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 May 1, 2024

DEFENSE HEALTH AGENCY

The Arora Group Inc., Gaithersburg, Maryland (HT001524D9000); Decypher Health Services LLC, San Antonio, Texas (HT001524D9001); Dilligas Corp. doing business as U.S. Got People, San Antonio, Texas (HT001524D9002); Federal Staffing Resources LLC doing business as Epic Government, Annapolis, Maryland (HT001524D9003); KBR Wyle Services LLC, Fulton, Maryland (HT001524D9004); Loyal Source Government Services LLC, Orlando, Florida (HT001524D9005); Luke & Associates Inc., Rockledge, Florida (HT001524D9006); Matrix Providers Inc., Denver, Colorado (HT001524D9007); Optumserve Health Services Inc., La Crosse, Wisconsin (HT001524D9008); Spectrum Healthcare Resources Inc., St. Louis, Missouri (HT001524D9009); and Vesa Health & Technology Inc., San Antonio, Texas (HT001524D9010), will share a multiple award, indefinite-delivery/indefinite-quantity contract with a maximum cumulative ceiling of $43,000,000,000 in support of the Defense Health Agency (DHA) Medical Q-Coded Support and Services-Next Generation (MQS2-NG) program’s unrestricted vendor pool. The MQS2-NG program is an enterprise strategic sourcing program that implements a performance-based, strategic sourcing acquisition strategy with respect to entering into contracts for the services of health care professional staff. The required services include credentialed (privileged and non-privileged) and non-credentialed contract workers in various health care labor categories in support of mission requirements within DHA hospitals, clinics, and dental facilities, and health activities in the 50 United States, Washington, D.C., Puerto Rico, Guam, and U.S. territories and possessions. The contractor shall recruit, qualify, manage, maintain, and provide qualified medical contract staff for direct patient care, associated support services or health activities, as well as conducting analytical support to geographical markets and/or individual places of performance. The MQS2-NG program will be awarded via two vendor pools: unrestricted vendor pool and small business vendor pool. The program ceiling applies to all awards issued in unrestricted vendor pool and small business vendor pool. Fiscal 2024 operations and maintenance funds in the amount of $27,500 were obligated at the time of award. The period of performance is June 1, 2024, to May 31, 2034. The Defense Health Agency, Enterprise Medical Services Contracting Division, San Antonio, Texas, is the contracting activity.

AIR FORCE

The Boeing Co., Seattle, Washington (FA8609-24-D-B003); Rockwell Collins Inc., Cedar Rapids, Iowa (FA8609-24-D-B004); AAR Government Services Inc., Wood Dale, Illinois, (FA8609-24-D-B005); Aviation Repair Technologies LLC, Blytheville, Arkansas (FA8609-24-D-B006); Honeywell International Inc., Tempe, Arizona (FA8609-24-D-B007); VSE Corp., Alexandria, Virginia (FA8609-24-D-B008); and AMI Industries Inc., Colorado Springs Colorado (FA8609-24-D-B009), have been awarded a ceiling value of $820,000,000 firm-fixed price, multiple award, indefinite-delivery/indefinite-quantity contracts for the KC-46 commodities depot activation support. This contract provides for line replaceable units and commodities to stand up organic depot repair capabilities of the KC-46A aircraft to support the Air Force fleet. Work will be performed in U.S. government main operating bases and is expected to be completed by April 30, 2035. These awards are the result of a competitive acquisition, and seven offers were received. Fiscal 2022 aircraft procurement funds in the amount of $4,051 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (Awarded April 30, 2024)

Johns Hopkins University Applied Physics Laboratory, Laurel, Maryland, was awarded a $493,166,340 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for space systems engineering. This contract provides systems engineering, technical support tasks, and specialized research and development. Work will be performed at El Segundo, California, and is expected to be completed by May 1, 2031. This contract was a sole source acquisition. Fiscal 2024 research, development, test, and evaluation funds in the amount of $3,000,000 are being obligated at time of award. The Space System Command Space Superiority Systems Directorate Contracting Division, Los Angeles Air Force Base, California, is the contracting activity. (FA8819-24-D-B002)

R&W Contractors Inc., Newtown, Pennsylvania, was awarded a $54,587,783 fixed-price requirements contract for construction and repair of concrete airfield apron or asphalt runways with a one base year plus four one-year options. Contractor will provide all plant, supervision, management, quality control, labor, tools, equipment, appliances, and materials, and perform all work necessary to design, construct, and repair concrete airfield apron or asphalt runways on Joint Base McGuire-Dix-Lakehurst, New Jersey. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be completed by Sept. 30, 2029. This contract was a competitive acquisition with three offers received. No funds are being obligated at time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity. (FA4484-24-D-0009)

Thomas Instrument, Brookshire, Texas, was awarded at $43,715,148 firm-fixed-price contract for overhaul of the B-2 weapons bay door power drive unit. This contract provides for the overhaul of five units per year for five years. Work will be performed in Brookshire, Texas, and is expected to be completed by April 30, 2029. This contract was a competitive acquisition, and four offers were received. Fiscal 2024 Working Capital Funds in the amount of $36,842,651 are being obligated at time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8118-24-D-0002).

Sikorsky Aircraft, Stratford, Connecticut, has been awarded a $32,609,208 definitization modification (PZ00252) to a previously awarded contract (FA8629-14-C-2403) for the test and qualification on the replacements on four obsolescing components on the HH-60W Combat Rescue helicopter. The modification brings the total cumulative face value of the contract to $5,589,989,452. Work will be performed at Stratford, Connecticut, and is expected to be completed by Aug. 31, 2025. Fiscal 2022 and 2023 aircraft procurement funds in the amount of $518,462 are being de-obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (Awarded April 30, 2024)

Odyssey Systems Consulting Group Ltd., Colorado Springs, Colorado, has been awarded a $27,335,752 contract modification (P00042) to a previously awarded contract (FA8823-22-F-0008) to exercise Option Year Two for Space Domain Awareness technical acquisition and advisory services. The modification brings the total cumulative face value of the contract $62,157,306. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by May 9, 2025. Fiscal 2024 operation and maintenance funds in the amount of $2,903,536; fiscal 2023 procurement funds in the amount of $404,245; fiscal 2023 research, development, test and evaluation funds in the amount of $100,000; and fiscal 2024 research, development, test and evaluation funds in the amount of $3,240,591, are being obligated at time of award. Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado, is the contracting activity.

MilSup LLC, North Las Vegas, Nevada, has been awarded an $11,983,081 firm-fixed-price modification (P00016) to a previously awarded contract (FA4890-21-C-0001) to exercise Option Year Three for the RC/OC/WC-135 and E-4B contract aircrew training and courseware development contract. The modification brings the total cumulative face value of the contract to $56,887,120.  Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be completed by April 30, 2025. Fiscal 2024 operation and maintenance in the amount of $11,983,081 will be obligated at time of award. The Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity. (Awarded April 24, 2024)

Pigott Asphalt and Sitework LLC., Crawfordville, Florida, was awarded a $9,800,000 ceiling indefinite-delivery/indefinite-quantity contract with a three-year ordering period. This contract provides for as needed paving, repair, and civil works projects, non-airfield, associated with Tyndall Air Force Base. Work will be performed at Tyndall AFB, Florida, and is expected to be completed by April 23, 2025. This contract was a competitive acquisition, and four offers were received. Fiscal 2024 operation and maintenance funds in the amount of $2,000 are being obligated at time of award. 325th Contracting Squadron, Tyndall AFB, Florida, is the contracting activity (FA4819-24-D-0002). (Awarded April 24, 2024)

NAVY

The Boeing Co., St. Louis, Missouri, is awarded a $457,686,992 modification (P00052) to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee, indefinite-delivery/indefinite-quantity contract (N0001918D0001). This modification exercises an option that increases the contract ceiling to provide additional aircraft inductions, continued non-recurring engineering, systems engineering and program management support to extend service life from 6,000 flight hours to 10,000 flight hours and incorporate Block III avionics capabilities for 29 F/A-18 Block II Super Hornets. Work will be performed in San Antonio, Texas (55%); and San Diego, California (45%), and is expected to be completed in June 2026. 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.

Lockheed Martin Corp., Missile and Fire Control, Orlando, Florida, is awarded a not-to-exceed $288,000,000 modification (P00014) to a cost-plus-fixed-fee order (N0001922F0010) against a previously issued basic ordering agreement (N0001919G0011). This modification adds scope to provide non-recurring engineering and material to support post-critical design review activities and test asset builds required to establish a new Long Range Anti-Ship Missile variant (AGM-158C-3) extending range beyond the existing AGM-158C-1 variant including advanced communications and survivability capabilities while supporting maritime strike missions for the Navy. Work will be performed in Orlando, Florida (97.5%); Troy, Alabama (1.5%); and Ocala, Florida (1%), and is expected to be completed in August 2026. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $25,000,000 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. 

Carahsoft Technology Corp., Reston Virginia is awarded a firm-fixed-price Department of Navy (DON) Enterprise License Agreement Blanket Purchase Agreement (BPA) in accordance with the firm’s General Services Administration (GSA) Federal Supply Schedule contract. This agreement was awarded as part of a reseller/ software publisher software category management award for commercial-off-the-shelf information technology asset management software; software maintenance support; information technology professional services; and related services in support of the Department of Defense (DOD) Enterprise Software Initiative and under the direction of the Office of Management and Budget, Enterprise Software Category. The software publisher under this agreement is VMware by Broadcom. The BPA provides for the purchase of VMware by Broadcom products and services by the DON. The overall potential value of this BPA is $172,770,000. The ordering period will be for a maximum of three years from May 2024 through May 2027. This BPA is issued under DOD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance (DOD) funds. This contract was competitively procured via publication on the GSA E-Buy web site with 990 vendors solicited, two responses received, and one selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-24-A-0034).

Lockheed Martin Corp., Syracuse, New York, is awarded a $21,399,992 cost-plus-incentive-fee modification to a previously awarded delivery order (N00024-24-F-6220) under an indefinite-delivery/indefinite-quantity contract (N00024-19-D-6200) to exercise options for design and qualification testing of the AN/BLQ-10 submarine electronic warfare system. Work will be performed in Syracuse, New York, and is expected to be completed by February 2025. Fiscal 2024 other procurement (Navy) funds in the amount of $5,000,000 (98%); fiscal 2023 research, development, test and engineering (Navy) funds in the amount of $66,258 (1%); and fiscal 2024 research, development, test and engineering (Navy) funds in the amount of $26,349 (1%), will be obligated at time of award, of which $66,258 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Boston Ship Repair LLC*, Boston, Massachusetts, is awarded an $20,315,102 firm, fixed-price contract (N3220524C4126) for a 120-calendar day shipyard availability for the emergency dry docking of Military Sealift Command’s expeditionary fast transport USNS Brunswick (T-EPF 6). This contract includes a base work package and four unexercised options for additional work and time, which if exercised, would increase the cumulative value of this contract to $20,825,343. Work will be performed in Boston, Massachusetts, beginning May 27, 2024, and is expected to be completed by Sept. 23, 2024. Working capital funds (Navy) in the amount of $20,315,102 are obligated for fiscal 2024 and will not expire at the end of the fiscal year. This contract was a small business set-aside solicited via the sam.gov website and three offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4126).

DRS Laurel Technologies, Largo, Florida, is awarded a $18,996,848 firm-fixed-price modification to previously awarded contract (N6339423C0006) to exercise options for the manufacturing, assembling, testing, and delivery of vertical launching system programmable power supply MK 179 Mod 0, part number 7104312-39, maintenance assistance module kit, onboard repair part kit, installation and checkout spares kit, depot spares kit, and lowest replaceable unit kit. Work will be performed in Largo, Florida, and is expected to be completed by January 2025. Fiscal 2024 other procurement (Defense) funds in the amount of $11,146,259 (59%); Foreign Military Sales (FMS) funds in the amount of $7,549,433 (40%); and fiscal 2024 other procurement (Navy) funds in the amount of $301,156 (1%), will be obligated at time of award and will not expire at the end of the current fiscal year. This contract combines purchases for the U.S. government (60%); and the governments of Germany (16%), the Netherlands (12%), and Belgium (12%), under the FMS Program. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.

ARMY

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $94,808,020 cost-plus-fixed-fee contract for research, development, test, and evaluation of Artificial Intelligence for the Smart Sensor Intelligence, Surveillance, and Reconnaissance prototype. Bids were solicited via the internet with 999 received. Work will be performed in Poway, California, with an estimated completion date of March 31, 2026. Fiscal 2024 research, development, test and evaluation, Defense-wide funds in the amount of $2,000,000 were obligated at the time of the award. Army Contracting Command, Adelphi, Maryland, is the contracting activity (W911QX-24-C-0004). (Awarded April 30, 2024)

M. A. Mortenson Co. doing business as Mortenson Construction, Minneapolis, Minnesota, was awarded a $66,069,000 firm-fixed-price contract for design and build services of an Air Force Academy dormitory. Bids were solicited via the internet with three received. Work will be performed in Colorado Springs, Colorado, with an estimated completion date of June 7, 2027. Fiscal 2023 and 2024 military construction, Army funds in the amount of $66,069,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-24-C-0016). (Awarded April 30, 2024)

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $28,208,628 modification (P00069) to contract W56HZV-22-C-0012 for Abrams System Technical Support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 28, 2026. Fiscal 2024 other procurement, Army; operation and maintenance, Army; and revolving funds in the amount of $28,208,628 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.  (Awarded April 30, 2024) 

Colt's Manufacturing Co. LLC, West Hartford, Connecticut, was awarded a $26,675,000 firm-fixed-price contract for Colt M4A1 carbines, suppressors, and flash suppressors. Bids were solicited via the internet with one received. Work will be performed in West Hartford, Connecticut, with an estimated completion date of Aug. 31, 2024. Fiscal 2024 Foreign Military Sales (Israel) funds in the amount of $26,675,000 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-24-C-0037).

Veolia ES Technical Solutions LLC, Boston, Massachusetts, was awarded a $24,913,873 firm-fixed-price contract for treatment and disposal of hazardous waste. 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 April 30, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-24-D-0006).

Vertex Aerospace LLC, Madison, Mississippi, was awarded a $10,260,000 cost-plus-incentive-fee contract for National Training Center mission support services. Bids were solicited via the internet with one received. Work will be performed at Fort Irwin, California, with an estimated completion date of April 30, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $10,260,000 were obligated at the time of the award. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-24-C-0025).

U.S. TRANSPORTATION COMMAND

International Auto Logistics LLC, Saint Simmons Island, Georgia (HTC71119DR001) is awarded a contract modification (P00023) with a face value of $86,414,058 for continued transportation and storage services of privately-owned vehicles for military service members and Department of Defense civilian employees. This brings the cumulative value of the contract to an estimated $996,544,019. This is an indefinite-delivery, requirements, fixed-priced contract with economic-price-adjustment. Work performance of the contract is multiple locations world-wide. The option period of performance is from May 1, 2024, to Sep. 30, 2024. Fiscal 2024 military personnel funds will be obligated. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

UPDATE: ScriptPro USA Inc.,* Mission, Kansas (SPE2D1‐24‐D‐0008, $450,000,000) has been added as an awardee to the multiple award contract for patient monitoring systems, accessories, training and maintenance, issued against solicitation SPE2D1-17-R-0001 and awarded Dec. 14, 2018.

*Small Business