INSIDE THE

NEWS + ADVICE

DoD Contracts: Booz Allen Hamilton, SAIC, Lockheed Martin, Week of 2-18-25 to 2-21-25

Posted by Ashley Jones

2/18

ARMY

Schutt Industries of Clintonville Wi Inc., Clintonville, Wisconsin, was awarded a $230,154,899 fixed-price with economic price adjustment contract for M870A4 semitrailer, lowbed, construction equipment transporters. 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 May 31, 2032. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-D-0010).

Center for Disease Detection LLC, San Antonio, Texas, was awarded a $54,392,013 firm-fixed-price contract for medical laboratory testing 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 Sept. 30, 2029. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-25-D-0002)

NAVY

Insitu Inc., Bingen, Washington, is awarded a $102,353,293 modification (P00007) to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N0001922D0038). This modification increases the contract ceiling to procure 21 RQ-21A Blackjack air vehicles and 47 ScanEagle air vehicles, as well as associated payloads, turrets, support equipment, spares, tools, and training for both Unmanned Aircraft Systems in support of intelligence, surveillance, and reconnaissance for the Navy, Foreign Military Sales customers, and other international business partnership capacity efforts. Work will be performed in Bingen, Washington (88%); and various locations outside the continental U.S. (12%), and is expected to be completed in June 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This modification was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, is awarded a $99,589,480 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides design and development studies, technology demonstrations, and engineering services for rapid technology development by continuing to modify the Joint Air to Surface Standoff Missile, Long Range Anti-Ship Missile, Joint Air-to-Ground Missile, and Hellfire baseline weapon systems. This contract will also provide services for integration of the aforementioned weapons systems into tactical aircraft platforms for the Navy. Work will be performed in Orlando, Florida, and is expected to be completed by 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 not competed. Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893625D0001).

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $27,968,786 modification (P00007) to a previously awarded cost-plus-fixed-fee undefinitized contract (N0001924C0011). This modification adds scope to provide program management support for special tooling/special test equipment in support of F-35 production aircraft, as well as aircraft modifications and flight test instrumentation in support of the Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) customers, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2028. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $88,638; fiscal 2025 research, development, test and evaluation (Air Force) funds in the amount of $88,638; fiscal 2024 aircraft procurement (Air Force) funds in the amount of $10,035,130; fiscal 2024 aircraft procurement (Navy) funds in the amount of $8,680,828; non-U.S. DOD participants funds in the amount of $5,508,125; and FMS customer funds in the amount of $3,567,430, will be obligated at 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.

Cruz Associates Inc.,* Yorktown, Virginia, is awarded a $20,827,861 cost-plus-fixed fee contract for manufacturing and technical expertise services in all areas relative to energetics development. This contract includes options which, if exercised, would bring the cumulative value of this contract to $60,911,615. Work will be performed at Naval Surface Warfare Center (NSWC) Indian Head (IHD) at Indian Head, Maryland (98%); and detachment Naval Weapons Station (NWS) Yorktown, Yorktown, Virginia (2%), and is expected to be completed by February 2026. If all options are exercised, work will continue through August 2027. Fiscal 2025 Working Capital Fund in the amount of $20,827,861 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, in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements. NSWC IHD, Indian Head, Maryland, is the contracting activity (N0017425C0001).

Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $13,010,593 cost-plus-incentive-fee and cost-only modification to previously awarded contract N00024-21-C-5105 to exercise options for combat system ship integration and test on Littoral Combat Ships and unmanned surface vessels. Work will be performed in Moorestown, New Jersey (32%); Seattle, Washington (32%); Pascagoula, Mississippi (8%); Jacksonville, Florida (7%); San Diego, California (7%); Camden, New Jersey (6%); Pittsfield, Massachusetts (6%); Virginia Beach, Virginia (1%); and Marinette, Wisconsin (1%), and work is expected to be completed by February 2026. Fiscal 2024 other procurement (Navy) funds in the amount of $85,000 (18%); and fiscal 2025 other procurement (Navy) funds in the amount of $400,000 (82%), will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command in Washington, D.C., is the contracting activity.

Ultra Electronics Ocean Systems Inc., Braintree, Massachusetts, is awarded a $10,976,004 cost-plus-fixed-fee modification to previously awarded contract N0002425C4127 for engineering support in connection with the production of AN/SPS-73(V) Next Generation Surface Search Radar systems. Work will be performed in Braintree, Massachusetts (60%); Waker Forest, North Carolina (35%); and Chantilly, Virginia (5%), and is expected to be completed by August 2027. If all options are exercised, work will continue through September 2031. Fiscal 2024 other procurement (Navy) funds in the amount of $2,014,897 (91%); and fiscal 2025 other procurement (Navy) funds in the amount of $200,000 (9%), 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 (N00024-25-C-4127).

AIR FORCE

MicroTechnologies LLC, Delray Beach, Florida, was awarded a $12,900,000 firm-fixed-price modification (P00004) to a previously awarded contract (FA4890-24-C-0035) for an additional 4-months continuance of support to the Combined Air and Space Operations Center. Work will be performed at Shaw Air Force Base, South Carolina; and Al Udeid Air Base, Qatar, and is expected to be completed by July 2, 2025. Fiscal 2025 operation and maintenance funds in the amount of $11,518,907 are being obligated at the time of award. The Air Combat Command Acquisition Management and Integration Center, Hampton, Virginia, is the contracting activity.

*Small business

2/19

ARMY

AECOM-B&V Middle East JV, Roanoke, Virginia (W912ER-25-D-0001); Baker Jacobs JV, Pittsburgh, Pennsylvania (W912ER-25-D-0002); EXP Federal Inc., Chicago, Illinois (W912ER-25-D-0003); Mason & Hanger-CDM Smith, a JV, Lexington, Kentucky (W912ER-25-D-0004); Page Southerland Page Inc., Washington, D.C. (W912ER-25-D-0005); Tetra Tech Inc., Marlborough, Massachusetts (W912ER-25-D-0006); and Stanley Consultants Inc., Muscatine, Iowa (W912ER-25-D-0007), will compete for each order of the $240,000,000 firm-fixed-price contract for architect-engineer design and related services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 17, 2030. U.S. Army Corps of Engineers, Middle East District, is the contracting activity. 

Georgia Vocational Rehabilitation Agency, Atlanta, Georgia, was awarded a $23,293,473 firm-fixed-price contract for dining facility operations. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2030. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W5168W-25-D-A004). 

CORRECTION: The $54,392,013 contract (W81K04-25-D-0002) announced on Feb. 18, 2025, for Center for Disease Detection LLC, San Antonio, Texas, to provide medical laboratory testing services was not awarded. 

NAVY

Raytheon Technologies Corp., Pratt and Whitney Engines, East Hartford, Connecticut, is awarded an $186,044,155 cost-plus-incentive-fee contract. This contract provides for material and support equipment for depot maintenance facilities; program administration for non-recurring sustainment activities; supplies, services, and planning for depot activations; and unit level support equipment in support of sustaining the F135 engines in F-35 Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) customers, and non-U.S. Department of Defense (DOD) partners. Work will be performed in East Hartford, Connecticut (54.7%); Cherry Point, North Carolina (8.9%); Oklahoma City, Oklahoma (8.7%); Windsor Lock, Connecticut (4.5%); Indianapolis, Indiana (2.2%); Fort Smith, Arkansas (1.96%); Jacksonville, Florida (1.2%); various locations within the continental U.S. (3.7%); and various locations outside the continental U.S. (14.14%), and is expected to be completed by February 2028. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $21,596,210; fiscal 2023 aircraft procurement (Air Force) funds in the amount of $64,751,806; fiscal 2023 aircraft procurement (Navy) funds in the amount of $41,344,488; FMS customer funds in the amount of $22,971,323; and non-US DOD partner funds in the amount of $35,380,328 will be obligated at the time of award, $106,096,294 of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001925C0075).

Raytheon Co., McKinney, Texas, is awarded a $48,552,948 cost reimbursement, level-of-effort job order made under basic ordering agreement (N0016425GJQ19) for the procurement of the JANUS II systems, including the multi-mission optical sensor and multi-spectral targeting system pedestal enclosure system and ancillary hardware and software to support the systems. This contract action was a sole source action in accordance with 10 U.S. Code 3204 (a)(1), only one responsible source and no other supplies or services will satisfy agency requirements. Work will be performed at Raytheon facilities in McKinney, Texas. Work is expected to be completed by February 2030. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $4,169,000 will be obligated at time of award. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016425GJQ19).

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $37,744,650 cost-plus-incentive-fee modification to a previously awarded contract (N00024-21-C-2106) for the USS John C Stennis (CVN 74) Refueling Complex Overhaul for emergent and supplemental work. Work will be performed in Newport News, Virginia, and is expected to be completed by October 2026. Funding will not be obligated at time of award. Huntington Ingalls Inc. is the only source with the knowledge, experience, and facilities required to accomplish this effort in support of the refueling and overhaul of CVN 74 without an unacceptable disruption of Navy-wide overhaul and repair schedule. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $32,546,921 cost-plus-fixed-fee modification to previously awarded contract N00024-21-C-2104 to exercise options for research and development of advanced submarine technologies for current and future submarine platforms. Work will be performed in Newport News, Virginia, and is expected to be completed by September 2025. Foreign Military Sales (FMS) (United Kingdom) in the amount of $1,515,000 (99%); and FMS (Australia) funds in the amount of $15,000 (1%), 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 $24,490,878 firm-fixed-price modification to previously awarded contract N69450-25-C-0010 for airfield repairs at Naval Air Station Key West, Florida. Award of this modification brings the total cumulative value for the contract to $96,907,069. 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 $24,490,878 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.

Northrop Grumman Systems Corp., Melbourne, Florida, is awarded an $8,255,632 modification (P00009) to a cost-plus-incentive-fee order (N0001923F2625) against a previously issued basic ordering agreement (N0001920G0005). This modification adds scope to provide integration of the single board computer in support of the complete technology refresh for the cockpit, mission computer, and operations station (Block II upgrade) for the E-2D Hawkeye aircraft for the Navy. Work will be performed in Melbourne, Florida (49.7%); Cedar Rapids, Iowa (17.3%); Bloomington, Maryland (15.7%); St. Augustine, Florida (2.3%); Rolling Meadows, Illinois (2%); Ft. Lauderdale, Florida (1.7%); Greenlawn, New York (1.6%); Falls Church, Virginia (1.6%); Woodland Hill, California (1.4%); Laval, Quebec, Canada (0.01%); and various locations within the continental U.S. (6.69%), and is expected to be completed in September 2028. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $8,255,632 will be obligated at time of award, none of which will expire at the end of the fiscal year. This order was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

MISSILE DEFENSE AGENCY

Raytheon Technologies, Tucson, Arizona, is being awarded a noncompetitive firm-fixed-price contract. The total value of this contract is $99,000,000. Under this contract, the contractor will procure and deliver SM-3 Block IB parts that are manufactured, assembled, and tested in accordance with the SM-3 Block IB specifications. The work will be performed in Tucson, Arizona; and Huntsville, Alabama, with an expected completion date of March 31, 2026. The period of performance is from Feb. 19, 2025, through March 31, 2026. Fiscal 2024 procurement funds in the amount of $49,437,643 will be obligated at the time of the award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ085124C0001).

WASHINGTON HEADQUARTERS SERVICES

Booz Allen Hamilton Inc., McLean, Virginia, was awarded a $44,282,998 firm-fixed-price contract (HQ0034-21-F-0077-P00014). The cumulative total of the contract is $34,424,095. The total, if all options are exercised, is $44,282,998. The purpose of the contract is to provide Department of Defense (DOD) Chief Information Officer (DCIO) technical support services for cybersecurity (CS) reporting and scorecards, cybersecurity research and analysis, cybersecurity policies, guidance, strategies, and procedures, risk assessment and operational integration, supply chain, public key infrastructure, mobility and wireless networking, defense cyber workforce framework, cyber phishing analyses, network penetration and vulnerability analyses, acquisition systems support; and DCIO CS looks to enhance DOD-wide CS strategies and policies to prevent damage, increase protection, and promote restoration of DOD IT information, systems, networks, and devices. Fiscal 2025 operations and maintenance funds in the amount of $12,198,570 are being obligated at the time of the award. The work will be performed at the Pentagon, Washington, D.C. The estimated completion date is Nov. 30, 2025. Washington Headquarters Services, Arlington, Virginia, is the contracting activity. (Awarded Feb. 18, 2025) 

DEFENSE LOGISTICS AGENCY

Hiland Dairy Foods Co. LLC, Springfield, Missouri, has been awarded a maximum $38,520,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for milk and dairy items. This was a competitive acquisition with two responses received. This is a three-year contract with no option periods. Locations of performance are Texas and Oklahoma, with a March 11, 2028, ordering period end date. Using customers are Army, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-25-D-V008).

Sysco Seattle Inc., Kent, Washington, has been awarded a maximum $20,859,929 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food and beverage items. 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 224-day bridge contract. The ordering period end date is Sept. 27, 2025. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-25-D-3002). (Awarded on Feb. 14, 2025)

Coastal Pacific Food Distributors, Fife, Washington, has been awarded a maximum $39,668,404 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food and beverage items. 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 286-day bridge contract. The ordering period end date is Nov. 29, 2025. Using military service is Navy. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-25-D-3003). (Awarded on Feb. 14, 2025)

Merchants Foodservice, doing business as Performance Food Group, Hattiesburg, Mississippi, has been awarded a maximum $44,349,159 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food and beverage items. 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 349-day bridge contract. The ordering period end date is Jan. 31, 2026. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-25-D-3007). (Awarded on Feb. 14, 2025)

*Small business

2/20

NAVY

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a not-to-exceed $232,452,366 firm-fixed-price modification (P00002) to a previously awarded contract (N0001924C0009). This modification exercises an option to procure additional long-lead time materials to support full rate production, Lot 10, of the CH-53K aircraft for the Marine Corps. Work will be performed in Stratford, Connecticut, and is expected to be completed in March 2026. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $232,452,366 will be obligated at the time of award, none of which will 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.

Triverus LLC,* Palmer, Alaska, is awarded a $49,633,588 firm-fixed price and cost-plus-fixed fee contract for both the production of the Mobile Cleaning Recovery and Recycling System (MCRRS) units and the technical services for the service life extension plan overhaul and the repair and maintenance of the existing MCRRs units. This contract includes options which, if exercised, would bring the cumulative value of this contract to $49,633,588. Work will be performed in Palmer, Alaska, and is expected to be completed by February 2030. Fiscal 2025 operations and management (Navy) funds in the amount of $5,856,924 will be obligated at the time of award, of which $5,856,924 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) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-C-4208).

Huntington-Ingalls Inc., Newport News, Virginia, was awarded a $44,955,000 cost-plus- incentive-fee modification to previously awarded contract (N00024-24-C-2106) for long-lead-time material to make ready for the accomplishment of USS Harry S. Truman (CVN 75) Refueling and Complex Overhaul. Work will be performed in Newport News, Virginia, and is expected to be completed by June 2026. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $43,335,000 will be obligated at the time of award and will not expire at the end of the current fiscal year. This work will be accomplished by Huntington Ingalls Incorporated in accordance with 10 U.S. Code 3204(a)(1). Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Feb. 13, 2025)

Setiadi Architects LLC,* Maite, Guam, was awarded a $20,000,000 firm-fixed-price, indefinite-quantity contract for multi-discipline architect-engineer services for projects located primarily within the Naval Facilities Engineering Systems Command (NAVFAC) Marianas area of responsibility. Work will be performed at various locations on Guam and is expected to be completed by February 2030. The maximum dollar value, including the base period and four option years, is $20,000,000. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $635,657 will be obligated at time of award, and funds will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website with four offers received. NAVFAC, Marianas, Guam, is the contracting activity (N40192-25-D-0002).

Washington State Community College – District #3, Olympic College, Bremerton, Washington, is awarded an $18,813,418 firm-fixed-price, indefinite-delivery/indefinite-quantity commercial contract action for educational services in support of the Apprenticeship, Helper, and After-Hours program at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) in Bremerton, Washington. Work will be performed at PSNS & IMF in Bremerton, Washington, and is expected to be completed by February 2030. Funding will be obligated as task orders are issued, using operations and maintenance (Navy) funds. This contract was competitively procured via the System for Award Management website, with one offer received. PSNS & IMF Code 400, Bremerton, Washington, is the contracting activity (N4523A25D1301).

Huntington Ingalls Inc., Ingalls Shipbuilding Division, Pascagoula, Mississippi, was awarded a cost-plus fixed fee $14,425,694 order to previously awarded contract (N00024-22-C-2319) to procure the mid-size diesel generator for the DDG(X) Guided Missile Destroyer Design. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by July 2028. Funding in the amount of $14,425,694 was obligated at the time of award and will not expire at the end of the current fiscal year. 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 Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

AIR FORCE

KBR Wyle Services, Chantilly, Virginia, was awarded a $176,000,000 indefinite-delivery/indefinite-quantity contract for the Air Force Maui Optical and Supercomputing Site. This contract provides for operations and equipment maintenance support, site modernization, and recapitalization efforts to the existing legacy Space Domain Awareness capabilities at Maui. Work will be performed in Maui, Hawaii, and is expected to be completed by April 15, 2032. This contract was a competitive acquisition, and two offers were received. Fiscal 2025 research, development, test and evaluation funds in the amount of $254,178 are being obligated at time of award. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-25-D-X001).

ARMY

Black & Veatch Special Projects Corp., Overland Park, Kansas (W912DY-25-D-0062); Jacobs Government Services Co., Arlington, Virginia (W912DY-25-D-0063); and Aecom + Tetra Tech JV, Boston, Massachusetts (W912DY-25-D-0064), will compete for each order of the $48,000,000 firm-fixed-price contract for engineering and architectural 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 Oct. 17, 2030. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity. 

H&L Contracting LLC, Bay Shore, New York, was awarded a $17,745,000 firm-fixed-price contract for the Spring Creek North Ecosystem Restoration Project. Bids were solicited via the internet with 10 received. Work will be performed in Brooklyn, New York, with an estimated completion date of Feb. 28, 2027. Fiscal 2025 civil construction funds in the amount of $17,745,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-25-C-0003). 

DEFENSE LOGISTICS AGENCY

Concorde Services Inc.,* Margate, Florida, has been awarded an estimated $9,771,059 fixed-price with economic-price-adjustment, requirements contract for various types of petroleum products. This was a competitive acquisition with ten responses received. This is a four-year base contract with one six-month option period. Location of performance is Puerto Rico. The ordering period end date is Sept. 30, 2028. Using customers are Army, Navy, Air Force, National Guard, Coast Guard, Department of Justice, Department of Veteran’s Affairs, U.S. Postal Service, General Services Administration, and Department of Homeland Security. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE605-25-D-1254).

*Small business

2/21

AIR FORCE

A&M BERS JV LLC, Tulsa, Oklahoma (FA8903-25-D-0023, awarded Jan. 27, 2025); Ahtna Engineering Services, Anchorage, Alaska (FA8903-25-D-0014, awarded Jan. 22, 2025); Arcadis US Inc. Highlands Ranch, Colorado (FA8903-25-D-0025, awarded Jan. 29, 2025); AECOM Technical Services Inc. Austin, Texas (FA8903-25-D-0002, awarded Jan. 23, 2025); Aerostar SES LLC. Oak Ridge, Tennessee (FA8903-25-D-0026, awarded Jan. 9, 2025); BEM Systems Inc. Madison, New Jersey (FA8903-25-D-0022, awarded Jan. 29, 2025); Bhate Environmental Associates Inc. Birmingham, Alabama (FA8903-25-D-0024, awarded Jan. 23, 2025); Cape-Weston JV4 LLC, Norcross, Georgia (FA8903-25-D-0013, awarded Feb. 3, 2025); CTI Ayuda JV LLC, Farmington Hills, Michigan (FA8903-25-D-0028, awarded Feb. 6, 2025); EA Engineering, Science, and Technology Inc. PBC, Hunt Valley, Maryland (FA8903-25-D-0009, awarded Feb. 4, 2025); HDR Environmental, Operations, and Construction, Inc., Englewood, Colorado (FA8903-25-D-0021, awarded Jan. 29, 2025); HGL-APTIM Technologies JV LLC, Reston, Virginia (FA8903-25-D-0012, awarded Feb. 4, 2025); Jacobs Government Services Co., Arlington, Virginia (FA8903-25-D-0027, awarded Feb. 4, 2025); Leidos Inc., Reston, Virginia (FA8903-25-D-0001, awarded Jan. 22, 2025); North Wind Site Services LLC, Idaho Falls, Idaho (FA8903-25-D-0019, awarded Feb. 6, 2025); Oneida Total Integrated Enterprises LLC, Milwaukee, Wisconsin (FA8903-25-D-0020, awarded Feb. 6, 2025); Parsons Government Services LLC, Milwaukee, Wisconsin (FA8903-25-D-0018, awarded Feb. 4, 2025); Plexus-Seres JV LLC, Alexandria, Virginia (FA8903-25-D-0007 awarded Feb. 6, 2025); QRI Tetra Tech JV LLC, Baton Rouge, Louisiana (FA8903-25-D-0003 awarded Feb. 18, 2025); Stantec-Michael Baker-Sundance JV, Charlottesville, Virginia (FA8903-25-D-0005, awarded Feb. 19, 2025); Tanaq-MES 8(a) JV LLC, Anchorage, Alaska (FA8903-25-D-0010, awarded Feb. 11, 2025); Tehama Versar JV, Kansas City, Missouri (FA8903-25-D-0015, awarded Feb. 6, 2025); Tetra Tech Inc., Pasadena, California (FA8903-25-D-0004, awarded Feb. 6, 2025); Tidewater-PHE JV LLC, Elkridge, Maryland (FA8903-25-D-0008, awarded Feb. 6, 2025); Trihydro Corp., Laramie, Wyoming (FA8903-25-D-0006, awarded Feb. 18, 2025); Weston-CDM Smith JV, West Chester, Pennsylvania (FA8903-25-D-0017, awarded Feb. 6, 2025); and WSP USA Environment & Infrastructure Inc., Blue Bell, Pennsylvania (FA8903-25-D-0016, awarded Feb. 4, 2025), were awarded a $1,500,000,000 hybrid, firm-fixed-price, firm, cost-no-fee, and cost-plus-fixed-fee, multiple award, indefinite-delivery/indefinite-quantity contract for architect and engineering (A-E) services. This contract provides for support of environmental restoration, environmental conservation and planning, environmental quality, and other related environmental A-E services for Department of Defense and other government agency facilities worldwide. This contract is comprised of a base ordering period of five years with a single five-year option period for an ordering period of ten years. Work will be performed in various locations inside and outside the contiguous U.S. is expected to be completed March 5, 2035. These contracts were competitive acquisitions, and 32 offers were received. Fiscal 2025 operation and maintenance funds in the amount of $36,000; and fiscal 2025 base realignment and closure funds in the amount of $45,000 ($3,000 per awardee), are being obligated at time of award. The 772nd Enterprise Sourcing Squadron, Joint Base San Antonio Lackland, Texas, is the contracting activity.  

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a not-to-exceed $31,655,451 modification (P00027) as an undefinitized contract action to previously awarded (FA8689-22-C-2014) for Royal Netherlands Air Force contractor logistics support services. The modification brings the total cumulative face value of the contract to $92,498,910. The work will be performed in Poway, California; the Netherlands; and Romania; and is expected to be completed by Nov. 30, 2025. This contract involves Foreign Military Sales (FMS) to the Netherlands. FMS funds in the amount of $11,452,772 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Al-Muamroon Trading Est., Riyadh, Saudi Arabia, was awarded a ceiling $8,700,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for dining facility consumables. This contract provides essential items for daily operations. Work will be performed at Prince Sultan Air Base, Al Kharj, Saudi Arabia, and is expected to be completed by Feb. 23, 2030. This contract was a competitive acquisition, and twenty-one offers were received. Fiscal 2025 operation and maintenance funds in the amount of $516,856 are being obligated at the time of award. The 378th Expeditionary Contracting Squadron, Saudi Arabia, is the contracting activity (FA4911-25-D-0009).

CORRECTION: The $99,000,000 contract (FA2280-25-D-0001) awarded to the Anduril Industries Inc.,* Costa Mesa, California, on Feb. 14, 2025, was announced with an incorrect award date. The correct award date is Feb. 20, 2025.

NAVY

Envision Technology LLC., Roanoke, Virginia, is awarded a $249,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Squad Aiming Laser systems; Spare and Repair Parts; Contractor Logistics Support; and Test Article Refurbishment. Work will be performed in Manchester, New Hampshire, and is expected to be completed by February 2030. Fiscal 2025 research, development, test and engineering (Marine Corps) funds in the amount of $74,970 that will not expire until fiscal 2026; and fiscal 2025 procurement (Marine Corps) funds in the amount of $52,281,154 that will not expire until fiscal 2027, will be obligated on the first delivery order immediately following contract award. This contract was competitively procured via SAM.gov, with three offers received. Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-25-D-1014).

Air Combat Effectiveness Consulting Group LLC,* Lexington Park, Maryland (N0042125D0033); AM Pierce and Associates Inc.,* California, Maryland (N0042125D0034); American Electronic Warfare Associates Inc.,* California, Maryland (N0042125D0035); C4CJV LLC,* Burke, Virginia (N0042125D0036); Compendium Federal Technology, LLC,* Lexington Park, Maryland (N0042125D0037); CRL Technologies Inc.,* Lexington Park, Maryland (N0042125D0038); Coherent Technical Services Inc.,* Hollywood, Maryland (N0042125D0039); Eagle Systems Inc.,* California, Maryland (N0042125D0040); Fusion 2 Inc.,* Leonardtown, Maryland (N0042125D0041); Greenfield Engineering Corp.,* Leonardtown, Maryland (N0042125D0042); Global Technologies Management Resources Inc.,* Hollywood, Maryland (N0042125D0043); Innovation Integration Inc.,* Huntsville, Alabama (N0042125D0044); Render Security Engineering LLC,* California, Maryland (N0042125D0045); Tekla Research Inc.,* Lexington Park, Maryland (N0042125D0046); Technology Security Associates Inc.,* California, Maryland (N0042125D0047); Sabre Systems LLC, Warminster, Pennsylvania (N0042125D0052); American Systems Corp., Chantilly, Virginia (N0042125D0053); Aviation Systems Engineering Co., Inc., Lexington Park, Maryland (N0042125D0054); AVIAN LLC, Lexington Park, Maryland (N0042125D0055); BAE Systems Technology Solutions and Services Inc., Rockville, Maryland (N0042125D0056); Booz Allen Hamilton, McLean, Virginia (N0042125D0057); DCS Corp., Alexandria, Virginia (N0042125D0058); Epsilon C5I Inc., San Diego, California (N0042125D0059); FGS LLC, La Plata, Maryland (N0042125D0060); Indigenous Technologies, Oklahoma City, Oklahoma (N0042125D0061); J.F. Taylor Inc., Great Mills, Maryland (N0042125D0062); KBR Wyle Services LLC, Lexington Park, Maryland (N0042125D0063); MAG DS Corp., doing business as MAG Aerospace, Fairfax, Virginia (N0042125D0064); ManTech Advanced Systems International Inc., Herndon, Virginia (N0042125D0065); The MIL Corp., Bowie, Maryland (N0042125D0066); Modern Technology Solutions Inc., Alexandria, Virginia (N0042125D0067); Naval Systems Inc., Lexington Park, Maryland (N0042125D0068); Precise Systems Inc., Lexington Park, Maryland (N0042125D0069); Resource Management Concepts Inc., Lexington Park, Maryland (N0042125D0070); Scientific Research Corp., Atlanta, Georgia (N0042125D0071); Serco Inc., Herndon, Virginia (N0042125D0072); Smartronix LLC, Hollywood, Maryland (N0042125D0073); Systems Planning and Analysis Inc., Alexandria, Virginia (N0042125D0074); Tyto Government Solutions Inc., Herndon, Virginia (N0042125D0076); Zel Technologies LLC, Hampton, Virginia (N0042125D0077); and Tecolote Research Inc., Goleta California (N0042125D0078), are each awarded a cost-plus-fixed-fee, cost reimbursable, firm-fixed-price, indefinite-delivery/indefinite-quantity contract, with specific contract line item number contract types specified on the individual orders. The estimated aggregate ceiling for all contracts is $249,000,000 with the companies having an opportunity to compete for individual orders. These contracts procure support services at multiple classification levels, up to and to include top secret//sensitive compartmented information to support all aspects of the acquisition life cycle for various platforms and programs within the Naval Air Systems Command (NAVAIR) Enterprise, subordinate NAVAIR commands, and Program Executive Offices. Work will be performed in Patuxent River, Maryland, and various locations within the continental U.S., to include contractor facilities. Specific locations and percentages of work will be determined at award of individual orders and is 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. These contracts were competitively procured; 43 offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Michael Baker International Inc., San Diego, California, is awarded a $99,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity, architect-engineering contract for civil engineering services. This contract provides for design and engineering services required for a design support contract. Work will be performed at various military installations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations, to include California (87%), Arizona (5%), Nevada (5%), Colorado (1%), New Mexico (1%), and Utah (1%), and is expected to be completed by February 2030. The maximum dollar value, including the base period and option period, is $99,000,000. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $5,000 (minimum contract guarantee) will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website with eight offers received. NAVFAC Southwest, San Diego, California, is the contracting activity (N62473-25-D-2626).

GHD-COWI JV, San Diego, California, is awarded a $50,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity, architect-engineering (A-E) contract for waterfront engineering services. This contract provides for A-E design support. Work will be performed at various military installations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations, to include California (87%), Arizona (5%), Nevada (5%), Colorado (1%), New Mexico (1%) and Utah (1%), and is expected to be completed by February 2030. The maximum dollar value, including the base period and option period, is $50,000,000. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $5,000 (minimum contract guarantee) will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website with two offers received. NAVFAC Southwest, San Diego, California, is the contracting activity (N62473-25-D-5216).

ARMY

G.M. HILL Baker JV LLC, Jacksonville, Florida (W9128A-25-D-0009); Okahara & Associates Inc.,* Hilo, Hawaii (W9128A-25-D-0010); SSFM-Coffman LLC, Honolulu,* Hawaii (W9128A-25-D-0011); Pryzm Consulting LLC, Honolulu,* Hawaii (W9128A-25-D-0012); AECOM Technical Services Inc., Los Angeles, California (W9128A-25-D-0013); Tetra Tech-Bowers & Kubota AE Pacific JV LLC, Honolulu, Hawaii (W9128A-25-D-0014); HDR Engineering Inc., Honolulu, Hawaii (W9128A-25-D-0015); Jacobs Government Services Co., Arlington, Virginia (W9128A-25-D-0016); and R.M. Towill Corp., Honolulu, Hawaii (W9128A-25-D-0017), will compete for each order of the $190,000,000 firm-fixed-price 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 Feb. 23, 2030. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity. 

Corrpro Companies Inc., San Diego, California, was awarded a $19,900,000 firm-fixed-price contract for cathodic protection surveys and corrosion control actions for petroleum facilities. 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. 24, 2030. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-25-D-5008). 

Ezekiel Bahar, West Hills, California, was awarded an $8,572,608 firm-fixed-price contract for hydroxyl-terminated polybutadiene liquid. 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. 25, 2028. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-D-2011). 

KPH Construction Corp., Milwaukee, Wisconsin, was awarded an $8,312,950 firm-fixed-price contract for alteration of a building. Bids were solicited via the internet with six received. Work will be performed at Camp Douglas, Wisconsin, with an estimated completion date of Feb. 23, 2026. Fiscal 2023 military construction, defense-wide funds in the amount of $8,312,950 were obligated at the time of the award. U.S. Property and Fiscal Office, Wisconsin, is the contracting activity (W50S9H-25-C-A013). 

Science Applications International Corp., Reston, Virginia, was awarded an $8,149,694 modification (P00150) to contract W31P4Q-21-F-0095 for hardware in the loop and modeling and simulation development support. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES

Eagle Integrated Services LLC, San Antonio, Texas, was awarded a single award firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HU000125D0003) with a maximum ceiling/face value of $49,000,000 for information management and information technology support services in support of the Chief of Information Office at the Uniformed Services University of the Health Sciences (USUHS). This contract has a five-year ordering period from Feb. 24, 2025, through Feb. 23, 2030, with a minimum award amount of $100,000 and a maximum ceiling/face value of $49,000,000. Work will be performed in Bethesda, Maryland. Operations and maintenance funds will be obligated at the task order level. This contract was a sole source acquisition awarded in accordance with Federal Acquisition Regulation 19.804-6(c). USUHS, Bethesda, Maryland, is the contracting activity.

DEFENSE HEALTH AGENCY

Carefusion Solutions LLC, San Diego, California, was awarded Option Year One of a firm-fixed-price contract (HT001124C0015) to provide continued pharmacy inpatient automation solution-enterprise support. The total contract value of this option exercise is $10,470,274. Work will be performed at San Diego, California, and at military medical treatment facilities worldwide. Operations and maintenance funds in the amount of $6,890,274 are obligated for fiscal 2025. Procurement funds in the amount of $3,580,000 are obligated for fiscal 2024. The contract was procured under 10 U.S. Code 2304(c)(1) and regulatory authority, as implemented by Federal Acquisition Regulation 6.302-1, Only One Responsible Source, and was executed on July 1, 2024. The period of performance is Feb. 1, 2025, to Jan. 31, 2026. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded Jan. 30, 2025.)

*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 Tuesday, February 25, 2025 4:47 pm

Leave a Reply

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

Notify me of updates to this conversation