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 Jan. 23, 2024

NAVY

Advanced Acoustic Concepts LLC,* Happauge, New York (N66604-24-D-C401); Innovative Defense Technologies LLC*, Arlington, Virginia (N66604-24-D-C403); L3 Technologies Inc., Millersville, Maryland (N66604-24-D-C405); Leidos Inc., Reston, Virginia (N66604-24-D-C406); DRS Naval Power Systems Inc., Menomonee Falls, Wisconsin (N66604-24-D-C407); Lockheed Martin Corp., Liverpool, NY (N66604-24-D-C408); McLaughlin Research Corp.,* New London, Connecticut (N66604-24-D-C409); Mike Inc.,* Middletown, Rhode Island (N66604-24-D-C410); Progeny Systems LLC, Manassas, Virginia (N66604-24-D-C412); QorTek Inc.,* Linden, Pennsylvania (N66604-24-D-C413); Raytheon BBN Technologies Corp., Cambridge, Massachusetts (N66604-24-D-C414); Research and Development Solutions Inc.,* McLean, Virginia (N66604-24-D-C415); Serco Inc., Herndon, Virginia (N66604-24-D-C418); Sonalysts Inc.,* Waterford, Connecticut (N66604-24-D-C419), and Sparton DeLeon Springs LLC, DeLeon Springs, Florida (N66604-24-D-C420), are each awarded $2,500, toward a combined $245,932,500 indefinite-delivery/indefinite-quantity, multiple award contract, for Undersea Weapons Undersea Defensive Family of Systems development efforts, with firm-fixed-price, cost-plus-fixed-fee, and cost-only provisions for supplies and services to support research, development, and test and evaluation efforts for undersea weapons, and undersea defensive technologies. Services include design, development, fabrication, testing, installation, documentation, production, and delivery of rapid prototype material solutions and services. Work will be performed at Naval Undersea Warfare Center Division, Newport, Rhode Island (70%); Naval Undersea Warfare Center Division, Keyport, Washington, and other government locations (30%). Work is expected to complete January 2029. Fiscal 2023 weapons procurement (Navy) funding in the amount of $37,500 will be obligated at the time of award and will not expire at the end of the current fiscal year. All other funding will be made available at the delivery and task order level as contracting actions occur. The contract was competitively procured via the System for Award Management website with 15 acceptable offers received. The Naval Undersea Warfare Center Division, Newport, Rhode Island, is the contracting activity. 

AIR FORCE

Summit Technologies Inc., Navarre, Florida, has been awarded a $40,000,000 ceiling, single-award, indefinite-delivery/indefinite-quantity contract for mission planning support services. This contract provides for continued mission planning support of mission planning systems consisting of UNIX-Mission Planning System, portable flight planning system, joint mission planning system, and joint precision airdrop system. Work will be performed in locations worldwide with Hill Air Force Base, Utah, serving as the main location and is expected to be completed by Dec. 31, 2024. This contract involves Foreign Military Sales to Australia, Belgium, Canada, Chile, Denmark, Egypt, France, India, Indonesia, Iraq, Japan, Jordan, Korea, Morocco, NATO, Netherlands, Norway, Oman, Poland, Portugal, Qatar, Romania, Saudi Arabia, Singapore, Taiwan, Thailand, Turkey, UAE, and the United Kingdom. This contract was a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $1,820,154 are being obligated at time of award. The Air Force Life Cycle Management Center, Hill AFB, Utah, is the contracting activity (FA8217-24-D-0001).

Lockheed Martin Corp. Rotary Mission System, Stratford, Connecticut, was awarded a $24,469,490 sole-source, firm-fixed-price contract modification (P00245) to the previously awarded contract FA8629-14-C-2403 for follow-on interim contractor support and it includes requirements for sustainment support, maintenance, repair of repairable, sustaining engineering, supply chain management, handling, sanitation of items removed from devices on classified networks, shipping, receiving, storage, transportation, maintenance, calibration, disposition, and engineering support for training system assets, training system HVAC, aircraft parts, aircraft particular parts, computer information systems, networks, and support equipment.  Work will be performed at Kirtland Air Force Base, New Mexico; Moody AFB, Georgia; Nellis AFB, Nevada; Davis-Monthan AFB, Arizona; Kadena Air Base, Japan; and Aviano AB, Italy, and is expected to be completed by Dec. 23, 2024. Fiscal 2023 aircraft procurement funds in the amount of $24,469,490 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity.

L3Harris Technologies Inc., Colorado Springs, Colorado, was awarded a $17,780,613 contract modification (P00248) to previously awarded contract FA8823-20-C-0004 for the Ground-Based Electro-Optical Deep Space Surveillance (GEODSS). This change will result in support for GEODSS System sustainment, travel, materials and subcontractors, and licenses. The modification brings the total cumulative face value of the contract to $818,624,499. The location of performance is at White Sands Missile Range, New Mexico; Diego Garcia, British Indian Ocean Territories; and Maui, Hawaii; and is expected to be completed by Jan. 31, 2025. Fiscal 2024 operation and maintenance funds in the amount of $5,208,750 are being obligated at time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado Springs, Colorado, is the contracting activity. (Awarded Jan. 22, 2024)

Blue Origin LLC, Kent, Washington, was awarded a $17,015,831 firm-fixed-price modification (P00001) to previously awarded indefinite-delivery/indefinite-quantity contract FA8811-24-D-0001 for National Security Space Launch early integration studies. This contract modification is for studies that inform the compatibility between the Launch Vehicle and the Space Vehicle(s). The modification brings the total cumulative face value of the contract to $17,950,840. The location of performance is Kent, Washington, and is expected to be completed by Sept. 30,2025. No funds are being obligated at time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

SIGMATECH Inc., Colorado Springs, Colorado, has been awarded a $10,724,818 firm-fixed-price with a four-month base period and four, two-month option periods for Space Systems Engineering Technical Assistance. This contract is a bridge action and is awarded to provide continuity of support for the Space Force Chief Operations Office, which requires contractor technical, operational, acquisition related, and support advisory and assistance services to develop policy and guidance for field organizations, and lastly, provide operational expertise and oversight to Headquarters Space Force and other defense agencies. This contract provides on-going service during the protest period for the follow-on contract FA7014-24-F-0035, awarded to Strategic Alliance Business Group LLC, Dec. 19, 2023. The location of performance is the Washington, D.C., and is expected to be completed by Jan. 23, 2025. This contract was a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $898,577 are being obligated at time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity (FA7014-24-F-0062). (Awarded Jan. 22, 2024)

DEFENSE LOGISTICS AGENCY

BRZ Investment & Consulting LLC,* Boynton Beach, Florida (SPE605-24-D-4502/P00003, $38,829,016); Ryzhka International LLC,** Fort Lauderdale, Florida (SPE605-21-D-4514/P00002, $36,571,896); Petroleum Traders Corp.,*** Fort Wayne, Indiana (SPE605-24-D-4511/P00002, $27,983,604); and Pinnacle Petroleum Inc.,* Huntington Beach, California (SPE605-21-D-4512/P00001, $8,794,948), have each been awarded a modification to fixed-price with economic-price-adjustment contracts under solicitation SPE605-23-R-0206 for various types of fuel. These are 30-month base contracts with one six-month option period. Locations of performance are Illinois, Michigan, New Mexico, Oklahoma, and Texas, with a June 30, 2028, performance completion date. Using customers are Army, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

U.S. SPECIAL OPERATIONS COMMAND

Anchor Inc., Virginia Beach, Virginia, was awarded a single award, indefinite-delivery/indefinite-quantity contract (H92240-24-D-0009) with a potential maximum value of $9,750,000 for repair, maintenance, and upgrade support services for the 11 Meter Rigid Inflatable Boat in support of U.S. Special Operations Command (USSOCOM) Naval Special Warfare Command. Fiscal 2024 operation and maintenance funds in the amount of $182,596 are being obligated at time of award. These contract task orders will be funded with operation and maintenance funds under the appropriate fiscal year of the task order and is not multiyear. This contract was competed through full and open competition with a small business set-aside. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

ARMY

KSWA-Crawford JV LLC,* Nashville, Tennessee, was awarded an $8,000,000 firm-fixed-price contract for quality assurance inspection 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 Jan. 23, 2029. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-24-D-0003).

*Small Business
**Service-disabled veteran-owned small business
***Veteran-owned small business