Defense contracts valued at $7 million and above

NAVY

Fluor Marine Propulsion LLC, Arlington, Virginia, is awarded a $1,163,470,003 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-2130 to exercise the fiscal 2022 option for naval nuclear propulsion work at the Naval Nuclear Laboratory. Work will be performed in Schenectady, New York (47%); Pittsburgh, Pennsylvania (44%); and Idaho Falls, Idaho (9%). Fiscal 2021 operation and maintenance (Navy) funds in the amount of $11,715,150 (68%); fiscal 2019 other procurement (Navy) funds in the amount of $2,839,984 (16%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $2,663,000 (15%); and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $101,058 (1%) will be obligated at time of award, of which, funds in the amount of $11,715,150 will expire at the end of the current fiscal year. This contract modification was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $475,002,626 cost-plus-fixed-fee and cost-plus-incentive-fee modification to previously awarded contract N00024-17-C-2117 for lead yard support efforts serving the entire Columbia-class fleet ballistic missile submarines (SSBNs) through 2028. The contract modification also provide continued support for class continuous production of shipyard components, shipyard labor in support of fully outfitted missile tubes, and submarine industrial base development and expansion as part of the integrated enterprise plan (IEP) and multi-program material procurement supporting Columbia SSBNs and the nuclear shipbuilding enterprise (Virginia-class and Ford-class). The industrial base development work is for the furtherance of the fiscal 2021 National Defense Authorization Act (Public Law 116-283) which authorized, and the Department of Defense Appropriations Act, 2021 (Public Law 116-133) which appropriated, additional funds for submarine industrial base development and expansion to ensure second- and third-tier contractors are able to meet increased production requirements. Additionally, this modification includes additional IEP investments in production backup units (PBUs) and continuous outfitting of missile tubes. Work will be performed in Groton, Connecticut (97.3%); and Newport News, Virginia (2.7%), and is expected to complete December 2031. No funding will be obligated at the time of award. This contract was not competitively procured. This is a sole source award in accordance with Defense Federal Acquisition Regulation 6.302-1(a)(2)(iii) — 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.

The Boeing Co., St. Louis, Missouri, is awarded a $172,798,899 firm-fixed-price, fixed-price incentive (firm target) modification (P00026) to a previously awarded contract (N0001918C1046). This modification adds scope that provides for the integration of the Cockpit Pressure and On-Board Oxygen Generating Monitoring System onto new F/A-18E/F production aircraft in an effort to mitigate potential physiological episodes. Additionally, this modification adds scope that provides for the procurement of aircraft armament equipment (AAE) in support of the production and delivery of 78 F/A-18E/F aircraft and various quantities of miscellaneous AAE hardware, as well as non-recurring engineering for new tooling, refurbishment and replacement of broken down tools and technical documents in support of F/A-18 aircraft production. Work will be performed in Mesa, Arizona (49%); Clearwater, Florida (21%); St. Louis, Missouri (14%); El Segundo, California (7%); Forest, Mississippi (4%); Minneapolis, Minnesota (3%); Oceanside, California (1%); and Irvine, California (1%), and is expected to be completed in September 2028.  Fiscal 2021 aircraft procurement (Navy) funds in the amount of $26,607,138; fiscal 2020 aircraft procurement (Navy) funds in the amount of $26,664,399; and fiscal 2019 aircraft procurement (Navy) funds in the amount of $119,527,363 will be obligated at time of award, $119,527,363 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics Mission Systems, Fairfax, Virginia, is awarded a $92,931,647 cost-plus-fixed-fee and firm-fixed-price contract to design, test and deliver Hammerhead Prototype articles and other related equipment. This contract includes options which, if exercised, would bring the cumulative value of this contract to $275,603,495. Work will be performed in Taunton, Massachusetts (29%); Braintree, Massachusetts (16%); Andover, Maryland (12%); Fairfax, Virginia (12%); Greensboro, North Carolina (9%); Groton, Connecticut (6%); Lincoln, Nebraska (6%); Bloomington, Minnesota (6%); Pittsfield, Massachusetts (3%); and Quincy, Massachusetts (1%), and is expected to be completed by September 2023. If all options are exercised, work will continue through September 2026. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $16,628,918 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.sam.gov website, with two offers received. The Naval Sea Systems Command Headquarters in Washington, D.C., is the contracting activity (N00024-21-C-6425).

SAFE Boats International, Bremerton, Washington, is awarded an $84,254,484 firm-fixed-price modification to previously awarded contract N00024-21-C-2201 for the detail design, construction, outfitting, reactivation, and training for six Mark VI (MK VI) patrol boats (PBs), with an option for two more. This effort will provide MK VI PBs to Ukraine towards fulfilling Building Partner Capacity (BPC) and Foreign Military Financing (FMF). Work will be performed in Tacoma, Washington (63.2%); Bremerton, Washington (18.7%); and Freeland, Washington (18.1%), and is expected to complete March 2025. Option work, if exercised, will be performed in Tacoma, Washington (78.8%); and Bremerton, Washington (21.2%), and is expected to extend the contract completion date to March 2026. Fiscal 2020 BPC using Ukraine Security Assistance Funding in the amount of $43,706,883 (52%); and fiscal 2021 FMF (Ukraine) funds in the amount of $40,547,601 (48%) will be obligated at time of award. The fiscal 2020 BPC funds in the amount of $43,706,883 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $45,128,814 cost-plus-fixed-fee, cost-plus-incentive-fee contract to provide services for the U.S. Trident II (D5) strategic weapon system programs, U.S. guided-missile submarine (Nuclear) (SSGN) Attack Weapon System (AWS); the Nuclear Weapon Security (NWS) Program; nuclear weapon surety; and future concepts. Work will be performed at Rockville, Maryland (58.2%); Washington, D.C. (24%); Saint Mary’s, Georgia (3.4%); Cape Canaveral, Florida (2.4%); Rochester, United Kingdom (1.8%); Bremerton, Washington (1.4%); Portsmouth, Virginia (1%); and various locations within the continental U.S. (7.8%), with an expected completion date of Sept. 30, 2022. Subject to the availability of funding, fiscal 2022 operation and maintenance (Navy) contract funds in the amount of $45,128,814 will be obligated. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-22-C-6001).

Ultra Electronics Ocean Systems,* Braintree, Massachusetts, is awarded a $40,759,339 modification to previously-awarded contract N63394-19-C-0007 for the development and production of Next Generation Surface Search Radar qualification systems. Work will be performed in Chantilly, Virginia (58%); Wake Forest, North Carolina (39%); and Braintree, Massachusetts (3%), and is expected to be completed by September 2023. Fiscal 2021 other procurement (Navy) funds in the amount of $34,174,442 will be obligated at time of award and will not expire at the end of the current fiscal year. In accordance with 15 U.S. Code 638(r)(4) — this contract was not competitively procured (under the Small Business Innovative Research Phase III program/2018 National Defense Authorization Act). The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity (N6339419C0007).

Hornbeck Offshore Operators LLC, Covington, Louisiana (N6238715C2507), is awarded a $40,145,080 modification for the fixed-price portion of a previously awarded firm-fixed-price contract to exercise a one-year option period (P00093) for the operation and maintenance of four modified off-shore supply vessels USNS Arrowhead (T-AGSE 4); USNS Eagleview (T-AGSE 3); USNS Westwind (T-AGSE 2); and USNS Black Powder (T-AGSE 1) for continued service as blocking vessels in support of Navy operations. The contract includes a 215-day base period, nine one-year option periods and one 150-day option period. Work for this option period will be performed at sea worldwide, and is expected to be completed by Sept. 30, 2022. This contract includes nine 12-month option periods and one 150-day option period, which, if exercised, would bring the cumulative value of this contract to $346,795,380. Working capital funds (Navy) in the amount of $40,145,080 are obligated for fiscal 2022, and will not expire at the end of the fiscal year. This contract was issued on a basis of other than full and open competition in support of the statute under provisions of 10 U.S. Code 2304(c)(1), as implemented by Defense Federal Acquisition Regulation 6.302-1 — only one responsible source and no other supplies or services will satisfy agency requirements. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N6238715C2507).

Patriot Contract Services LLC, Concord, California (N0003314C3210), is awarded a $37,649,881 modification (P00366) for the fixed-price portion of a previously awarded contract to fund the operation and maintenance of eight government-owned, contractor operated Watson-class large, medium-speed roll-on/roll-off ships. The ships included in this contract are USNS Watson (T-AKR 310); USNS Sisler (T-AKR 311); USNS Dahl (T-AKR 312); USNS Red Cloud (T-AKR 313); USNS Charlton (T-AKR 314); USNS Watkins (T-AKR 315); USNS Pomeroy (T-AKR 316); and USNS Soderman (T-AKR 317). This modification awards a bridge that includes a six-month period of performance. The ships will continue to support Military Sealift Command’s worldwide prepositioning requirements. Work will be performed at sea worldwide beginning Oct. 1, 2021, and is expected to be completed by March 31, 2022. Working capital funds in the amounts of $9,952,219 (Navy) and $27,697,662 (Transportation), totaling $37,649,881, are obligated for fiscal 2022, covering the six-month base period’s daily operating hire and will not expire at the end of the fiscal year. This bridge was not competitively procured and was prepared in accordance with Defense Federal Acquisition Regulations 6.302-1 and 10 U.S. Code § 2304(c)(1). The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N0003314C3210).

Kiewit Infrastructure West Co., Honolulu, Hawaii, is awarded a $37,557,900 firm-fixed-price task order (N6247821F4218) under previously-awarded multiple-award construction contract (N62478-20-D-4004) for work order 1574357/1582944 entitled, “FY21 Replace Underground Salt Water Distribution Lines and 12-Inch Water Line Along Lake Erie St., Various Locations in the Pearl Harbor Naval Shipyard and Waterfront, Joint Base Pearl Harbor-Hickam, Hawaii.” Work will be performed in Oahu, Hawaii, and is expected to be completed by March 2022. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $37,557,900 will be obligated at time of award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Systems Command Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Raytheon Co., Tucson, Arizona, is awarded a $36,733,180 firm-fixed-price contract for the engineering, test equipment, material and management necessary to transition the Evolved Seasparrow Missile Block 2 program into full rate production. Work will be performed in Tucson, Arizona (58%); Richmond, Australia (12%); Cambridge, Canada (5%); San Jose, California (4%); Colorado Springs, Colorado (3%); Grenaa, Denmark (2%); Raufoss, Norway (2%); Mosheim, Tennessee (2%); Marinha Granda, Portugal (2%); Ankara, Turkey (2%); Santa Rosa, California (2%); Koropi Attica, Greece (1%); Madrid, Spain (1%); Westlake Village, California (less than 1%); Gilbert, Arizona (less than 1%); San Diego, California (less than 1%); Phoenix, Arizona (less than 1%); Mississauga, Canada (less than 1%); Irvine, California (less than 1%); and Corning, New York (less than 1%). Work is expected to complete by September 2023. Fiscal 2021 other customer funds in the amount of $27,303,139 (74%); and fiscal 2020 other customer funds in the amount of $9,430,041 (26%) 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 in accordance with 10 U.S. Code 2304(c)(4) — international agreement between the U.S. and foreign government or international organization. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-5417).

Continental Tide Defense Systems Inc.,* Wyoming, Pennsylvania (N6833521D0225); Delphinus Engineering Inc.,* Eddystone, Pennsylvania (N6833521D0226); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N6833521D0227); LPI Technical Services,* Chesapeake, Virginia (N6833521D0228); Prism Maritime LLC,* Chesapeake, Virginia (N6833521D0229); and Valkyrie Enterprises Inc.,* Virginia Beach, Virginia (N6833521D0230), are each awarded a firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. The estimated aggregate ceiling for all contracts is $33,871,048, with the companies having an opportunity to compete for individual orders. These contracts provide shipboard and shore site alteration and installation services in support of common aviation support equipment and aircraft launch and recovery equipment aboard Nimitz- and Ford-class aircraft carriers for the Navy. Work will be performed in various locations within or outside the continental U.S. based upon ship availability, and is expected to be completed in September 2026. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via a small business set aside; six offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

L3Harris, Clifton, New Jersey, is awarded a $33,568,100 firm-fixed price, cost-plus-fixed-fee, and cost-reimbursable contract for MK 234 10/11/12/13 Nulka Advanced Decoy Architecture Program (ADAP) series payloads. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $124,003,133. Work will be performed in Clifton, New Jersey (73%); Rancho Cordova, California (14%); Hamilton, New Jersey (5%); Ronkonkoma, New York (4%); and Andover, Massachusetts (4%), and is expected to be completed by April 2026. If all options are exercised, work will continue through April 2026. Fiscal 2021 other procurement (Navy) funds in the amount of $18,871,100 (56%); and fiscal 2021 other customer funds (Australia) in the amount of $14,697,000 (44%) 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. In accordance with 10 U.S. Code 2304(c)(1), as implemented by Defense Federal Acquisition Regulation 6.302-1, there is only one responsible source and no other supplies or services will satisfy agency requirements. L3Harris is the only source that can produce the highly specialized MK 234 Nulka ADAP payloads to fulfill Navy requirements without unacceptable delays. Additionally, in accordance with 10 U.S. Code 2304(c)(4), per the international agreement with the Department of Defence of Australia, L3Harris is the directed source for the procurement of the Australian requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-5525).

The Boeing Co., St Louis, Missouri, is awarded a $30,464,202 firm-fixed-price contract. This contract provides for the modification and upgrade of six T-45C Goshawk operational flight trainers (OFT).  These upgrades include trainer-to-aircraft radar concurrency modifications, adding the ability for the OFT to link with another OFT, and adding local network storage capability for debrief systems. Additionally, this contract provides updated technical documentation and instructor, operator and maintenance training.  Work will be performed in Pensacola, Florida (75%); and St. Louis, Missouri (25%), and is expected to be completed in January 2025. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $30,464,202 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304 (c)(1). The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134021C0039).

Lockheed Martin Rotary Missions Systems, Moorestown, New Jersey, is awarded a $28,711,271 cost-plus-fixed-fee contract for engineering and technical services for land based test site support for the Australia Surface Combatant Program AEGIS Combat and Weapon System baseline development. This contract involves Foreign Military Sales to the government of Australia. Work will be performed in Moorestown, New Jersey (97 %); Akron, Ohio (1%); Baltimore, Maryland (1%); and Orlando, Florida (1%), and is expected to be completed by September 2025. Foreign Military Sales (Australia) funding in the amount of $28,711,271 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c) (4) — terms of an international agreement or a treaty between the United States and a foreign government or international organization. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-5127).

Oceaneering International Inc., Chesapeake, Virginia, is awarded a $21,872,839 cost-plus-fixed-fee and cost modification to previously awarded contract N00024-18-C-6413 to exercise options for configuration changes, engineering services, material maintenance, and repair. Work will be performed in Chesapeake, Virginia, and is expected to be completed by September 2022. Fiscal 2020 other procurement (Navy) funds in the amount of $1,450,000 (48%); fiscal 2019 other procurement (Navy) funds in the amount of $611,640 (21%); fiscal 2021 other procurement (Navy) funds in the amount of $520,000 (17%); and fiscal 2021 operation and maintenance (Navy) funds in the amount of $418,172 (14%) will be obligated at time of award. Funds in the amount of $1,029,812 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Data Link Solutions (DLS), Cedar Rapids, Iowa, is awarded a $19,998,685 five-year, firm-fixed-priced, requirements contract for the repair of multiple items associated with the multifunctional information distribution system in support of various aircraft. DLS is a joint venture between Rockwell Collins and BAE Systems. Work will be performed in Wayne, New Jersey (68%); and Cedar Rapids, Iowa (32%), and is expected to be completed by September 2026 with no option periods. Annual working capital (Navy) funds will be used as task orders are issued and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1) with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-21-D-X501).

TOTE Services Inc., Jacksonville, Florida (N3220518C3101) is awarded a $12,232,990 modification under a previously awarded firm fixed-price contract (N3220518C3101) to exercise a one-year option period (P00035) for the operation and maintenance of the Sea-Based X-Band Radar Platform (SBX-1). The vessel is operated for the Missile Defense Agency to provide limited test support services and is a contingency component of the Ground Based Mid-Course Defense element of the Ballistic Missile Defense System for the U.S. Strategic Command. The vessel may also be used for other government missions as directed or placed in a reduced operating status. Work will be performed in the Pacific Ocean operating area, and is expected to be completed by Sept. 30, 2022. This contract includes one 12-month base period, four 12-month option periods, and a six-month option under Defense Federal Acquisition Regulation 52.217-8, which, if exercised, would bring the cumulative value of this contract to $65,303,886. Working capital funds (Navy) in the amount of $12,232,990 are obligated for fiscal 2022, and will not expire at the end of the fiscal year. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N0003314C3210).

Avum Inc.,* Agoura Hills, California (N6600121F0185); Cencore LLC,* Springville, Utah (N6600121F0186); Cognetic Technologies,* Vista, California (N6600121F0187); Computer Technologies Consultants Inc.,* Bethesda, Maryland (N6600121F0188); Data Intelligence LLC,* Marlton, New Jersey (N6600121F0189); Forward Slope Inc.,* San Diego, California (N6600121F0190); The Cameron Bell Corp., doing business as Gov Solutions Group,* Daniel Island, South Carolina (N6600121F0191); JRH Consultants LLC,* Washington, D.C. (N6600121F0192); Metronome LLC,* Fairfax, Virginia (N6600121F0193); Nexagen Networks Inc.,* Morganville, New Jersey (N6600121F0194); Pioneer Technologies Inc.,* Fairfax, Virginia (N6600121F0195); Programs Management Analytics & Technologies Inc.,* San Diego, California (N6600121F0196); ProSync Technology Group LLC,* Ellicott City, Maryland (N6600121F0197); Sentar Inc.,* Huntsville, Alabama (N6600121F0198); Solute Inc.,* San Diego, California (N6600121F0199); Tri Star Engineering Inc.,* Bloomington, Indiana (N6600121F0200); and Vsolvit LLC,* Ventura, California (N6600121F0201), are awarded a $10,996,946 indefinite-delivery/indefinite-quantity, multiple-award contract with cost-plus-fixed-fee pricing to support systems engineering, software engineering, designing, developing, testing, sustaining, maintaining, system hosting and life-cycle support for the development and sustainment of non-tactical business and enterprise information applications and systems. All awardees will compete for task orders during the ordering period. The two-year contracts include four, two-year option periods which, if exercised, would bring the overall potential value of these contracts to an estimated $59,568,577. Work will be performed in San Diego, California. The period of performance of the base period is September 2021 through September 2023. If all options are exercised, the period of performance would extend through September 2031. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operation and maintenance (Navy) and other funding, which may include working capital (Navy); research, development, test, and evaluation (Navy); other procurement (Navy); and Foreign Military Sales funds. These contracts were competitively procured via a request for proposal (N6600120R0013), which was published via the beta.sam.gov website and the Naval Information Warfare Systems Command e-Commerce Central website. Twenty-four offers were received and 17 were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Rolls Royce Marine North America, Walpole, Massachusetts, is awarded a $9,280,229 fixed-price and cost-plus-fixed-fee contract action for Virginia-class submarine propulsors. This contract shall provide a maximum of seven Virginia-class propulsor rotor assemblies, scoop bar sets, and associated engineering support services. This contract includes options which, if exercised, would bring the cumulative value of this contract to $35,808,288. Work will be performed in Pascagoula, Mississippi (75%); and Walpole, Massachusetts (25%), and is expected to be completed by May 2025. If all options are exercised, work will continue through October 2029. Fiscal 2021 other procurement (Navy) funds in the amount of $7,394,984 (80%); and fiscal 2020 other procurement (Navy) funds in the amount of $1,885,245 (20%) will be obligated at time of award and will not expire at the end of the fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(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-4111).

BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is awarded a $9,121,189 cost-plus-award-fee and cost-plus-fixed-fee contract for amphibious transport dock ships LPD-28, 29, and 30 fitting out availabilities (FOAs) and post-shakedown availabilities (PSAs). The work to be performed will include correction of government-responsible deficiencies, new work identified between delivery and the time of FOA/PSA, and incorporation of approved engineering changes that were not incorporated during the new construction periods, which are not otherwise the building yard’s responsibility under the ship construction contract. The awarded contract will include scope to allow for emergent work to correct government-responsible deficiencies identified after delivery and/or as a result of preparations for final contract trials conducted by the Navy Board of Inspection and Survey Board. This contract includes options which, if exercised, would bring the cumulative value of this contract to $169,038,262. Work will be performed in Norfolk, Virginia, and is expected to be completed by October 2022. If all options are exercised, work will continue through December 2026. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $1,500,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.sam.gov website, with one offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-2451).

ARMY

The Boeing Company, Ridley Park, Pennsylvania, was awarded a $391,356,885 fixed-price incentive contract for up to five CH-47F renew aircraft. 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 Sept. 30, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-21-F-0493).

GlaxoSmithKline LLC, Durham, North Carolina, was awarded a $279,862,800 firm-fixed-price contract for procurement, storage, and distribution of GlaxoSmithKline’s monoclonal antibody therapeutic treatment Sotrovimab. Bids were solicited via the internet with one received. Work will be performed in Durham, North Carolina, with an estimated completion date of May 19, 2022. Fiscal 2021 Defense Production Act purchases, defense funds in the amount of $279,862,800 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W58P05-21-C-0008). (Awarded Sept. 29, 2021)

Thalle Construction Co Inc., Hillsborough, North Carolina, was awarded a $166,849,138 firm-fixed-price contract for construction of new downstream monoliths and associated features for the Kentucky Lock. Bids were solicited via the internet with three received. Work will be performed in Grand Rivers, Kentucky, with an estimated completion date of April 30, 2027. Fiscal 2010 civil construction, Corps of Engineers funds in the amount of $166,849,138 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity (W912P5-21-C-0015).

Dobco Inc., Wayne, New Jersey, was awarded a $101,985,700 firm-fixed-price contract for repair Lee and Sherman Barracks, buildings 740 and 738, West Point, New York. Bids were solicited via the internet with five received. Work will be performed in West Point with an estimated completion date of Aug. 16, 2024. Fiscal 2021 military construction, Army funds in the amount of $101,985,700 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-21-C-0025).

American International Contractors Inc., Arlington, Virginia (W912GB-21-D-0055); M.C. Dean LLC, Tysons, Virginia (W912GB-21-D-0061); Gilbane Inc., Concord, California (W912GB-21-D-0060); Fluor Federal Solutions LLC, Greenville, South Carolina (W912GB-21-D-0059); Conti Federal Services Inc., Edison, New Jersey (W912GB-21-D-0058); BL Harbert International LLC, Birmingham, Alabama (W912GB-21-D-0057); Amentum Services Inc., Germantown, Maryland (W912GB-21-D-0056); Siemens Government Technologies Inc., Reston, Virginia (W912GB-21-D-0062); and Weston Solutions Inc., West Chester, Pennsylvania (W912GB-21-D-0063), will compete for each order of the $97,000,000 firm-fixed-price contract for construction, real property repair and maintenance, and associated environmental work. Bids were solicited via the internet with 19 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2026. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity.

Texas A&M Engineering Experiment Station, College Station, Texas, was awarded a $96,205,497 cost-no-fee contract for hypersonic systems and networked autonomous vehicles. 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 Sept. 28, 2026. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-21-D-0008).

M1 Support Services LP, Denton, Texas, was awarded a $88,161,997 modification (00096) to contract W9124G-17-C-0104 for aviation maintenance. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of Jan. 5, 2022. Fiscal 2021 operation and maintenance, Army funds in the amount of $88,161,997 were obligated at the time of the award. Field Directorate Office, Fort Rucker, Alabama, is the contracting activity.

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $62,028,000 modification (P00004) to contract W31P4Q-21-C-0042 for the engineering and manufacturing development requirement for the Precision Strike Missile Weapon System. Work will be performed in Grand Prairie, Texas, with an estimated completion date of April 28, 2025. Fiscal 2021 research, development, test and evaluation, Army; and Army procurement appropriation funds in the amount of $62,028,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

The Dutra Group, San Rafael, California, was awarded a $40,479,378 firm-fixed-price contract for Sabine Neches Waterway, Texas (Sabine Extension Channel to Sabine Bank Channel), improvements in Calhoun and Aransas Counties. Bids were solicited via the internet with three received. Work will be performed in Port Arthur, Texas, with an estimated completion date of May 24, 2023. Fiscal 202 civil construction, Corps of Engineers funds in the amount of $40,479,378 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-21-C-0024).

Manhattan Construction Co., Arlington, Virginia, was awarded a $35,045,000 firm-fixed-price contract for the U.S. Special Operations Command Training Support Facility, Humphreys Engineer Center, Alexandria, Virginia. Bids were solicited via the internet with six received. Work will be performed in Alexandria, Virginia, with an estimated completion date of Nov. 19, 2023. Fiscal 2021 operation and maintenance, Army; and military construction, Army funds in the amount of $35,045,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-21-C-0056).

Sauer Construction LLC, Jacksonville, Florida, was awarded a $33,126,000 firm-fixed-price contract for construction of an equipment concentration site, tactical equipment maintenance facility, and organizational storage building in Gainesville, Florida. Bids were solicited via the internet with four received. Work will be performed in Gainesville, Florida, with an estimated completion date of Oct. 6, 2023. Fiscal 2021 military construction, Army Reserve; and operation maintenance, Army Reserve funds in the amount of $33,126,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-21-C-0049).

CACI Technologies, Chantilly, Virginia, was awarded a $21,224,119 cost-plus-fixed-fee contract for technical and research and development services. Bids were solicited via the internet with one received. Work will be performed in Aberdeen, Maryland, with an estimated completion date of Sept. 29, 2024. Fiscal 2021 research, development, test, and evaluation, Army funds in the amount of $318,606 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGU-21-C-0030).

John C. Grimberg Co. Inc., Rockville, Maryland, was awarded a $20,150,000 firm-fixed-price contract for construction services for the 911th Vehicle Maintenance Shop at Fort Belvoir, Virginia. Bids were solicited via the internet with nine received. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of April 9, 2024. Fiscal 2021 military construction, Army funds in the amount of $20,150,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-21-C-0057).

General Dynamics Ordnance and Tactical Systems, St. Petersburg, Florida, was awarded a $19,578,125 modification (P00002) to contract W52P1J-21-F-0225 for demilitarization and disposal of various conventional, ammunition, mortar cartridges, and smoke and cluster munitions.  Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of May 20, 2026. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Kraemer North America LLC, Plane, Wisconsin, was awarded an $18,619,095 firm-fixed-price contract for design and construction of a new mooring wall at Fountain City Service Base, Fountain City, Wisconsin. Bids were solicited via the internet with two received. Work will be performed in Fountain City with an estimated completion date of Sept. 30, 2024. Fiscal 2021 Corps of Engineers civil construction funds in the amount of $18,619,095 were obligated at the time of the award. U.S. Army Corps of Engineers, Saint Paul, Minnesota, is the contracting activity (W912ES-21-C-0015).

Iron Bow, Herndon, Virginia, was awarded a $15,639,097 firm-fixed-price contract to purchase 12,887 laptop computers and tablets for lifecycle replacement. Bids were solicited via the internet with nine received. Work will be performed in Fort Bragg, North Carolina, with an estimated completion date of Jan. 31, 2022. Fiscal 2021 operation and maintenance, Army Reserve funds in the amount of $15,639,097 were obligated at the time of the award. U.S. Army 419th Contracting Support Brigade, Fort Bragg, North Carolina, is the contracting activity (W91247-21-F-0548).

Boeing Aerospace Operations Inc., St. Louis, Missouri, was awarded a $14,080,006 cost-plus-fixed-fee contract for contractor field service representatives support and for de-population and population support for Spanish Army CH-47 units. 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 Sept. 30, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-21-D-0095).

LGC Global Inc.,* Detroit, Michigan, was awarded a $12,847,586 firm-fixed-price contract for the furnishing, installing and placing into successful operation approximately 42,000 linear feet of 16-inch diameter and smaller water main pipe, master meter stations, and all associated work. Bids were solicited via the internet with three received. Work will be performed in Charleston, South Carolina, with an estimated completion date of Oct. 30, 2022. Fiscal 2021 civil operation and maintenance, Corps of Engineers funds in the amount of $12,847,586 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-21-C-0003).

Andritz Hydro Corp., Charlotte, North Carolina, was awarded an $11,587,100 firm-fixed-price contract for Units 1-2 generator stator rewind at the Beaver Power Plant in Northwest Arkansas. Bids were solicited via the internet with four received. Work will be performed in Eureka Springs, Arkansas, with an estimated completion date of Oct. 30, 2023. This project is funded through a sub-agreement with Southwest Power in the amount of $11,587,100, all of which was obligated at the time of the award. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-21-C-0006).

Brantley Construction Services LLC,* Charleston, South Carolina, was awarded an $11,096,700 firm-fixed-price contract for the conversion of the Building 5 mezzanine with addition of the structure to increase the square footage from 13,920 sq. ft. to 15,700 sq. ft. without changing the building footprint; and construction of an air drop facility with a chute drying tower. Bids were solicited via the internet with two received. Work will be performed in Charlotte, North Carolina, with an estimated completion date of Feb. 24, 2023. Fiscal 2020 operation and maintenance, National Guard funds in the amount of $11,096,700 were obligated at the time of the award. U.S. Property and Fiscal Office, North Carolina, is the contracting activity (W50S87-21-C-5002).

Freeman & Associates Inc., Columbus, Georgia, was awarded a $10,612,000 firm-fixed-price contract for repair of hangar Building 1201 at Dannelly Field, Montgomery, Alabama. Bids were solicited via the internet with six received. Work will be performed in Montgomery with an estimated completion date of Sept. 29, 2022. Fiscal 2021 sustainment restoration and maintenance funds in the amount of $10,612,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Alabama, is the contracting activity (W50S6N-21-C-0006).

WHH Nisqually-Garco JV2, Olympia, Washington, was awarded a $10,279,000 firm-fixed-price contract for construction of a retail fuel facility on Joint Base Lewis McChord. Bids were solicited via the internet with five received. Work will be performed in Dupont, Washington, with an estimated completion date of May 1, 2023. Fiscal 2021 military construction, Defense-Wide funds in the amount of $10,279,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-21-C-0022).

SA Photonics Inc.,* Los Gatos, California, was awarded a $10,236,722 cost-plus fixed-fee contract for testing of a flight-qualified, production-ready TRL7 augmented reality display system. Bids were solicited via the internet with one received. Work will be performed in Los Gatos, California, with an estimated completion date of Sept. 23, 2024. Fiscal 2021 procurement, defense-wide funds in the amount of $4,945,333 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-21-C-0036).

Dubuque Barge and Fleeting Service Co.,* Dubuque, Iowa was awarded a $10,187,000 firm-fixed-price contract for replacement of the mooring dolphin structure at the Army Corps of Engineers’ Fountain City Service Base. Bids were solicited via the internet with two received. Work will be performed in Fountain City, Wisconsin, with an estimated completion date of Oct. 31, 2022. Fiscal 2021 civil construction, Corps of Engineers funds in the amount of $10,187,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Saint Paul, Minnesota, is the contracting activity (W912ES-21-C-0014).

EA Engineering, Science, Technology Inc. PBC, Hunt Valley, Maryland, was awarded a $10,000,000 firm-fixed-price contract for Norfolk Harbor environmental services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2026. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-21-D-5012).

WHH Nisqually-Garco JV2, Olympia, Washington, was awarded a $9,845,000 firm-fixed-price contract for construction of a retail fuel facility on Joint Base Lewis McChord. Bids were solicited via the internet with four received. Work will be performed in Dupont, Washington, with an estimated completion date of May 1, 2023. Fiscal 2021 military construction, Defense-Wide funds in the amount of $9,845,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-21-C-0021).

Thompson Builders Corp., Novato, California, was awarded a $9,298,935 firm-fixed-price contract for topside repairs to the existing T1 Railroad Bridge and the replacement of multiple existing rail curves on the tidal side of Concord Naval Weapons Station, California. Bids were solicited via the internet with three received. Work will be performed in Concord, California, with an estimated completion date of Dec. 26, 2022. Fiscal 2020 and 2021 military construction, Army funds in the amount of $9,298,935 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-21-C-0037).

JE McAmis,* Chico, California, was awarded a $8,969,000 firm-fixed-price contract for repairs to the Tillamook North Jetty including toe, side, slope, and crest repair construction above -10 ft. NAVD88 elevation along 1,300 ft. of the jetty trunk/root. Bids were solicited via the internet with three received. Work will be performed in Rockaway Beach, Oregon, with an estimated completion date of Nov. 30, 2022. Fiscal 202 civil construction, Corps of Engineers funds in the amount of $8,969,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-21-C-0042).

Ayuda-Plexus JV LLC,* Denver, Colorado, was awarded a $8,866,702 firm-fixed-price contract for environmental remediation services for closure of Area A Landfill at the Lone Star Army Ammunition Plant. Four bids were solicited with two bids received. Work will be performed in Texarkana, Texas, with an estimated completion date of Sept. 29, 2026. Fiscal 2021 Department of Defense base closure account, defense funds in the amount of $8,866,702 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-21-F-TB30).

Autumn General Contracting LLC,* Springfield, Virginia, was awarded an $8,618,956 firm-fixed-price contract for three Fort McNair, Washington, D.C., general officer homes identified for renovation. Bids were solicited via the internet with five received. Work will be performed in Washington, D.C., with an estimated completion date of Oct. 14, 2022. Fiscal 2020 and 2021 firm-fixed-price funds in the amount of $8,618,956 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-21-C-0055).

Luhr Bros. Inc., Columbia, Illinois, was awarded an $8,512,720 firm-fixed-price contract for stone river dikes in the Ohio River. Bids were solicited via the internet with four received. Work will be performed in Morganfield, Kentucky, with an estimated completion date of March 24, 2023. Fiscal 2021 operation and maintenance, Corps of Engineers funds in the amount of $8,512,720 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-21-C-0045).

Pacific Shipyards International LLC,* Honolulu, Hawaii, was awarded an $8,409,010 firm-fixed-price contract for the annual shipyard overhaul of the U.S. Army Corps of Engineers dredge vessel Essayons. Bids were solicited via the internet with two received. Work will be performed in Honolulu, Hawaii, with an estimated completion date of Feb. 28, 2022. Fiscal 2021 revolving funds in the amount of $8,409,010 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-21-C-0048).

DEFENSE LOGISTICS AGENCY

General Electric Aviation, Lynn, Massachusetts, has been awarded a maximum $283,979,103 firm-fixed-price, requirements-type contract for T700 engine supplies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. This is a five-year three-month base contract with one five-year three-month option period. Locations of performance are Massachusetts and Ohio, with a Dec. 31, 2026, performance completion date. Using military services are Army, Air Force and Navy. Type of appropriation is fiscal 2022 through 2026 defense appropriated funds and working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-21-D-9416).

Machine Tool Research,* Rochester, New York, has been awarded an estimated $31,476,471 firm-fixed-price, economic-price-adjustment contract for shaft lathes. 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 four-year six-month base contract with one four-year six-month option period with a possible second four-year six-month option period. Location of performance is New York, with a March 28, 2026, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A8-21-C-0010).

L-3 Electron Devices, Torrance, California, has been awarded a maximum $17,896,822 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for F-16 aircraft electron tubes. 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 Sept. 29, 2026, performance completion date. Using military service is Air Force. Appropriation type and fiscal year varies and will be cited on each individual order. The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah (SPRHA4-21-D-0001).

AIR FORCE

Assured Information Security Inc.,* Rome, New York, has been awarded a $95,000,000 indefinite-delivery/indefinite-quantity single award contract for an Antifragility Workstation for Resiliency (AWARE) prototype. This contract provides for AWARE Small Business Innovation Research (SBIR) Phase III, which will extend antifragility techniques developed in previous phases and apply experience, tools, and techniques to improve emergent and operational cyber capabilities developed by the Air Force and partnering combatant commands. Work will be performed in Rome, New York, and is expected to be completed by Sept. 30, 2026. Fiscal 2021 research, development, test and evaluation funds in the amount of $5,000; and Fiscal 2021 operations and maintenance funds in the amount of $14,473,176 will be obligated at the time of award. This award is the result of a competitive acquisition under SBIR Phase I award, and subsequent SBIR Phase II award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-21-D-0001).

Leo Tech, Huntsville, Alabama, has been awarded an $80,400,000 ceiling, indefinite-delivery/indefinite-quantity contract with a two-year option to extend the term of the contract for Aerospace Ground Equipment 2 (AGE 2). This contract provides for service support of AGE 2 operations, maintenance, repair and dispatch services. Work will be performed at Hill Air Force Base, Utah; and Regeneration Group Davis-Monthan AFB, Arizona, and is expected to be completed by Jan. 5, 2030 if all options are exercised. This award is the result of a competitive acquisition in which 10 offers were received. Working capital funds (Air Force) in the amount of $624,780 will be obligated at the time of award. Air Force Sustainment Center, Hill AFB, Utah, is the contracting activity (FA8224-21-D-0006).

Northrop Grumman Systems Corp., Warner Robins, Georgia, has been awarded a $73,804,615 modification P00012 to previously awarded contract FA8538-16-D-0014 for the repair of APN-241 low power color radar components applicable to C-130. Work will be performed in Warner Robins, Georgia, and is expected to be completed by Sept. 29, 2026. No funds are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity.

Frontier Technology Inc., Beavercreek, Ohio, has been awarded a $55,517,773 cost-plus-fixed-fee modification P00037 to previously awarded contract FA8806-19-C-0004 for life cycle decision support. The contract modification provides for support and analysis to aid in the rapid prototyping and delivery of enterprise ground services to future and existing U.S. Space Force missions. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by Aug. 4, 2024. Fiscal 2021 research, development, test and evaluation funds in the amount of $1,290,330 are being obligated at the time of award. The total cumulative face value of the contract is $165,077,137. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

AECOM Technical Services Inc., Los Angeles, California, has been awarded a $30,000,000 indefinite-delivery/indefinite-quantity contract for master planning and conceptual design. Work will be performed at U.S. Air Force Academy, Colorado, and is expected to be completed by Sept. 29, 2031. This award is the result of a competitive acquisition and 16 offers were received. No funds are being obligated at the time of award. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado Springs, Colorado, is the contracting activity (FA700021D0007).

MILSPRAY, Lakewood, New Jersey, has been awarded a $25,000,000 ceiling, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the treatment to eliminate, control and prevent corrosion on aerospace ground equipment and munitions material handling equipment. The contract also provides for inspections, structural repairs, treatment, painting and refurbishment of the equipment. Work will be performed at Kadena Air Base, Japan, and is expected to be completed by March 27, 2028 if all options are exercised. This award is the result of a competitive acquisition in which three offers were received. Fiscal 2021 operations and maintenance (Air Force) funds in the amount of $500 are being obligated at the time of award. The Air Force Installation Contracting Agency, Joint Base Pearl Harbor-Hickam, Honolulu, Hawaii, is the contracting activity (FA5270-21-D-0005).

UES Inc., Dayton, Ohio, has been awarded a $20,000,000 cost-plus-fixed-fee completion-type task order (FA8650-21-F-5280) off of a $49,900,000 indefinite-delivery/indefinite-quantity contract (FA8650-21-D-5279) for research in the area of advanced ceramic and composite materials and process development. The contract provides for the materials, processing methodologies and an understanding of their behavior to create advanced components for application in future Air Force weapon systems.  Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Dec. 29, 2025. This award is the result of a closed, one-step broad agency announcement in which two offers were received. Fiscal 2021 research, development, test and evaluation funds in the amount of $933,500 will be obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

WarTech Engineering LLC, Romulus, Michigan, has been awarded a $16,200,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production and fielding of the Patient Loading System ramps for various Air Force Mission Defense Systems. Work will be performed in Romulus, Michigan, and is expected to be completed by Sept. 17, 2027. Fiscal 2021 procurement funds in the amount of $16,200,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Agile Combat Support Directorate, Human Systems Division, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8606-21-D-A001).

Textron Aviation Defense LLC, Wichita, Kansas, has been awarded a $15,669,011 firm-fixed-price contract with cost-plus-fixed-fee and cost-reimbursable contract line item numbers for support and sustainment of the Iraq Peace Dragon program. This contract provides for field service representatives, program management, core/field engineering, and repair-and-return. Work will be performed in Wichita, Kansas; and Martyr Mohammed Ali Air Base, Iraq, and is expected to be completed by Sept. 30, 2022. This contract involves Foreign Military Sales (FMS) to Iraq and is the result of a sole-source acquisition. FMS funds in the amount of $15,669,011 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 (FA8620-17-C-3011).

Raytheon Missiles and Defense, Tucson, Arizona, has been awarded a $11,017,488 non-competitive firm-fixed-price modification P00009 to previously awarded contract FA8675-21-C-0034 for Advanced Medium Range Air-to-Air Missile Production-9 Common Air-Launched Navigation System life of type buy. Work will be performed in Tucson, Arizona, and is expected to be completed by Dec. 31, 2023.  Fiscal 2020 Air Force missile procurement funds in the amount of $7,123,646; fiscal 2021 Navy weapons procurement funds in the amount of $3,195,072; and Foreign Military Sales funds in the amount of $698,770 are being obligated at the time of award. Air Force Life Cycle Management Center, Air Dominance Division, Eglin Air Force Base, Florida, is the contracting activity.

Fluke Electronics Corp., Everett, Washington, has been awarded a $9,920,000 ceiling, indefinite-delivery/indefinite-quantity contract for Radio Frequency Reference Source. This contract provides for commercial calibration equipment. Work will be performed in Everett, Washington, and is expected to be completed by Sept. 30, 2025. This award is the result of a competitive acquisition and one offer was received. Fiscal 2021 acquisition funding in the amount of $1,094,175 is being obligated upon first delivery order. Air Force Life Cycle Management Center, Heath, Ohio, is the contracting activity (FA2263-21-D-0001).

Textron Systems Inc., Hunt Valley, Maryland, has been awarded a $9,900,000 indefinite-delivery/indefinite-quantity contract for Synthetic Battlespace Enhancement with Force On-Force Reactive Tactical Readiness Integrated Air Defense System (IADS) Simulation (FORTRIS) non-personal services. The contract provides for the improvement of the Distributed Mission Operations Center IADS and electronic attack by a fully cognitive and automated IADS. Work will be performed in Hunt Valley, Maryland; and Kirtland Air Force Base, New Mexico, and is expected to be completed by Sept. 29, 2026. This award is the result of a non-competitive sole source acquisition. Fiscal 2021 operation and maintenance funds in the amount of $1,199,941 is being obligated at the time of award. Headquarters Air Combat Command, Acquisition Management and Integration Center, Detachment 2, Joint Base San Antonio, Texas, is the contracting activity (FA7037-21-D-0002).

Data Link Solutions LLC, Cedar Rapids, Iowa, has been awarded a $9,891,001 firm-fixed-price indefinite-delivery requirements contract for the services to repair the Joint Tactical Information Distribution System AN/URC-107 system components. Work will be performed in Cedar Rapids, Iowa; and Wayne, New Jersey, and is expected to be completed by Sept. 29, 2026. This award is the result of a sole-source acquisition. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8539-21-D-0002).

ATI Engineering Services LLC, Johnstown, Pennsylvania, has been awarded a $9,690,087 firm-fixed-price, cost-reimbursable delivery order FA8691-21-D-1005 to indefinite-delivery/indefinite-quantity contract FA8691-21-F-1045 for a Tunisia Intelligence, surveillance and reconnaissance system. This delivery order provides for two aircraft, support equipment and spares. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by Nov. 30, 2022. This contract involves 100% Foreign Military Sales to Tunisia. This award is the result of a competitive acquisition in which one solicitation was mailed and nine offers were received. Fiscal 2021 Building Partnership Capacity funds in the amount of $9,690,087 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Cubic Defense Applications Inc., San Diego, California, has been awarded an $8,898,891 cost-plus-fixed-fee completion modification (P00003) to previously awarded contract FA8750-19-C-0100 for Aerial Layer Mesh Networking with Halo. The contract modification provides for the research and development to miniaturize the Halo directional antenna to make it more usable for airborne networks. Work will be performed in San Diego, California, and is expected to be completed by Sept. 30, 2023. Fiscal 2021 research, test, development and evaluation funds in the amount of $8,898,891 are being obligated at the time of award. The total cumulative face value of the contract is $17,078,406. Air Force Research Laboratory, Rome, New York, is the contracting activity.

Hamilton Sundstrand Corp., Rockford, Illinois, has been awarded a $7,600,000 indefinite-delivery requirements modification (P00002) to contract FA8118-18-C-0007 for the remanufacture of the B-2 and B-52 Common Strategic Rotary Launcher (CSRL) for 15 additional units. Work will be performed in Rockford, Illinois, and is expected to be completed by July 31, 2025. Fiscal 2021 working capital funds will be used to fully fund this modification. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

DEFENSE HEALTH AGENCY

Change Healthcare Technologies LLC, Alpharetta, Georgia, was awarded a firm-fixed-price contract with a total potential value of $50,546,879 on a non-competitive basis to obtain maintenance support for the Defense Health Agency’s (DHA) Tricare Online Patient Portal (TOL PP) Secure Messaging (SM) system. The TOL PP SM is a DHA-only asynchronous secure patient-provider messaging application that provides a Health Insurance Portability and Accountability Act compliant method for TRICARE beneficiaries to securely communicate with their health care team in order to seek non-emergency health care advice, request prescription renewals, and receive military treatment facility/clinic updates. The contract has a base period of performance of six months from Sept. 29, 2021, to March 28, 2022, as well as five six-month option periods. DHA will obligate $9,244,174 of fiscal 2021 operation and maintenance funds for the base year. The place of performance is Falls Church, Virginia. DHA, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity (HT001121C0026). (Awarded Sept. 29, 2021)

D7 LLC, doing business as Dawson, Colorado Springs, Colorado, was awarded a firm-fixed-price contract with a total potential value of $44,324,176 on a 8(a) direct award basis to obtain Market Transition Integrated Office (MTIO) support services. Congressional mandates for the Defense Health Agency (DHA) have directed the MTIO to assume global responsibility for Military Medical Treatment Facility IT management on Oct. 1, 2021. The contractor will provide a variety of program and technical services in support of the DHA, J6, MTIO and other organizations. The services will include program management, enterprise personnel and resources planning, enterprise schedule management, performance management, change management support services, operations center facilities support services, technical support services, administrative support services, and subject matter expert services. This support will enable the MTIO to support the more than 200 market sites that have upwards of 600 staffed facilities worldwide with more timely and dedicated responsive support as a whole. The contract has a performance period of 12 months from Sept. 30, 2021, to Sept. 29, 2022, and includes the Federal Acquisition of Regulations 52.217-8 Extension of Services clause for a potential six month extension. DHA will obligate $19,352,111 of fiscal 2021 operations and maintenance funds for the base year. The place of performance is Colorado Springs, Colorado. DHA, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity (HT001121C0024). (Awarded Sept. 29, 2021)

SEWP Solutions LLC, Fairfax, Virginia, was awarded a $14,997,030 firm-fixed-price contract for Project Salus research, development, test and evaluation services to integrate Artificial Intelligence capabilities into the Medical Common Operating Picture (MedCOP) platform. The Joint Artificial Intelligence Center initiated Project Salus in March 2020 to deliver a command and control platform to aid the Department of Defense and combatant commands in their response to the Covid-19 pandemic. Project Salus leverages open-source, commercial, and government-owned data sources to develop real-time and predictive models. This effort is a follow on to Project Salus and will provide decision support within a mission command environment at the strategic, operational, and tactical levels to support the medical community of interest and will support peripheral requirements such as Covid-19 pandemic response and future pandemics, operational medicine, and global health surveillance efforts strategic, operational, and tactical levels to support the medical community of interest. Project Salus will also support peripheral requirements such as Covid-19 pandemic response and future pandemics, operational medicine, and global health surveillance efforts. This is a one year contract. This contract was a sole source acquisition, and fiscal 2021 research, development, test and evaluation funds in the amount of $14,997,030 are being obligated at time of award. The Defense Health Agency, Enterprise Medical Services Contract Division, San Antonio, Texas, is the contracting activity (HT001521F0237).

MISSILE DEFENSE AGENCY

Raytheon Missile and Defense, Tucson, Arizona, is being awarded a $13,786,171 cost-plus-fixed-fee, sole-source contract modification (P00200) to HQ0276-10-C-0005.  This award will increase the total dollar value of the contract from $2,128,423,088 to $2,142,209,259.  Under the contract, the contractor will perform Software Upgrade Build 8.2 to the Standard Missile-3 Block IIA Aegis Weapons System.  The work will be performed in Tucson, Arizona.  The performance period is from Sept. 30, 2021, through May 31, 2022.  Fiscal 2021 research, development, test and evaluation funds in the amount of $13,786,171 will be used to fund this effort.  The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Lockheed Martin Corp., Rotary and Mission Systems, Riviera Beach, Florida, has been awarded an $8,995,591 modification (P00005) to previously awarded, cost-plus-fixed-fee contract HR001120C0139 to exercise the Phase 1 option to support a Defense Advanced Research Projects Agency research project. Fiscal 2021 research and development funds in the amount of $1,475,000 are being obligated at the time of award, with an estimated completion date of August 2022. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

*Small business

Related News

Katie Helbling is a marketing fanatic that enjoys anything digital, communications, promotions & events. She has 10+ years in the DoD supporting multiple contractors with recruitment strategy, staffing augmentation, marketing, & communications. Favorite type of beer: IPA. Fave hike: the Grouse Grind, Vancouver, BC. Fave social platform: ClearanceJobs! 🇺🇸