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. 29, 2024

U.S. TRANSPORTATION COMMAND

Air Transport International, Wilmington, Ohio (HTC71124DCC02); Alaska Airlines Inc., Seattle, Washington (HTC71124DCC03); Allegiant Air LLC, Las Vegas, Nevada (HTC71124DCC04); American Airlines, Fort Worth, Texas (HTC71124DCC05); Amerijet International Inc., Miami Springs, Florida (HTC71124DCC06); Atlas Air Inc., Purchase, New York (HTC71124DCC07); Delta Air Lines, Atlanta, Georgia (HTC71124DCC08); Eastern Airlines, Wayne, Pennsylvania (HTC71124DCC09); Tatonduk Outfitters Ltd., doing business as Everts Air Cargo, Fairbanks, Alaska (HTC71124DCC10); Federal Express Corp., Memphis, Tennessee (HTC71124DCC11); Hawaiian Airlines, Honolulu, Hawaii (HTC71124DCC12); Kalitta Air LLC, Ypsilanti, Michigan (HTC71124DCC14); Lynden Air Cargo, Anchorage, Alaska (HTC71124DCC15); National Air Cargo Group Inc., Orlando, Florida (HTC71124DCC16); Omni Air International, Tulsa, Oklahoma (HTC71124DCC17); Sierra Pacific Airlines Inc., Tucson, Arizona (HTC71124DCC18); Southwest Airlines Co., Dallas, Texas (HTC71124DCC19); Sun Country Inc., Minneapolis, Minnesota (HTC71124DCC20); Swift Air LLC, Greensboro, North Carolina (HTC71124DCC21); and United Airlines, Chicago, Illinois (HTC71124DCC22), have been awarded indefinite-delivery/indefinite-quantity, fixed-price contracts with an estimated combined value of $873,000,000, providing air charter transportation services for one-time domestic passenger, cargo, and combined movements at both military and commercial airfields. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary. Performance of services shall take place within the continental U.S., Alaska, Hawaii, Puerto Rico, the U.S. Virgin Islands, Mexico, and Canada, as specified in the individual solicitation or delivery order. The base period of performance is from April 1, 2024, to Sept. 30, 2028. Transportation Working Capital Funds will be obligated for fiscal 2024 to 2028. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

NAVY

Burns and McDonnell Engineering Co. Inc., Kansas City, Missouri, is awarded a $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineer design and related services at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Southeast area of operations (AO). The work to be performed provides for professional engineering services for the preparation of design-bid-build documents and design-build request for proposals. Work will be performed at various locations within the NAVFAC Southeast AO, and is expected to be completed by January 2029. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. This contract was competitively procured via contract opportunities on Sam.gov, with 14 offers received. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity (N69450-24-D-0003).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $15,041,557 cost-plus-fixed-fee, firm-fixed-price contract to provide program management, non-recurring unique requirements, and training in support of start-up integration efforts for the government of Canada into the F-35 Program. Work will be performed in Fort Worth, Texas (73%); Orlando, Florida (9%); El Segundo, California (8%); Lancashire, United Kingdom (7%); and Baltimore, Maryland (3%), and is expected to be completed in January 2027. Canadian Department of National Defense Cooperative funds in the amount of $15,041,557 will be obligated at time of award, none of which will expire at the end of the fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 3204(a)(4). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0026).

Raytheon Co., Tucson, Arizona, was awarded a $13,443,029 cost-plus-fixed-fee modification to previously award contract N00024-23-C-5401 to exercise options for design and engineering support services for the Rolling Airframe Missile on Jan. 25, 2024. Work will be performed in Tucson, Arizona and is expected to be completed by March 2028. Foreign military sales funds in the amount of $4,491,489 (78%); and fiscal 2024 operations and maintenance (Navy) $1,257,600 (22%); will be obligated at time of award of which $1,257,600 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C. is the contracting activity. (Awarded Jan. 25, 2024)

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $10,600,354 cost-plus-fixed-fee and cost only contract for Ship Self-Defense System Combat System Ship Integration and Test. This contract includes options which, if exercised, would bring the cumulative value of this contract to $96,850,486. Work will be performed in Moorestown, New Jersey (22%); San Diego, California (17%); Pascagoula, Mississippi (15%); Newport News, Virginia (15%); Norfolk, Virginia (15%); Virginia Beach, Virginia (11%); and Washington, DC (5%), and is expected to be completed by January 2025. If all options are exercised, work will continue through January 2031. Fiscal 2024 other procurement (Navy) funds in the amount of $611,131 (38%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $535,441 (34%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $377,555 (24%); and fiscal 2023 other procurement (Navy) funds in the amount of $70,354 (4%), will be obligated at time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with one offer received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-5105). 

DEFENSE LOGISTICS AGENCY

SNC Manufacturing LLC,** Orocovis, Puerto Rico, has been awarded a maximum $26,389,688 modification (P00021) exercising the third one-year option period of a one-year base contract (SPE1C1-21-D-1413) with four one-year option periods for various types of trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Jan. 31, 2025. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.  

ARMY

Geotechnical Construction,* Mount Olive, Illinois, was awarded a $24,000,000 firm-fixed-price contract for facility infrastructure 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 Jan. 31, 2029. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-24-D-0002).

CORRECTION: The $10,992,375 firm-fixed-price contract (W912BV-24-F-0019) announcement that was awarded to Burns and McDonnell Inc. on Jan. 26, 2023, said the company was located in Kansas City, Kansas. The correct location is Kansas City, Missouri.

U.S. SPECIAL OPERATIONS COMMAND

MCP Computer Products, San Marcos, California, a women-owned small business, was awarded a firm-fixed-price contract (H92415-24-F-0021), with a potential maximum value of $13,201,039 for Dell laptops, and associated equipment, in support of U.S. Special Operations Command (USSOCOM). This contract task order will be funded with operation and maintenance funds, under fiscal year 2024, and is not multiyear. This was solicited and issued using full and open after exclusion of sources, brand name or equal acquisition strategy; consideration was not restricted to any one particular vendor or brand. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

AIR FORCE

CORRECTION: The Jan. 25, 2024, announcement of a contract awarded to National Academy of Sciences, Washington, D.C. (FA9550-24-C-B001), for the Department of the Air Force Science and Technology Fellowship Program was awarded on Jan. 29, 2024, and the contract’s ceiling is $71,331,385. 

*Small Business
**Small-disadvantaged business in historically underutilized business zones