INSIDE THE
NEWS + ADVICE
DoD Contracts: Lockheed Martin Rotary and Missions Systems, Boeing, Northrop Grumman, Week of 1-13-25 to 1-17-25
1/13
DEFENSE LOGISTICS AGENCY
Pentaq Manufacturing Corp.,* Sabana Grande, Puerto Rico (SPE1C1-25-D-0032, $12,200,033); Puerto Rico Apparel Manufacturing Corp.,** Mayaguez, Puerto Rico (SPE1C1-25-D-0030, $11,941,525); SNC Manufacturing LLC,* Sabana Grande, Puerto Rico (SPE1C1-25-D-0031, $10,033,520); Aurora Industries LLC,* Orocovis, Puerto Rico (SPE1C1-25-D-0026, $8,269,869) and M M Manufacturing LLC,** Lajas, Puerto Rico (SPE1C1-25-D-0029, $7,574,698), have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE1C1-25-R-0014 for various clothing items. This was a competitive acquisition with seven responses received. These are one-year contracts with no option periods. The ordering period end date is Jan. 12, 2026. Using military services are Army and Air Force. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency, Philadelphia, Pennsylvania.
*Small-disadvantaged business in historically underutilized business zones
**Women-owned small-disadvantaged business in historically underutilized business zones
1/14
NAVY
RQ Construction LLC, Carlsbad, California (N69450-25-D-0011); Centerra Integrated Services LLC, Herndon, Virginia (N69450-25-D-0012); Islands Mechanical Contractor Inc., Middleburg, Florida (N69450-25-D-0013); Hasen JV*, New Braunfels, Texas (N69450-25-D-0014); and King & George LLC, Fort Worth, Texas (N69450-25-D-0015), are awarded a combined $249,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for the procurement of general construction projects primarily at Naval Station Guantanamo Bay, Cuba. Each awardee is awarded $1,000 at contract award. Work will be performed at, but is not limited to, Naval Station Guantanamo Bay, Cuba, and is expected to be completed by January 2030. Fiscal 2025 operation and maintenance, Navy funds in the amount of $5,000 will be obligated at the time of award. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured on the SAM.gov website via the Procurement Integrated Enterprise Environment Solicitation Module, with seven offers received. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity.
Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, was awarded an $82,292,467 cost-plus-incentive-fee modification to a previously awarded contract (N00024-24-C-5131) to exercise options for AEGIS development and test sites operation and maintenance at the Combat Systems Engineering Development Site, SPY-1A Test Facility and Naval Systems Computing Center. Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2025. This contract combines purchases for the U.S. Government (68.53%); and the governments of South Korea (7.16%), Australia (7.08%), Japan (6.96%), Spain (5.43%), and Canada (4.84%), under the Foreign Military Sales (FMS) program. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $10,118,325 (45.79%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,865,092 (8.44%); fiscal 2025 research, development, test, and evaluation (Navy) funds in the amount of $1,729,705 (7.83%); fiscal 2025 FMS funds breakout as follows: South Korea funds in the amount of $1,581,379 (7.16%); Australia funds in the amount of $1,564,007 (7.08%); Japan funds in the amount of $1,537,366 (6.96%); Spain funds in the amount of $1,200,000 (5.43%); Canada $1,070,479 (4.84%); fiscal 2025 research, development, test, and evaluation (MDA) $1,018,615 (4.61%); fiscal 2024 research, development, test, and evaluation (Navy) $331,225 (1.50%); and fiscal 2024 weapons procurement (Navy) $82,048 (0.37%), will be obligated at the time of award, of which funding in the amount of $331,225 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Jan. 9, 2025)
APTIM-Harper Construction JV LLC, Alexandria, Virginia (N62478-20-D-4001); B.L. Harbert International LLC, Birmingham, Alabama (N62478-20-D-4002); Hensel Phelps Construction Co., Honolulu, Hawaii (N62478-20-D-4003); Kiewit Infrastructure West Co., Honolulu, Hawaii (N62478-20-D-4004); Mortenson Construction, Minneapolis, Minnesota (N62478-20-D-4005); RQ-ABSHER JV, Carlsbad, California (N62478-20-D-4006); Stronghold Engineering Inc., Riverside, California (N62478-20-D-4007); HHM Laulima Constructors JV, Honolulu, Hawaii (N62478-20-D-4013); Nan Inc., Honolulu, Hawaii (N62478-20-D-4014); and TNT Constructors JV, Bremerton, Washington (N62478-20-D-4015), are awarded a $77,000,000 modification to previously-awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build contracts for new construction, repair, alteration and related demolition of existing infrastructure. The cumulative face value of the contract is $1,128,000,000. Work will be performed primarily within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of operations and is expected to be completed by June 2025. No funds will be obligated at time of award. Task orders will be primarily funded by operations and maintenance (Navy) and military construction defense agencies contract funds. Funds will be obligated on individual task orders as they are issued. NAVFAC Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.
Lockheed Martin Rotary and Missions Systems, Owego, New York, is awarded an $18,974,676 cost-plus-fixed-fee delivery order (N0001925F0225) against a previously issued basic ordering agreement (N0001923G0002). This order procures the delivery of two initial structural modification kits for the MH-60S aircraft, and it will provide the non-recurring engineering necessary to address specific MH-60S aircraft systems/ and components that are not expected to meet current service life. Work will be performed in Stratford, Connecticut (75%); and Owego, New York (25%), and is expected to be completed in March 2028. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $596,076; fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $2,000,000, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
1/15
DEFENSE LOGISTICS AGENCY
ASRC Federal Facilities Logistics LLC,** as successor-in-interest to Science Applications International Corp., Fairfield, New Jersey (SPE8E3-25-D-0008, $3,008,600,000); and Noble Supply & Logistics,* Boston, Massachusetts (SPE8E3-25-D-0009, $1,940,200,000), have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8E3-21-R-0001 for commercial maintenance, repair and operations products. This was a competitive acquisition with four responses received for both Northeast Zones One and Two. These are two-year base contracts with four two-year option periods. Locations of performance are West Virginia, Virginia, Maryland, Washington, D.C., Connecticut, Delaware, Maine, New Hampshire, New York, Pennsylvania, Rhode Island, and Vermont, with a Jan.14, 2027, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2025 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
National Industries for the Blind Inc.,*** Alexandria, Virginia, has been awarded a maximum $86,319,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for unisex coats. This is a five-year contract with no option periods. Locations of performance are North Carolina, Illinois and Texas, with a Jan. 14, 2030, ordering period end date. Using military service is Army. 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-B002).
Defense Energy Syndicate LLC,* Bronx, New York (SPE602-25-D-0750, $31,072,990); and TC Chemicals LLC, Pearland, Texas (SPE602-25-D-0751, $8,618,820), have each been awarded a fixed-price with economic-price-adjustment, requirements contract under solicitation SPE602-24-R-0705 for Lubricity Improver additives and fuel system icing inhibitors. This was a competitive acquisition with three responses received. These are two-year contracts with one 30-day carryover and one 90-day carryover. Locations of performance are inside and outside the continental U.S., with a Dec. 31, 2026, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. (Awarded December 23, 2024)
ARMY
Affolter Contracting Co. Inc.,* La Marque, Texas (W912EE-25-D-0001); B&K Construction Co. LLC,* Mandeville, Louisiana (W912EE-25-D-0002); Circle LLC, Belle Chasse,* Louisiana (W912EE-25-D-0003); and Tarpan Construction LLC,* Cottonport, Louisiana (W912EE-25-D-0004), will compete for each order of the $99,500,000 firm-fixed-price contract to perform studies, investigations, designs and construction of compacted, semi-compacted, and un-compacted embankments for levees and berms. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 14, 2030. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity.
DynCorp International, Fort Worth, Texas, was awarded a $23,753,893 modification (P00006) to contract W58RGZ-24-C-0026 for aviation maintenance support services. Work will be performed in Saudi Arabia, with an estimated completion date of July 31, 2025. Fiscal 2025 Foreign Military Sales (Saudi Arabia) funds in the amount of $23,753,893 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
NAVY
Boeing Co., St. Louis, Missouri, is being awarded $18,480,000 for a ceiling-priced delivery order N00383-25-F-YY0U under a previously awarded basic ordering agreement (N00383-22-G-YY01) for the repair of R2 trailing edge flaps used on the F/A-18 E/F aircraft. The delivery order does not include an option period. All work will be performed in Jacksonville, Florida and work is expected to be completed by January 2027. Annual working capital (Navy) funds in the amount of $9,055,200 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.
*Small business
**Small-disadvantaged business
***Mandatory source
1/16
ARMY
HGL-APTIM Technologies JV LLC, Reston, Virginia, was awarded a $49,000,000 cost-plus-fixed-fee contract for environmental remediation 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 Jan. 15, 2030. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-25-D-3000).
Great Lakes Dredge and Dock Co. LLC, Houston, Texas, was awarded a $10,331,250 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in Charleston, South Carolina, with an estimated completion date of June 15, 2025. Fiscal 2025 civil operation and maintenance funds in the amount of $10,331,250 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-25-C-0002).
AIR FORCE
The Boeing Co., St. Louis, Missouri, has been awarded a $43,583,805 modification (P00045) to a previously awarded contract (FA8621-16-C-6390) for KC-46 operation and sustainment. Work will be performed at McConnell Air Force Base, Kansas; McGuire AFB, New Jersey; and Travis AFB, California; and is expected to be completed Dec. 31, 2027. Fiscal 2025 operations and maintenance funds in the amount of $2,520,822 are being obligated at the time of award. The Air Force Lifecycle Management Center, Wright Patterson AFB, Ohio, is the contracting activity. (Awarded Jan. 8, 2025)
NAVY
Northrop Grumman Systems Corp., San Diego, California, is awarded a $39,731,584 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-24-C-6400 to exercise options for Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) Increment One Block One (I1B1) engineering and sustainment support and associated other direct costs. Work will be performed in San Diego, California and is expected to be complete by February 2026. Fiscal 2025 research, development, test and evaluation (Air Force) in the amount of $1,465,771, 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, District of Columbia is the contracting activity.
Barkley Andross Corp.,* Hesperia, California, is awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for electrical work. This contract provides for new construction, sustainment, modernization, and renovation of low voltage electrical systems and components. Work will be performed at various locations within the Naval Base Ventura County, California, area of responsibility and is expected to be completed by Jan. 15, 2033. Fiscal 2025 operations and maintenance, (Navy) funds in the amount of $5,000 will be obligated at the time of award to satisfy the minimum guarantee and will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov Contract Opportunities website as a Small Business set-aside with six offers received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-25-D-2625).
B.L. Harbert International LLC, Birmingham, Alabama, is awarded a $15,050,906 firm-fixed-price modification to previously awarded construction contract (N6945023C0044) for the weapons generation facility at Barksdale Air Force Base, Louisiana. The modification provides for renovations to the integrated maintenance facility. This award brings the total cumulative face value of the contract to $236,033,360. Work will be performed in Bossier Parrish, Louisiana, and is expected to be completed by January 2026. Fiscal 2025 operations and maintenance (Air Force) contract funds in the amount of $15,050,906 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity.
Exodus Advanced Communications Corp.,* Las Vegas, Nevada, is awarded an $8,978,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides the fabrication and delivery of Precision Approach Landing Systems, instrument carrier landing systems, and solid-state transmitters, in support of the Naval Air Warfare Center Aircraft Division, Webster Outlying Field Air Traffic Control, and Landing Systems Division. Work will be performed in Las Vegas, Nevada, and expected to be completed January 2030. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833525D0010).
*Small business
1/17
NAVY
Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $280,418,928 cost-plus-fixed-fee, cost-plus-incentive-fee, and cost type modification to previously awarded contract N00024-23-C-5101 for combat systems engineering efforts of the planned modernization and new combat system capabilities selection for international partner Canadian Royal Navy ships operating AEGIS. Work will be performed in Moorestown, New Jersey and is expected to be completed by January 2028. Foreign Military Sales (Canada) (100%) funds in the amount of $126,174,827 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Head/Diaz 2022, Columbus, Ohio, is awarded a $72,416,190 firm-fixed-price construction contract for airfield repairs at Naval Air Station Key West, Florida. Work will be performed in Monroe County, Florida, and is expected to be completed by January 2027. Fiscal 2025 operation and maintenance (Navy) contract funds in the amount of $72,416,190 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website, with three offers received. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-25-C-0010).
Lockheed Martin Corp., Fort Worth, Texas, is awarded a $17,947,770 modification (P00041) to a previously awarded cost-plus-incentive-fee contract (N0001922C0041). This modification exercises the option and fulfills the need for continued flight test support for Foreign Military Sales (FMS) country unique requirements. This support includes but is not limited to maintaining and supporting aircraft by replacing broken parts, performing scheduled checks and maintenance, conducting safety inspections, replacing perishables, and maintenance of developmental lab infrastructure to enable testing. Work will be performed in Fort Worth, Texas (30%); Palmdale, California (26%); Patuxent River, Maryland (23%); Orlando, Florida (11%); San Diego, California (3%); Linthicum, Maryland (2%); Manchester, New Hampshire (2%); Los Angeles, California (1%); Samlesbury, United Kingdom (1%); and various locations within the continental U.S. (1%), and expected to be completed in March 2027. FMS funds in the amount of $2,200,000 will be obligated at the time of award, none of which expire at the end of the current fiscal year. This modification was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
ND Defense LLC, Madison Heights, Michigan, is awarded a Phase II (Build) modification (P00005) to increase the medium tactical truck (MTT) other transaction authority (OTA) agreement by $17,218,309. Phase I (Design) cost the Government $6,935,948. With the increase of $17,218,309 for Phase II, the total Phase I/II Agreement ceiling value has been increased to $24,154,257. Phase II is the build of the MTT prototype vehicle and will increase the OTA value by $17,218,309, from initial award amount of $6,935,948 for Phase I. This a firm-fixed-price, OTA agreement pursuant to 10 U.S. Code 4022 to research and develop a replacement to the currently fielded medium tactical vehicle replacement. This agreement will continue to leverage the efforts of the Office of Naval Research’s Broad Agency Announcement for the next generation-medium tactical truck by continuing to refine future requirements, understand design and technology tradeoffs through design, prototype build, and testing. This current modification (P00005) marks the start of the Phase II of the MTT agreement. Phase I was completed in September 2024 with the final submission of ND Defense’s critical design review and Phase I executive summary. Work will continue to be performed in Madison Heights, Michigan, with an expected completion date for Phase II of May 2026. Phase III (Test) will resume at the close of Phase II prototype build and continue for approximately eight months into early fiscal 2027. The maximum dollar value for Phase I and Phase II is $24,154,257. Funds will be obligated at time of award. Fiscal 2025 research and development (Marine Corps) funds in the amount of $7,070,600 are being obligated at time of Phase II award in early January 2025. Additional agreement funds will be obligated in fiscal 2026, in the amount of $10,147,709, to fully fund the build efforts of Phase II prototyping agreement. This agreement was a competitive acquisition pursuant to 10 U.S. Code 4022 for the research and development of a MTT prototype vehicle. Marine Corps Systems Command-Program Executive Office-Land Systems, Quantico, Virginia, is the contracting activity (M67854-24-9-5405).
Mustang Advanced Engineering, * Twinsburg, Ohio, is awarded an $11,295,508 firm-fixed-price contract for a test stand capable of testing both left-hand and right-hand V-22 PropRotor Gearbox Input Quill assemblies for the V-22 aircraft. This includes all mechanical, electrical, software, and control systems, as well as ancillary subsystems required to test either PropRotor Gearbox Input Quills. Work will be performed in Twinsburg, Ohio (90%); and Cherry Point, North Carolina (10%), and is expected to be completed in January 2030. Fiscal 2025 working capital (Navy) funds in the amount of $10,437,550 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was competed as a small business set aside with four offers received. Naval Air Systems Command, Commander Fleet Readiness Center, Patuxent River, Maryland, is the contracting activity (N6852025C0001).
AIR FORCE
Lockheed Martin Rotary and Mission Systems, Liverpool, New York, has been awarded a $118,379,696 modification (P00052) to a previously awarded contract (FA8730-21-C-0022) for Three-Dimensional Expeditionary Long-Range Radar. The modification brings the total cumulative face value of the contract to $471,564,766. Work will be performed in Liverpool, New York, and is expected to be completed by March 16, 2027. Fiscal 2025 other procurement funds in the amount of $118,379,696 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.
Lockheed Martin Corp., Fort Worth, Texas, has been awarded an $8,727,655 firm-fixed-price modification (P00095) to a previously awarded contract (FA8615-16-C-6048) for consolidated spares in support of the F-16 Singapore upgrade program. The modification brings the total cumulative face value of the contract to $1,096,992,705. Work will be performed in Fort Worth, Texas, and is expected to be completed by Sept. 31, 2027. This contract involves Foreign Military Sales (FMS) to Singapore. FMS funds in the amount of $8,727,655 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.
ARMY
Cape Environmental Management Inc.,* Norcross, Georgia, was awarded a $49,000,000 cost-plus-fixed-fee contract for soil and groundwater remediation activities. 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 Jan. 16, 2030. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-25-D-3002).
Deloitte & Touche LLP, Arlington, Virginia, was awarded a $26,013,980 hybrid (cost-no-fee and firm-fixed-price) contract for a software-as-a-service solution to manage engineering and construction projects. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 16, 2030. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-F-0061).
Direct Viz Solutions, Chantilly, Virginia, was awarded a $10,347,762 modification (P00046) to contract W91RUS-19-C-0014 for common-user services and operating, managing and defending enterprise IT infrastructure. Work will be performed at Fort Huachuca, Arizona, with an estimated completion date of Feb. 28, 2025. Fiscal 2025 operation and maintenance, Army funds in the amount of $10,347,762 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.
Compotech Inc., Brewer, Maine, was awarded an $8,613,836 firm-fixed-price contract for extendable panelized and collapsible shelter units. Bids were solicited via the internet with one received. Work will be performed in Brewer, Maine, with an estimated completion date of April 16, 2026. Fiscal 2025 research, development, test and evaluation, Army funds in the amount of $8,613,836 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-25-C-A002).
MISSILE DEFENSE AGENCY
Aerojet Rocketdyne, Coleman Aerospace Inc., a wholly owned subsidiary of Aerojet Rocketdyne Inc., Orlando, Florida, is being awarded a $34,116,502 modification P00233 to a previously awarded contract (HQ1047-14-C-0001) to increase direct production labor hours. The value of this contract is increased from $1,229,383,481 to $1,263,499,983. Under this modification, the contractor will provide direct product labor hours for task instructions as set forth in the performance work statement. The work will be performed in Orlando, and Cape Canaveral Space Force Station, Florida. The performance period is from Jan. 1, 2026, through Dec. 31, 2029. Fiscal 2025-2026 research, development, test and evaluation funds in the amount of $114,610.00 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.
*Small business
This entry was posted on Wednesday, January 22, 2025 4:28 pm