INSIDE THE
NEWS + ADVICE
DoD Contracts: QinetiQ, ASRC Federal Facilities Logistics, Valiant, Week of 12-23-24 to 12-27-24
12/23
NAVY
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $3,367,476,836 undefinitized modification (P00007) to a previously awarded, cost-plus-fixed-fee, cost-plus-incentive-fee, fixed-price-incentive-fee, and firm-fixed-price contract (N0001924C0039). This modification adds scope to provide continued logistics support to include ground maintenance activities, action request solution, depot activities, automatic logistics information system operations and maintenance, reliability and maintainability, supply chain management, pilot training, maintainer training, and training system sustainment in support of delivered F-35 Lightning II Joint Strike Fighter Air Systems for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) customers, and non-Department of Defense (DOD) program partners . Work will be performed in Fort Worth, Texas (57%); Orlando, Florida (26%); Greenville, South Carolina, (11%); Marietta, Georgia, (4%); and Palmdale, California (2%), and is expected to be completed in December 2025. Fiscal 2025 operation and maintenance (Air Force) funds in the amount of $355,507,909; fiscal 2025 operation and maintenance (Marine Corp) funds in the amount of $116,585,114; fiscal 2025 operation and maintenance (Navy) funds in the amount of $63,945,418; FMS customer funds in the amount of $125,723,968; and non-DOD program participant funds in the amount of $231,838,162 will be obligated at time of award, $536,038,441 of which will expire at the end of the current fiscal year. The contract being modified was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $335,728,938 modification (P00008) to a cost-plus-fixed-fee order (N0001923F0002) against a previously awarded basic ordering agreement (N0001919G0008). This modification establishes a not-to-exceed value and exercises options to provide program management, non-recurring engineering, aircraft induction, contractor field, depot site, and laser shock peening site support as well as procures associated material modification kits and special test/tooling equipment in support of calendar year 2025 modification and retrofit activities for the F-35 Joint Strike Fighter program for the Air Force, Marine Corps, Navy, non-Department of Defense (DOD) F-35 program partners, and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2025. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $45,438,003; fiscal 2025 aircraft procurement (Air Force) funds in the amount of $44,697,988; non-DOD program partner funds in the amount of $56,977,604; and FMS customer funds in the amount of $41,407,604 will be obligated at the time of award, none of will expire at the end of the current fiscal year. The order and contract being modified were not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
General Dynamics Mission Systems Inc., Manassas, Virginia, was awarded a $139,195,103 fixed-price-incentive, firm-fixed-price, cost-plus-fixed-fee and cost-only contract for the production of MK 54 MOD 1 Lightweight Torpedo Kits and related test equipment, spares, provisioned item orders, engineering support and hardware support for the MK 54 Lightweight Torpedo Program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $808,604,635. This contract combines purchases for the Navy and the Foreign Military Sales (FMS) program (country name withheld per agreement). Work will be performed in Canonsburg, Pennsylvania (62%); Salt Lake City, Utah (20%); Andover, Massachusetts (14%); Bloomington, Indiana (2%); Manassas, Virginia (1%); and Port Orchard, Washington (1%), and is expected to be completed by December 2027. If all options are exercised, work will continue through December 2033. Fiscal 2024 weapons procurement (Navy) funds in the amount of $59,723,754 (56%); fiscal 2023 weapons procurement (Navy) funds in the amount of $26,472,850 (23%); fiscal 2025 weapons procurement (Navy) funds in the amount of $23,608,644 (21%); and FMS funds in the amount of $3,675,570 (3%) will be obligated at time of award, of which $26,472,850 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(5) (a statute expressly authorizes or requires that the procurement be made from a specified source). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-C-6401). (Awarded Dec. 20, 2024)
Sparton De Leon Springs LLC, De Leon Springs, Florida, was awarded a $107,059,400 modification (P00002) to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N0001924D0113). This modification exercises an option for the production and delivery of a maximum of 20,000 AN/SSQ-125 Modified High Duty Cycle Sonobuoys for the Navy in support of annual training, peacetime operations and testing expenditures, as well as to maintain sufficient inventory to support the execution of major combat operations based on naval munitions requirements process. Work will be performed in De Leon Springs, Florida (54%); and Columbia City, Indiana (46%), and is expected to be completed in December 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The contract being modified was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded Sept. 24, 2024)
Honeywell International Inc., South Bend, Indiana, is being awarded $92,004,803 for a firm-fixed-price, five-year, spares requirements contract with no options for procurement of 15 inboard wheel segments, 15 outboard wheel segments, 905 landing gear wheels, 630 of another type of landing gear wheels, 610 rotor assemblies, 192 multiple disk brakes, 68 of another type of multiple disk brakes, 137 of another type of landing gear wheels, 1,286 disk brake stators, 337 hydraulic piston assemblies, 1,393 of another type of hydraulic piston assemblies, and 508 of another type of landing gear wheels, for a total of 6,096 weapon repairable assemblies, in support of the F/A-18 aircraft. All work will be performed in South Bend, Indiana, and is expected to be completed by December 2029. This effort combines purchases under the Foreign Military Sales (FMS) program, and funds will not expire at the end of the current fiscal year. This effort combines purchases of working capital funds (Navy), along with FMS funds (Canada, Finland, Kuwait, Malaysia, Spain and Switzerland). No money will be obligated at time of award. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-25-D-NM01).
L3Technologies Inc., Maripro, Goleta, California, is awarded a $50,205,440 modification (P00010) to a previously awarded firm-fixed-price contract (N6134021C0023). This modification exercises options to provide for installation and testing of the Barking Sands Tactical Underwater Range, Barking Sands Underwater Range Expansion, and Atlantic Undersea Test and Evaluation Center ranges, as well as associated training events in support of Undersea Warfare Training Range Increment II and III requirements. Increment II requirements include two shallow-water training ranges and increment III requirements include three deep-water training ranges in support of the Navy’s air, surface, and subsurface forces training and assessment in shallow and deep water under adverse conditions. Work will be performed in Newington, New Hampshire (63%); Goleta, California (35%); and Hanover, Maryland (2%), and is expected to be completed in June 2032. Fiscal 2025 other procurement (Navy) funds in the amount of $48,819,538; and fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $1,385,902 will be obligated at time of award, $1,385,902 of which will expire at the end of the current fiscal year. The contract being modified was competed. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.
Significance Inc., Annapolis, Maryland, is awarded a $40,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for program support services. This contract provides for professional services in support of Naval Facilities Engineering Systems Command (NAVFAC) and Department of Navy real property management and financial management systems. Work will be performed at various locations within the NAVFAC area of responsibility and will be completed by December 2027. The maximum dollar value, including the base period and two option years, is $40,000,000. Fiscal 2025 operations and maintenance, (Navy) funding in the amount of $1,000 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment website with two proposals received. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-25-D-0004).
MSI Defense Systems LLC, Rock Hill, South Carolina, is awarded a $19,497,547 cost-plus-fixed-fee delivery order against previously awarded Basic Ordering Agreement N00174-23-G-0003 to open, inspect, and repair MK88 MOD4 gun mounts and MK48 MOD2 electro-optical sights. Work will be performed in Rock Hill, South Carolina, and is expected to be completed by December 2027. Fiscal 2024 weapons procurement (Navy) funds in the amount of $2,485,454 will be obligated at time of award and will not expire at the end of the current fiscal year. This delivery order was not competitively procured in accordance with 10 U.S. Code 3204(a)(1), (only one responsible source and no other supplies or services will satisfy agency requirements.) The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity (N0017425F0264).
Invicta Global LLC, Fort Worth, Texas, was awarded a $15,797,983 ceiling increase firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract N400800-19-D-0311 for preventive maintenance. The total cumulative face value of the contract is $100,912,263. The contract modification is for preventive maintenance, inspections, and testing for facilities, ground structures, personal property equipment, installed equipment, and systems. Work will be performed at Naval Support Activity (NSA) Bethesda, Maryland; NSA Dahlgren, Virginia; NSA Indian Head, Maryland; and other locations within the Naval Facilities Engineering Systems Command area of responsibility, and will be completed by June 2025. Fiscal 2025 operation and maintenance (Navy) funds are obligated at time of award and will expire at the end of the current fiscal year. The NAVFAC Washington Acquisition Core, Washington, D.C., is the contracting activity (N40080-19-D-0311).
Bell Textron Inc., Fort Worth, Texas, is awarded a $12,995,513 modification (P00007) to a cost-plus-fixed-fee order (N0001924F2602) against a previously issued basic ordering agreement (N0001921G0012). This modification exercises options to provide continued program management, engineering, and logistics services for calendar year 2025 in support of modification integration and sustainment efforts for the AH-1Z Viper and UH-1Y Venom helicopters for the Marine Corps and the governments of Bahrain and the Czech Republic. Work will be performed in Fort Worth, Texas (80%); and Patuxent River, Maryland (20%), and is expected to be completed in December 2025. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $1,345,039; fiscal 2025 operations maintenance (Navy) funds in the amount of $888,084; and Foreign Military Sales customer funds in the amount of $4,005,407 will be obligated at the time of award, $888,084 of which will expire at the end of the current fiscal year. The order and contract being modified were not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
L3 Technologies Inc., Camden, New Jersey, was awarded a $12,035,737 firm-fixed-price modification to previously awarded contract N00024-22-C-5218 to exercise options for the AN/USG 2B System, spares, and the signal data processor. Work will be performed in Largo, Florida (69%); Salt Lake City, Utah (28%); and Lititz, Pennsylvania (3%), and is expected to be completed by August 2026. Fiscal 2024 ship construction (Navy) funds in the amount of $3,787,854 (31%); fiscal 2023 ship construction (Navy) funds in the amount of $3,706,632 (30%); Foreign Military Sales (FMS) (Canada) funds in the amount of $1,123,952 (9%); fiscal 2025 other procurement (Navy) funds in the amount of $855,588 (7%); fiscal 2017 ship construction (Navy) funds in the amount of $680,393 (6%); fiscal 2018 ship construction (Navy) funds in the amount of $542,678 (5%); fiscal 2022 ship construction (Navy) funds in the amount of $462,084 (4%); FMS (Australia) funds in the amount of $338,406 (3%); fiscal 2024 other procurement (Navy) funds in the amount of $229,768 (2%); FMS (Japan) funds in the amount of $191,772 (1%); fiscal 2021 ship construction (Navy) funds in the amount of $100,377 (1%); and fiscal 2013 ship construction (Navy) funds in the amount of $16,233 (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. (Awarded Dec. 20, 2024)
Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $10,496,633 cost-plus-incentive-fee modification to previously awarded contract N00024-13-C-5116 for AEGIS Combat System Engineering Agent efforts for the continued performance of engineering, development, and delivery of AEGIS Weapon System capabilities for FFG 62. Work will be performed in Moorestown, New Jersey (98%); and Riverdale, Maryland (2%), and is expected to be completed by March 31, 2025. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $122,281will be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Dec. 20, 2024)
Valiant/ALCA JV LLC, Clarksville, Tennessee, is awarded an $8,648,940 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract N62470-18-D-3010. This award brings the total cumulative value of the contract to $51,167,678. This modification provides for the exercise of Option Five for base operation support services at Naval Air Station (NAS) Sigonella, Sicily, Italy. Work will be performed in Sicily, Italy, and is expected to be completed by December 2025. No funds will be obligated at time of award. Fiscal 2025 operation and maintenance (O&M) (Navy); fiscal 2025 O&M (Army); and fiscal 2025 O&M (Air Force) funds will be obligated on individual task orders, subject to the availability of funds. The Naval Facilities Engineering Systems Command Europe, Africa, Central; NAS Sigonella, Sicily, Italy, is the contracting activity.
BAE Systems Information and Electronic Systems Integration Inc., Greenlawn, New York, is awarded a $7,981,983 modification (P00005) to a cost-plus-fixed-fee order (N0001923F0023) against a previously issued basic ordering agreement (N0001922G0009). This modification exercises an option to provide for the continued redesign of the AN/UPX-50(C) digital interrogator assemblies to resolve parts obsolescence and implement solutions to achieve compliance with the latest specifications, qualification, and certification standards. Work will be performed in Greenlawn, New York (95%); and Hudson, New Hampshire (5%), and is expected to be completed in November 2026. Fiscal 2024 other procurement (Navy) funds in the amount of $7,981,983 will be obligated at the time of award, none of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
ARMY
Raytheon Co., Andover, Massachusetts, was awarded a $946,446,735 modification (P00002) to contract W31P4Q-24-C-0003 for PATRIOT production hardware, software and services. Work will be performed in Andover, Massachusetts, with an estimated completion date of Dec. 31, 2029. Fiscal 2025 Foreign Military Sales (Romania) funds in the amount of $463,758,900 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Lockheed Martin, Orlando, Florida, was awarded a $71,620,674 modification (P00021) to contract W58RGZ-21-C-0016 for Apache attack helicopter depot-level support. Work will be performed in Orlando, Florida, with an estimated completion date of Dec. 31, 2025. Fiscal 2010 Army working capital funds in the amount of $71,620,674 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Bechtel National Inc., Reston, Virginia, was awarded a $57,802,605 modification (P00282) to contract W52P1J-09-C-0012 for the Pueblo Chemical Agent-Destruction Pilot Plant closure, decommissioning and decontamination project. Work will be performed in Pueblo, Colorado, with an estimated completion date of April 3, 2026. Fiscal 2024 research, development, test and evaluation, Army funds were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
Caterpillar Inc., Irving, Texas, was awarded a $51,235,983 hybrid (firm-fixed-price, fixed-price-with-EPA) contract for the Earthmoving Service Life Extension Program. 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 Dec. 22, 2034. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-D-0001).
Harper Construction Company Inc., San Diego, California, was awarded a $41,063,828 firm-fixed-price contract for design and construction of an asphalt parking lot. Bids were solicited via the internet with two received. Work will be performed in Oklahoma City, Oklahoma, with an estimated completion date of Sept. 14, 2026. Fiscal 2022 military construction, Army funds in the amount of $41,063,828 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-25-C-0006).
GEI Consultants Inc., Woburn, Massachusetts, was awarded a $20,000,000 firm-fixed-price contract for architect-engineer services. 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. 2, 2029. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-25-D-0004).
QinetiQ Inc., Lorton, Virginia, was awarded a $15,000,000 modification (P00005) to contract W91CRB-23-D-0021 to upgrade Next Generation Bomb Suit system capabilities. 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. 20, 2028. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.
Colt’s Manufacturing Company LLC, West Hartford, Connecticut, was awarded a $12,400,000 modification (P00002) to contract W15QKN-24-C-0037 for Colt M4A1 carbines. Work will be performed in West Hartford, Connecticut, with an estimated completion date of June 30, 2025. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity.
DEFENSE LOGISTICS AGENCY
SupplyCore LLC,* Rockford, Illinois (SPE8E4-21-D-0001/P00006); I-Solutions Direct Inc., Fort Washington, Pennsylvania (SPE8E4-21-D-0002/P00005); and TW Metals Inc., Carol Stream, Illinois (SPE8E4-21-D-0003/P00005), are sharing an estimated $219,000,000 in firm-fixed-price, indefinite-delivery/indefinite-quantity modifications exercising the second 18-month option periods of two-year base contracts with two 18-month option periods under solicitation SPE8E4-21-R-0001 for commercial metal products. The ordering period end date is July 22, 2026. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $17,586,259 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for diesel engines. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. The ordering period end date is Dec. 20, 2027. Using military service is Army. Type of appropriation is fiscal 2025 through 2030 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-25-D-0017).
Federal Prison Industries Inc.,** doing business as UNICOR, Washington, D.C., has been awarded a maximum $13,312,980 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for general purpose physical fitness trunks. This was a competitive acquisition with 10 responses received. This is a five-year contract with no option periods. Location of performance is Colorado, with a Dec. 22, 2029, ordering period end date. Using customers are Marine Corps and Coast Guard. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-0021).
AIR FORCE
Cummings Aerospace Inc., Huntsville, Alabama, has been awarded a $15,000,000 modification (P00003) to previously awarded contract FA8651-21-D-0010 for high-speed weapons research and development. This modification brings the total cumulative face value of the contract from $9,000,000 to $24,000,000. Work will be performed in Huntsville, Alabama; and Niceville, Florida, and is expected to be completed by June 13, 2026. No funds are being obligated at time of award. The Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity.
Virginia Commercial Space Flight Authority, Norfolk, Virginia, has been awarded an $11,870,500 firm-fixed-price completion type contract modification (P0002) to previously awarded contract FA8818-24-C-B001 for continued additional enhancements work at the Mid-Atlantic Regional Spaceport. Work will be performed in Wallops Island, Virginia, and is expected to be completed by June 23, 2026. Fiscal 2024 congressional add funds in the amount of $11,870,500 are being obligated at the time of award. The Space Systems Command, Kirtland Air Force Base, New Mexico, is the contracting activity.
*Small business
**Mandatory source
12/26
ARMY
Technica LLC, Charleston, South Carolina, was awarded a $21,676,680 cost-plus-fixed-fee contract for logistics support services. Bids were solicited via the internet with six received. Work will be performed at Fort Liberty, North Carolina, with an estimated completion date of Dec. 31, 2029. Fiscal 2025 operation and maintenance, Army funds in the amount of $367,605 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-F-0040).
AIR FORCE
Global Ground Support, Olathe, Kansas, was awarded a $10,886,946 firm-fixed-price delivery order for deicer trucks. This contract provides for truck-mounted and extended reach deicers. Work will be performed in Olathe, Kansas, and is expected to be completed by July 31, 2025. This contract was a competitive small business set-aside, and three offers were received. Fiscal 2023 procurement funds in the amount of $4,226,918; and fiscal 2025 procurement funds in the amount of $6,660,028 will be obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8534-25-F-0023).
Rolls-Royce Corp., Indianapolis, Indiana, has been awarded an $8,952,601 firm-fixed-price modification (P00007) to previously awarded task order FA8553-21-F-0006 for C-130J MissionCare propulsion support. This modification provides for the exercise of Option Period Four for an additional 12 months of performance. The modification brings the total cumulative face value of the task order to $84,219,803. Work will be performed in Norway and is expected to be completed by Dec. 31, 2025. This contract involves Foreign Military Sales (FMS) to Norway. FMS funds in the amount of $8,714,189 are being obligated at the time of the award. The Air Force Lifecycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.
DEFENSE LOGISTICS AGENCY
UPDATE: The Akana Group Inc., Houston, Texas (SPE8EC-25-D-0049, $157,000,000), has been added as an awardee to the multiple award contract for commercial cranes, issued against solicitation SPE8EC-21-R-0003 and awarded Aug. 25, 2022. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
*Small business
**Mandatory source
12/27
AIR FORCE
General Atomics Aeronautical Systems Inc., Poway, California, was awarded a not-to-exceed $107,979,905, firm-fixed-price, undefinitized contract for Canada MQ-9B remotely piloted aircraft systems hardware. This contract provides the necessary Foreign Military Sales (FMS) hardware and components to support Canada’s MQ-9B Direct Commercial Sale program. This contract involves FMS to Canada. This contract was a sole source acquisition. FMS funds in the amount of $12,890,775 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 (FA8689-25-C-B003).
Industries of the Blind and Visually Impaired-Milwaukee, Milwaukee, Wisconsin, was awarded a $48,000,000 indefinite-delivery/indefinite-quantity contract for sales promotional items. This contract provides for the customization and distribution of Air Force sales promotional items. Work will be performed in Milwaukee, Wisconsin, and is expected to be completed by Dec. 31, 2029. This contract was a sole source acquisition. No funds are being obligated at the time of award. The 338th Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-25-D-0001).
DEFENSE LOGISTICS AGENCY
Noble Supply and Logistics,* Boston, Massachusetts, has been awarded a maximum $75,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S. Code 3204(a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 154-day bridge contract with no option periods. Locations of performance are Connecticut, Delaware, Maine, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, and Vermont, with a May 31, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-25-D-0007).
ASRC Federal Facilities Logistics LLC,** as successor-in-interest to Science Applications International Corp., Beltsville, Maryland, has been awarded a maximum $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 154-day bridge contract with no option periods. Locations of performance are West Virginia, Virginia and the District of Columbia, with a May 31, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-25-D-0006).
Kaba Mas LLC, Lexington, Kentucky, has been awarded a maximum $17,312,791 firm-fixed-price, indefinite-quantity contract for combination locks. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Location of performance is Indiana, with a Dec. 26, 2027, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Columbus, Ohio (SPE7LX-25-D-0018).
UPDATE: BMK Ventures Inc.,* Virginia Beach, Virginia (SPE2DH-25-D-0007, $12,000,000), has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R-0002 and awarded Feb. 10, 2022. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
ARMY
Amentum Services Inc., Chantilly, Virginia, was awarded a $48,937,575 modification (P00048) to contract W9124G-17-C-0005 for Initial Entry Rotary Wing flight training. Work will be performed at Fort Novosel, Alabama, with an estimated completion date of Jan. 9, 2027. Fiscal 2025 operation and maintenance, Army funds were obligated at the time of the award. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity.
Aecom Technical Services Inc., Los Angeles, California (W912PL-25-D-0015); Tetra Tech Inc., Irvine, California (W912PL-25-D-0016); Geosyntec-Gannett Fleming, a JV, Boca Raton, Florida (W912PL-25-D-0017); HDR GEI JV, Folsom, California (W912PL-25-D-0018); Diaz Yourman-Geopentech-Kinnetic Laboratories,* Santa Ana, California (W912PL-25-D-0019); Blackburn Consulting,* Auburn, California (W912PL-25-D-0020); and RJH Consultants Inc.,* Englewood, Colorado (W912PL-25-D-0021), will compete for each order of the $46,000,000 order-dependent contract for geotechnical engineering. Bids were solicited via the internet with 17 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 27, 2029. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity.
Centerra Integrated Facilities Services, Herndon, Virginia, was awarded a $29,004,433 hybrid (firm-fixed-price and time-and-materials) contract for installation operations services. Bids were solicited via the internet with one received. Work will be performed in Stuttgart, Germany, with an estimated completion date of Dec. 15, 2025. Fiscal 2025 operation and maintenance, Army funds in the amount of $2,574,190 were obligated at the time of the award. 409th Contracting Support Brigade, Kaiserslautern, Germany, is the contracting activity (W91WFU-25-F-0006).
Glen/Mar Construction Inc., Clackamas, Oregon, was awarded a $14,625,000 firm-fixed-price contract to replace outdated and inefficient water-control structure. Bids were solicited via the internet with four received. Work will be performed in Enumclaw, Washington, with an estimated completion date of Aug. 14, 2026. Fiscal 2024 and 2025 civil expenses funds in the amount of $14,625,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-25-C-0006).
WASHINGTON HEADQUARTERS SERVICES
Didlake Inc., Manassas, Virginia, has been awarded an $11,737,337 modification (P0012) to exercise Option Period Three on firm-fixed-price contract HQ003422C0059 to provide custodial services to the Pentagon’s basement, mezzanine, first and fifth floor, the Pentagon Library Conference Center, the North Village Compound, and the Pentagon Athletic Center. The modification brings the cumulative total of the contract to $30,288,009; if all options are exercised the total will be $132,292,315. Fiscal 2025 Pentagon Reservation Maintenance Revolving Funds in the amount of $5,000,000 are being obligated at the time of the award. Work will be performed at the Pentagon, with an estimated completion date of Dec. 31, 2031. Washington Headquarters Services, Arlington, Virginia, is the contracting activity. (Awarded Dec. 23, 2024)
Koniag Professional Services LLC, Anchorage, Alaska, is awarded an $8,959,841 firm-fixed-price contract (HQ003425C0011). Fiscal 2025 operations and maintenance funds in the amount of $8,959,841 are being obligated at the time of the award. The cumulative total of the contract is $52,610,828. The total if all options are exercised is $52,610,828. The purpose of the contract is to provide technical, administrative, and professional services to sustain operations for the Defense Security Cooperation Agency (DSCA) and the security cooperation community. The estimated completion date is June 27, 2030. The work will be performed at Department of Defense facilities, Arlington, Virginia; MacDill Air Force Base, Tampa, Florida; Camp H. M. Smith, Aiea, Hawaii; the Amy Health Clinic, U.S. Southern Command, Doral, Florida; and Arlington, Virginia. The estimated completion date is Dec. 27, 2030. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.