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 Some of the information contained within may be outdated and links may not function.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 March 26, 2021

ARMY

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $2,765,714,054 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for Guided Multiple Launch Rocket Systems (GMLRS) Alternative Warhead rocket pods, GMLRS Unitary Warhead rocket pods, Low-Cost Reduced Range Practice rocket pods, cybersecurity services, integrated product support and other 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 Oct. 31, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-21-D-0003). 

Integration Innovation Inc.,* Huntsville, Alabama, was awarded a $150,722,193 cost-plus-fixed-fee contract for the development of a prototype capability employing unmanned aerial systems with novel sensors to meet hypersonic flight-test needs. Bids were solicited via the internet with one received. Work will be performed in Huntsville, Alabama; and Victorville, California, with an estimated completion date of March 25, 2026. Fiscal 2020 research, development, test and evaluation, Army funds in the amount of $5,000,000 were obligated at the time of the award. U.S. Army Rapid Capabilities and jCritical Technologies Office, Redstone Arsenal, Alabama, is the contracting activity (W50RAJ-2-19-0002). 

SGS LLC,* Yukon, Oklahoma, was awarded a $44,926,988 firm-fixed-price contract for construction of an information system facility. Bids were solicited via the internet with six received. Work will be performed at White Sands Missile Range, New Mexico, with an estimated completion date of Oct. 23, 2023. Fiscal 2019 military construction, Army funds in the amount of $44,926,988 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-21-C-0005). 

Northrop Grumman Systems Corp., Huntsville, Alabama, was awarded a $21,828,868 modification (PZ0208) to contract W31P4Q-08-C-0418 to refresh services and to extend the period of performance for development of the Integrated Battle Command System. Work will be performed in Huntsville, Alabama, with an estimated completion date of Aug. 31, 2021. Fiscal 2021 research, development, test and evaluation, Army funds in the amount of $21,828,868 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

HGL Construction Inc.,* Midwest City, Oklahoma, was awarded a $16,680,486 firm-fixed-price contract for construction of parking lots. Bids were solicited via the internet with two received. Work will be performed in Muskogee, Oklahoma, with an estimated completion date of Oct. 7, 2022. Fiscal 2021 civil operation and maintenance funds in the amount of $16,680,486 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-21-C-0003). 

Northrop Grumman Systems Corp., Apopka, Florida, was awarded a $13,369,163 cost-plus-fixed-fee contract to repair and upgrade services for the Eyesafe Laser Rangefinder. Bids were solicited via the internet with one received. Work will be performed in Apopka, Florida, with an estimated completion date of March 31, 2025. Fiscal 2020 Army working capital funds in the amount of $13,369,163 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-21-D-0027). 

Valiant Global Defense Services Inc., San Diego, California, was awarded a $13,194,163 modification (P00033) to contract W91QVN-19-F-0631 to provide personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and other items for the Korea Battle Simulation Center. Work will be performed at Camp Humphreys, Korea, with an estimated completion date of March 31, 2022. Fiscal 2021 operation and maintenance, Army funds in the amount of $6,574,581 were obligated at the time of the award. U.S. Army 411th Contracting Support Brigade, Camp Humphreys, South Korea, is the contracting activity. 


AIR FORCE

Raytheon Missiles and Defense, Tucson, Arizona, has been awarded a $518,443,821 firm-fixed-price, incentive contract for Advanced Medium Range Air-to-Air Missile (AMRAAM) Production Lot 34, with priced options for Lots 35 and 36. This basic contract award provides for the production of the Lot 34 AMRAAMs, Captive Air Training Missiles (CATMs), guidance sections, AMRAAM Telemetry System (ATS), initial and field spares, and other production engineering support hardware and activities. Work will be performed in Tucson, Arizona, and is expected to be completed Dec. 31, 2023. This contract involves unclassified Foreign Military Sales (FMS) to Bulgaria, Canada, Denmark, Indonesia, Japan, Portugal, Qatar, Saudi Arabia, Slovakia, South Korea, and Qatar. Fiscal 2019 Air Force missile procurement funds in the amount of $5,348,048; fiscal 2020 Air Force missile procurement funds in the amount of $108,158,773; fiscal 2019 Navy weapons procurement funds in the amount of $26,003,961; fiscal 2020 Navy weapons procurement funds in the amount of $77,192,047; fiscal 2021 Navy weapons procurement funds in the amount of $3,804,680; fiscal 2020 Air Force research, development, test and evaluation (RDT&E) funds in the amount of $5,306,972; fiscal 2021 Air Force RDT&E funds in the amount of $3,877,865; fiscal 2020 Navy RDT&E funds in the amount of $2,216,700; fiscal 2021 Navy RDT&E funds in the amount of $2,043,378; fiscal 2021 Air Force operation and maintenance (O&M) funds in the amount of $378,993; fiscal 2021 Army O&M funds in the amount of $497,466; and FMS funds in the amount of $283,614,938 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8675-21-C-0034).

Armtec Countermeasures Co., Coachella, California, has been awarded a $250,000,000, indefinite-delivery/indefinite-quantity contract for the MJU-75/B countermeasure flare. This contract provides a magnesium Teflon Viton countermeasure flare, which is utilized on rotary-wing and fixed-wing aircraft such as C-130, C-17, F-16 to protect against infrared missiles. Work will be performed in Camden, Arkansas, and is expected to be completed March 2027. This award is the result of a competitive acquisition and two offers were received. Fiscal 2020 ammunition procurement funds in the amount of $3,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-21-D-0004).

Kilgore Flares Co., Toone, Tennessee, has been awarded a $250,000,000, indefinite-delivery/indefinite-quantity contract for the MJU-75/B Countermeasure Flare. This contract provides a magnesium Teflon Viton countermeasure flare, which is utilized on rotary-wing and fixed-wing aircraft such as C-130, C-17, F-16 to protect against infrared missiles. Work will be performed in Toone, Tennessee, and is expected to be completed March 2027. This award is the result of a competitive acquisition and two offers were received. Fiscal 2020 ammunition procurement funds in the amount of $3,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-21-D-0005).

Hardwood Products Co. LP, Guilford, Maine, has been awarded a not-to-exceed $146,773,918 firm-fixed-price, undefinitized modification (P00002) to contract FA8730-21-C-0019 as a commercial contract for industrial base expansion for U.S. domestic production capacity for medical foam tip swabs. This contract amends the current undefinitized contract action to include retrofit activities to enable expanded production of foam tip nasal swabs, as well as related expenses. Work will be performed in Orlinda, Tennessee, and is expected to be completed by January 2022. Fiscal 2021 other procurement funds in the amount of $39,520,774 will be obligated at the time of award. The cumulative face value of the contract is $256,858,918. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $9,043,264 cost-plus-fixed-fee contract for the National Space Test and Training Range (NSTTR) under the Combat Mission Systems Support contract FA8819-19-C-0002. NSTTR will create the data operations and supporting infrastructure for on-orbit test and evaluation operations. Work will be performed in Tucson, Arizona, and is expected to be completed March 22, 2022. Fiscal 2021 Space Force research, development, test and evaluation funds in the amount of $5,500,000 are being obligated at the time of award. Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. (Awarded March 23, 2021)

Lockheed Martin Rotary and Mission Systems, Liverpool, New York, has been awarded an $8,429,948 cost-plus-fixed-fee integration contract for the Three-Dimensional Expeditionary Long-Range Radar Rapid Prototyping Program. This contract provides for the development of an interface to the U.S. Air Force Control and Reporting Center’s AN/TYQ-23A. Work will be performed in Liverpool, New York, and is expected to be completed by March 23, 2023. Fiscal 2020 research, development, test, and evaluation funds in the full amount are being obligated at the time of award. This contract also includes options for production and fielding of 35 radars. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-21-C-0022).

NAVY

Northrop Grumman Systems Corp., San Diego, California, is awarded a $98,900,000 modification (P00013) to a previously awarded, fixed-priced incentive (firm-target) contract (N0001919C0008). This modification increases the scope and provides for one additional low rate initial production Lot Five MQ-4C Triton unmanned aircraft system. Work will be performed in San Diego, California (24.6%); Red Oak, Texas (15%); Baltimore, Maryland (10.9%); Palmdale, California (10.8%); Salt Lake City, Utah (6.8%); Bridgeport, West Virginia (5.8%); Indianapolis, Indiana (5.3%); Moss Point, Mississippi (4.2%); San Clemente, California (1.7%); New Town, North Dakota (1.2%); Waco, Texas (1.2%); various locations within the continental U.S. (11.9%); and various locations outside the continental United States. (0.6%), and is expected to be completed in January 2025. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $80,800,895; fiscal 2020 aircraft procurement (Navy) funds in the amount of $10,069,000; and fiscal 2019 aircraft procurement (Navy) funds in the amount of $8,030,105 will be obligated at the time of award, of which $8,030,105 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Management Services Group Inc.,* doing business as Global Technical Systems, Virginia Beach, Virginia, is awarded a $38,569,564 firm-fixed-price modification to previously awarded contract N0002420C5608 for Network, Processing, and Storage Technical Insertion 16, Modification 1 production equipment. This contract combines purchases for the U.S. government (99%); and the governments of Korea and Japan (1% combined) under the Foreign Military Sales (FMS) program. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by May 2022. Fiscal 2021 other procurement (Navy) funds in the amount of $24,639,195 (64%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $7,055,955 (18%); fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $6,694,171 (17%); FMS Korea funds in the amount of $60,052 (less than 1%); FMS Japan funds in the amount of  $52,541 (less than 1%); fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $45,100 (less than 1%); and fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $22,550 (less than 1%) 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.

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $35,951,113 modification (P00062) to a previously awarded, cost-plus-incentive-fee contract (N0001912C0070). This modification increases the scope for the Network Interface Unit Gen II scope in support of the F-35 Lightning II Joint Strike Fighter program for Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas (50%); and an undisclosed location outside the continental U.S. (50%), and is expected to be completed in September 2025. FMS funds in the amount of $35,951,113 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.

DynCorp International LLC, McLean, Virginia, is awarded a $29,083,438 firm-fixed-price modification to increase the maximum dollar value of a service contract for the exercise of Option One for regional base operations support services in the Naval District Washington, D.C., area of responsibility. After award of this option modification, the total cumulative contract value will be $191,971,641. The work to be performed provides for all managerial, supervision, labor, tools, materials, equipment, and transportation necessary to accomplish preventative maintenance and service repairs. Work will be performed in Washington, D.C.; Indian Head, Maryland; Suitland, Maryland; Charlottesville, Virginia; and Quantico, Maryland, and is expected to be completed by March 2022. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $24,501,358 are obligated on this award and will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Washington, D.C., is the contracting activity (N62470-19-D-2013).

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $26,793,697 modification (P00061) to a previously awarded cost-plus-incentive-fee contract (N0001912C0070). This modification increases scope to provide support for the engineering tools, data, and related training for the sustainment of the flight test instrumentation air system for one of the F-35 Lightning II Joint Strike Fighter Foreign Military Sales (FMS) customers, as well as additional FMS customer unique requirements. Work will be performed in Fort Worth, Texas (90%); and an undisclosed location outside the continental U.S. (10%), and is expected to be completed in December 2023. FMS funds in the amount of $26,793,697 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.

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $13,699,128 modification (P00060) to a previously awarded cost-plus-incentive-fee contract (N0001912C0070). This modification adds scope in support of sustainment efforts for flight test instrumentation air systems to include customer unique requirements for the F-35 Lightning II Joint Strike Fighter program for Foreign Military Sales (FMS) customer. Work will be performed in Fort Worth, Texas (90%); and an undisclosed location outside the continental U.S. (10%), and is expected to be completed in December 2022. FMS funds in the amount of $13,699,128 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.

Insitu Inc., Bingen, Washington, is awarded a $12,331,457 firm-fixed-price, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides support services to include engineering, testing, prototyping, software modeling and simulation, integration, installation, analysis, sustainment, program management, training, cybersecurity, and other technical services in support of MQ-27A, MQ-27B and RQ-21 unmanned air vehicles for the Naval Special Warfare forces.  Work will be performed in Bingen, Washington, and is expected to be completed in March 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042121D0020).  

Lockheed Martin Corp., Fort Worth, Texas, is awarded an $11,045,981 modification (P00002) to a cost-plus-fixed-fee order (N0001920F0410) against a previously issued basic ordering agreement (N0001919G0008). This modification provides support to connect classified networks, create cloud based virtual test capability, and transition workloads from Lockheed Martin to U.S. government depots in support of depot stand up. Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2022. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $5,522,990; and fiscal 2021 aircraft procurement (Air Force) funds in the amount of $5,522,991 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.

East West Industries Inc.,* Ronkonkoma, New York, is awarded an $8,406,939 firm-fixed-price order (N0042121F0092) against a previously issued basic ordering agreement (N0042118G0004). This order procures long-lead-time critical seat survival kit hardware in support of the Enhanced Emergency Oxygen System Lot 3 production for the Navy. Work will be performed in Ronkonkoma, New York, and is expected to be completed in February 2023. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $8,406,939 will be obligated at time of award, none 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.

Walashek Industrial & Marine Inc.,* San Diego, California (N55236-19-D-0005); and Epsilon Systems Solutions,* San Diego, California (N55236-19-D-0006), are each awarded firm-fixed-price contract modifications with a combined ceiling of $8,378,421 to exercise Option Year Two of their respective previously-awarded, indefinite-delivery/indefinite-quantity, multiple-award contracts to accomplish Landing Craft Air Cushion (LCAC) repairs, maintenance, modernization, and retirement services for LCACs homeported at Marine Corps Base, Camp Pendleton, California. The work will encompass LCAC Fleet Modernization Program, LCAC Post Service Life Extension Program, LCAC retirements, and LCAC planned/emergent repairs to be completed by April 2022. No funding is being obligated at time of award. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Noreas Environmental Services LLC,* Irvine, California, is awarded a $7,791,408 firm-fixed-price modification for the exercise of Option Four under a contract for environmental services within Navy Region Southwest. After award of this option, the total cumulative contract value will be $40,176,057. The work to be performed provides for all labor, materials, equipment, supervision, management, facilities, tools, transportation, incidental engineering, and other items necessary to provide for operation and maintenance of industrial waste and oily waste treatment plant and collection systems, oil and hazardous substance spill response and cleanup, and hazardous material management. Work will be performed at various installations in and around San Diego, California, and the option period is from April 2021 to March 2022. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $7,791,408 are obligated on the award and will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-17-C-0001). 

WASHINGTON HEADQUARTERS SERVICES

Applied Environmental Inc., Herndon, Virginia, was awarded an indefinite-delivery/indefinite-quantity contract (HQ0034-21-D-0008) with a maximum amount of $40,000,000.  The purpose of this contract is to provide environmental, sustainability, and energy management support services. This contract award includes support compliance with all applicable federal, state, and local regulations for all Washington Headquarters Services (WHS) -owned and/or -operated properties in areas of air, wastewater, storm water, hazardous waste and chemical inventories, ozone depleting substances, sewage tanks, soil and groundwater, multimedia assessments, National Environmental Policy Act compliance, cultural and historic resources, energy management, and communications. These services will be provided in support of the civil service staff of the WHS Facility Service Division, Standard and Compliance Division at the Pentagon, and the Environmental, Safety, and Health Division at Raven Rock Mountain Complex. The work will be performed at the Pentagon, the Mark Center, the Raven Rock Mountain Complex, and other WHS-owned and/or -leased facilities within the National Capital Region. No funds will be obligated at the award of the basic contract. The work is expected to be completed on March 31, 2026. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Parkdale Advanced Materials Inc., Gastonia, North Carolina (SPE1C1-21-D-1457, $20,504,164); and HC Contracting Inc.,* New York, New York (SPE1C1-21-D-1460, $20,504,164), have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE1C1-21-R-0040 for LOT 1 and LOT 2 multi-ply face covers. These were competitive acquisitions with 32 offers received. These are one-year base contracts with no option periods. Locations of performance are New York, Georgia and North Carolina, with a March 25, 2022, ordering period end date. Using customer is Department of Health and Human Services. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

McRae Industries Inc.,* Mt. Gilead, North Carolina, has been awarded a maximum $15,319,020 modification (P00009) exercising the third one-year option period of a one-year base contract (SPE1C1-18-D-1034) with four one-year option periods for temperate-weather coyote boots. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is North Carolina, with a March 29, 2022, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Tennier Industries Inc.,* Delray Beach, Florida, has been awarded a $14,884,350 modification (P00007) exercising the second one-year option period of a one-year base contract (SPE1C1-19-D-1155) with two one-year option periods for parkas. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Florida and Alabama, with an April 7, 2022, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

DEFENSE HEALTH AGENCY

American Systems, Chantilly, Virginia (HT0038-20-C-0006), was awarded a fixed-price contract with a value of $10,614,691. The contract provides bridge enterprise operational management services, and has a period of performance from March 27, 2021, to Sept. 26, 2021. The estimated completion date is Sept. 26, 2021. Work will primarily occur in Chantilly, Virginia. This award was sole source, with no competitive bids solicited. Contract award is funded by fiscal 2021 operations and maintenance funds. The contracting activity is the Defense Health Agency, Falls Church, Virginia.

U.S. SPECIAL OPERATIONS COMMAND

Collaboration.Ai LLC, Minneapolis, Minnesota, was awarded a $10,000,000 maximum indefinite-delivery/indefinite-quantity contract (H92408-21-D-0002) with firm-fixed-price and cost-reimbursable contract line items to facilitate AFWERX Challenges using its Augmented Human/Community Performance Platform to conduct market research for the High Speed Vertical Takeoff and Landing aircraft concept. Fiscal 2021 research, development, test and evaluation funds in the amount of $250,000 are being obligated at the time of award. The facilitation will primarily be conducted virtually and is expected to be completed by March 2024. This is a Small Business Innovation Research (SBIR) Phase III contract award. Competition for SIBR Phase I and Phase II awards satisfied competition requirements. U.S. Special Operations Command Headquarters, Tampa, Florida, is the contracting activity.

*Small business