DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $7 MILLION AND ABOVE

NAVY

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (N00039-23-D-9001); DRS Laurel Technologies, Johnstown, Pennsylvania (N00039-23-D-9002); Management Services Group, doing business as Global Technical Systems, Virginia Beach, Virginia (N00039-23-D-9003); L3Harris, Camden, New Jersey (N00039-23-D-9004); Leidos, Reston, Virginia (N00039-23-D-9005); Peraton, Herndon, Virginia (N00039-23-D-9006); Serco, Herndon, Virginia (N00039-23-D-9007); and VT Milcom, Virginia Beach, Virginia (N00039-23-D-9008), are awarded a $4,098,600,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Consolidated Afloat Networks and Enterprise Services (CANES) production units, software – initial, renewals and maintenance, spares and system components, and lab equipment. CANES is the Navy’s program of record that consolidates and replaces existing afloat networks providing the necessary infrastructure for applications, systems and services required to dominate the cyber warfare tactical domain. CANES represents a key aspect of the Navy’s modernization planning by upgrading cybersecurity, command and control, communications and intelligence systems afloat, and by replacing unaffordable and obsolete networks. The primary goals of the CANES program are to: 1) Provide a secure afloat network required for Naval and Joint Operations; 2) Consolidate and reduce the number of afloat networks through the use of Common Computing Environment and mature cross domain technologies; 3) Reduce the infrastructure footprint and associated Logistics, Sustainment, and Training costs; and 4) Increase reliability, security, interoperability and application hosting to meet current and projected warfighter requirements. Work will be performed in Huntsville, Alabama; San Diego, California; Largo, Florida; Ayer, Massachusetts; Long Beach, Mississippi; Camden, New Jersey; Johnstown, Pennsylvania; Summerville, South Carolina; Clarksville, Virginia; Gainesville, Virginia; Sterling, Virginia; and Virginia Beach, Virginia. Work is expected to be completed by December 2032. Contract actions will be issued and funds obligated as individual delivery orders. Other procurement (Navy) funds will be placed on contract with an initial delivery order issued to each contractor on record at the time of award. This contract has a 10-year ordering period up to the contract award amount. There are no options. The multiple award contract was competitively procured by full and open competition bids via the Naval Information Warfare Systems Command (NAVWAR) e-Commerce Central and the Federal Business Opportunities websites, with 10 offers received. Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

Lockheed Martin Corp., Rotary and Mission Systems, Liverpool, New York, is awarded a $302,243,035 cost-plus-incentive-fee, firm-fixed-price, cost-plus-fixed-fee, and cost-only undefinitized contract action for the proof of manufacture, production, spares, production support material, and engineering support for components related to the MK 48 heavyweight torpedo all up round. This contract combines purchases for the Navy (61%); and the Royal Australian Navy (39%). Work will be performed in Liverpool, New York (72%); Clearwater, Florida (22%); and Braintree, Massachusetts (6%), and is expected to be completed by October 2026. Royal Australian Navy funds in the amount of $50,616,994 (39%); fiscal 2021 weapons procurement (Navy) funds in the amount of $32,915,466 (25%); fiscal 2022 weapons procurement (Navy) funds in the amount of $26,574,699 (20%); and fiscal 2023 weapons procurement (Navy) funds in the amount of $21,321,925 (16%) will be obligated at time of award, of which $32,915,466 will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management, with one offer received. Commander, Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-6411).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas is awarded a not-to-exceed $245,745,216 undefinitized cost-plus-fixed-fee order (N0001923F0002) against a previously issued basic ordering agreement (N0001919G0008). This order provides program management support, non-recurring engineering, F-35B/C laser shock peening, depot site support, contractor field and regional depot modification installations in support of retrofit and modification efforts for the F-35 aircraft for the U.S. Air Force, U.S. Marine Corps, U.S. Navy, Foreign Military Sales (FMS) customers, and non-U.S. Department of Defense (DOD) partners. Work will be performed in Fort Worth, Texas (29.2%); Nagoya, Japan (14.4%); Cameri, Italy (12.6%); Williamtown, Australia (7.9%) Samlesbury, United Kingdom (6.2%); Ogden, Utah (6.1%); Cherry Point, North Carolina (5.4%); Iwakuni, Japan (2.7%); Luke Air Force Base, Arizona (2.5%); Cheongju, South Korea (2.1%); El Segundo, California (1.9%); McLean, Virginia (1.6%); Miramar, California (1.5%); Lemoore, California (1%); Yuma, Arizona (1.5%); Eglin Air Force Base, Florida (1.4%); Nevatim, Israel (0.8%); various locations within the Continental United States (1.2%), and is expected to be completed in December 2023. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $17,211,825; fiscal 2023 aircraft procurement (Air Force) funds in the amount of $15,683,409; FMS customer funds in the amount of $15,612,217; and non-U.S. DOD participant funds in the amount of $22,095,154 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $171,187,894 fixed-price incentive modification (P00002) to a previously awarded contract (N0001922C0031). This modification exercises an option to procure 111 full rate production Block V Tactical Tomahawk All Up Round Vertical Launch System missiles as follows: 50 for the Army, 48 for the Navy and 13 for the Marine Corps. Work will be performed in Ogden, Utah (21.76%); Camden, Arkansas (15.44%); Huntsville, Alabama (10.68%); Clearwater, Florida (6.36%); Glenrothes, Fife, United Kingdom (4.21%); Spanish Fork, Utah (4.16%); Joplin, Missouri (3.93%); El Segundo, California (3.77%); Ontario, Middletown, Connecticut (3.43%); Midland, Ontario, Canada (3.04%); California (2.87%); Vergennes, Vermont (2.55%); Anniston, Alabama (2.44%); Minneapolis, Minnesota (1.59%); Moorpark, California (1.38%); Westminster, Colorado (1.20%); Chandler, Arizona (1.04%); and various location within the continental U.S. (10.15%), and is expected to be completed in November 2025. Fiscal 2023 research, development, test and evaluation (Army) funds in the amount of $77,111,664; fiscal 2023 weapons procurement (Navy) funds in the amount of $61,689,331; fiscal 2023 procurement (Marine Corps) funds in the amount of $20,049,032; and fiscal 2021 weapons procurement (Navy) funds in the amount of $12,337,866 will be obligated at the time of award, $12,337,866 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 Atomics, Aeronautical Systems Inc., Poway, California, is awarded a $65,507,036 firm-fixed-price, cost-plus-fixed-fee order (N0001923F0021) against a previously issued basic ordering agreement (N0001922G0006). This order provides for the procurement, transportation, and installation of Ground Control Stations (GCSs), materials, support equipment, as well as associated training, engineering, non-recurring engineering, and integrated logistics support. Additionally, this order procures 18 mission kits, spares, ground support equipment, and communications gear for site setup in support of the operational capability of the Marine Air Ground Task Force Unmanned Aircraft System Expeditionary Medium Altitude Long Endurance MQ-9A Block 5 Reaper air vehicles and GCSs for the Navy. Work will be performed in Poway, California (60%); Saber Springs, California (20%); and Grey Butte, California (20%), and is expected to be completed in November 2024. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $65,507,036 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bell Textron Inc., Fort Worth, Texas, is awarded a $48,256,328 cost-plus-fixed-fee order (N0001923F2533) against a previously issued basic ordering agreement (N0001921G0012). This order provides for the installation of Structural Improvements and Electrical Power Upgrades Phase II Part 3 kits, as well as ground and flight test for one AH-1Z and one UH-1Y aircraft for the Navy. Work will be performed in Patuxent River, Maryland (50%); Fort Worth, Texas (25%); and Amarillo, Texas (25%), and is expected to be completed in August 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $27,327,099 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Sedna Digital Solutions LLC, Manassas, Virginia,* is awarded a $29,695,637 cost-plus-incentive-fee contract action for engineering-design development, Navy equipment and supporting material procurements. This contract included options, which if exercised, would bring the cumulative value of this contract to a total ceiling of $96,665,368. Work will be performed in Manassas, Virginia, and is expected to be completed by September 2025. If all options are exercised, work will continue through December 2029. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $9,086,000 (47%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $5,053,000 (26%); fiscal 2022 other procurement (Navy) funds in the amount $2,826,865 (15%); fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $2,000,000 (10%); and fiscal 2022 research, development, test and evaluation (Navy) in the amount of $479,447 (2%) will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured as a Small Business Set-Aside via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity (N00024-23-C-6132).

L3Harris Technologies Inc., Northampton, Massachusetts, is awarded a $13,749,894 firm-fixed-price modification to previously awarded contract N00024-21-C-5322 to procure additional MK 20 electro-optical sensor systems, radar cross-section kits, shock isolation assembly kits, heat shield kits, thermal image sensors, and eye-safe laser range finders. Work will be performed in Northampton, Massachusetts, and is expected to be completed by April 2027. Fiscal 2023 other procurement (Navy) funds in the amount of $8,904,969 (65%); and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $4,844,925(35%) will be obligated at the 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.

North State Mechanical Inc.,* Jacksonville, North Carolina, is awarded a $13,355,084 firm-fixed-price task order (N4008523F4306) under previously awarded multiple-award construction contract N40085-20-D-0077 for replacement of the exhaust fans and infrared heaters at building AS890 at Marine Corps Air Station New River, North Carolina. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by December 2024. Fiscal 2023 operation and maintenance (Marine Corps) funds in the amount of $13,355,084 will be obligated at time of award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

CORRECTION: The Dec. 14, 2022, announcement of a contract award to The Concourse Group LLC, Annapolis, Maryland (N62470-23-D-0008), for support to the Department of Navy’s public-private venture and real estate programs was not valid due to the receipt of a pre-award protest by an interested offeror/party by the contracting activity. The contracting activity is evaluating the protest and will submit a corrected contract announcement as applicable.

AIR FORCE

Inuksuk A/S, Nuuk, Greenland, was awarded a maximum $3,950,000,000 indefinite-delivery/indefinite-quantity contract to operate and maintain Thule Air Base. This contract provides for civil engineering, airfield/water port operations, fuels management, transportation, non-secure communications, environmental management, food services, medical/public health, supply, recreation and community services. Work will be performed at Thule Air Base, Greenland, and is expected to be completed by Sept. 30, 2034. This award is the result of a single solicitation, competitive acquisition with four offers received. Fiscal 2023 operation and maintenance funds in the amount of $25,973 are being obligated at time of award. The 21st Contracting Squadron, Detachment 1, Copenhagen, Denmark, is the contracting activity (FA2523-23-D-0001).

Leidos Inc., Reston, Virginia, has been awarded a $334,000,000 ceiling, single award, indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee contract for research and development of the Mayhem program. This program is focused on delivering a larger class air-breathing hypersonic system capable of executing multiple missions with a standardized payload interface, providing a significant technological advancement and future capability. Work will be performed at Wright-Patterson Air Force Base, Ohio, and other potential testing sites to be determined, and is expected to be completed by Oct. 15, 2028. This contract was the result of a competitive acquisition, and six offers were received. Fiscal 2022 research, development, test and evaluation funds in the amount of $8,693,606 will be obligated at the time of award. The Air Force Research Lab, Wright-Patterson AFB, is the contracting activity (FA8650-23-D-2400 and FA8650-23-F-2401).

The Johns Hopkins University Applied Physics Laboratory LLC, Laurel, Maryland, has been awarded a $49,900,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract.  This contract provides for specifically designed models, software routines, hardware sub-systems, systems, platforms, and tools that enable weapon development and analysis for sensor/payload/subsystem performance. Work will be performed in Laurel, Maryland, and is expected to be completed by Dec. 15, 2029, and includes issued task orders. This contract was a result of a sole-source solicitation based on the capabilities of a University Affiliated Research Center.  Fiscal 2022 research, development, test and evaluation funds in the amount of $500,000 are being obligated at the time of award. Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity (FA8651-23-D-A002).

L3Harris ForceX Inc., Nashville, Tennessee, was awarded a $45,716,059.00 firm-fixed price, cost-reimbursement – no fee, and cost-reimbursement contract for Brimstone Software Suite. This contract provides for software application which includes the mission execution that assists the pilots and sensor operators in a myriad of mission tasks such as sensor management, situational awareness, map and video displays, tactical area navigation and video/audio recording. Work will be performed in Nashville, Tennessee, and is expected to be completed by Nov. 30, 2027. This contract was a result of a sole-source acquisition. Fiscal 2023 operation and maintenance funds in the amount of $2,334,000 are being obligated at time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8509-23-C-0001). (Awarded Dec. 1, 2022)

Raytheon Missiles & Defense, Tucson, Arizona, has been awarded an estimated $21,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract.  This contract is to develop critical subsystem technologies that support the Compact Air to Air Missile and Extended Range Air to Air Missile systems.  Work will be performed in Tucson, Arizona, and is expected to be completed by Dec. 15, 2029.  This award is the result of a white paper originating from broad agency announcement FA8651-20-S-0008.  Fiscal 2022 research, development, test and evaluation funds in the amount of $1,725,000 are being obligated at the time of award.  Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity (FA8651-23-D-A001).

ARMY

Sauer Construction LLC, Jacksonville, Florida, was awarded a $63,895,000 firm-fixed-price contract for design and construction of a non-standard battalion operations facility. Bids were solicited via the internet with four received. Work will be performed in Fort Benning, Georgia, with an estimated completion date of Jan. 1, 2025. Fiscal 2020, 2021 and 2022 military construction, defense-wide funds in the amount of $63,895,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-23-C-3001).

DEFENSE FINANCE AND ACCOUNTING SERVICE

Kearney & Co. P.C., Alexandria, Virginia, has been awarded a modification (P00005) with a maximum value of $11,609,199 to previously awarded contract HQ042322F9000 for financial statement audit services for the Defense Health Program (DHP), Medicare Eligible Retiree Care Fund and Defense Health Agency Contract Resource Management. The modification brings the total cumulative face value of the contract to $24,055,224 from $12,446,025. Work will be performed in various locations including DHP headquarters in Falls Church, Virginia, as well as other federal locations in Texas, Ohio, Indiana, Maryland, Colorado, New York, and Maine, with an expected completion date of Dec. 31, 2023. Fiscal 2023 defense-wide operating and maintenance funds in the amount of $11,609,199 are being obligated at time of award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity.

*Small business

Related News