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 July 26, 2023

AIR FORCE

Applied Research Associates Inc., Albuquerque, New Mexico (FA8612-23-D-B002); Armaments Research Co. Inc., Bethesda, Maryland (FA8612-23-D-B003); BadVR Inc., Pacoima, California (FA8612-23-D-B004); CGI Federal Inc., Fairfax, Virginia (FA8612-23-D-B001); Flosum Corp., San Ramon, California (FA8612-23-D-B017); Management Services Group Inc., doing business as Global Technical Systems, Virginia Beach, Virginia (FA8612-23-D-B005); Convergent Solutions Inc., doing business as Exiger Government Solutions, McLean, Virginia (FA8612-23-D-B006); Odyssey Systems Consulting Group LTD., Wakefield, Massachusetts (FA8612-23-D-B008); Steeple Group LLC, doing business as Peregrine Defense, Oklahoma City, Oklahoma (FA8612-23-D-B014); Picogrid Inc., Hawthorne, California (FA8612-23-D-B009); Rescue Rover LLC, doing business as AlphaBravo, Gaithersburg, Maryland (FA8612-23-D-B010); Rafael Systems Global Sustainment LLC, Bethesda, Maryland (FA8612-23-D-B011); and Spotible Labs LLC, New York, New York (FA8612-23-D-B012), have been awarded indefinite-delivery/indefinite-quantity contracts with a combined ceiling of

$950,000,000 to compete for future efforts associated with the maturation, demonstration, and proliferation of capability across platforms and domains, leveraging open systems design, modern software and algorithm development to enable Joint All Domain Command and Control. These contracts provide for the development and operation of systems as a unified force across all domains (air, land, space, sea, cyber, and electromagnetic spectrum) in an open architecture family of systems that enables capabilities via multiple integrated platforms. The locations of performance are to be determined at the contract directed order level and are expected to be complete by May 28, 2025. These awards are the result of fair and open competition. Air Force Life Cycle Management, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Amentum Service Inc., Chantilly, Virginia, has been awarded a $223,587,481 contract for aircraft maintenance and back shop support services. This contract provides for 24 hours a day, seven days a week, aircraft maintenance and back shop service requirements supported by the contractor. Work will be performed at Joint Base Andrews-Naval Air Facility Washington and is expected to be completed by June 30, 2028. This contract was a competitive acquisition and one offer was received. Fiscal 2023 operations and maintenance funds in the amount of $34,960,103 are being obligated at time of award. The 316th Contracting Squadron Services Flight, Joint Base Andrews, Maryland, is the contracting activity (FA2860-23-F-0060).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $489,464,143 modification (P00002) to a cost-plus-fixed-fee, firm-fixed-price order (N0001923F0002) against a previously issued basic ordering agreement (N0001919G0008). This modification adds scope to procure various material mod kits, special test/tooling equipment, as well as provides product engineering, and installation in support of retrofit and modification engineering change proposal efforts on F-35 aircraft to correct aircraft deficiencies and upgrade F-35 aircraft with Technology Refresh Three for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) customers and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2028. Fiscal 2023 aircraft procurement (Air Force) funds in the amount of $195,183,829; fiscal 2023 aircraft procurement (Navy) funds in the amount of $171,871,471; fiscal 2022 aircraft procurement (Air Force) funds in the amount of $963,892; fiscal 2022 aircraft procurement (Navy) funds in the amount of $818,354; fiscal 2021 aircraft procurement (Navy) procurement funds in the amount of $6,792,712; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $12,817,799; fiscal 2021 aircraft procurement (Navy) funds in the amount of $7,459,308; FMS funds in the amount of $33,390,770; and non-U.S. DOD participant funds in the amount of $66,958,720, will be obligated at the time of award, $20,277,107 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DZSP 21 LLC, Marlton, New Jersey, is awarded $89,096,216 for a cost-plus-award-fee modification to previously awarded contract N40192-23-C-5300. This modification provides for the exercise of Option Period Three for base operating support services at Joint Region Marianas. Work will be performed at various Navy, Marine Corps, and Air Force installations in Guam. The period of performance is from August 2023 to July 2024. This award brings the total cumulative value of the contract to $662,483,464. Fiscal 2023 operation and maintenance (Navy) (O&M, N); fiscal 2023 O&M (Marine Corps); fiscal 2023 O&M (Defense); fiscal 2023 O&M (Army National Guard); fiscal 2023 medical facilities; and fiscal 2023 family housing O&M, N funds in the amount of $42,525,597 will be obligated at time of award, and funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Marianas, Guam, is the contracting activity. 

Carter Enterprises LLC,* Brooklyn, New York, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a contract ceiling of $37,886,278 for the manufacture and delivery of a combination of up to 352,297 Plate Carrier Generation III systems, components, repair kits and data deliverables. Work will be performed in Brooklyn, New York, with an expected completion date of July 2028. Fiscal 2023 operations and maintenance (Marine Corps) funds in the amount of $381,000 will be obligated on the first delivery order immediately following contract award and will expire at the end of this fiscal year. Fiscal 2022 research, development, test and evaluation (Marine Corps) funds in the amount $19,833 will also be obligated on the first delivery order immediately following contract award and will not expire this fiscal year. This contract was competitively procured via SAM.gov with three proposals received. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-23-D-1007).

Curtiss-Wright Controls Electronic System Inc., Fairborn, Ohio, is awarded a $33,797,890 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of and repair of Keyed Broad Area Maritime Surveillance Airborne Recorder (K-BAR) Network Attached Storage (NAS) Chassis, K-BAR docking stations, K-BAR removable storage modules, and K-BAR lab cable sets in support of PMA-262 Persistent Maritime Unmanned Aircraft Systems’ MQ-4C Triton aircraft, PMA-290 Maritime Patrol and Reconnaissance Aircraft, and Australia as an International Cooperative Partner. The contract also includes training and engineering services in support of the K-BAR NAS Chassis. Work will be performed in Fairborn, Ohio, and is expected to be completed by July 25, 2028. Fiscal 2023 aircraft procurement, Navy appropriation account funds in the amount of $1,350,657 will be obligated at time of award; none of the funds will expire at the end of the current fiscal year. This contract was not competitively procured via the SAM.gov website, with one offer received. This is a sole source action in accordance with Federal Acquisition Regulation 6.302-1, only one responsible source. Curtiss-Wright Controls Electronic Systems Inc. is the original equipment manufacturer of the K-BAR and the only company who can perform the required repairs. No other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016423DJW69).

BAE Systems - San Diego Ship Repair, San Diego, California, was awarded a $37,730,467 firm-fixed-price contract action for maintenance, modernization and repair of USS John P. Murtha (LPD 26) fiscal 2024 Selected Restricted Availability. The scope of this acquisition includes all labor, supervision, equipment, production, testing, facilities, and quality assurance necessary to prepare for, and accomplish, the Chief of Naval Operations 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 $42,442,680. Work will be performed in San Diego, California, and is expected to be completed by September 2024. If all options are exercised, work will continue through September 2024. Fiscal 2023 operations and maintenance, Navy funds in the amount of $37,725,469 (99.99%); and fiscal 2023 other procurement, Navy funds in the amount of $4,998 (0.01%), will be obligated at the time of award, of which $37,725,469 will expire at the end of the current fiscal year. This contract was awarded on a sole source basis in accordance with Federal Acquisition Regulation 6.302-3, Industrial Mobilization. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002423C4405). (Awarded July 24, 2023)

Progeny Systems LLC, Manassas, Virginia, is awarded a $19,152,106 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-6265 to exercise options for engineering and technical services for software development, and hardware and software integration to Navy Submarines. Work will be performed in Manassas, Virginia (65%); Middletown, Rhode Island (25%); and San Diego, California (10%), and is expected to be completed by July 2024. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $3,309,053 (82%); fiscal 2023 National Sea-Based Deterrence Funds in the amount of $659,996 (16%); and fiscal 2023 operations and maintenance (Navy) funds in the amount of $94,960 (2%), will be obligated at time of award, of which $94,960 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded an $8,349,013 cost-plus-incentive-fee modification to previously-awarded contract N00024-15-C-5151 to exercise options for shipboard integration and test of the AEGIS Weapon System. 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 places each below one percent (8%), and is expected to be completed by February 2025. Fiscal 2016 shipbuilding and conversion, Navy funds in the amount $4,516,523 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.

Phase Sensitive Innovations Inc.*, Newark, Delaware, is awarded an $8,080,004 cost-plus-fixed-fee order (N6833523F0220) against a previously issued basic ordering agreement (N6833522G0039).  This order provides for the development of a compact, lightweight, low power, and low cost imager, capable of sensing through heavily degraded environments to augment long wave infrared imagery in support of Small Business Innovation Research Phase III A18-040 titled, “Low-cost Imager for Heavily Degraded Visual Environments.” Work will be performed in Newark, Delaware, and is expected to be completed in February 2027. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $8,080,004 will be obligated at the time of award, all 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.

DEFENSE LOGISTICS AGENCY

BP North America Products Inc., Chicago, Illinois (SPE602-23-D-0483, $349,559,722); and Petro Star Inc.,* Anchorage, Alaska (SPE602-23-D-0484, $41,377,262), have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE602-23-R-0707 for various types of fuel. This was a competitive acquisition with seven offers received. These are nine-month contracts with a 30-day carryover. Locations of performance are California, Hawaii, and Washington with an Aug. 30, 2024, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

U.S. SPECIAL OPERATIONS COMMAND

Collins Aerospace Inc., Cedar Rapids, Iowa, was awarded a $62,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide life-cycle contractor support for the Tactical Mission Network, including Common Avionics Architecture System, Avionics Management System, Cockpit Management System, and Contractor Logistics Support for the U.S. Special Operations Command (USSOCOM), Technology Applications Program Office. Fiscal 2023 operations and maintenance funding in the amount of $9,698,399 is being obligated at time of award on the first task order. This contract has one five-year ordering period (total of 60 months) and one six-month option under Federal Acquisition Regulation 52.217-8. The majority of the work will be performed in Fort Campbell, Kentucky. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

ARMY

GPM Inc., West Alton, Missouri, was awarded a $15,000,000 firm-fixed-price contract for vegetation maintenance. 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 May 31, 2028. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-23-D-0009)

Pond Constructors Inc., Peachtree Corners, Georgia, was awarded a $12,625,000 modification (P00011) to contract W912DY-21-F-0025 for minor and emergency repair. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2024. U.S. Army Corps of Engineers' Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

*Small business