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 Some of the information contained within may be outdated and links may not function.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. 23, 2020

ARMY

Pfizer Inc., New York, New York, was awarded a $2,010,000,000 firm-fixed-price contract for the production of vaccine BNT162b2 in support of the national emergency response to COVID-19.  Bids were solicited via the internet with one received.  Work will be performed in New York, New York, with an estimated completion date of Aug. 22, 2022.  Fiscal 2020 other procurement (Army) funds in the amount of $2,010,000,000 were obligated at the time of the award.  The U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-21-C-0012). (Awarded Dec. 22, 2020)

AMEL-API JV LLC,* Honolulu, Hawaii (W9128A-21-D-0007); Planate Management Group LLC,* Alexandria, Virginia (W9128A-21-D-0008); and Zane-SSFM LLC,* Honolulu, Hawaii (W9128A-21-D-0009), will compete for each order of the $45,000,000 firm-fixed-price contract for architect-engineer 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 June 22, 2026.  The U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity.

AITC-Five Domains JV LLC, Winter Springs, Florida, was awarded a $29,028,329 firm-fixed-price contract to provide train, advise, assist and mentor services.  Bids were solicited via the internet with one received.  Work will be performed in Riyadh, Saudi Arabia, with an estimated completion date of Dec. 30, 2025.  Fiscal 2021 Foreign Military Sales (Saudi Arabia) funds in the amount of $29,028,329 were obligated at the time of the award.  The U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-21-C-0007).

MVL USA Inc., Lansing, Michigan, was awarded a $21,795,565 firm-fixed-price contract for a new trans-regional logistics complex at Al Udeid Airbase.  Bids were solicited via the internet with four received.  Work will be performed at Al Udeid Airbase, Qatar, with an estimated completion date of Feb. 18, 2023.  Fiscal 2019 military construction (defense-wide) funds in the amount of $21,795,565 were obligated at the time of the award.  The U.S. Army Corps of Engineers, Middle East District, is the contracting activity (W912ER-21-C-0005).

AITC-Five Domains JV LLC, Winter Springs, Florida, was awarded a $17,719,759 firm-fixed-price contract to provide train, advise, assist and mentor services.  Bids were solicited via the internet with one received.  Work will be performed in Riyadh, Saudi Arabia, with an estimated completion date of Aug. 30, 2023.  Fiscal 2021 Foreign Military Sales (Saudi Arabia) funds in the amount of $17,719,759 were obligated at the time of the award.  The U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-21-C-0008).

LongBow LLC, Orlando, Florida, was awarded a $12,320,522 modification (P00020) to contract W58RGZ-17-C-0027 to provide life cycle contractor support for the Fire Control Radar.  Work will be performed in Orlando, Florida, with an estimated completion date of Dec. 31, 2021.  Fiscal 2021 Army working capital funds in the amount of $12,320,522 were obligated at the time of the award.  The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $400,000,000 modification (P00008) to previously awarded contract FA8107-19-D-0001 for B-1 and B-52 bomber engineering services.  This modification is for recurring and non-recurring engineering services to B-1 and B-52 aircraft.  Work will be performed at Tinker Air Force Base, Oklahoma; Edwards AFB, California; Barksdale AFB, Louisiana; and Oklahoma City, Oklahoma, and is expected to be completed by Dec. 31, 2020.  The total cumulative value of the contract is $800,000,000.  Fiscal 2020 operation and maintenance funds in the amount of $36,030,215 are being obligated at the time of award.  The Air Force Life Cycle Management, Tinker AFB, Oklahoma, is the contracting activity (FA8107-19-D-0001).

Northrop Grumman Aerospace Systems, San Diego, California, has been awarded a not-to-exceed $53,700,000 cost-plus-fixed-fee and cost reimbursable-no-fee, indefinite-delivery requirements contract for the RQ-4B Global Hawk.  The contract provides for repair services for “common items” for both the RQ-4 GH and MQ-4C Triton.  It will support reparable national stock numbers (NSNs) which encompass the air vehicle, multiple sensor packages, mission control element and launch and recovery element.  In addition, this effort includes support engineering services covered under the Engineering Delegation Authority (namely Diminishing Manufacturing Sources and Material Shortages projects) for NSNs transferred to and under the management of the 407th Supply Chain Management Squadron.  Work will be performed in San Diego, California; Salt Lake City, Utah; El Segundo, California; Sterling, Virginia; Las Cruces, New Mexico; Valencia, California; Joplin, Missouri; Vandalia, Ohio; Troy, Ohio; Longueuil, Quebec, Canada; Woodland Park, New Jersey; Whippany, New Jersey; Indianapolis, Indiana; Woburn, Massachusetts; Twinsburg, Ohio; Medford, New York; Cypress, California; Wichita, Kansas; San Jose, California; and Linthicum, Maryland.  The basic ordering period and six one year ordering periods are expected to begin Jan. 1, 2021, and end on Dec. 31, 2028.  Fiscal 2021‐2028 direct cite funds in the amount of $26,796,300 are being obligated at time of award.  This award is the result of a sole-source acquisition.  The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8539‐21‐D‐0001/FA8539-21-F-0007).

Canadian Commercial Corp., Ottawa, Canada, has been awarded a $43,000,000 firm-fixed-price contract for the Global Procedure Design (GPD).  This contract provides for the software solution that provides instrument approach and departure procedure development capability for the Air Force, Navy, Army and Marine Corps.  The GPD evaluates airports and the surrounding environment to determine the safest flight path and lowest altitudes that aircraft can fly as they transition terminal area flight operations to and from enroute phases of flight.  GPD also supports Air Traffic Control by developing charts required to vector aircraft at locations where the Department of Defense has radar approach control responsibilities.  Work will be performed in Ottawa, Canada, and is expected to be completed June 31, 2026.  This award is the result of a sole-source acquisition.  Fiscal 2021 operation and maintenance funds in the amount of $7,999,532 are being obligated at the time of award.  The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8136-21-D-0001).

Lockheed Martin Corp., Colorado Springs, Colorado, has been awarded a $28,125,918 firm-fixed-price contract with some cost-plus-fixed-fee and cost-reimbursable contract line item numbers for follow-on support sustainment of the Republic of Korea Peace Krypton Program.  This contract provides for support of the field service representative, program management, core/field engineering, System Depot Support Facility sustainment, technical manuals sustainment and obsolescence management.  Work will be performed in Colorado Springs, Colorado; and Seoul, South Korea, and is expected to be completed Dec. 31, 2022.  This contract involves Foreign Military Sales (FMS) to South Korea and is the result of a sole-source acquisition.  FMS funds in the full amount are being obligated at the time of the award.  The Air Force Life Cycle Management Center, Wright‐Patterson Air Force Base, Ohio, is the contracting activity (FA8691-20-C-3110).

Kratos Technology & Training Solutions Inc., San Diego, California, has been awarded a $22,112,966 modification (P00141) to previously awarded contract FA8808-13-C-0002.  This modification provides control system consolidated production and sustainment services.  Work will be performed in Colorado Springs, Colorado, and will be complete Dec. 31, 2021.  Fiscal 2021 operation and maintenance funding in the amount of $11,837,462 is being obligated at the time of modification award.  The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity.

Spartan Air Academy Iraq LLC, Irving, Texas, has been awarded a $15,684,449 firm-fixed-price modification (P00007) to contract FA8617-20-C-6232 for the Iraq T-6A contractor logistics support and training maintenance program.  The modification provides for the exercise of an option to extend the term of the contract for the continued services needed in order to effectively maintain and operate a fleet of 15 T-6A training aircraft.  Work will be performed at Balad Air Base, Iraq, and is expected to be completed June 30, 2021.  Foreign Military Sales funds in the full amount will be obligated at the time of award.  The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Corning Inc., Corning, New York, has been awarded a 10-month firm-fixed-price contract action with a total price of $15,000,000 in order to increase the U.S. industrial production capacity of pipette tips by 684 million tips per year.  Work will be performed in Durham, North Carolina, and is expected to be complete by Oct. 31, 2021.  This award is the result of a competitive acquisition which received 75 responses.  Fiscal 2021 other procurement funds in the amount of $15,000,000 are being obligated at the time of award.  The Air Force Life Cycle Management Center, Maxwell Air Force Base Gunter Annex, Alabama, is the contracting activity (FA8771-21-C-G003).

WASHINGTON HEADQUARTERS SERVICES

Armed Forces Services Corp., doing business as Magellan Federal, Arlington, Virginia (HQ0034-21-D-0007), has been awarded an indefinite-delivery/indefinitely-quantity contract with a maximum amount of $111,000,000.  The Defense Civilian Personnel Advisory Service (DCPAS) has a requirement to procure Employee Assistance Program (EAP) support services.  The principal objective is for the contractor to provide mandatory employee assistant support services to Department of Defense personnel.  The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and other items and non-personal services necessary to perform EAP and work-life services in support of DCPAS.  Work performance will take place in the National Capital Region.  No funds will be obligated at time of the award.  The expected completion date is Jan. 9, 2026.  Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $96,471,019 modification (P00011) to cost-plus-fixed-fee order N00019-20-F-0571 against previously issued basic ordering agreement N00019-19-G-0008.  This modification exercises options for services associated with aircraft modification efforts for the F-35 Joint Strike Fighter program, including modification and reach-back engineering services, support for depots, laser shock peening site support and material support depot site support.  Additionally, this modification adds scope for contractor field teams and over and above labor and costs associated with depots outside the continental U.S. in support of air vehicle modification requirements.  Work will be performed in Nagoya, Japan (26%); Fort Worth, Texas (22%); Cameri, Italy (22%); Cherry Point, North Carolina (13%); Ogden, Utah (9%); and Williamtown, Australia (8%), and is expected to be completed in December 2021.  Fiscal 2021 aircraft procurement (Navy) funds in the amount of $21,680,905; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $15,323,330; non-Department of Defense participants funds in the amount of $33,394,668; and Foreign Military Sales funds in the amount of $26,072,116 will be obligated on this 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.

Heffler Contracting Group,* El Cajon, California, is awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $16,000,000 for roofing work at various locations within Mountain Warfare Training Center, Bridgeport, California; Marine Corps Air Ground Combat Center, Twentynine Palms, California; and Marine Corps Logistics Base, Barstow, California.  Projects may include, but are not limited to, roofing work, treating roofs (i.e., spraying, painting, or coating) and installing skylights.  The work performed may include new work, additions, alterations, maintenance and repairs.  The term of the contract is not to exceed 60 months with an expected completion date of December 2025.  Fiscal 2021 operation and maintenance (Navy) (O&M,N) contract funds in the amount of $2,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by O&M,N.  This contract was competitively procured via the beta.SAM.gov website with 10 proposals received.  The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-21-D-1015).

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $8,715,105 modification (P00003) to cost-plus-fixed-fee order N00019-20-F-0532 against previously issued basic ordering agreement N00019-19-G-0008.  This modification adds scope to provide program management support to execute the planning, procurement and delivery of initial aircraft spares in support of the F-35 Lightning II Joint Program Office, Air Force, Marine Corps and Navy; non-Department of Defense (DOD) participants and Foreign Military Sales (FMS) customers operational aircraft.  Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2021.  Fiscal 2021 aircraft procurement (Air Force) funds in the amount of $3,472,425; fiscal 2021 aircraft procurement (Navy) funds in the amount of $2,076,646; non-DOD participant funds in the amount of $2,110,689; and FMS funds in the amount of $1,055,345 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.

DEFENSE LOGISTICS AGENCY

SRI International Inc., Menlo Park, California, has been awarded a maximum $90,143,000 cost-plus-fixed-fee, indefinite-delivery requirements contract for the Advanced Microcircuit Emulation program.  This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1.  This is a five-year contract with no option periods.  Locations of performance are California and New Jersey, with a Jan. 31, 2026, performance completion date.  Using customer is Defense Logistics Agency.  Type of appropriation is fiscal 2021 through 2026 research and development funding.  The contracting activity is the Defense Logistics Agency, Land and Maritime, Columbus, Ohio (SPE7MX-21-D-0032).

Natel Engineering, Chatsworth, California, has been awarded a $12,173,939 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Abrams vehicle power supply units.  This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1.  This is a five-year contract with no option periods.  Location of performance is California, with a Dec. 23, 2025, ordering period end date.  Using military service is Army.  Type of appropriation is fiscal 2021 through 2026 (Army) working capital funds.  The contracting activity is the Defense Logistics Agency, Land and Maritime, Warren, Michigan (SPRDL1-21-D-0002).

Atlantic Diving Supply Inc., doing business as ADS,* Virginia Beach, Virginia, has been awarded a maximum $9,400,000 indefinite-delivery/indefinite-quantity contract for facility maintenance, repair, operations supplies and related incidental services.  This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1.  This is a 209-day bridge contract with no option periods.  Locations of performance are Virginia and Mediterranean countries in Europe, with a July 19, 2021, ordering period end date.  Using customers are Army, Navy, Air Force, Marine Corps and North American Treaty Organization.  Type of appropriation is fiscal 2021 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Europe and Africa, Kaiserslautern, Germany (SPE5B1-21-D-0001).

DEFENSE HEALTH AGENCY

Cherokee Nation Operational Solutions LLC,* Tulsa, Oklahoma (HT0038-21-D-0006), was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity single award contract with a maximum value of $42,000,000. The contract provides commercial services to support site-specific activities that need to be completed prior to successful Military Health System GENESIS go-lives.  This effort has a one-year period of performance with an expected completion date of Dec. 14, 2021.  Work location is task order dependent.  Task orders will be funded by fiscal 2021 procurement dollars.  This contract was non-competitively awarded in accordance with Section 8(a) of the Small Business Act.  The Defense Health Agency, Falls Church, Virginia, is the contracting activity.  (Awarded Dec. 18, 2020)

MISSILE DEFENSE AGENCY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a $22,013,540 sole-source hybrid, cost-plus-fixed-fee, firm-fixed-price contract modification (P00002) under Foreign Military Sales (FMS) Case JA-P-NCO contract HQ0851-21-C-0001.  This modification extends performance of Aegis FMS Baseline J7.B development and radar production, integration, test planning support and includes assessment of alternatives studies.  The work will be performed in Moorestown, New Jersey.  The period of performance is from Jan. 1, 2021, through June 30, 2022.  The total value of the contract increases from $35,582,832 by $22,013,540 to $57,596,372.  Funds from the government of Japan in the amount of $22,013,540 are being obligated at the time of award.  The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ02851-21-C-0001).

*Small business