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 Some of the information contained within may be outdated and links may not function.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. 30, 2020

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $903,585,384 modification (P00007) to a previously awarded, fixed-price incentive (firm target) contract (N0001920C0009). This modification procures long lead materials, parts, components and support necessary to maintain on-time production and delivery of 133 Lot 16 F-35 aircraft for the Navy, Marine Corps, Air Force, non-U.S. Department of Defense (DOD) participants and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas (57%); El Segundo, California (14%); Warton, United Kingdom (9%); Orlando, Florida (4%); Cameri, Italy (4%); Nashua, New Hampshire (3%); Baltimore, Maryland (3%); San Diego, California (2%); Nagoya, Japan (2%); and various locations outside the continental U.S. (2%), and is expected to be completed in May 2026. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $270,826,000; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $278,731,000; non-U.S. DOD participant funds in the amount of $227,863,000; and FMS funds in the amount of $126,165,384 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.

Al Larson Boat Shop,* San Pedro, California (N55236-21-D-0013); Epsilon Systems Solutions Inc.,* San Diego, California (N55236-21-D-0014); and Marine Group Boat Works LLC,* Chula Vista, California (N55236-21-D-0015), are each awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts with an overall maximum ceiling value of $144,676,905. These multiple award contracts have a five-year base ordering period to provide marine boatyard services (Lot II) including specific modifications, upgrades, service life extension and repairs to non-commissioned boats, craft, lighterage, service crafts and ancillary support equipment (brows platforms, paint floats, camel separators, and loading ramps) that are greater than or equal to 15 meters/50 feet in length up to 60 meters/200 feet in length by Navy hull designation or length overall (LOA), and can be transported via roadway by a trailer, or via waterway. Lot II also provides services for boats, craft, lighterage or service craft less than 15 meters/50 feet in length (by Navy hull designation or LOA), that must be delivered on their bottom via waterway. Work will be performed at the contractor’s facilities in San Diego, California; or Los Angeles, California, according to each delivery order. These three companies will have an opportunity to compete for individual delivery orders. These contracts have a five-year base ordering period and work is expected to be completed in December 2025. Fiscal 2021 operation and maintenance funds in the amount of $30,000 ($10,000 for minimum guarantee per contract) will be obligated under each contract’s initial delivery order and will expire at the end of the current fiscal year. These contracts were competitively procured via the Beta.Sam.gov web site with three offers received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

General Electric Aviation, Lynn, Massachusetts, is awarded a $111,910,637 firm-fixed-price, cost-plus-fixed-fee modification (P00014) to a previously awarded contract (N00019-18-C-1007). This modification procures 20 T408-GE-400 turboshaft engines, peculiar support equipment, and associated engine, programmatic and logistics services in support of CH-53K Lot 4 low rate initial production and spares. Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2023. Fiscal 2020 aircraft procurement (Navy) funds in the amount $111,910,637 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.

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded an $81,082,835 cost-plus-fixed-fee, firm-fixed-price, fixed-price incentive (firm target) order (N0001921F0030) against a previously issued basic ordering agreement (N0001917G0002). This order provides continued non-recurring engineering support as well as the recurring procurement of kits and installs in support of the forced retrofit fleet implementation and installation of nacelle improvements and the conversion area harness onto the CV-22 aircraft for the Air Force. This order provides engineering, production, supportability, and management support necessary to facilitate the incorporation of the improved nacelles into the fleet via forced retrofit at the depot level of maintenance for previously delivered V-22 aircraft in support of phase two of the nacelle improvements effort. Work will be performed in Amarillo, Texas (53%); Fort Worth, Texas (46%); and Ridley Park, Pennsylvania (1%), and is expected to be completed in June 2024.  Fiscal 2019 aircraft procurement (Navy) funds in the amount of $4,665,952; fiscal 2020 aircraft procurement (Air Force) funds in the amount of $10,780,172; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $49,454,795; fiscal 2021 aircraft procurement (Navy) funds in the amount of $12,955,460; and Foreign Military Sales funds in the amount of $3,226,456 will be obligated at time of award, $4,665,952 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Sikorsky, a Lockheed Martin Co., Stratford, Connecticut, is awarded a $74,101,557 firm-fixed-price, cost-plus-fixed-fee modification (P00046) to a previously awarded contract (N00019-16-C-0048). This modification adds scope to provide low rate initial production organic capability pilot repair material, technical publications, peculiar support equipment and logistics support for the CH-53K aircraft. Work will be performed in Shelton, Connecticut (53.1%); Bohemia, New York (13.86%); Rockmart, Georgia (9.54%); Los Angeles, California (7.91%); Forest, Ohio (2.59%); Redmond, Washington (2.36%); Stratford, Connecticut (1.62%); Blacksburg, Virginia (1.11%); various locations within the continental U.S. (7.82%); and various locations outside the continental U.S. (0.09%), and is expected to be completed in December 2025. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $74,101,557 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.

McKean Defense Group LLC, Philadelphia, Pennsylvania, is awarded a $57,564,800 modification to a previously awarded indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and cost-no-fee pricing (N66001-21-D-0008), increasing the overall value of the contract to $69,793,840. This modification will add the ceiling value of four option years to the base year and will realign the option-ordering period to the base year. This contract provides engineering support for consolidated afloat networks and enterprise services to include technical and programmatic services for networking, communications and computer systems and associated certification and information assurance for new developments, current operations, and planned upgrades. Work will be performed in San Diego, California (76%); Norfolk, Virginia (4%); Hawaii (4%); Washington, D.C. (3%); Charleston, South Carolina (3%); Japan (4%); Guam (2%); Bahrain (2%); and Italy (2%). This modification will extend the period of performance through Oct. 7, 2025. Contract funds will not expire at the end of the fiscal year. No funds will be obligated at the time of award. Fiscal 2021 funds will be obligated as individual task orders are issued using operation and maintenance (Navy); research, development, test and evaluation (Navy); other procurement (Navy); and shipbuilding construction (Navy). Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-21-D-0008).

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $34,176,026 cost-plus-incentive-fee and cost-plus-fixed-fee modification to a previously awarded contract (N00024-13-C-5116) to exercise an option for AEGIS Combat System Engineering Agent efforts for the design, development, integration, test and delivery of Advanced Capability Build 20. Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2021. Fiscal 2017 shipbuilding and conversion (Navy) ($17,555,524; 51%); 2021 research, development, test, and evaluation (Navy) ($10,298,719; 30%); 2013 shipbuilding and conversion (Navy) ($3,134,749; 9%); 2015 shipbuilding and conversion (Navy) ($1,909,765; 6%); and 2021 operation and maintenance (Navy) ($1,277,269; 4%) funding will be obligated at time of award, of which funds in the amount of $1,277,269 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Electric Aviation, Lynn, Massachusetts, is awarded a $14,688,361 cost-plus-fixed-fee order (N0042121F0001) against a previously issued basic ordering agreement (N0001919G0001). This order procures engineering services in support of the F414 Engine System Component Improvement Program for the F/A-18E/F Super Hornet and EA-18G Growler aircraft. Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2021. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $11,500,000 will be obligated at time of award, $11,500,000 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. 

General Electric Co., Cincinnati, Ohio, is awarded an $11,402,127 cost-reimbursement contract for the Next Generation Propulsion Enablers Technology Development. This contract provides for the development of three technologies to improve gas turbine propulsion. The first is advanced fan aerodynamics development, designed to increase stall margin, improve operability and allow engines to be designed to higher pressure ratios with better transient characteristics. The second technology involves an advanced fuel system to enhance engine cycle efficiency, reduce uncertainty margins and provide improved thermal management capability. The third is an advanced high temperature sensing to enable temperature measurements in hotter sections of the engine to reduce uncertainty, improve efficiency and durability. Work will be performed in Cincinnati, Ohio, with an estimated completion date of March 31, 2024. The total cumulative value of this contract is $11,402,127. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $6,277,139 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under N00014-19-S-B001, “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science & Technology.” Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-21-C-1002).

United Support Services Inc.,* La Jolla, California, is awarded a $9,461,730 cost-plus-fixed-fee contract for berthing and messing barge organizational level maintenance support services in support of Commander, U.S. Pacific Fleet. The contract will include a one-year base period and four one-year option periods which if exercised, would bring the total value of this contract to $47,308,650. Work will begin in May 2021 and is expected to be completed by May 2022. If all options on the contract are exercised, work will be completed by May 2026. Work will be performed in San Diego, California (33%); Bremerton, Washington (26%); Pearl Harbor, Hawaii (18%); Yokosuka, Japan (9%); Apra Harbor, Guam (8%); and Sasebo, Japan (6%). Fiscal 2021 operations and maintenance (Navy) funds in the amount of $4,730,865 will be obligated at time of award and funds will expire at the end of the current fiscal year. The solicitation for this requirement was issued under authority 10 U.S. Code 2304 (b)(2), with two offers received. Naval Supply Systems Command Fleet Logistics Center San Diego, San Diego, California, is the contracting activity (N00244-21-C-0003).

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $7,897,447 modification (P00036) to a previously awarded fixed-price incentive (firm target), cost-plus-fixed-fee contract (N00019-17-C-0015). This modification adds new scope related to the update of common configuration readiness and modernization government furnished V-22 aircraft logbooks and configuration management auto log-sets in the naval aviation logistics command management information system optimized organizational maintenance activity and logistics support representative support. This modification also provides funding for 305 flight director panels, 151 control display units, 478 enhanced standby flight indictor programmable read only memory units, as well as 45 regulated control units field programmable gate array. Work will be performed in Ridley Park, Pennsylvania (91%); and Fort Worth, Texas (9%), and is expected to be completed in November 2022. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $633,071; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $9,693; fiscal 2020 aircraft procurement (Navy) funds in the amount of $7,248,603; fiscal 2019 aircraft procurement (Air Force) funds in the amount of $3,468; and Foreign Military Sales funds in the amount of $2,612 will be obligated at time of award, $3,468 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Rolls-Royce Marine North America Inc., Walpole, Massachusetts, was awarded a $7,612,416 firm-fixed-price basic ordering agreement order for main propulsion monobloc propellers, propeller hubs, oil distribution boxes, blades, and propeller blades for various Navy ship classes. Work will be performed at the contractor’s facility located in Walpole, Massachusetts, and is expected to be completed by December 2023. Fiscal 2021 other procurement (Navy) funds in the amount of $7,612,416 will be obligated at time of award and will not expire at the end of the current fiscal year. This order was not competitively procured via Beta.SAM.gov in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-21-F-4004). (Awarded Dec. 29, 2020)

Valiant/ALCA JV LLC, Clarksville, Tennessee, is awarded a $7,528,791 indefinite-delivery/indefinite-quantity modification for the exercise of Option One under a contract for base operating support (BOS) services at Naval Air Station (NAS) Sigonella. After award of this option, the total cumulative contract value will be $19,062,534. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide BOS services for NAS Sigonella and its outlying support sites. Work will be performed in Sicily, Italy. This option period is from January 2021 to December 2021. No funds will be obligated at time of award.  Fiscal 2021 operations and maintenance (O&M), (Navy); fiscal 2021 O&M, (Marine Corps); fiscal 2021 O&M, (Air Force); fiscal 2021 O&M, (Army); fiscal 2021 Navy working capital funds (WCF); fiscal 2021 Defense WCF; and non-appropriated contract funds in the amount of $6,189,883 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Systems Command Europe Africa Central, Naples, Italy, is the contracting activity (N62470-18-D-3010).

AIR FORCE

Full Spectrum Operations LLC, Fairfax Station, Virginia, has been awarded a $142,436,315 firm-fixed-price, cost-plus-fixed-fee and cost reimbursable contract for Eastern Western Operational Communications Services (EWOCS). The contract will support the 45th Space Wing, 30th Space Wing, and Missile Defense Agency in providing communication systems maintenance, operations, and support services for voice, video, data and infrastructure yielding a robust communications capability for a wide range of customers in a dynamic launch environment. Work will be performed at Patrick Space Force Base, Florida; Cape Canaveral Space Force Station, Florida; and Vandenberg Air Force Base, California. Work is expected to be complete by March 31, 2028. This award is the result of a competitive acquisition and five offers were received. Fiscal 2021 operation and maintenance funds in the amount of $528,571 are being obligated at the time of award. The 45th Contracting Squadron, Patrick Space Force Base, Florida, is the contracting activity (FA2521-21-D-0003).

ARMY

L3 Combat Propulsion Systems, Muskegon, Michigan, was awarded a $56,595,123 modification (P00003) to contract W56HZV-20-C-0124 for HMPT 800HP transmissions and ancillary hardware. Work will be performed in Muskegon, Michigan, with an estimated completion date of Dec. 31, 2022. Fiscal 2021 overseas contingency operations, defense funds in the amount of $56,595,123 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

L-3 Fuzing and Ordnance Systems Inc., Cincinnati, Ohio, was awarded a $29,256,541 modification (P00018) to contract W15QKN-17-C-0024 for multi-option fuzes for mortars and point detonating/delay fuzes. Work will be performed in Cincinnati, Ohio, with an estimated completion date of Nov. 30, 2022. Fiscal 2020 and 2021 procurement of ammunition, Army funds in the amount of $29,256,541 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity. 

Amentum Services Inc.,* Germantown, Maryland, was awarded a $16,290,940 modification (0003BP) to contract W52P1J-12-G-0028 for Army prepositioned stocks. Work will be performed in Qatar and Kuwait, with an estimated completion date of July 2, 2021. Fiscal 2021 operation and maintenance, Army funds in the amount of $16,290,940 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

HHI Corp., Ogden, Utah, was awarded a $16,279,996 firm-fixed-price contract for support of the F-35A Lighting II Joint Strike Fighter staging area at Hill Air Force Base. Bids were solicited via the internet with three received. Work will be performed at Hill AFB, Utah, with an estimated completion date of April 14, 2022. Fiscal 2021 military construction, Army funds in the amount of $16,279,996 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-21-C-0008). 

BJD Services LLC, Las Vegas, Nevada, was awarded a $14,245,220 firm-fixed-price contract for grounds maintenance at Fort Benning, Georgia. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2025. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911SF-21-D-0002). 

BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded an $8,098,454 modification (P00736) to contract DAAA09-98-E-0006 for a request for equitable adjustment resulting from costs incurred to operate Holston Army Ammunition Plant from Oct. 1, 2017, to Sept. 30, 2018. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Jan. 29, 2021. Fiscal 2020 procurement of ammunition, Army funds in the amount of $8,098,454 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

*Small business