INSIDE THE

NEWS + ADVICE

DoD Contracts: CACI, Lockheed Martin, Northrop Grumman Systems Corp., Week of 2-10-25 to 2-14-25

Posted by Ashley Jones

2/10

ARMY

Entergy Louisiana LLC, Jefferson, Louisiana, was awarded a $129,233,000 firm-fixed-price contract for electricity services. 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. 31, 2034. 418th Contracting Support Brigade, Fort Johnson, Louisiana, is the contracting activity (W9124E-25-F-A010).

NAVY

NCS Technologies Inc., Manassas, Virginia, is awarded a $31,804,662 delivery order issued against NASA Solutions for Enterprise-Wide Procurement (SEWP) indefinite-delivery/indefinite-quantity contract (NNG15SD51B). This procurement is for the fiscal 2025 enterprise-wide general-purpose laptops (GPLs) with docking stations refresh for the Marine Corps. The order includes an initial requirement for 35,891 GPLs. Separate option contract line item numbers to purchase up to an additional 10,371 GPLs are available. A quantity of 46,262 GPLs will be procured via this order if all options are exercised. The GPLs will be delivered to Enterprise Staging and Delivery, Norfolk, Virginia. Delivery, if all options are exercised, is expected to be completed by Dec 31, 2025. Fiscal 2025 procurement (Marine Corps) funds in the amount of $24,674,704 will be obligated under this delivery order award. Funds will not expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the NASA SEWP website. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-25-F-4002).

Detyens Shipyards Inc.,* North Charleston, South Carolina, is awarded a $21,145,267 firm-fixed-price contract (N3220525C4144) for a 180-calendar day shipyard availability for the regular overhaul and dry dock availability of Military Sealift Command’s fleet replenishment oiler USNS John Lenthall (T-AO 189). This contract includes a base period and four options which, if exercised, would bring the cumulative value of this contract to $21,783,917. Work will be performed in North Charleston, South Carolina, beginning March 23, 2025, and is expected to be completed by Sept. 18, 2025. Working capital funds (Navy) in the amount of $21,145,267 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 three offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C4144).

CACI Inc.-Federal, Chantilly, Virginia, is awarded a $10,059,842 cost-plus-fixed-fee modification to previously awarded contract (N00024-23-C-4122) to exercise options for an additional year of technical engineering services and program support for the River Class Destroyer Program. Work will be performed in Washington, D.C., and is expected to be completed by February 2026. Foreign Military Sales (Canada) funds in the amount of $5,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command Headquarters, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Bernard Cap LLC,* Hialeah, Florida, has been awarded a maximum $8,966,974 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men’s and women’s white jumpers. This was a competitive acquisition with seven responses received. This is a five-year contract with no option periods. The ordering period end date is Feb. 9, 2030. Using military service is Navy. 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-0037).

*Small business

2/11

NAVY

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, was awarded a $114,162,885 cost-plus-incentive-fee modification to previously awarded contract N00024-20-C-6117 to exercise options for the Navy’s procurement of hardware to support sound navigation and ranging systems. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by May 2031. Fiscal 2025 other procurement (Navy) funds in the amount of $73,526,137 (64%); and fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $40,636,748 (36%), 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 Feb. 6, 2025)

AIR FORCE

General Atomics-Aeronautical Systems Inc., Poway, California, has been awarded a $26,620,920 modification (P00043) to a previously awarded contract (FA8620-19-C-2003) for United Kingdom Royal Air Force MQ-9 Reaper contractor logistics support. Work will be performed in Poway, California, with an expected completion date of Sept. 30, 2025. This contract was a sole source acquisition. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contract activity. (Awarded Feb. 6, 2025)

CORRECTION: The $49,000,000 contract (FA8651-25-D-B002) awarded to the University of Florida, Gainesville, Florida, on Feb. 6, 2025, incorrectly stated it was awarded off Business Associate Agreement FA8651-22-S-0001. It was actually awarded off Broad Agency Announcement FA8651-22-S-0001.

WASHINGTON HEADQUARTERS SERVICES

Analytic Services Inc., Falls Church, Virginia, has been awarded an $8,176,121 firm-fixed-price contract (HQ0034-22-F-0027) to provide technical support services for enhancing Department of Defense Information Technology Enterprise goals, mission effectiveness, cyber security, and efficiency to the DOD Chief Information Office. Fiscal 2025 operations and maintenance funds in the amount of $8,176,121 are being obligated at the time of the award. The cumulative total of the contract is $18,512,763, and if all options are exercised the total will be $19,015,384. The estimated completion date is Feb. 28, 2027. Work will be performed at the Pentagon, Washington, D.C. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

*Small business

2/12

NAVY

AEG Group Inc.,* Grayslake, Illinois, is awarded a $49,742,406 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures Motorola ultra-high frequency, very high frequency, and multi-band radios and accessories for the Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field Special Communications Mission Solutions Division in support of Commander, Navy Installations Command Enterprise Land Mobile Radio technical refresh of first responder equipment. Work will be performed in Saint Inigoes, Maryland, and expected to be completed in 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 competed with seven offers received. NAWCAD, Lakehurst, New Jersey, is the contracting activity (N6833525D0005).

Teya Support Services LLC,* Anchorage, Alaska, is awarded a $48,747,963 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides for the study, design, fabrication, integration, installation, validation, analysis, outreach materials, and support services for the China Lake earthquake recovery and/or China Lake Propulsion Laboratory and Energetics facilities over a sixty-month period. Work will be performed in China Lake, California, and is expected to be completed by February 2029. 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 competed. Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893625D0011).

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $23,420,682 cost-plus-fixed-fee modification (P00021) to an order (N0001921F0008) against a previously issued basic ordering agreement (N0001917G0002). This modification exercises an option to provide continued flight test support for the V-22 Osprey aircraft for the Navy, Marine Corps, Air Force, and the government of Japan. Work will be performed in Patuxent River, Maryland (70%); Philadelphia, Pennsylvania (15%); Fort Worth, Texas (10%); and Hurlburt Field, Florida (5%), and is expected to be completed in January 2026. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $7,164,907; fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $4,402,009; fiscal 2025 research, development, test and evaluation (Air Force) funds in the amount of $2,419,793; fiscal 2025 procurement (Defense-wide) funds in the amount of $532,000; fiscal 2025 research, development, test and evaluation (Defense-wide) funds in the amount of $392,000; fiscal 2023 aircraft procurement (Air Force) funds in the amount of $1,796,590; and Foreign Military Sales customer funds in the amount of $1,542,414, will be obligated at the time of award, of which $1,542,414 will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Rouxbe Global Food Group Inc.,* Spokane, Washington, was awarded a $12,195,000, firm-fixed-price contract (N3220524C4135) to provide food service and logistics training services for various Military Sealift Command N4 Logistics’ Directorate Divisions. The contract will be performed on a worldwide basis beginning Feb. 13, 2025, and will conclude on Jan. 31, 2030, if all options are exercised. The contract contains a five-month base period, four one-year options, and an option to extend services for up to six months in accordance with Federal Acquisition Regulation 52.217-8. This competitive procurement solicitation was solicited via the Government Point of Entry website and two proposals were received in response to the solicitation. The contract award was protested, and corrective action was taken. Working capital funds (Navy) in the amount of $2,297,060 were previously obligated for fiscal 2024. Military Sealift Command, Norfolk, Virginia, is the contracting activity.  

SOLUTE, San Diego, California, was awarded an $11,553,284 cost-plus-fixed-fee and cost modification to previously awarded contract N00024-24-C-6301 to exercise options for the Autonomy Baseline Manager to support oversight and management of autonomous systems development and the associated central software repository for unmanned autonomy artifacts, processes, and procedures. Work will be performed in Arlington, Virginia, and is expected to be completed by February 2026. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $1,000,000 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.

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $9,177,837 cost-plus-incentive-fee modification to previously awarded contract N00024-23-C-5123 for capability package development and fielding, system integration and fielding, and in-service sustainment in support of current configurations of the AEGIS combat system. Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2025.  Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $3,483,460 (80.06%); fiscal 2024 operations and maintenance (Navy) funds in the amount of $777,207 (17.86%); fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $84,315 (1.94%); fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $6,406 (0.15%), will be obligated at time of award, of which $4,351,289 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AIR FORCE

Apex Technology Inc., Culver City, California, was awarded a $45,900,000 firm-fixed-price contract for multiple space vehicles to operate in two space orbits. This contract provides the Space Force funds to advance the deployment of space vehicles capable of operating across various orbital regimes. Work will be performed in Culver City, California, and is expected to be complete by September 2032. Fiscal 2024 research and development funds in the amount of $22,000,000 are being obligated at the time of award. Space Systems Command, Kirtland Air Force Base, New Mexico, is the contracting activity (FA8809-25-C-B005).

ARMY

Northrop Grumman Systems Corp., Plymouth, Minnesota, was awarded a $19,794,134 modification (P00103) to contract W15QKN-13-C-0074 for precision guidance kits. Work will be performed in Plymouth, Minnesota, with an estimated completion date of May 21, 2028. Fiscal 2025 procurement of ammunition, Army funds in the amount of $19,794,134 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity. (Awarded Feb. 11, 2025)

*Small business

2/13

DEFENSE LOGISTICS AGENCY

DGCI Corp., McLean, Virginia, has been awarded a maximum $397,716,480 firm-fixed-price contract for contractor-owned, contractor-operated fuel storage services for receiving, storing, protecting and shipping various government-owned fuel at Defense Fuel Support Point Services, Port Moresby, Papua New Guinea. This was a competitive acquisition with two responses received. This is a four-year base contract with one five-year option period and one option to extend, not to exceed six-months. The performance completion date is June 29, 2030. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603‐25‐C‐5002).

UPDATE: AB Matin Services Inc.,* Springdale, Arkansas (SPE2D1‐25‐D‐0002, $100,000,000), has been added as an awardee to the multiple award contract for patient monitoring systems, accessories, training and maintenance, issued against solicitation SPE2D1-17-R-0001 and awarded Dec. 14, 2018. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

ARMY

Flash Steelworks Inc., Washington, Michigan, was awarded a $90,000,000 firm-fixed-price contract to for develop low-cost, ultra-high-strength alloys. 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 Feb. 12, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-25-D-0001).

Amentum Services Inc., Chantilly, Virginia, was awarded a $74,836,694 modification (0001BE) to contract W52P1J-17-G-0091 for delivery of critical maintenance, supply and transportation requirements at Fort Campbell. Work will be performed at Fort Campbell, Kentucky, with an estimated completion date of June 14, 2027. Fiscal 2025 operation and maintenance, Army funds in the amount of $4,267,835 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Teledyne FLIR Defense Inc., Elkridge, Maryland, was awarded a $74,226,486 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract to integrate sensors onto the M1135 Flat Bottom Hull Stryker. Bids were solicited via the internet with one received. Work will be performed in Elkridge, Maryland, with an estimated completion date of Feb. 2, 2029. Fiscal 2024 procurement, defense-wide funds and research, development, test and evaluation, Army funds in the amount of $16,813,554 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-25-C-0012).

AIR FORCE

Northrop Grumman Systems Corp.-Space Systems Division, Redondo Beach, California, has been awarded a $27,580,082 cost-plus-fixed-fee modification (P00052) to a previously awarded contract (FA8808-20-C-0049) for the Evolved Strategic Satellite Communications Rapid Prototyping Special Study #6 effort. The contract modification provides for a special study for Technical Maturation and Risk Reduction performing trade space analysis with continued systems engineering support to evaluate and inform feasibility and function for Space Segment design. The modification brings the total cumulative face value of the contract to $408,909,620. Work will be performed in Redondo Beach, California, and is expected to be complete by June 15, 2025.  Fiscal 2025 research and development funds in the amount of $15,673,720 are being obligated at the time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

Princetel Inc., Hamilton, New Jersey, was awarded a $9,999,999 ceiling, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for slip ring assembly repair services. This contract provides for teardown, test and evaluation, and major and minor repair of the slip ring assembly. Work will be performed in Hamilton, New Jersey, and is expected to be completed by Nov. 1, 2029, with an extra year of delivery until Nov. 1, 2030. This contract was a sole source acquisition. Fiscal 2025 working capital funds in the amount of $1,082,224 are being obligated at time of award. The Air Force Sustainment Center Supply Chain Management Division, Hill Air Force Base, Utah, is the contracting activity (FA8250-25-D-0001).

Select Engineering Services, Layton, Utah, has been awarded a $9,400,000 ceiling value modification (P0008) to a previously awarded contract (FA8214-22-C-0005) for the energy storage system replacement Small Business Innovation Research Phase III as a part of Fast Rising B-Plug service life extension program. The modification brings the total cumulative face value of the contract to $13,800,000 from $4,400,000.  Work will be performed at Layton, Utah, and is expected to be completed by Oct. 30, 2027. Fiscal 2024 research, development, test and evaluation funds in the amount of $3,300,000 are being obligated at time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

NAVY

Raytheon Co., Tucson, Arizona, was awarded an $18,732,350 cost-plus-fixed-fee modification to a previously awarded contract (N00024-23-C-5401) to exercise options for design agent and engineering support services for the Rolling Airframe Missile. Work will be performed in Tucson, Arizona, and is expected to be completed by March 2028. Federal Republic of Germany funds in the amount of $22,471,090 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. 

Lockheed Martin Corp. Rotary and Mission Systems, Littleton, Colorado, is being awarded a $12,028,735 modification to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price contract (N00039-19-D-0006) to provide continuing support for the Navy and other agencies’ Radiant Mercury (RADMERC) operations to securely transfer data across different security domains. The contract provides for the installation, program management, maintenance, modernization and sustainment of RADMERC systems. The contract will also provide system security authorization support, and logistics and training services. No funds will be obligated at the time of award. Contract funds will be obligated on individual delivery orders. This modification increases the estimated value of the contract from $92,213,609 to $104,242,344. The period of performance of the current Option Period is from Oct. 27, 2021, to Sept. 30, 2029, and will not be extended by this modification. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Frontier Electronic Systems Corp., Stillwater, Oklahoma, is awarded a $9,871,875 indefinite-delivery/indefinite-quantity contract (N0017825D4502), containing cost-plus-fixed-fee and firm-fixed-price line items for hardware and support for the AN/SPQ-15(V) system equipment and contractor support to Naval Surface Warfare Center Dahlgren Division Dam Neck Activity and coalition partners. Work will be performed in Stillwater, Oklahoma, and is expected to be completed by February 2030. This contract is for the government of Australia under the Foreign Military Sales (FMS) program. Fiscal 2025 FMS Australia funds in the amount of $500 (minimum contract guarantee) will be obligated at time of award. All other funding will be made available at the delivery order level as contracting actions occur. This contract was not competitively procured in the Federal Business Opportunities. This contract is a sole source, In accordance with Title 10 of the U.S. Code, section 10 U.S. Code 3204(a)(1), as implemented by paragraph (a)(2)(ii) of Federal Acquisition Regulation 6.302-1 authorizes the use of other than full and open competition when it is necessary to award the contract to a particular source or sources when “supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition; or (B) Unacceptable delays in fulfilling the agency’s requirements”. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N0017825D4502).

*Small business

2/14

AIR FORCE

Anduril Industries Inc.,* Costa Mesa, California, was awarded a $99,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Thunderdome Small Business Innovation Phase III. This contract provides for rapid prototyping projects utilizing the Lattice core software capability. Work will be performed at Costa Mesa, California, and is expected to be completed by Feb. 13, 2030. This contract was a sole source acquisition under Small Business Innovation Research Phase III. Fiscal 2024 research, development, test and evaluation funds in the amount of $8,400,000 are being obligated at time of award. AFWERX, Dayton, Ohio, is the contracting activity. (FA2280-25-D-0001)

Sierra Nevada Co., Hagerstown, Maryland, was awarded a $29,661,478 firm-fixed-price contract with cost-plus-fixed-fee line items for follow-on support and long-term sustainment of the Royal Saudi Air Force King Air 350ER aircraft. This contract provides field service representatives, program management, over and above, repair and return work, and diminishing manufacturing sources and material shortages. Work will be performed in Hagerstown, Maryland; and Prince Sultan Air Base, Saudi Arabia; and is expected to be completed April 30, 2029. This contract involves Foreign Military Sales (FMS) to the Kingdom of Saudi Arabia. This contract was a sole-source acquisition. FMS funds in the amount of $2,872,091 are being obligated at the time of the award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8691-25-C-B003).

NAVY

Bowhead Enterprise, Science and Technology LLC*, Springfield, Virginia, is awarded a $52,174,050 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides for research and analysis, strategic initiatives and planning, executive leadership management, corporate data management, perform sound practical educational activities, administrative, operational, and technical support services in support of the Naval Air Systems Command (NAVAIR) immediate staff of Flag Office and direct reporting teams, the NAVAIR Command Strategic Leadership Support team, the Business and Financial Management Competency, the Joint Strike Fighter front office, and the NAVAIR Washington Liaison Office. Work will be performed in Patuxent River, Maryland (87.5%); and Arlington, Virginia (12.5%), and is expected to be completed by April 2030. No funds will be obligated at the time of the award; funds will be obligated on individual orders as they are issued. This contract was competed as an 8(a) small business set aside; seven offers were received. NAVAIR, Patuxent River, Maryland, is the contracting activity (N0042125D0048).

Gibbs & Cox Inc., Arlington, Virginia, is awarded a $32,435,193 cost-plus-award-fee and cost-plus-fixed-fee modification to a previously awarded contract (N00024-22-C-2313) to exercise options for surface combatant ship design and engineering efforts for the Navy’s Future Surface Combatant Force, primarily in support of the DDG(X) Program, as well as other emerging ship concepts, and conduct feasibility studies as part of supporting the broader Navy fleet. Work will be performed in Washington, D.C. (54%); Arlington, Virginia (43%); and Philadelphia Pennsylvania (3%), and is expected to be complete by February 2026. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $10,338,492 (90%); fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $746,601 (6%); and fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $458,262 (4%), will be obligated at time of award. No funds will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-2313).

Lockheed Martin Rotary and Mission Systems, Liverpool, New York, is awarded a $18,793,145 cost-plus-incentive-fee modification to previously awarded contract N00024-23-C-6106 to exercise an option for engineering and maintenance services at Intermediate Maintenance Activity, Pearl Harbor, Hawaii, in support of the MK48 Heavyweight Torpedo efforts. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by February 2026. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $3,279,687 will be obligated at the time of award and will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

Sedna Digital Solutions LLC*, Manassas, Virginia, is awarded a $13,952,674 cost-plus-fixed-fee and cost contract modification to previously awarded contract N00024-23-C-6109 to exercise options for Navy engineering design, development, and supporting material and travel for sound navigation and ranging systems. Work will be performed in Manassas, Virginia, and is expected to be completed by March 2026. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $1,700,000 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.

Lockheed Martin Corp., Rotary and Mission Systems, Manassas, Virginia, is awarded a $11,000,175 cost-plus-incentive-fee modification to previously awarded contract N00024-18-C-6258 for engineering support, components, and other direct costs in support of the Integrated Submarine Imaging System. Work will be performed in Manassas, Virginia (49%); Orlando, Florida (33%); Virginia Beach, Virginia (15%); Clearwater, Florida (1%); Andover, Massachusetts (1%); and Arlington, Virginia (1%), and is expected to be completed by February 2026. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $10,000,175 (91%); and fiscal 2023 other procurement (Navy) funds in the amount of $1,000,000 (9%), funding will be obligated at time of award, of which, $1,000,000 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Saft America Inc., Valdese, North Carolina, has been awarded a maximum $38,190,398 firm‐fixed‐price, indefinite-quantity contract for non-rechargeable batteries. This was a competitive acquisition with two responses received. This is a three‐year contract with no option periods. The ordering period end date is Feb. 13, 2028. Using military services are Air Force, Army, Navy, 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‐0036).

Sanofi Pasteur Inc., Swiftwater, Pennsylvania, has been awarded a maximum $25,058,635 firm-fixed-price, indefinite-quantity contract for injectable influenza vaccines. This was a competitive acquisition with four responses received. This is a one-year contract with no option periods. The ordering period end date is Feb. 13, 2026. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-25-D-0003).

ARMY

Minnesota Department of Employment and Economic Development, Saint Paul, Minnesota, was awarded a $9,638,256 firm-fixed-price contract for full food services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2030. U.S. Property and Fiscal Office, Minnesota, is the contracting activity (W912LM-25-D-A001). 

J&J Maintenance Inc., McLean, Virginia, was awarded a $7,782,406 modification (P00011) to contract W91278-23-F-0242 for operation and maintenance services. Work will be performed in Honolulu, Hawaii, with an estimated completion date of Feb. 17, 2026. Fiscal 2025 Defense Health Program funds in the amount of $7,782,406 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. 

DEFENSE HEALTH AGENCY

Cherokee Nation Strategic Programs LLC, Tulsa, Oklahoma, is awarded a $9,547,384 option modification extending services on a firm-fixed-price order task order (HT001123F0075) issued against General Services Administration OASIS contract 47QRAD20D8141. The task order provides services in support of the Defense Health Agency Armed Forces Health Surveillance Division. The services include management and administrative support; development of standard operating procedures; epidemiological consultations and generation of studies and reports; generation of tools, reports, and products to increase knowledge and awareness of global health threats relevant to Department of Defense bio-surveillance; and creation of predictive analysis products to enhance situational awareness of disease within the military and civilian communities. The modification is being issued subject to availability of fiscal 2025 operations and maintenance appropriations for services through March 14, 2026. The principal place of performance is Falls Church, Virginia. The original contracting method was OASIS 8(a) fair opportunity. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.  

*Small business

Author

  • Ashley Jones is ClearedJobs.Net's blog Editor and a cleared job search expert, dedicated to helping security-cleared job seekers and employers navigate job search and recruitment challenges. With in-depth experience assisting cleared job seekers and transitioning military personnel at in-person and virtual Cleared Job Fairs and military base hiring events, Ashley has a deep understanding of the unique needs of the cleared community. She is also the Editor of ClearedJobs.Net's job search podcast, Security Cleared Jobs: Who's Hiring & How.

    View all posts
This entry was posted on Wednesday, February 19, 2025 2:05 pm

Leave a Reply

Your email address will not be published. Required fields are marked *

Notify me of updates to this conversation