L3 Adaptive Methods Inc., Centreville, Virginia, is awarded a $13,258,653 cost-plus-fixed-fee and cost-only modification to previously awarded contract N0002420C5211 to exercise an option for the procurement of engineering services, program management, systems engineering, software development, risk management, algorithm and software prototype development, configuration management, and information assurance. This contract combines purchases for the Navy (97%); and the governments of Australia (2%) and Japan (1%) under the Foreign Military Sales (FMS) program. Work will be performed in Keyport, Washington (30%); Centreville, Virginia (25%); Rockville, Maryland (15%); Manassas, Virginia (10%); Newport, Rhode Island (5%); Herndon, Virginia (5%); Dahlgren, Virginia (5%); Austin, Texas (1%); Moorestown, New Jersey (1%); Honolulu, Hawaii (1%); Fairfax, Virginia (1%); and Laurel, Maryland (1%), and is expected to be completed by May 2022. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $1,639,250 (32%); fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $1,569,301 (31%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $1,086,910 (21%); fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $340,723 (7%); fiscal 2021 other procurement (Navy) funds in the amount of $311,000 (6%); FMS Australia funds in the amount of $98,000 (2%); and FMS Japan funds in the amount of $74,000 (1%) will be obligated at time of award, of which funds in the amount of $1,639,250 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Section 1709 of the 2018 National Defense Authorization Act that modifies 15 U.S. Code 638(r), this small business innovative research phase (SBIR) III contract is awarded to L3 Adaptive Methods Inc., which is the same firm that was competitively selected for the SBIR Phase I and II awards. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.