A multiple-award contract to support current and future unmanned surface vehicle family of systems and subsystems is awarded to the following 49 industry partners: Anduril Industries Inc.,* Costa Mesa, California (N0002424D6306); Applied Research Associates Inc., Albuquerque, New Mexico (N0002424D6307); Asymmetric Technologies LLC,* Dublin, Ohio (N0002424D6308); AT&T Corp., Oakton, Virginia (N0002424D6309); Atlas Technologies Inc.,* North Charleston, South Carolina (N0002424D6313); Autonodyne LLC,* Boston, Massachusetts (N0002424D6315); Beast Code LLC,* Fort Walton Beach, Florida (N0002424D6316); Bigelow Family Holdings LLC, doing business as Mettle Ops,* Sterling Heights, Michigan (N0002424D6317); Bollinger Shipyards Lockport LLC, Lockport, Louisiana (N0002424D6318); CACI Inc. – Federal, Chantilly, Virginia (N0002424D6319); Carnegie Robotics LLC, doing business as CR Tactical,* Pittsburgh, Pennsylvania (N0002424D6320); Cydecor Inc.,* Arlington, Virginia (N0002424D6361); DELTA Resources Inc., Alexandria, Virginia (N0002424D6363); Fairbanks Morse LLC, Beloit, Wisconsin (N0002424D6364); Teledyne FLIR Surveillance Inc., North Billerica, Massachusetts (N0002424D6365); General Atomics Aeronautical Systems Inc., Poway, California (N0002424D6366); GIRD Systems Inc.,* Cincinnati, Ohio (N0002424D6367); Herren Associates Inc.,* Washington, D.C. (N0002424D6368); Honeywell International Inc., Clearwater, Florida (N0002424D6369); IERUS Technologies Inc.,* Huntsville, Alabama (N0002424D6370); Integer Technologies LLC,* Columbia, South Carolina (N0002424D6371); KIHOMAC Inc.,* Reston, Virginia (N0002424D6372); Leonardo Electronics US Inc., Huntsville, Alabama (N0002424D6373); MAK Technologies Inc., Cambridge, Massachusetts (N0002424D6374); Marine Ventures International Inc.,* Stuart, Florida (N0002424D6375); Marinette Marine Corp., Marinette, Wisconsin (N0002424D6376); Metron Inc.,* Reston, Virginia (N0002424D6378); Microsoft Corp., Redmond, Washington (N0002424D6379); Murtech Inc.,* Glen Burnie, Maryland (N0002424D6380); NewSat North America LLC,* Indian Harbour Beach, Florida (N0002424D6381); Noblis MSD LLC, Philadelphia, Pennsylvania (N0002424D6382); Novetta Inc., McLean, Virginia (N0002424D6383); Ocean Specialists Inc.,* Stuart, Florida (N0002424D6384); PACMAR Technologies LLC,* Honolulu, Hawaii (N0002424D6377); Persistent Systems LLC,* New York, New York (N0002424D6385); Physical Sciences Inc.,* Andover, Massachusetts (N0002424D6386); Prescient Edge Corp.,* McLean, Virginia (N0002424D6387); Programs Management Analytics & Technologies Inc.,* San Diego, California (N0002424D6388); Reliability & Performance Technologies LLC,* Dublin, Pennsylvania (N0002424D6389); Saab Inc., East Syracuse, New York (N0002424D6390); Scientific Systems Co. Inc.,* Woburn, Massachusetts (N0002424D6391); Secmation, LLC,* Raleigh, North Carolina (N0002424D6392); SES Government Solutions Inc., Reston, Virginia (N0002424D6393); SIMIS Inc.,* Portsmouth, Virginia (N0002424D6394); Sparton DeLeon Springs LLC, De Leon Springs, Florida (N0002424D6395); Systems and Proposal Engineering Co.,* Manassas, Virginia (N0002424D6396); Systems Technology & Research Inc.,* Huntsville, Alabama (N0002424D6397); TDI Technologies Inc.,* King of Prussia, Pennsylvania (N0002424D6398); and Triton Systems Inc.,* Chelmsford, Massachusetts (N0002424D6399), are each awarded a firm-fixed-price, fixed-price-incentive-firm-target, cost-plus-incentive-fee, cost-plus-fixed-fee, and cost only, indefinite-delivery/indefinite-quantity contract for the procurements involving one or more functional areas, i.e. payloads, non-payload sensors, mission support systems, autonomy and vehicle control systems, ashore and host platform elements, and logistics and sustainment for the Unmanned Surface Vehicle Family of Systems. The maximum dollar value for all (total number) contracts combined is $982,100,000. Each awardee will be awarded $1,000 (minimum contract guarantee per awardee) at contract award. Work will be performed in various locations in the contiguous U.S. and is expected to be completed by February 2025. These contracts include a five-year ordering period option which, if exercised, will continue work through February 2030. Fiscal 2024 research, development, test and evaluation (Navy) funding in the amount of $49,000 will be obligated at the time of award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery or task order level as contracting actions occur. These contracts were competitively procured via SAM.gov and there were 55 offers received. Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.