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.

You have accessed part of a historical collection on defense.gov. Some of the information contained within may be outdated and links may not function. Please contact the DOD Webmaster with any questions.

Contracts For Dec. 28, 2020

ARMY

ModernaUS Inc., Cambridge, Massachusetts, was awarded a $1,966,598,000 modification (P00003) to contract W911QY20C0100 for purchase of an additional 100 million filled drug production doses of SARS-CoV-2 mRNA-1273 vaccine utilizing Option 1 and acetate efforts on the base and option. Work will be performed in Cambridge, Massachusetts, with an estimated completion date of June 30, 2021. Fiscal 2021 research, development, test and evaluation funds in the amount of $1,966,598,000 were obligated at the time of the award.  U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. (Awarded Dec. 11, 2020)

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Corp., Fort Worth, Texas, is awarded a $1,287,572,649 cost-plus-fixed-fee, cost-plus-incentive-fee, fixed-price-incentive-firm undefinitized contract. This contract procures recurring logistics services, including ground maintenance activities, action request resolution, depot activation activities, automatic logistics information system operations and maintenance, reliability, maintainability and health management implementation, and support, supply chain management and activities to provide and support pilot and maintainer initial training in support of in-service F-35 Lightning II Joint Strike Fighter air systems for the Air Force, Marine Corps, Navy, non-U.S. Department of Defense (DOD) participants and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas (61%); Orlando, Florida (24%); Greenville, South Carolina (8%); Samlesbury, United Kingdom (4%); and El Segundo, California (3%), and is expected to be completed in December 2021. Fiscal 2021 operation and maintenance (Air Force) funds in the amount of $100,333,061; fiscal 2021 operation and maintenance (Marine Corps) funds in the amount of $50,285,845; fiscal 2021 operation and maintenance (Navy) funds in the amount of $22,734,321; fiscal 2021 operation and maintenance (Air National Guard) funds in the amount of $6,529,952; non-U.S. DOD participant funds in the amount of $88,418,881; and FMS funds in the amount of $43,569,059 will be obligated at time of award, $179,883,179 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-21-C-0020).

Lockheed Martin Corp. Fort Worth, Texas, is awarded a $101,518,751 modification (P00039) to a previously awarded cost-plus-fixed-fee, fixed-price-incentive-firm contract (N00019-18-C-1048). This modification adds scope to provide sustainment services and outcomes for the United Kingdom (U.K.) Ministry of Defense, supporting daily flight operations with the national specific capabilities required at various F-35 operating sites in support of the F-35 Lightning II U.K. Lightning Air-system National Capability Enterprise. Work will be performed in Samlesbury, United Kingdom (90%); Fort Worth, Texas (5%); and Orlando, Florida (5%), and is expected to be completed in December 2022. Non-U.S. Department of Defense participant funds in the amount of $101,518,751 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

BAE Systems Information and Electronic Systems Integration Inc. - Electronic Solutions, Wayne, New Jersey, is awarded an $86,910,000 indefinite-delivery/indefinite-quantity contract for systems engineering and integration of Multifunctional Information Distribution System Low Volume Terminals (MIDS-LVTs). MIDS-LVTs provides secure, high-capacity, jam-resistant, digital data and voice communications capability for the Navy, Air Force and Army platforms, and the platforms of France, Italy, Germany and Spain. Work will be performed in Wayne, New Jersey (98%); and Paris, France (2%), and is expected to be completed by December 2025. No funding will be placed on contract or obligated at the time of award. Contract funds will be obligated on individual delivery orders and will not expire at the end of the fiscal year. This sole source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(4) - International Agreement (Federal Acquisition Regulation subpart 6.302-4). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-21D4000).

DSC-EMI Maintenance Solutions LLC,* Dunn, South Carolina, is awarded a $61,149,595 indefinite-delivery/indefinite-quantity contract for base operating support services at Marine Corps Base Camp Pendleton, California. The maximum dollar value including the base period, three option years, two six-month options, and a six-month extension is $61,149,595. The work to be performed provides for labor, supervision, management, and materials (except those specified as government furnished), to perform various base operating support service functions including inspection, maintenance and repair of heating, ventilation, and air conditioning (HVAC), refrigeration systems, chillers and cooling tower systems; fire protection systems; recycled materials processing and handling equipment; hangar door systems; portable generators and light towers; soft water systems; photovoltaic systems; and transformer stations. Work will be performed in Camp Pendleton, California, and is expected to be completed by August 2026.  No funds will be obligated at time of award. Fiscal 2021 operation and maintenance (Marine Corps) contract funds in the amount of $10,176,150 for recurring work will be obligated on an individual task order issued during the base period. This contract was competitively procured via the Federal Business Opportunities website with six proposals received. Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-21-D-3601).

Lockheed Martin Corp. Fort Worth, Texas, is awarded a $46,026,156 modification (P00002) to a cost-plus-fixed-fee order (N0001920F0443) against a previously issued basic ordering agreement (N0001919G0008). This modification adds scope for the production and delivery of a redesigned electronic warfare/counter measures quad-channel up converter/quad-channel tuner module and electrical power management system in support of the F-35 Joint Strike Fighter diminishing manufacturing sources redesign efforts for the Navy, Marine Corps, Air Force and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in January 2027. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $18,915,828; fiscal 2020 aircraft procurement (Air Force) funds in the amount of $18,915,831; and non-U.S. DOD participant funds in the amount of $8,194,497 will be obligated on this award, $18,915,828 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

JLL-Midnight Sun IFMS LLC, Kotzebue, Alaska, is being awarded a $30,864,289 indefinite-delivery/indefinite-quantity modification for the exercise of Option Two to extend services for base operations support services at Naval Air Station Jacksonville, Florida, Bureau of Medicine and Surgery (BUMED) Jacksonville, Florida, and outlying areas. After award of this option, the total cumulative contract value will be $91,027,745. The work to be performed provides for base operations support services to include facility investment, utilities management, electrical, wastewater, steam, water, compressed air, base support vehicles and equipment, environmental, and other related services. Work will be performed in Jacksonville, Florida (99%); and outlying areas (1%). This option period is from January 2021 to December 2021. No funds will be obligated at the time of award. Fiscal 2021 operation and maintenance (O&M) (Navy); fiscal 2021 O&M (Marine Corps); fiscal 2021 Navy working capital funds; and fiscal 2021 family housing O&M (Navy) contract funds in the amount of $24,634,708 for recurring work will be obligated on individual task orders issued during the option period. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-1750).

Raytheon Missiles and Defense, Tucson, Arizona, was awarded a $20,463,428 firm-fixed-price contract for fiscal 2021 U.S. Navy Rolling Airframe Missile Mod 5 Guided Missile Launching System requirements and spares. Work will be performed in Ottobrunn, Germany (46%); Tucson, Arizona (13%); Louisville, Kentucky (13%); St. Petersburg, Florida (8%); Huntsville, Alabama (4%); Berryville, Arkansas (2%); San Diego, California (2%); Denison, Texas (2%); and various other U.S. locations, each less than 1% (10%), and is expected to be completed by February 2025. This contract includes options which, if exercised, would bring the cumulative value of this contract to $100,128,044. If all options are exercised, work will continue through February 2025. Fiscal 2020 shipbuilding and conversion (Navy) funds ($11,650,000; 57%); 2021 other procurement (Navy) funds ($8,513,583; 42%); and 2019 other procurement (Navy) funds ($299,845; 1%) were obligated at time of award, of which $299,845 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c) (4), International Agreement. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-5401). (Awarded Dec. 22, 2020)

Northrop Grumman Systems Corp., San Diego, California, is awarded an $11,639,736 firm-fixed-price modification to previously awarded contract N00024-17-C-6327 to exercise an option for operational level spares for Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) Increment One Block One (I1B1) systems. Work will be performed in San Diego, California, and is expected to be completed by November 2022.  This contract combines purchases for the Navy (85%); and the government of Australia (15%) under the Foreign Military Sales (FMS) program. Fiscal 2021 other procurement (Navy) ($1,687,995; 85%); and FMS Australia ($302,215.00; 15%) funding will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Technologies, Tewksbury, Massachusetts, is awarded a $10,316,250 cost-plus-fixed-fee order under basic ordering agreement N00024-18-G-5501 for Dual Band Radar systems engineering. Work will be performed in Tewksbury, Massachusetts (98%); and Wallops Island, Virginia (2%), and is expected to be completed by December 2021. Fiscal 2019 other procurement (Navy) ($4,157,042; 52%); 2020 other procurement (Navy) ($2,298,799; 29%); and 2021 other procurement (Navy) ($1,538,900; 19%) funding will be obligated at time of award and will not expire at the end of the current fiscal year. This order was procured under the statutory authority of 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Mnemonics Inc., Melbourne, Florida, is awarded a $10,053,257 cost-plus-fixed-fee, level of effort contract, incrementally funded with a five-year period of performance, to procure as-needed engineering support services in support of the Radio Frequency Blanking Unit (RFBU) and Electronic Attack Unit (EAU) components of the Advanced Electronic Attack (AEA) system of the EA-18G Growler aircraft. The services under this contract are engineering support services, logistics management information and fleet support team efforts for the RFBU and EAU variants and derivative systems. Technical instructions will be issued in accordance with the statement of work for this contract to support the Naval Surface Warfare Center Crane EA-18G EAU Organic Depot. Work will be performed at the Melbourne, Florida, facility and is expected to be completed by September 2025. Fiscal 2020 aircraft procurement (Navy) funds (APN) in the amount of $225,000 will not expire at the end of the current fiscal year; and contract APN funds in the amount of $225,000 will be obligated at the time of contract award. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. NSWC, Crane Division, Crane, Indiana, is the contracting activity.  (N0016421GWS53 order N0016421FWS004).

DEFENSE LOGISTICS AGENCY

Lockheed Martin Corp., Orlando, Florida, has been awarded a maximum $23,686,704 firm-fixed-price delivery order (SPRPA1-21-F-RJ00) against a five-year basic ordering agreement (SPRPA1-19-G-0008) for H-1 aircraft turret assemblies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. This is a two-year, three-month contract with no option periods. Location of performance is Florida, with a Feb. 27, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

*Small business