59,545,560 cost-plus-fixed-fee modification (P00012) for new procurement options under a previously awarded and announced contract (N0003022C2001) to provide services and support for flight test instrumentation systems. Work will be performed in Anaheim, California (55%); Cape Canaveral, Florida (29%); Washington, D.C. (6%); Bremerton, Washington (3%); Kings Bay, Georgia (2%); Laurel, Maryland (1%); Silverdale, Washington (1%); and Barrow-in-Furness, United Kingdom (3%). Work is expected to be completed December 2026. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $57,256,142 are being obligated at time of award. No funds will expire at the end of the current fiscal year. The total dollar value of the modification is $59,545,560 and the total cumulative face value of the contract is $148,432,656. This contract is being awarded on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

L3Technologies Inc., MariPro, Goleta, California, is awarded a $46,600,299 firm-fixed-price modification (P00004) to a previously awarded contract (N6134021C0023). This modification exercises options for the production, test, and technical review of two shallow-water training ranges in support of Undersea Warfare (USW) Training Range (TR) Increment II requirements and the production, test, and technical review of three deep-water training ranges in support of USWTR Increment III requirements, as well as provisions at the Atlantic Undersea Test and Evaluation Center, to include internode cable and assemblies for various modules, internode cable terminations, and repair kits in support of the Navy’s air, surface, and subsurface forces training and assessment in shallow and deep water under adverse conditions. These provisions include. Work will be performed in Tanner Bank, California (30%); San Clemente Island, California (23%); Goleta, California (21%);  Kauai, Hawaii (14%); and Andros Island, Bahamas (12%), and is expected to be completed in May 2026. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $21,861,191; fiscal 2023 other procurement (Navy) funds in the amount of $20,632,434; and fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $4,106,674 will be obligated at time of award, $4,106,674 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N5005423D0001); Gulf Copper and Manufacturing Corp.,* Port Arthur, Texas (N5005423D0002); Tecnico Corp.,* Chesapeake, Virginia (N5005423D0003); Walashek Industrial and Marine Inc.,* Norfolk, Virginia (N5005423D0004); and Wilson Pipe and Fabrication,* Norfolk, Virginia (N5005423D0005), are awarded a $41,253,350 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract to provide repair, maintenance and modernization availability support for Landing Craft Air Cushion (LCAC) and Ship to Shore Connector (SSC) which are the new version of LCACs and are located at Joint Expeditionary Base Little Creek (JEBLC), Virginia Beach, Virginia. These contracts include options which, if exercised, would bring the cumulative value to $41,253,350 over a five-year period to the five vendors combined. Each awardee will be awarded $5,000 (minimum contract guarantee per awardee) at contract award and will be obligated under the contract’s initial delivery order. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by January 2024. If all options are exercised, work will continue through January 2028. Fiscal 2023 operations and maintenance (Navy) funding in the amount of $25,000 expires at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the System for Award Management website and five offers were received in response to the solicitation. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity. 

General Dynamics Bath Iron Works, Bath, Maine, is awarded a $37,368,385 cost-plus-award-fee and cost modification to previously awarded contract N00024-19-C-2322 to exercise options for the accomplishment of planning yard efforts such as engineering, technical, planning, ship configuration, data and logistics efforts for DDG 1000- class destroyers post-delivery and in-service life-cycle support, and other direct costs. Work will be performed in Bath, Maine (95%); and San Diego, California (5%), and is expected to be completed by December 2023. Fiscal 2023 research, development, test and evaluation (Navy) funding in the amount of $1,030,708 (27%); and fiscal 2023 operations and maintenance (Navy) in the amount of $2,777,207 (73%) will be obligated at the time of award; funds in the amount of $2,777,207 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Northrop Grumman Systems Corp., Baltimore, Maryland, is awarded a $26,373,756 modification (P00012) to previously awarded cost-plus-fixed-fee contract N00014-19-C-1032 for Triton electronic protection enhancements. The total cumulative value of this contract is $41,736,826. Under this modification, the contractor will continue to work to further develop and demonstrate enabling technologies for the Triton MQ-4C Unmanned Aircraft System Multi-Function Active Sensor (MFAS) radar systems. The proposed effort is for the non-recurring engineering required to establish the hardware baseline for the technical refresh for the MQ-4C Triton MFAS Radar Signal Processor (RSP) on the AN/ZPY-3(v) 2 Mercury Power Stream 7000 Signal Processor, 272K300G01 in order to implement advanced capabilities developed by the Office of Naval Research. As part of this effort, the contractor shall build a prototype commercially available off-the-shelf RSP that is representative of the hardware baseline, including a Scalable Node/Open System Architecture and can be used for additional development and flight testing. Work will be performed in Baltimore, Maryland, and is expected to be completed by Nov. 20, 2024. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $2,060,384 are obligated at time of award and will expire at the end of the current fiscal year. The Office of Naval Research, Arlington, Virginia, is the contracting activity.

SeaLandAire Technologies Inc.,* Jackson, Michigan, is awarded a $19,698,504 cost-plus-fixed-fee order (N6833523F0030) against a previously issued basic ordering agreement (N6833520G1049). This order provides continued advanced technology research, development, and engineering services, to include systems engineering, modeling and analyses, measurement of target and environment data, architecture, fabrication, installation, test, maintenance, aircrew training, and procurement activities in support of prototyping and delivery of a Digital Directional Frequency Analysis and Reporting Vertical Line Array sonobuoy in order to transfer this technology to the UnderSea Advantage / Next Generation Multistatic Active Coherent program. Additionally, this order provides for verification in various ocean environments through collection, modeling, processing, and measurement of target and environment data, in support of improving the airborne Anti-Submarine Warfare mission. These efforts are in support of Small Business Innovation Research (SBIR) Phase III topic titled N101-104 “High Gain Array of Velocity Sensors” for the Navy. Work will be performed in Jackson, Michigan, and is expected to be completed in December 2027. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $2,798,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Northrop Grumman Systems Corp., San Diego, California, is awarded a $16,220,882 cost-plus-fixed-fee contract. This contract provides for engineering investigations, fleet operations, issues surrounding supportability/reliability, cyber security activities and capabilities, software design and system integration, qualification testing, logistical support as well as training services in  support of the MQ-8 Fire Scout System. Work will be performed in San Diego, California, and is expected to be completed in December 2023. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $4,291,628; and fiscal 2023 aircraft procurement (Navy) funds in the amount of $448,688 will be obligated at the time of award, $4,291,628 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923C0002).

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $15,995,634 cost-plus-incentive-fee modification to previously awarded contract N00024-15-C-5151 to exercise options for ship integration and test of the AEGIS Weapon System (AWS) for AWS baselines through Advanced Capability Build 16. Work will be performed in Moorestown, New Jersey (49%); Norfolk, Virginia (15%); San Diego, California (8%); Washington, D.C. (7%); Pascagoula, Mississippi (6%); Mayport, Florida (4%); Bath, Maine (3%); and various locations each below (1%) for a total of (8%), and is expected to be completed by September 2023. Fiscal 2023 other procurement (Navy) funds in the amount of  $4,700,587 (93%); and fiscal 2023 operations and maintenance (Navy) funds in the amount of $341,690 (7%) will be obligated at time of award, of which $341,690 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BAE Systems, Information and Electronic Systems Integration Inc., Greenlawn, New York, is awarded a $15,355,636 firm-fixed-price modification (P00007) to a previously awarded, indefinite-delivery/indefinite-quantity contract (N0001921D0008). This modification exercises an option for the production, delivery, and integration of Mode 5 capable Common Identification Friend or Foe (IFF) Digital Transponder Systems and associated Shop Replaceable Assemblies (SRA) in support of fixed and rotary winged aircraft. The procurements for the Navy are 20 AN/APX-117A (V) IFF transponders; 10 AN/APX-118A (V) IFF transponders; 62 AN/APX-123A (V) IFF transponders; six integration of Mode 5 Kits; 18 Mode 5 Remote Control Units; 20 Mode 5 upgraded remote controls; 19 IFF Transponder Mounting Trays; 10 Receiver/Transmitter SRAs; 15 Power Supplies; 10 Signal Processors; five Mode 5 Chassis; 10 Mode 5 SRAs; five Repair - AN/APX-117(V)/117A(V); 10 Repair - AN/APX-118(V)/118A (V); and 30 Repair - AN/APX-123(V)/123A (V). The procurements for the Army are 134 AN/APX-123A (V) IFF transponders; one RT-1835/RT-1836 to RT-1912A Modification; 20 Single Board Computers; 26 RT-1912 to RT-1912A Modification Kits, as well as 32 AN/APX-123A (V) IFF transponders for Foreign Military Sales customers. Work will be performed in Greenlawn, New York (85%); and Austin, Texas (15%), and is expected to be completed in December 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Detyens Shipyards Inc.,* North Charleston, South Carolina, is awarded a $10,051,547 firm-fixed-price contract (N3220523C2142) for a 75-calendar day shipyard availability for the mid-term availability of Military Sealift Command’s fleet replenishment oiler USNS Laramie (T-AO 203). This contract includes a base period and three options which, if exercised would bring the cumulative value of this contract to $10,606,947. Work will be performed in North Charleston, South Carolina, beginning Feb. 14, 2023, and is expected to be completed by April 29, 2023. Fiscal 2023 working capital (Navy) funds in the amount of $10,051,547 are obligated and will not expire at the end of the fiscal year. This contract was a small business set-aside with proposals solicited via the Government Point of Entry website and six offers received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Lockheed Martin Corp., Owego, New York, is awarded a $9,894,964 firm-fixed-price order (N0001923F0048) against a previously issued basic ordering agreement (N0001919G0029). This order provides non-recurring engineering in support of modifications and integration of upgraded capabilities to the Automated Radar Periscope Detection and Discrimination and Anti-Submarine Warfare systems for the Danish Ministry of Defense Acquisition and Logistics Organization MH-60R platform. Work will be performed in Owego, New York (48%); Farmingdale, New York (25%); Columbus, Mississippi (14.5%); Stratford, Connecticut (11.5%); and Oldsmar, Florida (1%), and is expected to be completed in September 2025. Foreign Military Sales customer funds in the amount of $9,894,964 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.

Sierra Nevada Corp., Sparks, Nevada, is awarded an $8,854,602 cost-plus-fixed-fee contract for Delivering Operational Intent Over 5G for Navy Internet of Military Things (IoMT). This contract provides for research, design and prototype experimentation into cyber security that aligns with the Department of Navy’s digital modernization efforts, with a primary focus on applications for IoMT, machine-to-machine (M2M) and systems operating on a 5G network. Work will be performed in Sparks, Nevada, and is expected to be completed by Dec. 21, 2024. The maximum dollar value, including a 24-month base period with a concurrent option period, is $8,854,602. Fiscal 2022 research, development, test and evaluation (DoD) funds in the amount of $500,000; and fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $100,000, are obligated at time of award. Funds in the amount of $500,000 will expire at the end of the current fiscal year. This contract was competitively procured under the long range broad agency announcement (BAA) for Navy and Marine Corps science and technology. Since proposals will be 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 (N00014-23-C-1018).

ARMY

Elbit America Inc., Fort Worth, Texas, was awarded a $99,100,000 modification (P00019) to contract W15QKN-17-D-0007 for the production, kitting, delivery, fielding, testing and training of mortar fire-control systems. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 28, 2023. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity.

BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $10,407,827 modification (P00010) to contract W56HZV-22-C-0072 for integration of the Handheld, Manpack and Small Form Fit Next Generation Radio and Mounted Assured Position Navigation and Timing Solution Generation 2 into the M2A3 and M3A3 Fire Support Team with Fire Support Sensor System platforms. Work will be performed in San Jose, California, with an estimated completion date of Nov. 1, 2024. Fiscal 2022 and 2023 weapons and tracked combat vehicle procurement, Army funds in the amount of $10,407,827 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

BAE OSI Systems, Kingsport, Tennessee, was awarded a $7,823,127 modification (P00800) to contract DAAA09-98-E-0006 for process improvements at the Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Sept. 3, 2024. Fiscal 2023 ammunition procurement, Army funds in the amount of $7,823,127 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

AIR FORCE

The Boeing Co., Huntington Beach, California, was awarded a $99,038,610 five-year, indefinite-delivery/indefinite-quantity contract for Combat Survivor Evader Locator contractor logistics support. This contract provides for sustainment of this effort with a broad range of performance-based logistics, including program management, logistics support, systems engineering, software maintenance and cybersecurity, technical order sustainment, government furnished property management, transition planning, and contract data requirements list deliverables. Work will be performed in Huntington Beach, California, and is expected to be completed by Dec. 31, 2027. This contract was a sole source acquisition. Fiscal 2023 operations and maintenance funds in the amount of $13,000,000 are obligated for the first task order at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity. (FA8217-23-D-0002) 

Aero Turbine Inc., Stockton, California, was awarded an estimated $84,786,547 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for J85 management of items subject to repair overhaul components. This contract provides for the J85 engine’s inspection and repair at various Air Force Jet Engine Intermediate Maintenance facilities. Individual components on the J85 engine will also be replaced at several T-38 operating bases.  The location of performance is in Stockton, California, and is expected to be completed by Dec. 31, 2032.  This award is the result of a sole source acquisition.  Fiscal 2023 working capital funds in the amount of $14,116 are being obligated at time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity. (FA8122-23-D-0004)

Leidos Inc., Reston, Virginia, was awarded a $39,176,064 cost-plus-fixed-fee contract for research and development of electro-optic sensing defensive electronic warfare.  This contract provides for research to develop and demonstrate prototype advanced integrated threat warning systems while also advancing multi-spectral test and developmental risk reduction methodologies to support research and development and procurement milestones. Work will be performed in Reston, Virginia, and is expected to be completed by Dec. 18, 2026.  This contract was a competitive acquisition and one offer was received. Fiscal 2022, research and development funds in the amount of $1,707,000 are obligated at time of award.  The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8650-23-C-1024)

General Electric Co., Cincinnati, Ohio, has been awarded two firm-fixed-price, undefinitized contract action orders (FA8122-23-F-0002 and FA8122-23-F-0003) in a total of $29,047,285 to previously awarded contract FA8122-23-D-0002 for Foreign Military Sales (FMS) of F110-GE-129 spare components and consumables. The modification brings the total cumulative face value of the contract to $38,817,281. The contract modification is for initial provisioning of F110-GE-129 engine component spares and consumables for additional F110 partner nations. Work will be performed in Cincinnati, Ohio, and is expected to be completed by Sept. 30, 2023, and Sept. 30, 2024 respectively.  This modification involves Foreign Military Sales to Bulgaria and Taiwan. Fiscal 2023 and 2024 FMS funds in the amount of $21,808,097 are being obligated at time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Vertex Aerospace LLC, Madison, Mississippi, was awarded a $27,238,527 task order (FA8134-23-F-6006) under previously awarded, firm-fixed-price, indefinite-delivery/indefinite-quantity contract FA8106-17-D-0001 for contractor logistic support services for the Air Force C-12 fleet utilized by the Air Force Materiel Command, the Pacific Air Command, the Defense Intelligence Agency and the Defense Security Cooperation Agency. Work will be performed Joint Base Elmendorf-Richardson, Alaska; Edwards Air Force Base, California; Joint Base Andrews, Maryland; Madison, Mississippi; Holloman AFB, New Mexico; Okmulgee, Oklahoma; San Angelo, Texas; Buenos Ares, Argentina; Gaborone, Botswana; Brasilia, Brazil; Bogota, Columbia; Cairo, Egypt; Accra, Ghana; Tegucigalpa, Honduras; Budapest, Hungary; Yokota Air Base, Japan; Nairobi, Kenya; Rabat, Morocco; Manila, Philippines; Riyadh, Saudi Arabia; Bangkok, Thailand; Ankara, Turkey; and Oslo, Norway. Work is expected is expected to be completed by Dec. 31, 2023. The estimated cumulative face value of the contract is $211,238,527. Fiscal 2023 operation and maintenance; research, development, test and evaluation; and Foreign Military Sales funds in the amount of $16,677,938 will be obligated at the time of award. Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity. (Awarded Dec. 16, 2022)

L-3 Communications Integrated Systems, Greenville, Texas, was awarded a $12,687,331 firm-fixed-price contract for support services. This contract provides for management support services.  Work will be performed in Greenville, Texas, and is expected to be completed by Dec. 31, 2023. This contract is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $12,687,331 are being obligated at time of award. The 645th Aeronautical Engineering Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-23-F-4827).

Kegman Inc., Melbourne, Florida, was awarded an $8,957,714 firm-fixed-price task order, with cost reimbursable line items for travel and material purchases as needed and approved by the government for the Management, Engineering & Research Concepts – Geophysical. This contract provides for expanded acquisition of a 12-month task order to perform operation and maintenance, research and development, and limited purchase order services to support the day-to-day operations of the Air Force Technical Applications Center. Work will be performed at Patrick Space Force Base, Florida, and alternate locations, and is expected to be completed by Dec. 31, 2023. Fiscal 2023 operations and maintenance funds in the amount of $5,237,481; and fiscal 2023 research, development, test and evaluation funds in the amount of $3,720,233 are being obligated at the time of award. The Acquisition Management and Integration Center, Detachment 2, Patrick SFB, Florida, is the contracting activity (FA7022-23-F-0025).

DEFENSE LOGISTICS AGENCY

Propper International Inc., Cabo Rojo, Puerto Rico (SPE1C1-23-C-0008, $49,082,165); and Eagle Industries Unlimited Inc., Virginia Beach, Virginia (SPE1C1-23-C-0006, $23,564,800), have each been awarded a fixed-price, fixed-quantity contract under solicitation SPE1C1-23-R-0015 for the Modular Lightweight Load-carrying Equipment 4000 rucksack set. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(2), as stated in Federal Acquisition Regulation 6.302-2. This is a one-year, eight-month contract with no option periods. Location of performance is Kentucky, with an Aug. 30, 2024, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2023 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

AJ Wholesales Produce, Sheboygan, Wisconsin, has been awarded a maximum $49,971,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with three responses received. This is a three-year contract with no option periods. Location of performance is Michigan, with a Dec. 20, 2025, ordering period end date. Using customers are Department of Agriculture schools and reservations. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-23-D-S759).

*Small business