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 Some of the information contained within may be outdated and links may not function.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 Feb. 28, 2022

DEFENSE INFORMATION SYSTEMS AGENCY

Leidos Inc., Reston, Virginia (HC104722D0002), was awarded a competitive, single-award, indefinite-delivery/indefinite-quantity contract with a ceiling value of $11,504,145,491, with firm-fixed-price, labor hour, and cost reimbursable line items for the Defense Enclave Services (DES). The DES contract will unify the Department of Defense’s (DOD) Fourth Estate common use information technology (IT) systems, personnel, functions and program elements under the Defense Information Systems Agency. The DES contractor will manage, operate and support the network architecture. The objective of the DES contract is to provide integrated, standardized, and cost-effective IT services; while improving security, network availability, and reliability for the 22 defense agencies and field activities within DOD’s Fourth Estate. DES will establish the modern infrastructure foundation and united frame of thought needed to deliver cohesive combat support capabilities to the warfighter. The contract’s minimum guarantee of $500 will funded by the Defense Working Capital Fund. Performance will be at DOD Fourth Estate locations world-wide. Proposals were solicited via the Contract Opportunities website on SAM.gov, and seven proposals were received. The ordering period is Feb. 28, 2022, through Feb. 27, 2026, with three two-year option periods, which, if exercised, would extend the ordering period through Feb. 27, 2032. The Defense Information Technology Contracting Organization – National Capital Region, Fort Meade, Maryland, is the contracting activity. 

NAVY

L3Harris Technologies Inc., Rochester, New York (N00039-22-D-0070), is awarded an estimated cumulative $3,690,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for procurement of Portable Radios and Ancillary Parts Program. The procurement includes fielding of handheld, manpack, fixed mount/vehicular and base-station radios that fulfill Office of the Chief of Naval Operations-approved legacy tactical, portable radio requirements, including high-frequency, very-high frequency, ultra-high frequency, line-of-sight and satellite communications requirements for secure/nonsecure voice and data communications, DAMA-IW and emergency communications for ships. Work will be performed at L3Harris Corporate office in Rochester, New York. As an indefinite-delivery/indefinite-quantity contract, no funding will be placed on contract and obligated at the time of award. Operations and maintenance funding via the Army, Navy, Air Force and Marine Corps will be funded on each delivery order. The period of performance will consist of a five-year ordering period; work could continue through February 2027. Funds will expire at the end of the current fiscal year. This sole source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - Only One Responsible Source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $31,322,476 modification (P00010) to a previously awarded, fixed-price incentive (firm-target) contract (N0001920C0054). This modification exercises an option to procure the necessary weapon replaceable assemblies and AN/APR-39D(V)2 support equipment hardware to include 31 processors, 124 antenna detectors, 96 radar receivers, 31 low band arrays, and 14 battery handle assemblies. Additionally, this order provides non-recurring engineering, technical engineering, management and logistics support to fabricate, assemble, test, and deliver AN/APR-39D(V)2 hardware for the Navy. Work will be performed in Rolling Meadows, Illinois (42%); Woburn, Massachusetts (15%); Lansdale, Pennsylvania (12%); Menlo Park, California (9%); Lewisburg, Tennessee (6%); Verona, Wisconsin (4%); Longmont, Colorado (3%); Phoenix, Arizona (2%); New York, New York (1%); Melbourne, Florida (1%); Landenberg, Pennsylvania (1%); and various locations within the continental U.S. (3%), and is expected to be completed in October 2024. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $31,322,476 will be obligated at the 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.

General Dynamics Ordnance and Tactical Systems is awarded a $22,036,478 firm-fixed price, indefinite-delivery/indefinite-quantity contract for engineering, technical, administrative and programmatic management support for total life cycle management of the various aircrew escape systems managed under the Joint Program Office for Cartridge Actuated Device/Propellant Actuated Device tri-service charter. Work will be performed in Bothell, Washington, and is expected to be completed by September 2025. Fiscal 2021 working capital funding (Navy) of $500 dollars will be obligated on the first task order at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured and in accordance with 10 U.S.C. 2304(c)(1) — only limited responsible number of responsible sources will satisfy agency requirements. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity (N00174-22-D-0005).  

Ace Maintenance and Service Inc.,* Austin, Texas, is awarded $20,656,043 indefinite-delivery/indefinite-quantity modification to previously awarded contract N40080-21-D-0004. This modification provides for the exercise of Option Year 1 and base janitorial services at Naval Support Activity Bethesda. Work will be performed in Bethesda, Maryland. After award of this option, the total cumulative contract value will be $39,163,157. This option period is from March 1, 2022, to Feb. 28, 2023. Fiscal 2022 operation and maintenance, (Navy); Navy working capital funds; and fiscal 2022 Defense Health Program funds in the amount of $20,405,417 for recurring work will be obligated on individual task orders issued during the option period. No funds will be obligated at time of award. The Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity.

Moran Towing Corp., New Canaan, Connecticut (N3220519C3503), is awarded a $15,411,380 option (P00022) for the fixed-price portion of a previously awarded firm-fixed-price contract, with reimbursable elements, to exercise a one-year option period to support Military Sealift Command’s Service Support Program for the time charter services of eight tugboats. The tugboats will be capable of ship handling, docking and undocking in the Norfolk, Virginia, harbor and surrounding waters. This contract includes a one-year-firm period of the performance, three one-year option periods, and one 11-month option period, which if exercised, would bring the cumulative value of this contract to $74,005,396. Work will be performed in Norfolk, Virginia, and is expected to be completed if all options are exercised, by Jan. 31, 2024. Working capital funds (Navy) in the amount of $1,308,912 are obligated for fiscal 2022, and will not expire at the end of the fiscal year. Funds in the amount of $14,102,468 for the remainder of Option Three are to be provided for fiscal 2022 and 2023, and are subject to the availability of funds in accordance with Federal Acquisition Regulation 52.232-18, availability of funds. This contract was competitively procured with proposals solicited via the System for Award Management (SAM) website and one offer was received.

CACI Inc., Chantilly, Virginia, is awarded an $11,327,515 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides mission critical sustainment support to include engineering, software development, project management and technical support services to the Counter Unmanned Aerial System (C-UAS) team for the sustainment of CACI-BIT Systems C-UAS systems installed at continental U.S. (CONUS) and outside the Continental U.S. (OCONUS) locations. In addition, system sustainment support for installed systems includes maintainability and deployment upgrades of operational systems, reconfiguration of installed systems, training, system maintenance, software development, and hardware repairs. Work will be performed in various undisclosed locations within the CONUS (50%) and OCONUS (50%), and is expected to be completed in February 2027. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042122D0072).

Arnold Defense and Electronics LLC,* Arnold, Missouri, is awarded an $8,558,547 firm-fixed-price modification to a previously awarded, indefinite-delivery/indefinite-quantity contract (N00174-19-D-0001) to exercise the remaining option ordering periods for the manufacturing of the 2.75-inch rocket launchers and subcomponents to support Navy, Army, Air Force and Foreign Military Sales requirements. Work will be performed in Arnold, Missouri, and is expected to be completed by February 2023.  No additional funds are being obligated at the time of this action. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity. 

Coastal Enterprises of Jacksonville Inc., Jacksonville, North Carolina, is awarded an $8,362,430 indefinite-delivery/indefinite-quantity modification to a previously awarded contract (N40085-18-D-6113). This modification provides for grounds maintenance services on road shoulders, ditches, bunkers, firing ranges, wetlands and tank training sites for Marine Corps Base Camp Lejeune. Work will be performed at Camp Lejeune, North Carolina, and is expected to be completed by Feb. 28, 2023.  This award brings the total cumulative face value of the contract to $41,526,957.  Fiscal 2022 operation and maintenance (Navy) funds in the amount of $1,984,784 will be obligated at time of award, and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Kellogg Brown & Root Services Inc., Houston, Texas, is awarded a $7,762,334 firm-fixed-price modification to a previously awarded contract (N62470-21-D-0001) for base operating support at several locations in the United Arab Emirates (UAE). The work to be performed provides for but is not limited to, all management, supervision, tools, materials, supplies, labor and transportation services necessary to perform galley services, laundry services, facility management, emergency service requests, urgent service, routing service, preventive maintenance, inspection, testing and certification, facilities investment, custodial, pest control service, integrated solid waste, grounds maintenance, wastewater, and base support vehicles, at Jebel Ali, Fujairah, Sas Al Nahkl and Al Minhad, UAE. Work will be performed in the UAE, and is expected to be completed by Feb. 28, 2023. This award brings the total cumulative face value of the contract to $16,977,599. Fiscal 2022 operation and maintenance contract funds in the amount of $7,437,102 will be obligated at time of award, and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Europe Africa and Southwest Asia, Naples, Italy, is the contracting activity.  

UPDATE: EMR Inc.,* Niceville, Florida (N69450-22-D-0025); and Tybe-Garney Federal JV, LLC,* Newbern, Tennessee (N69450-22-D-0026), are added to seven awardees of an indefinite-delivery/indefinite-quantity, design-build and design-bid-build multiple-award contract (N69450-21-D-0064); (N69450-21-D-0065); (N69450-21-D-0066); (N69450-21-D-0067); N69450-21-D-0068); (N69450-21-D-0069); and (N69450-21-D-0070) announced on Sept. 29, 2021, for construction projects located primarily within the Naval Facilities Engineering Systems Command Southeast area of operations. Each contractor will be awarded $1,000 to satisfy the minimum guarantee. All other information in the original announcement remains the same.

ARMY

PAE Applied Technologies LLC, Fort Worth, Texas, was awarded a $111,669,489 hybrid (firm-fixed-price, time-and-materials) contract for operations, maintenance and repair of real property, maintenance and repair of installed building equipment and equipment-in-place, minor construction, ground maintenance, snow/ice/sand removal, pest control, environmental service and refuse removal in support of the installations within the United States Army Garrison-Rheinland-Pfalz, Germany. 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 Feb. 28, 2027. U.S. Army 409th Contracting Support Brigade, Kaiserslautern, Germany, is the contracting activity (W564KV-22-D-0002).

Credence Dynamo Solutions LLC,* Vienna, Virginia, was awarded a $73,564,064 fixed-price-level-of-effort contract for program management and technical support in the areas of resource planning, resource programming, resource budgeting, resource execution, congressional authorizations and appropriations, and resource oversight. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 27, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W50NH9-22-F-0019).

Oregon Department of Fish and Wildlife, Salem, Oregon, was awarded an $8,737,347 modification (P00002) to contract W9127N-21-C-0036 for the Willamette Valley Hatcheries operations and maintenance. Work will be performed in Salem, Oregon, with an estimated completion date of Feb. 28, 2026. Fiscal 2022 civil operation and maintenance funds in the amount of $8,737,347 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity.
Skookum Educational Programs, Bremerton, Washington, was awarded an $8,238,730 modification (P00014) to contract W911S8-18-D-0004 for custodial services. 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 Feb. 28, 2023. U.S. Army 418th Contracting Support Brigade, Joint Base Lewis-McChord, Washington, is the contracting activity (W911S8-18-D-0004).

AIR FORCE

OAC Action Construction Corp., Miami, Florida (FA4621-22-D-0002); OK2 Construction LLC, Cleburne, Texas (FA4621-22-D-0003); Pro-Mark Services Inc., West Fargo, North Dakota (FA4621-22-D-0004); Snodgrass & Sons Construction Co., Inc., Wichita, Kansas (FA4621-22-D-0005); Olgoonik Specialty Contractors LLC, Anchorage, Alaska (FA4621-22-D-0006); and SES Construction and Fuel Services LLC, Oak Ridge, Tennessee (FA4621-22-D-0007), have been awarded a combined, not-to-exceed $75,000,000 indefinite-delivery/indefinite-quantity multiple award contract, for sustainment, repair, modernization, and construction requirements. Work will be performed at McConnell Air Force Base, Kansas, and is expected to be completed by Feb. 29, 2028. This award is the result of a competitive acquisition and 20 offers were received. The 22nd Contracting Squadron, McConnell AFB, Kansas is the contracting activity.

Lockheed Martin Corp., Sunnyvale, California, has been awarded a $22,984,200 firm-fixed-price contract modification (P00294) to previously awarded contract F04701-02-C-0003 for Defense Meteorological Satellite Program spacecraft sustainment. The contract modification extends the term of the contract. Work will be performed in Sunnyvale, California, and is expected to be completed by March 1, 2027. This award is the result of a sole source acquisition. Fiscal 2022 operations and maintenance funds in the amount of $700,000 will be obligated at the time of award. The total cumulative face value of the contract is $776,099,012. Space Systems Command, Peterson Space Force Base, Colorado, is the contracting activity.

General Atomics Aeronautical Systems, Inc., Poway, California has been awarded a $21,645,981 contract action for Netherlands MQ-9 Contractor Logistics Support. Work will be performed in Poway, California; Hato, Curacao; and Leeuwarden, Netherlands, and is expected to be completed by Feb. 28, 2025. This contract involves 100% foreign military sales to the Netherlands. Foreign Military Sales funds in the amount of $20,096,218 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8689-22-C-2014).
Raytheon Company, El Segundo, California, has been awarded a $11,308,480 cost-plus-incentive-fee modification (P00010) to previously awarded contract FA8807-21-C-0006 for the Military GPS User Equipment Increment 2 Miniature Serial Interface (MSI) contract. The contract modification is to incorporate MSI Engineering Change Proposal 2 into the baseline. This contract modification provides continued MSI with Next Generation Application-Specific Integrated Circuit Technology Development capabilities. Work will be performed in El Segundo, California, and is expected to be completed by May 5, 2025. Fiscal 2021 Space Force Research, Development, Test and Evaluation (3620) funds in the amount of $240,827 are being obligated at the time of award. The total cumulative face value of the contract is $186,328,637. Space Systems Command, Los Angeles Air Force Base, California is the contracting activity.
L-3 Communications Integrated Systems L.P., Greenville, Texas, has been awarded a $9,808,412 cost-plus-fixed-fee contract modification (P00002) to previously awarded contract FA8620-19-F-4836 for the development and delivery of additional ground systems stations under the basic contract. Work will be performed in Greenville, Texas, and is expected to be completed April 30, 2024. This contract involves 100 percent Foreign Military Sales and is the result of a sole-source acquisition. The total cumulative face value of the contract is $38,381,139. Foreign Military Sales funds in the full amount are being obligated at the time of the award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

CORRECTION: The $14,675,599 modification (P00004) to previously awarded contract FA8137-22-C-0002 announced on Feb. 25, 2022, to Alutiiq Commercial Enterprises LLC, Anchorage, Alaska, to add an additional three-month period for continued civil engineering services and operations management, has been amended to the amount of $ 12,983,706. 

DEFENSE LOGISTICS AGENCY

Frank Gargiulo & Son Inc., Hillside, New Jersey, has been awarded a maximum $70,238,145 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Locations of performance are New Jersey and Connecticut, with a Feb. 27, 2027, ordering period end date. Using customers are Department of Agriculture schools. Type of appropriation is fiscal 2022 through 2027 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-22-D-S750).

Travis Industries for the Blind,** Austin, Texas, has been awarded a maximum $49,197,198 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for commercial third-party logistics support including warehousing, storage, logistics and distribution functions for a wide variety of clothing items. This is a sole-source acquisition using justification 10 U.S. Code 2304 (c)(5), as stated in Federal Acquisition Regulation 6.302-1. This is a two-year base contract with three one-year option periods. Location of performance is Texas, with a Feb. 28, 2024, ordering period end date. Using military services are Air Force and Marine Corps. Type of appropriation is fiscal 2022 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-22-D-B123).

UPDATE: Sarasota International Trading Inc.,* Bradenton, Florida (SPE8EC-22-D-0005), has been added as an awardee to the multiple award contract for trucks and trailers, issued against solicitation SPE8EC-17-R-0008 and awarded Jan. 9, 2018.

MODIFICATION: Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $128,245,319 firm-fixed-price contract modification (P00013) to previously awarded contract FA8682-21-C-0001 for the exercise of an option for hardware spares and the partial exercise of an option for an additional 123 Lot 20 Joint Air-to-Surface Standoff Missile – Extended Range missiles with containers. Work will be performed in Orlando, Florida, and Troy, Alabama, and is expected to be completed by Jan. 30, 2026.  This award is the result of a sole source acquisition. Fiscal 2022 Missile Procurement funds are being obligated at the time of award. The total cumulative face value of the contract is $541,366,022. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

*Small business
** Mandatory source