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 Sept. 27, 2023

ARMY

American Ordnance LLC, Middletown, Iowa (W15QKN-23-D-0056); and General Dynamics OTS Inc., Niceville, Florida (W15QKN-23-D-0057), will compete for each order of the $974,359,955 firm-fixed-price contract for 155 mm M1128 load, assemble and pack requirements. 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 Sept. 26, 2028. Army Contracting Command, Newark, New Jersey, is the contracting activity.  

BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $288,246,807 modification (P00004) to contract W56HZV-23-F-0395 for production of M2A4 and M7A4 vehicles from legacy source variants. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2026. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Vertex Aerospace LLC, Madison, Mississippi, was awarded a $189,510,670 firm-fixed-price contract for training and range operations maintenance services. Bids were solicited via the internet with two received. Work will be performed in Kuwait, with an estimated completion date of Feb. 26, 2029. Fiscal 2023 operation and maintenance, Army funds in the amount of $19,777,258 were obligated at the time of the award. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-23-C-0040).

Allison Transmission Inc., Indianapolis, Indiana, was awarded an $83,355,215 firm-fixed-price contract for production support of Abrams transmissions and system technical support services. Bids were solicited via the web with one received. Work will be performed in Indianapolis, Indiana, with an estimated completion date of Dec. 31, 2024. Fiscal 2023 weapons and tracked combat vehicle procurement, Army funds; fiscal 2023 Foreign Military Sales (Australia, Poland, and Taiwan) funds; and fiscal 2023 revolving funds in the amount of $83,355,215 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-23-F-0464).

Walsh Federal LLC, Chicago, Illinois, was awarded a $63,723,000 firm-fixed-price contract for construction of a training support squadron facility. Bids were solicited via the internet with three received. Work will be performed in Hampton, Virginia, with an estimated completion date of Sept. 27, 2026. Fiscal 2019 and 2023 military construction, Army funds in the amount of $63,723,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-23-C-2002).

HDR Engineering Inc., Boise, Idaho (W9133L-23-D-6112); and Burns & McDonnell Engineering Company Inc., Kansas City, Missouri (W9133L-23-D-6113), will compete for each order of the $60,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2028. U.S. National Guard Bureau’s Directorate of Acquisitions, Operational Contracting Division, Arlington, Virginia, is the contracting activity.

Booz Allen Hamilton Inc., Mclean, Virginia, was awarded a $59,749,205 cost-plus-fixed-fee contract to support the Royal Saudi Land Forces. Bids were solicited via the internet with one received. Work will be performed in Riyadh, Saudi Arabia, with an estimated completion date of Sept. 20, 2028. Fiscal 2023 Foreign Military Sales (Saudi Arabia) funds in the amount of $59,749,205 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-23-C-5026).

Trade West Construction Inc., Mesquite, Nevada, was awarded a $52,587,200 firm-fixed-price contract for jetty repair. Bids were solicited via the internet with three received. Work will be performed in Tillamook, Oregon, with an estimated completion date of Dec. 31, 2025. Fiscal 2022 civil operation and maintenance, Recovery Act funds in the amount of $52,587,200 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-23-C-0017).

RENK America LLC, Muskegon, Michigan, was awarded a $37,878,247 modification (P00041) to contract W56HZV-20-C-0124 for Armored Multi-Purpose Vehicle and Bradley Fighting Vehicle System transmissions and ancillary hardware. Work will be performed in Muskegon, Michigan, with an estimated completion date of Dec. 31, 2025. Fiscal 2023 weapons and tracked combat vehicle procurement, Army; and ammunition procurement, Army funds, in the amount of $37,878,247 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

The Ross Group Construction Company, Tulsa, Oklahoma, was awarded a $34,778,160 firm-fixed-price contract for repairing and renovating a barracks building. Bids were solicited via the internet with two received. Work will be performed at Fort Sill, Oklahoma, with an estimated completion date of Jan. 26, 2025. Fiscal 2023 military construction, Army funds in the amount of $34,778,160 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-23-C-0020). 

Day and Zimmermann Lonestar LLC, Texarkana, Texas, was awarded a $32,316,536 fixed-price-with-EPA contract for M28B2 percussion primers. 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 Sept. 30, 2028. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-23-D-0041).

McMillen Inc., Boise, Idaho, was awarded a $25,565,000 firm-fixed-price contract for main lock lift gate installation and machinery replacement. Bids were solicited via the internet with four received. Work will be performed in Alton, Illinois, with an estimated completion date of May 22, 2025. Fiscal 2023 U.S. Army Corps of Engineers funds in the amount of $25,565,000 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-23-C-0020). 

EA Engineering, Science and Technology Inc.,* Hunt Valley, Maryland, was awarded a $22,402,253 firm-fixed-price contract for engineering evaluations and cost analysis services. Bids were solicited via the internet with one received. Work will be performed in San Antonio, Texas; and San Angelo, Texas, with an estimated completion date of June 29, 2028. Fiscal 2023 environmental restoration, defense funds in the amount of $22,402,253 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-23-F-0174).

Koontz Electric Company Inc., Morrilton, Arkansas, was awarded a $17,547,745 firm-fixed-price contract for generator step-up unit transformer installation. Bids were solicited via the internet with three received. Work will be performed in Hendersonville, Tennessee, with an estimated completion date of July 21, 2025. Fiscal 2023 civil construction funds in the amount of $17,547,745 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity (W912P5-23-C-0013).

Hasen Global LLC, Fort Worth, Texas, was awarded a $15,870,518 firm-fixed-price contract for basement renovations. Bids were solicited via the internet with two received. Work will be performed at Barksdale Air Force Base, Louisiana, with an estimated completion date of Oct. 31, 2025. Fiscal 2023 operation and maintenance, Army funds in the amount of $16,186,143 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-23-C-0034). 

Nisou LGC JV II LLC, Detroit, Michigan, was awarded a $15,165,956 firm-fixed-price contract to improve fuel cell and corrosion control at Selfridge Air National Guard Base. Bids were solicited via the internet with three received. Work will be performed in Harrison Township, Michigan, with an estimated completion date of March 28, 2025. Fiscal 2023 repair, restoration and modernization, Air Force funds in the amount of $15,165,956 were obligated at the time of the award. U.S. Property and Fiscal Office, Michigan, is the contracting activity (W50S85-23-C-0006).

Great Lakes Dredge & Dock Company LLC, Houston, Texas, was awarded a $14,412,620 modification (P00009) to contract W912HY-21-C-0015 for removal and disposal of pipelines. Work will be performed in Corpus Christie, Texas, with an estimated completion date of March 20, 2024. Fiscal 2021 and 2023 civil construction funds and fiscal 2023 non-federal, Port of Corpus Christie funds in the amount of $14,412,620 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity.

Technomics Inc.,* Arlington, Virginia, was awarded a $13,763,729 firm-fixed-price contract for non-personal, technical support services for cost and economic analysis. 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 Sept. 26, 2028. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-23-D-0028).
SES Construction and Fuel Services LLC,* Oak Ridge, Tennessee, was awarded a $13,159,540 firm-fixed-price contract for construction of an intelligence facility. Bids were solicited via the internet with three received. Work will be performed in Hampton, Virginia, with an estimated completion date of March 20, 2025. Fiscal 2020 and 2023 military construction, Air Force Reserve funds in the amount of $13,159,540 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-23-F-0438).

Amentum Services Inc., Chantilly, Virginia, was awarded a $12,752,657 modification (P00003) to contract W912NW-22-F-0087 for contractor support for aircraft and aircraft component production. Work will be performed in Corpus Christi, Texas, with an estimated completion date of Sept. 30, 2025. Fiscal 2023 Army working capital funds in the amount of $12,752,657 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
 
K & K Plus Inc.,* Newberry, Michigan, was awarded a $12,698,168 firm-fixed-price contract for building improvements and upgrades. Bids were solicited via the internet with three received. Work will be performed at Fort Riley, Kansas, with an estimated completion date of March 18, 2025. Fiscal 2023 operation and maintenance, Army funds in the amount of $12,698,168 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-23-C-4035).

Quarry Hills Ltd.,* El Paso, Texas, was awarded a $12,427,222 firm-fixed-price contract for construction of a satellite fire station. Bids were solicited via the internet with five received. Work will be performed at Fort Bliss, Texas, with an estimated completion date of March 18, 2025. Fiscal 2023 military construction, Army funds in the amount of $12,427,222 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-23-C-0030).  

Lockheed Martin Corp., Orlando, Florida, was awarded a $12,000,000 modification (P00001) to contract W58RGZ-F-0394 for helicopter sensor units. Work locations and funding will be determined with each order, with an estimated completion date of July 14, 2026. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

GEO Consultants LLC,* Kevil, Kentucky, was awarded a $9,625,637 firm-fixed-price contract to conduct a remedial investigation for per- and polyfluoroalkyl substances. Bids were solicited via the internet with one received. Work will be performed at Wright Patterson Air Force Base, Ohio, with an estimated completion date of Sept. 26, 2028. Fiscal 2023 environmental restoration, defense funds in the amount of $9,625,637 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-23-F-0410).

Virginia Polytechnic Institute and State University, Blacksburg, Virginia, was awarded an $8,540,397 firm-fixed-price modification (P00003) to contract W913E5-22-C-0001 to establish a science-based multidisciplinary resiliency platform to maximize performance in extreme cold weather. Work will be performed in Blacksburg, Virginia, with an estimated completion date of Feb. 1, 2026. Fiscal 2022 and 2023 research, development, test and evaluation, Army funds in the amount of $8,540,397 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity.

Rigid Constructors LLC,* Opelousas, Louisiana, was awarded an $8,006,000 firm-fixed-price contract for jetty repairs. Bids were solicited via the internet with two received. Work will be performed in Port Fourchon, Louisiana, with an estimated completion date of July 23, 2024. Fiscal 2023 civil operation and maintenance funds in the amount of $8,006,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-23-C-0057).

BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $7,568,024 modification (P00823) to contract DAAA09-98-E-0006 to commission the acetic acid and anhydride process facility at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Dec. 31, 2024. Fiscal 2021 ammunition procurement, Army funds in the amount of $7,568,024 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

CORRECTION: An $88,062,582 modification (P00002) to contract W912DY-22-F-0432, announced on Sept. 25, 2023, for Southwest Gas Corp., Las Vegas, Nevada, to implement energy conservation measures at Fort Irwin, was awarded on Sept. 26, 2023.

DEFENSE HEALTH AGENCY

The Johns Hopkins Medical Services Corp., Baltimore, Maryland, was awarded a $497,567,248 fixed-price, commercial contract (HT9402-23-C-0006) to provide comprehensive health care services through a managed care plan, the Uniformed Services Family Health Plan, to approximately 53,700 eligible uniformed services beneficiaries in their designated geographical area. The services to be provided include management of provider networks, medical management, enrollment, customer services and other related requirements. The base period runs from Oct. 1, 2023, through Sept. 30, 2024, with nine 1-year option periods. No funding will be obligated at time of award, but fiscal 2024 operations and maintenance and Medicare-Eligible Retiree Health Care Fund funding will be obligated when made available. This contract was not competitively procured pursuant to the authority of 10 U.S. Code 1073, Sections 722 (b) (1) and (2), and 726 (b) and (c). The Defense Health Agency Managed Care Contracting Division, Aurora, Colorado, is the contracting activity. (Awarded Sept. 26, 2023)

Martin’s Point Health Care Inc., Portland, Maine, was awarded a $428,185,980 fixed-price, commercial contract (HT9402-23-C-0007) to provide comprehensive health care services through a managed care plan, the Uniformed Services Family Health Plan, to approximately 47,000 eligible uniformed services beneficiaries in their designated geographical area. The services to be provided include management of provider networks, medical management, enrollment, customer services and other related requirements. The base period runs from Oct. 1, 2023, through Sept. 30, 2024, with nine one-year option periods. No funding will be obligated at time of award, but fiscal 2024 operations and maintenance and Medicare-Eligible Retiree Health Care Fund funding will be obligated when made available. This contract was not competitively procured pursuant to the authority of 10 U.S. Code 1073, Sections 722 (b) (1) and (2), and 726 (b) and (c). The Defense Health Agency, Managed Care Contracting Division, Aurora, Colorado, is the contracting activity. 

PACMED Clinics, Seattle, Washington, was awarded a $183,547,010 fixed-price, commercial contract (HT9402-23-C-0008) to provide comprehensive health care services through a managed care plan, the Uniformed Services Family Health Plan, to approximately 21,000 eligible uniformed services beneficiaries in their designated geographical area. The services to be provided include management of provider networks, medical management, enrollment, customer services and other related requirements. The base period runs from Oct. 1, 2023, through Sept. 30, 2024, with nine one-year option periods. No funding will be obligated at time of award, but fiscal 2024 operation and maintenance and Medicare-Eligible Retiree Health Care Fund funding will be obligated when made available. This contract was not competitively procured pursuant to the authority of 10 U.S. Code 1073, Sections 722 (b) (1) and (2), and 726 (b) and (c). The Defense Health Agency, Managed Care Contracting Division, Aurora, Colorado, is the contracting activity. 

Brighton Marine Inc., Brighton, Maine, was awarded a $158,739,144 fixed-price, commercial contract (HT9402-23-C-0004) to provide comprehensive health care services through a managed care plan, the Uniformed Services Family Health Plan, to approximately 14,000 eligible uniformed services beneficiaries in their designated geographical area. The services to be provided include management of provider networks, medical management, enrollment, customer services and other related requirements. The base period runs from Oct. 1, 2023, through Sept. 30, 2024, with nine one-year option periods. No funding will be obligated at time of award, but fiscal 2024 operations and maintenance funds and Medicare-Eligible Retiree Health Care Fund funding will be obligated when made available. This contract was not competitively procured pursuant to the authority of 10 U.S. Code 1073, Sections 722 (b) (1) and (2), and 726 (b) and (c). The Defense Health Agency, Managed Care Contracting Division, Aurora, Colorado, is the contracting activity. 

CHRISTUS Health, Irving, Texas, was awarded a $142,501,235 fixed-price, commercial contract (HT9402-23-C-0005) to provide comprehensive health care services through a managed care plan, the Uniformed Services Family Health Plan, to approximately 10,000 eligible uniformed services beneficiaries in their designated geographical area. The services to be provided include management of provider networks, medical management, enrollment, customer services and other related requirements. The base period runs from Oct. 1, 2023, through Sept. 30, 2024, with nine one-year option periods. No funding will be obligated at time of award, but fiscal 2024 operation and maintenance and Medicare-Eligible Retiree Health Care Fund funding will be obligated when made available. This contract was not competitively procured pursuant to the authority of 10 U.S. Code 1073, Sections 722 (b) (1) and (2), and 726 (b) and (c). The Defense Health Agency, Managed Care Contracting Division, Aurora, Colorado, is the contracting activity. 

Saint Vincent’s Catholic Medical Centers, New York, New York, was awarded a $119,461,328 fixed-price, commercial contract (HT9402-23-C-0009) to provide comprehensive health care services through a managed care plan, the Uniformed Services Family Health Plan, to approximately 13,000 eligible uniformed services beneficiaries in their designated geographical area. The services to be provided include management of provider networks, medical management, enrollment, customer services, and other related requirements. The base period runs from Oct. 1, 2023, through Sept. 30, 2024, with nine one-year option periods. No funding will be obligated at time of award, but fiscal 2024 operations and maintenance and Medicare-Eligible Retiree Health Care Fund funding will be obligated when made available. This contract was not competitively procured pursuant to the authority of 10 U.S. Code 1073, Sections 722 (b) (1) and (2), and 726 (b) and (c). The Defense Health Agency, Managed Care Contracting Division, Aurora, Colorado, is the contracting activity. 

NAVY

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $188,022,681 fixed-price incentive (firm-target), cost-plus-fixed-fee modification (P00002) to a previously awarded undefinitized indefinite-delivery/indefinite-quantity contract (N0001922D0004). This modification definitizes and increases the contract ceiling for the production of the F-35 Logistics Information Systems to include Autonomic Logistics Information System and Operational Data Integrated Network (ODIN), and Mission Planning Environment (MPE) hardware, as well as associated contract management, planning and readiness reviews, and non-recurring introduction to service activities necessary to field the F-35 ODIN, MPE, and components of any future ODIN and MPE retrofits for the F-35A, F-35B, and F-35C aircraft in support of the F-35 Joint Strike Fighter program for the Air Force, Marine Corps, Navy, Foreign Military Sales customers, and non-Department of Defense participants. Work will be performed in Orlando, Florida (95%); and Fort Worth, Texas (5%), and is expected to be completed in December 2026. 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.

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $175,898,921 firm-fixed-price, cost-plus-fixed-fee modification (P00008) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0001921D0001). This modification adds scope to procure initial spares, to include global spares packages, base spares packages, deployment spares packages, and an afloat spares package in support of F-35 Lightning II Lots 15-17 deliveries for the Foreign Military Sales customers and non-U.S. Department of Defense participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2023. No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Blue Rock Structures Inc.,* Pollocksville, North Carolina (N40085-21-D-0097); Civil Works Contracting LLC,* Wilmington, North Carolina (N40085-21-D-0098); Encon Desbuild JV2 LLC,* Landover, Maryland (N40085-21-D-0099); Futron Inc.,* Woodbridge, Virginia (N40085-21-D-0100); Joyce & Associates Inc.,* Newport, North Carolina (N40085-21-D-0101); Military & Federal Construction Co. Inc.,* Jacksonville, North Carolina (N40085-21-D-0102); Rand Enterprises Inc.,* Newport News, Virginia (N40085-21-D-0104); Reasor-Asturian JV LLC,* Pensacola, Florida (N40085-21-D-0105); and WB Brawley Co.,* Wilmington, North Carolina (N40085-21-D-0106), are awarded a combined-maximum-value $75,000,000 firm-fixed-price modification to increase the maximum cumulative dollar value of their previously-awarded, indefinite-delivery/indefinite-quantity, multiple-award construction contracts for general construction services within the Marine Corps Installations East area of responsibility. Award of this modification brings the total cumulative maximum dollar value for all nine contracts to $324,000,000. Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90%), Georgia (3%), South Carolina (3%), Virginia (3%), and other areas of the U.S. (1%), and is expected to be completed by September 2024. No funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operation and maintenance (Marine Corps) and military construction funds. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Nammo Perry Inc., Perry, Florida, is awarded a $45,500,000 firm-fixed price, indefinite-delivery/indefinite-quantity contract for the procurement of 57MM High Explosive-Point Detonating Cartridges for use with the MK 110 57MM Gun Mount on Navy and Coast Guard platforms. Work will be performed in Perry, Florida (53%); and Sweden (47%), and is expected to be completed by September 2028. Fiscal 2023 Procurement of Ammunition (Navy and Marine Corps) funds in amount of $15,823,063 (99%); and fiscal 2021 Procurement of Ammunition (Navy and Marine Corps) funds in the amount of $174,549 (1%), will be obligated at time of award, of which $174,549 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity (N00174-23-D-0005). 

Oshkosh Defense LLC, Oshkosh, Wisconsin, is awarded a $39,604,838 hybrid firm-fixed-price, cost-plus-fixed-fee delivery order for the procurement of Remotely Operated Ground Unit for Expeditionary Fires carriers for use in the Navy and Marine Expeditionary Ship Interdiction System. Work will be performed in Alexandria, Virginia (18%); Gaithersburg, Maryland (15%); and Oshkosh, Wisconsin (67%). Work is expected to be completed in September 2025. Fiscal 2023 procurement (Marine Corps) funds in the amount of $35,700,458 will be obligated at the time of the award and will not expire at the end of the current fiscal year. Fiscal 2023 procurement (Marine Corps) funds in the amount of $3,625,745 will be obligated at the time of award and will expire on at the end of the current fiscal year. This action is a negotiated delivery order in accordance with 10 U.S. Code 3403(c). Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-22-F-1005).

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded $37,079,321 for a not-to-exceed, undefinitized contract action delivery order (N00383-23-F-X952), under previously awarded contract N00383-20-G-X901, for the procurement of four helicopter rotor hubs in support of the CH-53K aircrafts. All work will be performed in Stratford, Connecticut. This contract contains no options and work is expected to be completed by April 2029. Annual working capital funds (Navy) in the amount of $27,809,490 will be obligated at the time of award. 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), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Brackish Consulting LLC,* Jamestown, Rhode Island, is being awarded a $36,010,756 firm-fixed-price, indefinite-delivery/indefinite-quantity contract that includes terms and conditions for the placement of firm-fixed-price task orders to provide subject matter expert and academic program support service to the Naval War College, Newport, Rhode Island. The contract will include a five-year base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8 - option to extend services, which if exercised, will bring the total estimated value to $39,903,411. The base ordering period is expected to be completed by September 2028; if the option is exercised, the ordering period will be completed by March 2029. All work will be performed in Newport, Rhode Island. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $15,000 will be obligated to fund the contract’s minimum amount, and funds will not expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted as a service-disabled veteran-owned small business set-aside solicitation with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-23-D-Z038).

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $31,784,937 cost-plus-fixed-fee modification (P00005) to a previously awarded indefinite-delivery, indefinite-quantity contract (N0001923D0010). This modification exercises options to provide contract management, planning and readiness reviews, associated production engineering and administrative support for the modernization of the F-35 automated information systems in support of the F-35 Joint Strike Fighter program of the Air Force, Marine Corps, Navy, Cooperative Program Partners, and Foreign Military Sales customers. Work will be performed in Orlando, Florida (86.746%); Fort Worth, Texas (10%); Owego, New York (3.25%); and Bothell, Washington (0.004%), and is expected to be completed in December 2027. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Armtec Countermeasures Co., Coachella, California, is being awarded a $28,510,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture of MJU-77/B infrared countermeasures flares. This contract includes a five-year ordering period with no options. All work will be performed in Camden, Arkansas, and ordering is expected to be completed by September 2028. Fiscal 2022 and 2023 procurement of ammunition (Navy and Marine Corps) funds in the amount $1,803,690 will be issued for delivery order (N00104-23-F-C901) that will be awarded concurrently with the contract. Funds will not expire at the end of the current fiscal year. This was a fully competitive requirement, with two offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-23-D-C901).

American Rheinmetall Munitions, Inc., Stafford, Virginia, is awarded a $25,132,126 firm-fixed-price, indefinite-delivery/indefinite-quantity contract action for the MK 1 MOD 0 Practice Grenade Fuze and Body. This contract, if fully funded, would bring the cumulative value to $25,132,126 over a five-year period. Work will be performed in Trittau, Germany, and is expected to be completed by September 2028. Fiscal 2023 defense procurement funds in the amount of $358,067 will be obligated under the first order at time of award and will not expire at the end of the current fiscal year. This contract was awarded on a sole source basis in accordance with the statutory authority of 10 U.S. Code 2304(c) (1) as implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center Crane, Crane, Indiana, is the contracting activity (N0016423DJR83).

Innovative Defense Technologies, Arlington, Virginia, was awarded a $22,494,363 cost-plus-fixed fee for a Small Business Innovative Research Phase III contract award. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $89,804,610. Work will be performed in San Diego, California, and is expected to be completed by 24 September 2026. This contract will support Project Overmatch; their objective is to improve the practices and tools for testing software to keep up with the growing complexity of Navy software systems. This multi-year contract will be partially funded with fiscal 2023 research, development, test and evaluation (Navy) funds, $1,000,000 of which would have expired at the end of the current fiscal year if this award had not been made. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039). (Awarded Sept. 25, 2023)

The Boeing Co., Seattle, Washington, was awarded a $19,954,662 cost-plus-fixed-fee order (N0001923F0458) against a previously issued basic ordering agreement (N0001921G0006). This order provides for the integration and assessment of the capability of the Mobile User Objective System satellite communications on the P-8A Poseidon test aircraft for the Navy. Work will be performed in Seattle, Washington (96%); and Patuxent River, Maryland (4%), and is expected to be completed in December 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $19,954,662 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded Sept. 26, 2023)

American Systems Corp., Chantilly, Virginia, is awarded a $19,432,708 cost-plus-fixed-fee, firm-fixed-price modification (P00010) to a previously awarded contract (N6134022C0001). This modification exercises options and adds scope to provide developmental testing, integration, delivery, and installation of the P -8A Increment 3 Block 2 mission software into existing P-8A training systems, to include Weapons Tactics Trainers, the new Combat Systems Part Task Trainer, and the New Combat System Electronic Classroom to support P-8A aircrew training and readiness for the Navy. This contract is in support of Small Business Innovation Research Phase III topic, “N00-123 Automated Readiness Measurement System (ARMS)”. Work will be performed in Orlando, Florida (85%); Jacksonville, Florida (10%); and St. Louis, Missouri (5%), and is expected to be completed in October 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $5,593,589 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

SyQwest Inc.,* Cranston, Rhode Island, was awarded an $18,863,460 indefinite-delivery/indefinite-quantity contract containing firm-fixed-price provisions for the production of outboard electric canisters wide aperture arrays and large spherical arrays. Work will be performed in Cranston, Rhode Island, and the ordering period will be completed by September 2028 (with the latest possible delivery taking place 14 months thereafter). Fiscal 2023 operation and maintenance (Navy) funds in the amount of $2,144,341 (79%); and fiscal 2023 other procurement (Navy) funds in the amount of $582,658 (21%), will be obligated at time of award on the first delivery order. This contract was competitively procured using full and open competition via the System for Award Management website with only one offer received. Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-23-D-AB30). (Awarded Sept. 26, 2023) 

American Rheinmetall Systems, Biddeford, Maine, is awarded a $15,635,725 firm-fixed-price modification to previously awarded contract N00174-21-C-0013 for 12 Rheinmetall-Oerlikon Searanger 20MM gun systems to includes spares, and training. Work will be performed in Biddeford, Maine (90%); and Egypt (10%), and is expected to be completed by March 2026. Foreign Military Sales (Egypt) funds in the amount of $15,635,725 will be obligated at the time of award will not expire at the end of the current fiscal year. These systems were procured in accordance with 10 U.S. Code 3204(a)(4) as implemented by Federal Acquisition Regulation 6.302-4 – International Agreement. Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity.

CFM International Inc., West Chester, Ohio, was awarded a $13,005,000 firm-fixed-price contract for the production and delivery of one CFM56-7B24E spare engine in support of the C-40 aircraft for the Navy. Work will be performed in Villaroche, France (53%); Durham, North Carolina (43%); and Peebles, Ohio (4%), and is expected to be completed in December 2023. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $13,005,000 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 3204 (a)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923C0051). (Awarded Sept. 26, 2023) 

Areté Associates,* Northridge, California, was awarded a $12,821,457 cost-plus-fixed-fee delivery order for sustainment and engineering services for the Coastal Battlefield Reconnaissance and Analysis Block I System. This delivery order is for a twelve-month period. Work will be performed in Tucson, Arizona (50%); and Valparaiso, Florida (50%), and is expected to be completed by September 2024. Fiscal 2023 operations and maintenance funds (Navy) in the amount of $1,113,628 will be obligated at the time of award, of which $1,113,628 will expire at the end of the current fiscal year. This delivery order was not competitively procured in accordance with the basic contract (N61331-21-D-0006) and Defense Federal Acquisition Regulation 6.302-1(c) (5) — continuation of work performed under prior Phase III Small Business Innovative Research Program authorized under 15 U.S. Code 638(r)(4) and 10 U.S. Code 2304(c)(5). The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity. (Awarded Sept. 26. 2023)

NewVac LLC, Chatsworth, California, was awarded an $11,060,370 firm-fixed-price modification to previously awarded contract N6339422C0009 for the procurement, manufacture, assemble, test and delivery of various cable sets in support of the MK 41 Vertical Launch System. This modification combines purchases for the Navy (71%); and the governments of Canada (17%), Australia (6%), and Korea (1%), under the Foreign Military Sales program. Work will be performed in Chatsworth, California, and is expected to be completed by September 2024. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $7,862,635 (71%); fiscal 2023 Foreign Military Sales funds in the amount of $2,660,659 (24%); and fiscal 2023 other procurement (Navy) funds in the amount of $537,076 (5%), will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity. (Awarded Sept. 26, 2023)

Northrop Grumman Systems Corp., Melbourne, Florida, is awarded a $10,680,035 modification (P00019) to a cost-plus-fixed-fee order (N0001920F5008) against a previously issued basic ordering agreement (N0001920G0005). This modification exercises options to provide aircrew, flight test engineering, instrumentation, aircraft technicians and test management personnel in support of E-2 Advanced Hawkeye Integrated Test Team operations in executing advanced development experimentation flights and developmental testing in support of future delta system/software configuration builds for the Navy. Work will be performed in Patuxent River, Maryland (89%); Melbourne, Florida (5%); Liverpool, New York (5%); and Menlo Park, California (1%), and is expected to be completed in September 2025. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $1,098,771 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Aeronautics Co., Fort Worth, Texas, was awarded a $10,293,004 firm-fixed-price modification (P00005) to a previously awarded indefinite delivery, indefinite quantity contract (N0001922D0043). This modification adds scope to procure diminishing manufacturing sources in support of production, retrofit, initial spares, replenishment and repairs for the F-35 Lightning II program for the Air Force, Marine Corps, Navy, Foreign Military Sales customers, and non-U.S. Department of Defense participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in January 2025. No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded Sept. 26, 2023)

The Boeing Co., St. Louis, Missouri, is being awarded $10,198,761 for a firm-fixed-price, delivery order N00383-23-F-SA03 under previously awarded basic ordering agreement (N00383-23-G-SA01) for the repair of various avionics equipment used on the F/A-18 aircraft. Work will be performed in Lemoore, California (99%); and Philadelphia, Pennsylvania (1%). Work is expected to be completed by March 2027. Working capital funds (Navy) in the full amount of $10,198,761 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $10,162,000 firm-fixed-price order (N0001923F0398) against a previously issued basic ordering agreement (N0001921G0006). This order provides for the production and delivery of two Advanced Harpoon Weapon Control Systems in support of the mobile Harpoon Coastal Defense Cruise Missile (HCDCM) systems, as well as spares in support of fielded HCDCM systems. Work will be performed in St. Louis, Missouri (50%); Lititz, Pennsylvania (37.3%); Stillwater, Oklahoma (7.3%); Huntsville, Alabama (1.7%); and various locations within the continental U. S. (3.61%), and is expected to be completed in December 2025. Building partner capacity, Department of Defense-wide, funds in the amount of $10,162,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $9,910,038 cost-plus-fixed-fee order (N0001923F0238) against a previously issued basic ordering agreement (N0001922G0002). This order provides engineering, management, technical, and acquisition support for the implementation and sustainment of V-22 critical capability defect packages for V-22 avionics and flight controls systems for the Air Force, Navy, and the U.S. Special Operations Command. Work will be performed in Ridley Park, Pennsylvania (90%); Hurst, Texas (8%); and Amarillo, Texas (2%), and is expected to be completed in September 2026. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $6,546,400; fiscal 2023 operations and maintenance (Air Force) funds in the amount of $2,200,104; fiscal 2023 aircraft procurement (Air Force) funds in the amount of $771,284; and fiscal 2023 operation and maintenance (DOD-Wide) funds in the amount of $392,250, will be obligated at the time of award, $9,138,754 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Gomez Research Associates Inc.,* Huntsville, Alabama, was awarded a $9,673,082 cost-plus-fixed-fee modification to previously awarded contract, N0017419C0021, to exercise Option Year 4 for continued support for counter improvised explosive devices and unmanned aerial system technology. Work will be performed in Huntsville, Alabama (60%); Sofia, Bulgaria (20%); Belgrade, Serbia (15%); and Kiev, Ukraine (5%), and is expected to be completed by September 2024. Fiscal 2023 operations and maintenance (Army) funds in the amount of $9,673,082 will be obligated at time of award and will expire at the end of the current fiscal year. Naval Surface Warfare Center Indian Head Division Indian Head, Maryland, is the contracting activity. (Awarded Sept. 26, 2023)

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $9,640,736 firm-fixed-price order under the existing Basic Ordering Agreement N00024-21-G-5102 for Warhead Data Receiver Cabinet SEMCO Diminishing Manufacturing Source parts. This contract combines purchases for Navy (92%); and the government of Australia (8%), under the Foreign Military Sales program. Work will be performed in Vista, California, and is expected to be completed by Feb. 28, 2027. Fiscal 2023 Defense-wide procurement funds in the amount of $4,757,803 (49%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $4,175,467 (43%); and Foreign Military Sales (Australia) funds in the amount of $707,466 (8%), will be obligated at time of award and will not expire at the end of the current fiscal year. This contract action was not competitively procured in accordance with 10 U.S. Code 2304(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002423F5337).

The Boeing Co., St. Louis, Missouri, is awarded a $9,453,270 firm-fixed-price order (N6833523F0492) against a previously issued basic ordering agreement (N6833521G0020). This order provides peculiar support equipment in support of depot level maintenance and repair of the Vertical Stabilator for the F/A-18EFG aircraft for the Navy. Work will be performed in El Segundo, California (90%); and St. Louis, Missouri (10%), and is expected to be completed in September 2027. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $9,453,270 will be obligated at time of award, $9,453,270 of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Creare LLC,* Hanover, New Hampshire, was awarded a $8,804,206 firm-fixed-price contract to procure 2,000 full-rate production helmets, to include 901 basic helmets, 1,017 communication boom helmets, 82 helmets with communication for sound, replaceable components, and accessories. Additionally, this contract provides associated program management, systems engineering, as well as verification and logistics support for the Navy. This contract is in support of Small Business Innovation Research Phase III topic N04-255 titled, “Advanced Helmet for Maintainer Head and Hearing Protection”. Work will be performed in Salem, Oregon (39%); Carpentersville, Illinois (25%); Lebanon, New Hampshire (18%); Hanover, New Hampshire (16%); Hillsboro, Oregon (1%); Ottawa, Ohio (1%), and is expected to be completed in March 2025. Fiscal 2023 other procurement (Navy) funds in the amount of $8,804,206 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 15 U.S. Code 638(r)(4). Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042123C0016). (Awarded Sept. 26, 2023) 

Northrop Grumman Systems Corp., San Diego, California, was awarded a $7,836,907 firm-fixed-price order (N0001923F0387) against a previously issued basic ordering agreement (N0001920G0005). This order provides for the production of a three-dimensional model of the fuselage assembly and nose installation assemblies for the modified BQM-34S Subsonic Aerial Target for the Navy. Work will be performed in San Diego, California (85%); Melbourne, Florida (7%); Bethpage, New York (6%); and Los Angeles, California (2%), and is expected to be completed in September 2024. Fiscal 2021 weapons procurement (Navy) funds in the amount of $7,836,907 will be obligated at time of award, all of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded Sept. 26, 2023)

AIR FORCE

Logistics Management Institute, Tysons, Virginia; and Colorado Springs, Colorado, was awarded a $98,190,458 indefinite-delivery/indefinite-quantity, firm-fixed-price, level-of-effort contract with two task orders totaling $98,190,458 each with a base year and three option years for Space Integrated Modeling Simulation and Analysis Small Business Innovation Research (SBIR) Phase III. This contract provides for the further development of the Rapid Analysis Prototyping Toolkit for Resiliency Software that was derived in SBIR Phase I and II. Work will be performed at Colorado Springs, Colorado, and is expected to be completed Sept. 28, 2028. This contract was a sole source acquisition. Fiscal 2023 research, development, test and evaluation funds in the amount of $15,288,300 are being obligated at time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity (FA7014-23-D-0009).

Northrop Grumman Systems Corp., Rocket Center, West Virginia, was awarded a $92,000,000 indefinite-delivery/indefinite-quantity contract for FMU-167/B Hard Target Void Sensing Fuze. Work will be performed at Rocket Center, West Virginia, and is expected to be completed by Sept. 30, 2028. This contract was a sole source acquisition. Fiscal 2021 and 2023 missile procurement funds in the amount of $46,450,936 are being obligated at time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-23-D-0002 and FA8213-23-F-3800).

TLI Construction Inc., Riverside, California, was awarded a $70,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for paving requirements. This contract provides for earthwork, soil sampling and testing, removal and disposal of soil, prime coat, tack coat and paint binder, asphalt concrete, slurry seal coating, construction seal and rejuvenating agent, fog seal, asphalt and concrete curbs, airfield Portland cement concrete including runways, taxiways, pads, and aprons, penetrative oil and dust palliative treatment, road shoulder maintenance, ditch construction, street, road, airfield, and parking lot striping and marking, demolition of curb, gutters, sidewalks, and roadway and airfield pavements, surveys, handicap ramps, fences and gates, lighting standards, guardrails, and other incidental related work at Edwards Air Force Base, California.  Work will be performed at Edwards AFB, California, including the Air Force Research Laboratory, Air Force Plant 42, Palmdale, California, and is expected to be completed by Sept. 26, 2028. This contract was a competitive acquisition and five offers were received. Fiscal 2023 operation and maintenance funds in the amount of $327,955 are being obligated at time of award. The Air Force Test Center, Edwards AFB, California, is the contracting activity (FA9301-23-D-0005).

Frontier Technology Inc., Beavercreek, Ohio, has been awarded a $63,000,000 ceiling increase modification (P00004) to previously awarded contract FA2396-22-D-0008 for war gaming and strategic planning for the Air Force. The modification brings the total cumulative face value of the contract to $75,000,000. The location of performance is dependent on individual task order need, but is managed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by September 29, 2027. Fiscal 2022 and 2023 research, development, test, and evaluation funds in the amount of $13,655,000 are being obligated on the second task order at time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

SES Electrical LLC, Anchorage, Alaska, was awarded a $37,465,412 firm-fixed-price contract for F-16 aircraft maintenance operations. This contract provides for the purchase and installation of Pre-Engineered Panelized Metal Relocatable Buildings and Bead Blast Booth for F-16 aircraft maintenance. Work will be performed at Anchorage, Alaska; and Davis Monthan Air Force Base, Arizona, and is expected to be completed by Aug. 31, 2025. This contract was a sole source acquisition. Fiscal 2023 Deputy Management Action Group Capital Investment Funds in the amount of $37,465,412 are being obligated at time of award. The Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8227-23-C-0003).

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded a $36,356,128 cost-plus-fixed-fee modification (P00092) to previously awarded contract FA8615-17-C-6047 for F-16 Integrated Viper Electronic Warfare Suite, electronic warfare radio frequency compatibility development and integration. The modification brings the total cumulative face value of the contract to $1,548,247,613. Work will be performed at Rolling Meadows, Illinois, and is expected to be completed by March 30, 2025. Fiscal 2022 and 2023 research, development, test and evaluation funds in the amount of $4,471,000 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. 

Si2 Technologies Inc., North Bellerica, Massachusetts, has been awarded a $26,680,902 cost-plus-fixed-fee modification (P00002) to previously awarded contract FA8650-21-C-5023 for a Small Business Innovative Research Phase II strategic funding increase. The modification brings the total cumulative face value of the contract to $27,430,899. Work will be performed at North Bellerica, Massachusetts, and is expected to be completed by Jan. 31, 2028.  Fiscal 2022 and 2023 research, development, test, and evaluation funds in the amount of $26,680,902 are being obligated at time of the award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. 

Tech7 Consulting LLC, Monument, Colorado, was awarded a $25,425,342 cost-plus-fixed-fee completion contract for Agile U.S. Space Force Space Operations Software Applications for Multi-Domain Operations. This contract provides for the research and development of innovative algorithms, modeling, and simulation that produces signatures of targets in the electro-optical, infrared and radio frequency and applications for space domain awareness and missile warning to detect and characterize overhead persistent infrared and space domain awareness events. Work will be performed at Monument, Colorado, and is expected to be completed by Oct. 27, 2027. This contract was competitive acquisition and two offers were received. Fiscal 2023 research, development, test, and evaluation funds in the amount of $4,275,460 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-23-C-1515).

Leidos Inc., Reston, Virginia, has been awarded a $14,704,645 cost-plus-fixed-fee contract modification (P00018) to previously awarded contract FA8730-21-F-0113 for engineering and integration services. The modification brings the total cumulative face value of the contract to $56,627,262. Work will be performed at multiple Air Force installations both in and out of the continental U.S. as indicated in contract award. Work is expected to be completed by May 27, 2025. Fiscal 2023 other procurement funds in the amount of $14,704,645 are being obligated at time of award. The Air Force Life Cycle Management Center, Force Protection Division, Hanscom Air Force Base, Massachusetts, is the contracting activity. 

General Atomics, San Diego, California, was awarded a $14,212,602 firm-fixed-price contract to provide demonstration of the Manhattan Spacecraft Optical Communication Terminal (OCT) to the Space Development Agency (SDA). This contract provides for the demonstration of the capability of an OCT that meets the SDA OCT standard to provide communications in degraded environments. Work will be performed at San Diego, California; Huntsville, Alabama; and Tupelo, Mississippi, and is expected to be completed by Dec. 31, 2024. This contract was a sole source acquisition. Fiscal 2022 research, development, test and evaluation funds in the amount of $6,000,000 are being obligated at time of award. SDA, Washington, D.C., is the contracting activity (FA2401-23-C-0013)

Sarcos Group LLC, Salt Lake City, Utah, was awarded a $13,788,672 firm-fixed-price, definitive type contract for the purchase of a Phase II Small Business Innovation Research effort under the name CYTARTM-HAGMARD for developing, integrating, and validating a new artificial intelligence and machine learning framework for success-based reinforcement learning to improve the overall dexterity, mobility, and safety autonomy of the Guardian DX and XO robotic platforms. This contract provides for continued research and development in enhancing artificial intelligence and machine learning-enabled sensing, planning, responding in success-based reinforcement learning while leveraging human instruction with increased dexterity, preventive diagnostics, and fault management. Work will be performed at Salt Lake City, Utah, and is expected to be completed by Sept. 26, 2027. This contract was a sole source acquisition. Fiscal 2023 research, development, test, and evaluation funds in the amount of $3,860,886 are being obligated at time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8571-23-C-0042).

Anna Lisa Luna Construction Inc., Ojai, California, was awarded a $12,270,205 firm-fixed-price contract for the design and construction of a new munitions facility and igloo. Work will be performed at Edwards Air Force Base, California, and expected to be completed by Jan. 7, 2025. This contract was a competitive acquisition and one offer was received. Fiscal 2023 operation and maintenance funds in the amount of $12,270,205 are being obligated at time of award. The Air Force Test Center, Edwards AFB, California, is the contracting activity. (FA9301-23-F0255)

Stratolaunch LLC, Mojave, California, was awarded a $12,240,077 firm-fixed-price contract for flight experiments on the Talon-A Hypersonic Testbed. This contract provides for the integration and flight testing on the Talon-A. Work will be performed at Vandenberg Space Force Base, California, and is expected to be completed by Aug. 30, 2024. This contract was a sole source acquisition. Fiscal 2022 and 2023 research, development, test, and evaluation funds in the amount of $12,240,077 are being obligated at time of award. The Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9300-23-C-6019).

University of Connecticut, Storrs, Connecticut, was awarded a $10,398,708 cost-no-fee contract for advanced material manufacturing research. This contract provides for research and development meant to advance manufacturing technologies. Work will be performed at Storrs, Connecticut, and is expected to be completed by Aug. 20, 2027.  This contract was a competitive acquisition and one offer was received.  Fiscal 2022 and 2023 research, development, test and evaluation funds in the amount of $10,398,708 are being obligated at time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2394-23-C-B060).

UES Inc., Dayton, Ohio, was awarded a $9,975,000 cost-plus-fixed-fee contract for manufacturing research for digital utilization. This contract provides for the development, maturation, and delivery of fundamental knowledge and technical solutions for digital manufacturing challenges of interest to the Air Force. Work will be performed at Dayton, Ohio, and is expected to be completed by Dec. 28, 2028. This contract was a competitive acquisition and two offers were received. Fiscal 2022 research, development, test, and evaluation funds in the amount of $587,790 are being obligated at time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2394-23-D-B001).

Obera LLC, Herndon, Virginia, was awarded a $7,666,428 firm-fixed-price contract for design and construction of facilities and infrastructure in U.S. Northern Command and U.S. Southern Command. Work will be performed for U.S. Northern Command sites in Mexico (Agua Prieta, Veracruz, Hermisillo, and San Lucas); and for U.S. Southern Command in Tumaco, Colombia; Turbo, Colombia; Rio Negro, Colombia; Christ Church, Barbados; and Panama City, Panama, and is expected to be completed Aug., 27, 2024.  This contract was a competitive acquisition and two offers were received.  Fiscal 2023 operation and maintenance funds in the amount of $7,666,428 are being obligated at time of award. Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-23-C-0035).

DEFENSE LOGISTICS AGENCY

HWI Gear Inc.,* Denver, Colorado, has been awarded a maximum $67,807,764 fixed-price, indefinite-delivery/indefinite-quantity contract for advanced combat gloves. This was a competitive acquisition with eight responses received. This is a five-year contract with no option periods. Location of performance is Massachusetts, with a Sept. 26, 2028, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2023 through 2028. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-0071).

General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded a maximum $23,416,271 modification (P00013) to a five-year base contract (SPE7LX-21-D-0110) with one four-year option period for multiple items used in the Abrams Main Battle Tank, Stryker Family of Vehicles, Light Armored Vehicle Family of Vehicles, Cougar, Buffalo and RG-31. This is a firm-fixed-price, indefinite-delivery/definite-quantity contract. Location of performance is Florida, with a July 29, 2026, performance completion date. Using military service is Army. Type of appropriation is fiscal 2023 through 2026 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

U.S. SPECIAL OPERATIONS COMMAND

MCP Computer Products Inc., San Marcos, California, a woman-owned small business, was awarded a firm-fixed-price order (H92415-23-F-0214) with a value of $7,616,255 for Dell laptops, and associated equipment, in support of U.S. Special Operations Command (USSOCOM) Special Operations Forces Acquisition, Technology, and Logistics Program Executive Office Command, Control, Computers and Communications (PEO-C4), with a delivery of 60 days after the date of the order. Fiscal 2023 operations and maintenance funds in the amount of $7,616,256 are being obligated at time of award. The Blanket Purchasing Agreement was solicited and issued using a full and open after exclusion of sources, brand name or equal acquisition strategy in accordance with Federal Acquisition Regulation 8.405-3. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

*Small business