INSIDE THE
NEWS + ADVICE
DoD Contracts: ITC Defense, Applied Research Associates, Amentum Services, Week of 2-3-25 to 2-7-25
2/3
NAVY
Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $551,012,019 cost-plus-incentive-fee, fixed-price incentive (firm-target), and firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engineering and technical support and production of the submarine AN/BLQ-10 electronic warfare systems on new-construction and in-service submarines. This contract includes options which, if exercised, would bring the cumulative value of this contract to $1,365,790,743. Work will be performed in Syracuse, New York, and is expected to be completed by January 2030. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $2,000,000 will be obligated to satisfy the minimum guarantee and begin engineering efforts under delivery order N00024-25-F-6260 and the funds will not expire at the end of the current fiscal year. The requirement was competitively procured through full and open competition via System for Award Management (SAM.gov) with one offer received in response to this solicitation. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-D-6211).
Lockheed Martin Space, Littleton, Colorado, was awarded an $86,700,000 cost-plus-incentive-fee, undefinitized contract action (N0003022C1025P00062) for the procurement and delivery of advanced payload modules. Work will be performed in Denver, Colorado (52%); Huntsville, Alabama (36%); Sunnyvale, California (8%); Michoud, Louisiana (2%); Stennis, Mississippi (1%); and at various other locations (1% total). Work is expected to be completed on Sept. 30, 2027, once the contract is definitized. Fiscal 2025 other procurement (Navy) funds in the amount of $43,350,000 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract was awarded on a sole source basis pursuant to 10 U.S. Code 3204(a)(1) and was previously synopsized on the System for Award Management (SAM.gov) online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.
Raytheon Co., Tucson, Arizona, is awarded a $75,125,477 cost-plus-fixed-fee modification to previously awarded contract N00024-23-C-5410 to exercise options for Standard Missiles 2 and 6 (SM-2/6) engineering and technical support. Work will be performed in Tucson, Arizona, and is expected to be completed by March 2028. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $21,754,175 (76%); fiscal 2025 research, development, test, and evaluation (Navy) funds in the amount of $2,782,000 (10%); fiscal 2024 weapons procurement (Navy) funds in the amount of $2,683,000 (9%); Foreign Military Sales (FMS) (Spain) funds in the amount of $581,500 (2%); FMS (Netherlands) funds in the amount of $553,500 (2%); and FMS (Germany) funds in the amount of $398,400 (1%), will be obligated at time of award, of which, $21,754,175 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
General Dynamics NASSCO-Bremerton, Bremerton, Washington, is awarded a $74,868,772 undefinitized contract action resulting in a cost-plus-incentive-fee/award-fee delivery order for the USS Ronald Reagan (CVN 76) Drydocking Planned Incremental Availability (DPIA) in support of repair and alteration requirements. This DPIA is used to complete all necessary updates, repairs, maintenance and similar work to ensure the CVN 76 mission ready. This delivery order stems from the private sector maintenance (PSM) contract N00024-19-D-4310. Funding in the amount of $74,868,772 will be obligated at time of award and will expire at the end of the current fiscal year. Work will be performed in Bremerton, Washington, and is expected to be completed by August 2026. Fiscal 2025 operations and maintenance, (Navy) funds in the amount of $74,868,772 will be obligated at time of award and will expire at the end of the current fiscal year. The PSM contract N00024-19-D-4310 was competitively awarded. Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.
Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $24,980,584 cost-plus-incentive-fee modification to previously awarded contract N00024-23-C-5123 for in-service AEGIS sustainment, system integration, and product documentation and support. Work will be performed in Moorestown, New Jersey, and is expected to be completed December 2025. Fiscal 2025 research development and test funds in the amount of $18,891,980 (75.63%); and fiscal 2019 shipbuilding and conversion funds in the amount of $6,088,603 (24.37%), 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. (Awarded Jan. 30, 2025)
RAM-System GmbH, Ottobrunn, Germany, is being awarded a €16,207,083 firm-fixed-price delivery order N00024-25-F-5443 under basic ordering agreement N00024-24-G-5407 for the development of a Common Electronic Support Measurement System in support of the Rolling Airframe Missile Guided Missile Weapon System. Work will be performed in Ulm, Germany (62%); Schrobenhausen, Germany (30%); and Ottobrunn, Germany (8%), and is expected to be completed by December 2027. German Cooperative Funds in the amount of €16,207,083 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured under the exception 10 U.S. Code 3204(a) (4), International Agreement. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Raytheon Co., Tucson, Arizona, is awarded a $12,160,995 firm-fixed-price and cost-plus-fixed-fee modification to previously awarded contract N00024-23-C-5408 to exercise options and incrementally fund existing contract line items for Standard Missile (SM) depot and intermediate level repair and maintenance and procurement of provisioned items ordered spares. Work will be performed in Tucson, Arizona, and is expected to be completed by May 2029. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $10,156,109 (90%); Foreign Military Sales (FMS) (Taiwan) funds in the amount of $475,000 (5%); FMS (Germany) funds in the amount of $457,949 (4%); and FMS (South Korea) funds in the amount of $138,706 (1%), will be obligated at time of award, of which, $10,156,109 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
AIR FORCE
Leidos Inc., Reston, Virginia, was awarded a $148,752,058 firm-fixed-price contract for Project Night Owl Managed Service Provider. This contract provides for managed services support including network, application, infrastructure, and security. Work will be performed at Tinker Air Force Base, Oklahoma; and Northern Virginia, and is expected to be completed by Feb. 2, 2030. This contract was a competitive acquisition, and seven offers were received. Fiscal 2024 research and development funds in the amount of $23,746,321 are being obligated at the time of award. The Air Force Lifecycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8600-25-C-9080).
BKM Prime AE JV JC LLC, Baltimore, Maryland (FA8903-25-D-0029); Blair Remy Merrick MP JV LLC, Oklahoma City, Oklahoma (FA8903-25-D-0030); Chimborazo JV, Kennesaw, Georgia (FA8903-25-D-0031); Cyntergy-SLA JV, Wichita Falls, Texas (FA8903-25-D-0034); GM Hill Baker JV LLC, Jacksonville, Florida (FA8903-25-D-0032); JP Harvey-Stantec JV, Hampton, Virginia (FA8903-25-D-0033); and WJA Design Collaborative, Seattle, Washington (FA8903-25-D-0035), have been awarded a $49,000,000 ceiling, firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contract for Air Force Civil Engineer Center architect-engineering services. This contract provides for Title I, Title II, and other related architect-engineering services, for dormitory facilities. Work will be performed globally and is expected to be completed Feb. 2, 2030, if all options are exercised. These contracts were competitive acquisitions, and 17 offers were received. Fiscal 2025 operations and maintenance funds in the amount of $17,500 ($2,500 per awardee) are being obligated at the time of award. The 772nd Enterprise Sourcing Squadron, Joint Base Lackland-San Antonio, Texas, is the contracting activity.
Definitive Logic Corp., Arlington, Virginia, was awarded a not-to-exceed $21,236,975 for program and budget enterprise systems (PBES) system integrator modernization support. This contract provides for system integration to manage customized commercial off-the-shelf software, modernization of the program, offering technical and engineering support, documenting the PBES System, delivering software configurations and reducing technical debt, operating a customer support desk, and training the user community. Work will be performed at the Pentagon, Washington, D.C., and is expected to be completed by July 1, 2026. This contract was a sole source acquisition. Fiscal 2025 operation and maintenance funds in the amount of $1,409,879 are being obligated at the time of award. The Air Force Lifecycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8770-25-C-B003).
ARMY
Yaeger Architecture Inc.,* Seattle, Washington (W912DW-25-D-1011); Raymond Pond Federal Solutions JV, LLC,* Conyers, Georgia (W912DW-25-D-1012); WJA PLLC,* Seattle, Washington (W912DW-25-D-1013); G.M. HILL BAKER JV LLC,* Jacksonville, Florida (W912DW-25-D-1014); and Pacrim-Transystems JV LP,* Fife, Washington (W912DW-25-D-1014), will compete for each order of the $95,000,000 firm-fixed-price contract for multidiscipline design services. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 2, 2032. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity.
Amentum Services Inc., Chantilly, Virginia, was awarded a $12,840,184 modification (P00008) to contract W58RGZ-25-C-0003 for global aviation maintenance services. Work will be performed in Fort Campbell, Kentucky; Fort Drum, New York; and Kuwait, with an estimated completion date of Nov. 30, 2025. Fiscal 2024 aircraft procurement, Army and 2025 operation and maintenance, Army funds in the amount of $12,840,184 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
CORRECTION: The $259,999,400 multiple award task order contract (W912DY-25-D-0030, W912DY-25-D-0031, W912DY-25-D-0032, W912DY-25-D-0033, W912DY-25-D-0034, W912DY-25-D-0018, W912DY-25-D-0019, W912DY-25-D-0020, W912DY-25-D-0021, W912DY-25-D-0022, W912DY-25-D-0023, W912DY-25-D-0023, W912DY-25-D-0024, W912DY-25-D-0026, W912DY-25-D-0027, W912DY-25-D-0028 and W912DY-25-D-0028) announced on Jan. 30, 2025 was actually for $260,002,400.
*Small business
2/4
ARMY
Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $133,017,600 firm-fixed-price contract for M1093 Low Velocity Air Drop vehicles and M1081 vehicles. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2027. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-F-0168).
Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $43,659,610 firm-fixed-price contract for the Family of Medium Trucks. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 30, 2026. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-F-0135).
Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $23,307,394 modification (P00002) to contract W912CH-25-F-0018 for the Family of Medium Tactical Vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 30, 2026. Fiscal 2023 Army Reserve funds; fiscal 2024 other procurement, Army funds; fiscal 2024 Integrated Fires and Missiles Command funds; and fiscal 2024 Army National Guard Personnel funds in the amount of $23,307,394, were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.
Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $14,848,311 firm-fixed-price contract for the Family of Medium Trucks. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2026. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-F-0152).
Applied Research Associates Inc., Albuquerque, New Mexico, was awarded a $7,968,971 modification (P00014) to contract W911QX-23-C-0010 for geospatial intelligence support. Work will be performed in Raleigh, North Carolina, with an estimated completion date of July 13, 2026. Fiscal 2025 developmental test and evaluation, defense funds in the amount of $4,415,402 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.
NAVY
Lockheed Martin Corp., Syracuse, New York, is awarded a $23,532,048 cost-plus-incentive-fee modification to a previously awarded delivery order (N00024-24-F-6220) under an indefinite-delivery/indefinite-quantity contract (N00024-19-D-6200) to exercise options for engineering support of submarine electronic warfare systems on new construction and in-service submarines. Work will be performed in Syracuse, New York, and is expected to be completed by February 2026. Fiscal 2025 research, development, test, and evaluation (Navy) funds in the amount of $8,569,156 (85%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $1,000,000 (10%); and fiscal 2025 operation and maintenance (Navy) funds in the amount of $500,000 (5%), will be obligated at the time of award, of which $500,000 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
*Small business
2/5
NAVY
Contrack Watts Inc., McLean, Virginia (N44255-21-D-5003); Manson Construction Co., Seattle, Washington (N44255-21-D-5004); Nova Group Inc., Napa, California (N44255-21-D-5005); R.E. Staite Engineering Inc., San Diego, California (N44255-21-D-5006); The Dutra Group, San Rafael, California (N44255-21-D-5007); Triton Marine Construction Group, Bremerton, Washington (N44255-21-D-5008); Western Marine Construction Inc., Seattle, Washington (N44255-21-D-5009); and McMillen Inc., Boise, Idaho (N44255-21-D-5010), are awarded a $86,000,000 indefinite-delivery/indefinite-quantity modification to a previously-awarded contract. This modification increases the not-to-exceed ceiling capacity of a previously awarded contract for construction of piers, wharves, sea walls, docks, marinas, shore protection, dredging, and related utilities. This award brings the total cumulative face value of the contract to $326,000,000. Work will be performed primarily within the Naval Facilities Engineering Systems Command (NAVFAC) Northwest area of responsibility including Washington (92%), Oregon (2%), Alaska (2%), Idaho (1%), Montana (1%), and Wyoming (1%). Work may also be performed in the remainder of the U.S. (1%), with an expected completion date of February 2026. No funding is being obligated as part of this modification. Funding will be provided by military construction and operations and maintenance, (Navy) funds upon issuance of task orders. NAVFAC Northwest, Silverdale, Washington, is the contracting activity.
The Boeing Co., St. Louis, Missouri, is being awarded $51,625,012 for firm-fixed-priced delivery order (N00383-25-F-YY0Q) under previously awarded basic ordering agreement (N00383-22-G-YY01) for the procurement of 175 SUU-79 pylons in support of the F/A-18 E/F aircraft. The delivery order does not include an option provision. Work will be performed in Mesa, Arizona (90%); and St. Louis, Missouri (10%). Work is expected to be completed by February 2029. Working capital funds (Navy) in the full amount of $51,625,012 will be obligated at 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.
Lockheed Martin Corp., Syracuse, New York, was awarded a $23,532,048 cost-plus-incentive-fee modification to previously awarded Delivery Order (N00024-24-F-6220) under indefinite-delivery/indefinite quantity contract (N00024-19-D-6200) to exercise options for engineering support of submarine electronic warfare systems on new construction and in-service submarines. Work will be performed in Syracuse, New York, and is expected to be completed by February 2026. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $8,569,156 (85%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $1,000,000 (10%); and fiscal 2025 operation and maintenance (Navy) funds in the amount of $500,000 (5%), will be obligated at the time of award, of which $500,000 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
ARMY
GM Defense LLC, Detroit, Michigan, was awarded a $44,884,510 firm-fixed-price contract for Infantry Squad Vehicles. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2025. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-F-0154).
Cromwell Architects Engineers Inc.,* Little Rock, Arkansas (W912HP-25-D-5004); CEMS Engineering Inc.,* Summerville, South Carolina (W912HP-25-D-5005); Cape Fear Engineering Inc.,* Belville, North Carolina (W912HP-25-D-5006); and The Johnson-McAdams Firm P.A.,* Greenwood, Mississippi (W912HP-25-D-5007), will compete for each order of the $30,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with 22 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 5, 2030. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity.
*Small business
2/6
ARMY
ITC Defense Corp.,* North Charleston, South Carolina, was awarded an $82,384,032 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for programmatic support services. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-25-D-0002).
Alliant-ATI JV LLC,* Knoxville, Tennessee (W912DQ-25-D-3003); Bluestone Burns & McDonnell JV II,* Malvern, Pennsylvania (W912DQ-25-D-3004); FPM-AECOM JV2,* Oneida, New York (W912DQ-25-D-3005); GEO Consultants Corporation,* Kevil, Kentucky (W912DQ-25-D-3006); and PCI Bhate JV LLC,* Reston, Virginia (W912DQ-25-D-3007), will compete for each order of the $45,000,000 order-dependent contract for architect-engineer services. 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 Aug. 5, 2030. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity.
OK2 Construction LLC,* Cleburne, Texas (W911SA-25-D-2002); A&J Construction Management LLC,* Springdale, Arkansas (W911SA-25-D-2003); MGS Construction Services Inc.,* Sallisaw, Oklahoma (W911SA-25-D-2004); Axxis Building Systems Inc.,* Weatherford, Texas (W911SA-25-D-2006); and Ryan Herring Construction Inc.,* Lawton, Oklahoma (W911SA-25-D-2005), will compete for each order of the $15,000,000 firm-fixed-price contract for design-build construction services. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2030. 419th Contracting Support Brigade, Fort Bragg, North Carolina, is the contracting activity.
The Dutra Group, San Rafael, California, was awarded a $14,983,000 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Cape Canaveral, Florida, with an estimated completion date of Nov. 16, 2025. Fiscal 2021, 2022, and 2025 civil operation and maintenance funds in the amount of $14,983,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-25-C-0005).
NAVY
Raytheon Co., McKinney, Texas, is awarded a $52,200,000 firm-fixed-price delivery order (N0001925F0205) against a previously issued basic ordering agreement (N0001920G0007). This order will procure 18 forward looking infrared high-definition turret assembly spares in support of Foreign Military Sales (FMS) owned MH-60 aircraft. The quantity breakdown per FMS country is as follows: Saudi Arabia – 1; South Korea – 1; Norway – 8; Spain – 4; and India – 4. Work will be performed in McKinney, Texas (70%); El Segundo, California (9%); Keene, New Hampshire (8%); Apopka, Florida (7%); Orlando, Florida (2%); Princeton, New Jersey (2%); San Diego, California (2%); and is expected to be completed by February 2028. FMS customer funds in the amount of $52,200,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This order was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Northrop Grumman Systems Corp., Chandler, Arizona, is awarded a $12,599,431 firm-fixed-price, cost reimbursable order (N0001925F0079) against a previously issued basic ordering agreement (N0001921G0002). This order provides nonrecurring engineering efforts required to produce a replacement fin actuator control system and motor control valve actuator for the GQM-163A Coyote Supersonic Sea-Skimming Target to support weapon system test and evaluation for the Navy. Work will be performed in Chandler, Arizona (63%); Montville, New Jersey (35%); and Huntsville, Alabama (2%), and is expected to be completed January 2028. Fiscal 2023 weapons procurement (Navy) funds in the amount of $12,599,431 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. This order was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Detyens Shipyards Inc.,* Charleston, South Carolina, is awarded a $10,135,702 firm-fixed-price contract (N3220525C4061) for a 100-calendar day shipyard availability for a post-shakedown availability of Military Sealift Command’s expeditionary fast transport USNS Cody (T-EPF 14). This contract includes a base period and five unexercised options for additional work and time, which, if exercised, would bring the cumulative value of this contract to $10,641,148. Work will be performed in Charleston, South Carolina, beginning April 1, 2025, and is expected to be completed by July 9, 2025. Working capital funds (Navy) in the amount of $10,135,702 are obligated for fiscal 2025 and will not expire at the end of the fiscal year. This contract was a small business set-aside with proposals solicited via the Government Point of Entry website and four offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C4061).
Defense Logistics Agency
SupplyCore Inc.,* Rockford, Illinois, 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 235-day bridge contract. Locations of performance are Louisiana, and Texas, with a Sept. 29, 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-0010).
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 174-day bridge contract. Locations of performance are Colorado, New Mexico, Oklahoma, Kansas, and Arkansas, with a July 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-0011).
FRM Socks LLC, doing business as Fox River Mills, Osage, Iowa, has been awarded a maximum $11,796,375 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for cold weather socks system. This was a competitive acquisition with four responses received. This is a three-year contract with no option periods. The ordering period end date is Feb. 5, 2028. Using military services are Army and Air Force. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-0038).
CORRECTION: The contract announced on Jan. 30, 2025, for Bethel Yuut LLC,* Anchorage, Alaska (SPE1C1-25-D-0036), for $33,518,731 was announced with an incorrect award date. The correct award date is Feb. 4, 2025. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
CORRECTION: The contract announced on Jan. 31, 2025, for Valero Marketing and Supply Co., San Antonio, Texas (SP0602-25-D-0649), for $200,015,200 was announced with an incorrect award date. The correct award date is Feb. 4, 2025. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
Southwest Research Institute, San Antonio, Texas, has been awarded a $15,014,991 modification (P00006) to previously awarded cost-plus-fixed-fee contract HR001123C0116, to exercise Phase Two, Option One, for the Cancun program. This contract provides for distributable nodes to measure the high frequency (HF) radio environment for improved warfighter situational awareness in the critical HF radio band. Work will be performed in San Antonio, Texas (66%); Utica, New York (14%); Seattle, Washington (15%); and Chapel Hill, North Carolina (5%), with an expected completion date of February 2027. Fiscal 2025 research, development, test, and engineering funds in the amount of $4,000,000 are being obligated at time of award. The base contract was a competitive acquisition under broad agency announcement HR001123S0014 and was awarded on June 20, 2023. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. (Awarded Feb. 5, 2025)
*Small business
2/7
NAVY
Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $167,383,203 firm fixed priced contract for production of 40 MT7 turboshaft engines, ancillary parts, installation kits, and a portable test tool inspection in support of the Ship to Shore Connector Program, Landing Craft, Air Cushion (LCAC), 100 Class craft. This contract includes options which, if exercised, would bring the cumulative value of this contract to $167,732,263. Work will be performed in Indianapolis, Indiana, and is expected to be completed by June 2028. If all options are exercised, work will continue through December 2028. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $68,866,108 (41%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $49,380,072 (30%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $31,437,024 (19%); fiscal 2025 other procurement (Navy) funds in the amount of $8,980,000 (5%); and fiscal 2024 other procurement (Navy) funds in the amount of $8,719,999 (5%), will be obligated at time of award, none of which 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)(1) as there is only responsible source, and no other type of property or services will satisfy the need of the agency. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-C-2405).
Eagle Systems Inc.,* is awarded a $71,421,458 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides material management and logistics support services, to include life cycle management, material and equipment management, and recordkeeping and reporting in support of the application of rapid development, rapid prototyping, and system integration in the development of product-based solutions to support combat integration and identification systems, ship and air integrated systems, special communications mission solutions, air traffic control and landing systems, airborne systems integration, and integrated command, control and intel systems for the Navy, Foreign Military Sales customers and non-Department of Defense partners. Work will be performed in St. Inigoes, Maryland (91%); Fayetteville, North Carolina (3.5%); Patuxent River, Maryland (3%); San Diego, California (2%); and Norfolk, Virginia (0.5%), and expected to be completed February 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 procured as a small business set-aside, six offers were received. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042125D0050).
Hornbeck Offshore Operators, Covington, Louisiana, is being awarded a $48,360,544 firm-fixed-price contract (N3220525C4134) for the operation and maintenance of four government-owned Transportation Auxiliary General Submarine Escort (T-AGSE) vessels. The vessels under this award include USNS Arrowhead, USNS Eagleview, USNS Westwind, and USNS Black Powder. The contract includes a six-month base period with a six-month option. The contract will be performed in Kings Bay, Georgia; and Bangor, Washington, beginning March 1, 2025, based on the availability of funds clause at Federal Acquisition Regulation (FAR) 52.232-18 and will utilize fiscal 2025 working capital funds (Navy), and will conclude Feb. 28, 2026, if the option is exercised. This contract is a Sole Source Bridge and was not competitively procured, under the authority of 41 U.S. Code 3304(a)(2), as implemented by FAR 6.302-2 Unusual and compelling urgency. Military Sealift Command, Norfolk, Virginia, is the contracting activity.
General Dynamics Electric Boat Corp., Groton, Connecticut, was awarded a $35,544,057 cost plus fixed fee modification to a previously awarded contract (N00024-12-C-2115) for planning and execution of USS Hyman G. Rickover (SSN 795) Post Delivery Work Period on Feb. 6, 2025. Work will be performed in Groton, Connecticut, and is expected to be completed by Feb. 22, 2026. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $8,000,000 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured. The statutory authority for this sole source award is in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) – Only one responsible source and no other supplies or services will satisfy agency requirements. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.
Tri Star Engineering Inc.,* Bloomington, Indiana, is awarded a $7,760,423 cost-plus-fixed-fee contract for waterfront support services and Alteration Installation Team services for Naval Surface Warfare Center, Crane Division, Maritime Electromagnetic Warfare Systems Division. This contract includes options which, if exercised, would bring the cumulative value of this contract to $44,008,075. Work will be performed in Norfolk, Virginia (45%); San Diego, California (45%); Crane, Indiana (7%); and Bremerton, Washington (3%), and is expected to be completed by February 2026. If all options are exercised, work will continue through February 2030. Fiscal 2024 appropriation account other procurement (Navy) funds in the amount of $111,528 will be obligated at time of award. This contract was competitively procured via the System for Award Management website, with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016425CWM44).
AIR FORCE
The University of Florida, Gainesville, Florida, was awarded a $49,000,000 ceiling, indefinite-delivery/indefinite-quantity contract for the Research and Engineering Education Facility. This contract provides the academic core of a regional innovation, education, and workforce development competency, as well as provide for open and applied research capability complementing Air Force Research Laboratory and Eglin Air Force Base missions. Work will be performed at Shalimar, Florida, and is expected to be completed by Feb. 7, 2030. This contract was a sole source acquisition awarded off Business Associate Agreement FA8651-22-S-0001. No funds are being obligated at time of award. The Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity (FA8651-25-D-B002).
ARMY
Lupini Construction Inc.,* Utica, New York, was awarded a $22,102,053 firm-fixed-price contract for stone masonry restoration services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 16, 2030. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911SD-25-D-A005).
Weston Solutions Inc., Peachtree Corners, Georgia, was awarded a $9,566,188 modification (P00006) to contract W912DY-22-F-0081 for maintenance and repair of petroleum facilities and systems. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 8, 2026. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-22-F-0081).
Interdyne Corp.,* Cornelius, North Carolina, was awarded an $8,335,828 modification (P00008) to contract W912ER-22-C-0018 for facility maintenance. Work will be performed in Cairo, Egypt, with an estimated completion date of Dec. 16, 2025. Fiscal 2025 other procurement, Army funds in the amount of $8,335,828 were obligated at the time of the award. U.S. Army Corps of Engineers, Middle East District, is the contracting activity.
*Small business
This entry was posted on Thursday, February 13, 2025 12:11 pm