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 Some of the information contained within may be outdated and links may not function.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 31, 2021

NAVY

The Boeing Co., Seattle, Washington, is awarded a $1,624,757,540 modification to a previously awarded fixed-price-incentive-fee contract (N0001914C0067). This modification provides for the production and delivery of 11 P-8A Lot 12 production aircraft; nine for the Navy and two for the government of Australia. Work will be performed in Seattle, Washington (98.15%); Huntington Beach, California (1.19%); and various locations within the continental U.S. (0.66%), and is expected to be completed in September 2024. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $1,324,354,434; and foreign cooperative agreement funds in the amount of $7,573,000 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.

Northrop Grumman Systems Corp. Aerospace Systems, Melbourne, Florida, is awarded a $195,039,814 modification (P00023) to a previously awarded fixed-price incentive (firm-target) contract (N0001918C1037). This modification exercises options to provide support services to include non-recurring engineering, software support activity and product support in support of E-2D Advanced Hawkeye (AHE) Lot 9 full rate production (FRP) aircraft. In addition, this modification adds scope to procure one E-2D AHE CV-22B variation in quantity aircraft Lot 10 FRP aircraft. Work will be performed in Melbourne, Florida (24.77%); St. Augustine, Florida (20.13%); Liverpool, New York (18.82%); El Segundo, California (12.15%); Indianapolis, Indiana (4.34%); Menlo Park, California (3.42%); Rolling Meadows, Illinois (1.8%); Aire-sur-l'Adour, France (1.71%); Edgewood, New York (1.12%); Marlborough, Massachusetts (1.02%); Woodlawn Hills, California (1.02%); and various locations within the continental U.S. (9.7%), and is expected to be completed in February 2026. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $195,039,814 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, Fort Worth, Texas, is awarded an $87,032,306 modification (P00062) to a previously awarded, firm-fixed-price, cost-plus-fixed-fee, cost reimbursable contract (N0042117C0033).  This modification exercises an option to provide organizational level aircraft maintenance and logistics support on all aircraft and support equipment for which the Naval Test Wing, Atlantic has maintenance responsibility, to include aircraft on-site for project testing, transient aircraft, loaner aircraft, leased aircraft, and civilian aircraft tested at the Naval Air Warfare Center Aircraft Division. Additionally, this modification provides support services to perform supportability/safety studies on various aircraft and weapons systems, off-site aircraft safety/spill containment patrols and aircraft recovery services. Work will be performed in Patuxent River, Maryland, and is expected to be completed in March 2022. Fiscal 2021 working capital (Navy) funds in the amount of $70,945,309; fiscal 2021 operation and maintenance (Navy) funds in the amount of $13,318,886; and fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $2,768,111 will be obligated at the time of award, $2,768,111 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.

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is awarded a $76,875,610 firm-fixed-price modification to previously awarded contract N00024-20-C-5380 to exercise options to procure MK 41 Vertical Launching System canisters and ancillary hardware. This contract combines purchases for the U.S. government (50%); and the governments of the Republic of Korea, Japan, the Netherlands, Norway, Spain, Australia, and Turkey (50% combined) under the Foreign Military Sales (FMS) program. Work will be performed in Aberdeen, South Dakota (90%); and Minneapolis, Minnesota (10%), and is expected to be completed by February 2024. Fiscal 2021 weapons procurement (Navy) funds in the amount of $17,360,264 (23%); FMS Republic of Korea funds in the amount of $12,027,708 (16%); fiscal 2021 Defense-Wide Procurement funds in the amount of $11,499,500 (15%); fiscal 2020 Defense-Wide Procurement funds in the amount of $9,199,600 (12%); FMS Japan funds in the amount of $9,199,600 (12%); FMS Netherlands funds in the amount of $7,069,368 (9%); FMS Norway funds in the amount of $4,712,912 (6%); FMS Spain funds in the amount of $2,863,740 (4%); FMS Australia funds in the amount of $1,764,690 (2%); and FMS Turkey funds in the amount of $1,178,228 (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.

Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $72,676,540 fixed-price-incentive-fee, cost-plus-fixed-fee order (N0001921F0325) against a previously issued basic ordering agreement (N0001917G0005). This order provides non-recurring engineering for early identification, development, and qualification of corrections to operational issues, to include safety, reliability, maintainability issues identified through fleet usage. Additionally, this order provides continued engine maturation; evaluations of component life limits based on operational experience; improvements to operational readiness; and reduction of maintenance and life cycle costs in support of the F-35 Lighting II Program Propulsion system - F135 component improvement program.  Work will be performed in East Hartford, Connecticut (85%); and Indianapolis, Indiana (15%), and is expected to be completed in September 2027. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $21,000,000; and fiscal 2021 research, development, test and evaluation (Air Force) funds in the amount of 10,953,000 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.

Raytheon Co., Portsmouth, Rhode Island, is awarded a $66,500,000 firm-fixed-price contract for engineering, design, development, production, integration and testing to physically upgrade 10 Llgacy AN/AQS-20A mine hunting sonars to the AN/AQS-20A Block II (AN/AQS-20C) mine hunting sonar configuration. Work will be performed in Portsmouth, Rhode Island, and is expected to be completed by August 2024. Fiscal 2021 other procurement (Navy) funds in the amount of $42,000,000 (63%); and 2020 other procurement (Navy) funds in the amount of $24,500,000 (37%) funding will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured via the beta.SAM.gov website. The contract was awarded in accordance with 10 U.S. Code 2304(c)(1), as implemented under Federal Acquisition Regulation Part 6.302-1, 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 (N00024-21-C-6308).

Crowley Government Services Inc., Jacksonville, Florida, is awarded a $56,569,632 bridge contract for the firm-fixed-price portion of a previously awarded contract (N6238715C3135) for operation and maintenance of six government-owned maritime prepositioning force vessels: USNS 2nd LT John P. Bobo (T-AK 3008); USNS PFC Dewayne T. Williams (T-AK 3009); USNS 1st LT Baldomero Lopez (T-AK 3010); USNS 1st LT Jack Lummus (T-AK 3011); USNS SGT William R. Button (T-AK 3012); and USNS GYSGT Fred W. Stockham (T-AK 3017). This modification awards a 365-day bridge contract. The vessels support the Marine Corps maritime prepositioning force worldwide. Work will be performed at sea, worldwide, and is expected to be completed by March 31, 2022. Working capital funds (Navy) in the amount of $27,693,510 are obligated for fiscal 2021. Working capital funds (Navy) in the amount of $28,876,122 will be obligated for fiscal 2022, before Oct. 31, 2022. These funds will not expire at the end of their respective fiscal years. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N6238715C3135).

Jacobs Technology Inc., Tullahoma, Tennessee, is awarded a $51,945,972 indefinite-delivery/indefinite-quantity modification for the exercise of Option One under a contract for base operations support services at various installations within the Naval Facilities Engineering Systems Command (NAVFAC) Northwest area of responsibility (AOR). Upon award of this option, the total cumulative contract value will be $103,990,464. The work to be performed provides for all management, supervision, labor, equipment, materials, supplies, and tools necessary to perform facilities management and administration, fire and emergency services, pavement clearance, and transportation. Work will be performed at various installations within the NAVFAC Northwest AOR including, but not limited to, Washington (90%); Alaska (1%); Idaho (1%); Iowa (1%); Minnesota (1%); Montana (1%); Nebraska (1%); Oregon (1%); North Dakota (1%); South Dakota (1%); and Wyoming (1%). The option period is from April 2021 to March 2022. No funds will be obligated at time of award. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $28,369,397 for recurring work will be obligated on individual task orders issued during the option period. NAVFAC Northwest, Silverdale, Washington, is the contracting activity (N62470-20-D-0001).

General Electric Aviation, Lynn, Massachusetts, is awarded a $21,562,600 cost-plus-fixed-fee contract.  This contract provides 10 T-64 engine cores for the CH-53E aircraft as part of the T-64 Engine Reliability Improvement Program. Work will be performed in Lynn, Massachusetts (45%); Rutland, Vermont (28%); Havelock, North Carolina (18%); Madisonville, Kentucky (4%); Evendale, Ohio (4%); and various locations within the continental U.S. (1%), and is expected to be completed in December 2022.  Fiscal 2021 aircraft procurement (Navy) funds in the amount of $21,562,600 will be obligated at the time of award, none 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 (N0001921C0035). 

Arrow DJB II JV,* Upper Marlboro, Maryland (N40080-18-D-0010); Ironshore Contracting LLC,* Baltimore, Maryland (N40080-18-D-0012); EG Management Services Inc.,* Germantown, Maryland (N40080-18-D-0013); Roofing & Sustainable Systems Inc.,* Rosedale, Maryland (N40080-18-D-0014); and Island Contracting Inc.,* Beltsville, Maryland (N40080-18-D-0015), are awarded a combined $19,800,000 firm-fixed-price modification under a multiple award construction contract for the exercise of Option Three for roofing work at facilities within the Naval Facilities Engineering Systems Command (NAVFAC) Washington, D.C. area of responsibility (AOR). The total contract amount after exercise of this option will be $79,200,000. No task orders are being issued at this time. The work to be performed provides labor, supervision, tools, materials and equipment necessary to perform construction, repair, alteration and related demolition of roofing. Work will be performed within the NAVFAC Washington AOR, including but not limited to, Maryland (45%); Washington, D.C. (30%); and Virginia (25%), and the option period is from April 2021 to April 2022. No funds will be obligated at time of award, and funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by operation and maintenance (Navy); operation and maintenance (Marine Corps); and Navy working capital funds. NAVFAC Washington, Washington, D.C., is the contracting activity.

Northrop Grumman Systems Corp., Charlottesville, Virginia, is awarded a $15,336,718 firm-fixed-price modification to previously-awarded contract N00024-19-C-4101 to exercise options for Integrated Bridge and Navigation System (IBNS) shipsets and to procure IBNS spares for continued hardware support of DDG 51-class ship construction and modernization. Work will be performed in Charlottesville, Virginia, and is expected to be completed by September 2022. Fiscal 2021 other procurement (Navy) funds in the amount of $8,964,228 (58%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $4,573,529 (30%); and fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $1,798,962 (12%) 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.

General Atomics Aeronautical Systems Inc., Poway, California, is awarded a $13,068,808 modification (P00001) to a previously awarded firm-fixed-price contract (N0001920C0031). This modification adds scope to procure mission kits, ground support equipment, spares, element communications gear, and additional required equipment in support of the MQ-9A Reaper unmanned air systems for the Navy. Work will be performed in Manama, Bahrain (81%); Poway, California (16%); and Yuma, Arizona (3%), and is expected to be completed in August 2021. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $13,068,808 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.

Dillon Aero Inc., Scottsdale, Arizona, is awarded an $8,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for sustainment parts for currently fielded U.S. Special Operations Command MK44 MOD 3 gun weapon systems. Work will be performed in Scottsdale, Arizona, and is expected to be completed by March 2026. Fiscal 2021 defense operations and maintenance funding in the amount of $10,100 will be obligated at the time of award and 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)(1) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016421DJN83).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $7,842,572 modification (P00012) to a previously awarded cost-plus-incentive-fee contract (N0001920C0037). This modification exercises options to provide deficiency investigations and corrections to the fielded Autonomic Logistics Information System (ALIS) Development Labs and development of capabilities to be added to the ALIS in support of the F-35 Joint Strike Fighter program 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 March 2022. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $1,727,250; fiscal 2021 operation and maintenance (Air Force) funds in the amount of $1,727,249; fiscal 2021 research, development, test and evaluation (Air Force) funds in the amount of $1,486,191; fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $1,486,190; and non-U.S. DOD participant funds in the amount of $1,415,693 will be obligated at time of award, $3,454,499 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

GBL Systems Corp.,* Camarillo, California, is awarded a $7,643,765 modification (P00028) to a cost-plus-fixed-fee order (N6833518F0004) against a previously issued basic ordering agreement (N6833515G0026). This modification exercises an option to provide research to support the integration of critical technologies that will reduce risk by improving user interaction with mission data file development, test, and evaluation tools at the Joint Reprogramming Enterprise facilities under Small Business Innovation Research topic N04-174 entitled, “Intelligent Software Agents for Automating EA-18 Combat Functions.”  Work will be performed in Camarillo, California (50%); and Point Mugu, California (50%), and is expected to be completed in March 2022. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $131,000 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, Lakehurst, New Jersey, is the contracting activity. 

MISSILE DEFENSE AGENCY

Lockheed Martin Corp. Missiles and Fire Control, Dallas, Texas, is being awarded a sole source contract in the amount of $610,465,499 under Foreign Military Sales (FMS) cases to the Kingdom of Saudi Arabia (KSA). The contract type will be a hybrid firm-fixed-price, cost-plus-incentive-fee, and cost reimbursement contract. Under this Phase II contract, the contractor will provide continued efforts initiated in the previously awarded Phase I contract (HQ0147-19-C-0007), as well as efforts related to ground production, training, spares, spares consolidation, software support, facility support, engineering services, obsolescence (pop-up), continental and outside the continental U.S. system integration and check-out, and maintenance. This work will be performed in various locations to include primarily Dallas, Texas; and Sunnyvale, California. The performance period is from April 1, 2021, through Aug. 31, 2027. KSA FMS funds in the amount of $610,465,499 will be used to fund this effort. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0853-21-C-0002).

AIR FORCE

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded a $259,591,988 firm-fixed-price modification (P00037) to contract FA8615-17-C-6047 for Active Electronically Scanned Array radars of Air Force F-16 aircraft. This modification is for the exercise of options to include 115 production radars, as well as associated spares. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed December 2023. The total cumulative face value of the contract is $840,077,231. Fiscal 2020 aircraft procurement funds in the amount of $6,377,989; and fiscal 2021 aircraft procurement funds in the amount of $253,213,999 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARCTOS Technology Solutions LLC, Dayton, Ohio, and Wright-Patterson Air Force Base, Ohio, has been awarded a not-to-exceed $96,000,000 indefinite-delivery/indefinite-quantity contract (FA8650-21-D-2014) for Research Enabling Procurement for Aerospace Systems. This contract provides for the advancement of the state-of-the-art of propulsion, power, and thermal management technologies for transition to the warfighter. Work will be performed in Dayton, Ohio, and is expected to be completed March 30, 2029. This award is the result of a competitive acquisition and 10 offers were received. No specific funds are obligated on the basic contract, however, in conjunction with the basic contract award, the first task order (FA8650-21-F-2018) will be incrementally funded with fiscal 2021 research and development funds in the amount of $830,000 at time of award. Air Force Research Laboratory, Wright-Patterson AFB, Dayton, Ohio, is the contracting activity.

Enlighten IT Consulting LLC, Linthicum Heights, Maryland, has been awarded a $66,294,372 firm-fixed-price contract to provide Enterprise Logging Ingest and Cyber Situational Awareness Refinery (ELICSAR) Big Data Platform (BDP) to provide Air Force enterprise data analytics and further development and deployment of ELICSAR in the unclassified, secret, and top secret domains. ELICSAR BDP is a government-owned, cloud-based platform that collects data and enables complex analytics to identify advanced cyber threats. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed March 31, 2024. This award is the result of a competitive acquisition using AFWERX Commercial Solutions Opening authority. Fiscal 2021 operation and maintenance funds in the amount of $17,314,600 are being obligated at the time of award. Air Force Life Cycle Management Center, Joint-Base San Antonio-Lackland, Texas, is the contracting activity (FA8307-21-C-0006). (Awarded March 30, 2021)

Ortho Clinical Diagnostics, Raritan, New Jersey, has been awarded a not-to-exceed $45,550,000 firm-fixed-price, undefinitized contract action to support the COVID-19 response and will increase production capacity of the U.S. COVID-19 antibody and antigen test kit assays as well as test analyzers. This contract will allow Ortho Clinical Diagnostics to order long-lead equipment to establish a domestic production capability of VITROS® Systems and SARS-CoV-2 Antigen and Antibody Tests at its Rochester, New York, Global Center of Excellence facility for Research and Development. Work is expected to be completed March 2022. This award is the result of a sole-source acquisition. Fiscal 2021 other procurement funds in the amount of $10,856,112 are being obligated at the time award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8726-21-C-0005).

Lockheed Martin Space, Sunnyvale, California, has been awarded a $42,325,125 fixed-price-incentive-firm, firm-fixed-price, cost-plus-incentive-fee and cost-reimbursement modification (P00213) to contract FA8810-13-C-0002 for the Space Based Infrared System contractor logistics support to extend the term of the contract. Work will be performed at Peterson Air Force Base, Colorado; Buckley AFB, Colorado; Greeley Air National Guard Station, Colorado; and Boulder, Colorado, and is expected to be completed July 1, 2021. Fiscal 2021 operation and maintenance funds in the amount of $18,240,858 are being obligated at the time of award. The total cumulative face value of the contract is $2,005,354,474. Air Force Space and Missile Systems Center, Peterson AFB, Colorado, is the contracting activity.

ARMY

General Dynamics Information Technology Inc., Falls Church, Virginia, was awarded a $95,000,000 hybrid (firm-fixed-price and time-and-materials) contract for regulatory consultation, regulatory oversight and contract research organization support. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of March 30, 2031. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-21-D-0003).

Lockheed Martin Sippican Inc., Marion, Massachusetts, was awarded a $92,450,091 firm-fixed-price contract to procure M934E6 Stinger fuze/warhead body assemblies and M934E7 Stinger proximity fuze warhead body assemblies. 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 Nov. 30, 2025. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-21-D-0008).

Robertson Fuel Systems, Tempe, Arizona, was awarded an $82,018,990 firm-fixed-price contract for the procurement of crashworthy external fuel systems, internal auxiliary fuel tank systems and associated sub-components to support utility helicopters. 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 March 31, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-21-D-0048).

Global Connections to Employment, Pensacola, Florida, was awarded a $67,894,270 firm-fixed-price contract for dining facility attendant services at Joint Base Lewis-McChord, Washington. 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 March 29, 2026. U.S. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W9124J-21-D-0003).

Barrett Firearms Manufacturing Inc., Christiana, Tennessee, was awarded a $49,977,196 firm-fixed-price contract for procurement of Multi-Role Adaptive Rifle/MK22 Advanced Sniper Rifles, spare parts, accessories, tools, and conversion kits. 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 March 29, 2026. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-21-D-0028).

FLIR Unmanned Ground Systems Inc., Chelmsford, Massachusetts, was awarded a $31,578,943 firm-fixed-price contract for the Man Transportable Robot System Increment II. 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 Aug. 31, 2022. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-21-F-0160).

Legacy Corp.,* East Moline, Illinois, was awarded a $24,184,801 firm-fixed-price contract for dredging in the Mississippi River. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2025. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W912EK-21-D-0003).

Avon Protection Ceradyne, Irvine, California, was awarded an $18,909,440 modification (P00044) to contract W91CRB-14-C-0005 for Integrated Head Protection System helmets. Work will be performed in Irvine, California, with an estimated completion date of March 31, 2022. Fiscal 2021 operation and maintenance, Army funds; and fiscal 2021 overseas contingency operations, defense funds in the amount of $18,909,440 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded an $11,937,490 modification (P00002) to contract W52P1J-20-F-0314 for operational technology cybersecurity and National Institute of Standards and Technology compliance at Radford Army Ammunition Plant. Work will be performed in Radford, Virginia, with an estimated completion date of May 20, 2022. Fiscal 2020 procurement of ammunition, Army funds in the amount of $11,937,490 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Industries for the Blind,* Milwaukee, Wisconsin, was awarded an $8,495,683 firm-fixed-price contract for vertical skills engineer construction Kits. 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 July 24, 2022. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-21-F-0180).

LabCorp, Burlington, North Carolina, was awarded an $8,000,000 firm-fixed-price contract for testing services at the Walter Reed Army Institute of Research. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2022. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-21-F-CL04).

WASHINGTON HEADQUARTERS SERVICES

MITRE Corp., McLean, Virginia, was awarded an indefinite-delivery/indefinite-quantity contract (HQ0034-21-D-0010) with a maximum amount of $46,980,753. The purpose of this contract is to provide the Office of the Under Secretary of Defense for Acquisition and Sustainment with management and logistics support to the JASON Program and its members, as well as a vehicle to award individual task orders for studies. The work will be performed at the Pentagon; in McLean, Virginia;, and San Diego, California. No funds will be obligated at the award of the basic contract. The work is expected to be completed on Sept. 30, 2026. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Thales Defense & Security Inc., Clarksburg, Maryland, has been awarded a maximum $31,000,000 firm-fixed-price contract for MH60 airborne low frequency sonar systems. This was a sole-source acquisition using justification 10 U.S. Code 20304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year base contract with one two-year option period. Locations of performance are Maryland and France, with a March 30, 2024 performance completion date. The using customer is Defense Logistics Agency. Type of appropriation is fiscal 2021 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-21-D-0016). 

Optima Batteries Inc., Milwaukee, Wisconsin, has been awarded an estimated $7,736,695 firm‐fixed‐price, indefinite-delivery/indefinite‐quantity contract for storage batteries. 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 three‐year base contract with two one‐year option periods. Location of performance is Wisconsin and Mexico, with a March 30, 2024, ordering period end date. Using military services are Air Force, Army and Navy. Type of appropriation is fiscal 2021 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX‐21‐D‐0091).

UPDATE: Johnson Outdoors Inc., Binghamton, New York (SPE1C1-21-D-1452), has been added as an awardee to the multiple award contract for commercial shelters, issued against solicitation SPE1C1-18-R-0003 and awarded May 10, 2019.

DEFENSE INFORMATION SYSTEMS AGENCY

The Boeing Co., Oklahoma City, Oklahoma, was awarded a non-competitive, firm-fixed-price contract for high throughput commercial military Ka-band mission essential communications and internet service on E-4B aircraft under Air Force Global Strike Command control. The face value of this action is $26,634,982, funded by fiscal 2021 operations and maintenance funds.  The total cumulative face value of the contract is $197,223,871.  Primary performance will be at Boeing Global SatCom Services Network Operations Center, Kent, Washington. The period of performance is April 1, 2021, through March 31, 2022, with four 12-month option periods. This award is the result of a sole-source acquisition. The Defense Information Technology Contracting Organization, Scott AFB, Illinois, is the contracting activity (HC1013-21-C-0003).

*Small business