INSIDE THE

NEWS + ADVICE

DoD Contracts: CACI, Lockheed Martin, Leidos, Week of 3-3-25 to 3-7-25

Posted by Ashley Jones

3/3

NAVY

Lockheed Martin Corp. a Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $126,994,246 modification (P00045) to a previously awarded cost-plus-incentive-fee contract (N0001922C0041). This modification exercises options to provide continued flight test support to include administrative, maintenance, and test preparation for training systems labs, flight test labs, and Autonomic Logistics Information System/Operational Data Integrated Network labs in support of testing of new capabilities for the F-35 air system for the Air Force, Navy, and non-U.S. Department of Defense (DOD) cooperative program partners. Work will be performed in Fort Worth, Texas (30%); Palmdale, California (26%); Patuxent River, Maryland (23%); Orlando, Florida (11%); San Diego, California (3%); Linthicum, Maryland (2%); Manchester, New Hampshire (2%); Los Angeles, California (1%); Samlesbury, United Kingdom (1%); and various locations within the continental U.S. (1%), and expected to be completed in March 2026. Fiscal 2025 operation and maintenance (Air Force) funds in the amount of $12,881,123; and non-U.S. DoD cooperative program partners in the amount of $2,868,878, will be obligated at the time of award, $12,881,123 of which expire at the end of the current fiscal year. This modification was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Kira AAR Logistics Services JV LLC,* Falls Church, Virginia, is awarded a not-to-exceed $98,000,000 firm fixed-price undefinitized indefinite-delivery/indefinite-quantity contract. This contract provides for in-flight training and currency for Naval Aviators in support of E-6B Mercury pilot training. Work will be performed in Oklahoma City, Oklahoma, and is expected to be in completed March 2027. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042125D0079).

Seemann Composites LLC,* Gulfport, Mississippi, is awarded a $97,883,811 cost-plus-fixed-fee and cost-plus-incentive-fee, indefinite-delivery/indefinite-quantity contract for design, development, manufacturing demonstration, evaluation, and production scale-up of advanced material (including composites), and multi-material prototype propulsor, shafting, and bearing components. Work will be performed in Gulfport, Mississippi, and is expected to be completed by March 2030. Fiscal 2025 research, development, testing and evaluation funds in the amount of $27,227 will be obligated at time of award. This is a sole source contract and was not procured via the Federal Business Opportunities website. The contract will be awarded under the exemption of 15 USC 638(r)(4) as Seemann Composites LLC maintains Small Business Innovation Research Data Rights. The Naval Surface Warfare Center Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-25-D-0002).

Saab Inc., Orlando, Florida, is awarded a $65,679,861 firm-fixed-price and cost-plus-fixed-fee, modification (P00017) to a previously awarded contract (M67854-21-C-8051) for Force on Force Training Systems-Next (FoFTS-Next) system. The FoFTS-Next is the next generation of Instrumented-Tactical Engagement Simulation System for the Marine Corps. The modification provides the procurement of additional hardware and ancillary support required to support fielding to achieve full operational capability. Work will be performed in Huskvarna, Sweden (75%); and Orlando, Florida (25%). Hardware is expected to be delivered by June 2027. Fiscal 2024 procurement (Marine Corps) funds in the amount of $37,387,100 will be obligated at the time of award. This contract was awarded under the authority of 10 U.S. Code 2371b using competitive procedures. Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-21-C-8051).

Rolls Royce Solutions America, Novi, Michigan, is awarded a $14,282,477 modification to exercise Option Year Two of a previously awarded firm-fixed price, indefinite-delivery/indefinite quantity contract (N55236-23-D-0001) in support of the original equipment manufacturer for the Littoral Combat Ships Independence variant for main propulsion diesel engines, ship service diesel generators and hydraulic prime movers. The overall total contract value ceiling remains unchanged at $71,198,157. Work will be performed at Mayport, Florida (40%); San Diego, California (40%), and various other locations that will be determined at the delivery order level (20%). No funds will be obligated at the time of award of contract modification; funds will be obligated on individual delivery orders as they are issued. Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-23-D-0001). 

ARMY

Weston Solutions LLC, Albuquerque, New Mexico, was awarded a $10,000,000 modification (P00010) to contract W912DY-22-F-0244 for minor and emergency repairs. 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 June 15, 2025. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

AIR FORCE

Davis Memorial Goodwill Industries, Washington, D.C., was awarded a $19,644,897 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for base custodial services. This contract provides for all base custodial services with a base year and four option year periods. Work will be performed at Joint Base Anacostia-Bolling, Washington, D.C., and is expected to be completed Feb. 28, 2030.  This contract was a sole source acquisition. No funds are being obligated at time of award. The 11th Contracting Squadron, Joint Base Anacostia-Bolling, Washington, D.C., is the contracting activity (FA7060-25-D-0001).

The Boeing Co., Redondo Beach, California, has been awarded a $9,168,133 cost-plus-fixed fee modification (P00051) to a previously awarded contract (FA8808-20-C-0047) for the evolved strategic satellite communications rapid prototyping special study effort. The modification provides for a special study for technical maturation and risk reduction. The modification brings the total cumulative face value of the contract to $370,574,719. Work will be performed in El Segundo, California, and is expected to be completed by April 4, 2025. Fiscal 2025 research and development funds in the amount of $9,168,133 are being obligated at the time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity. 

Lockheed Martin Corp., Fort Worth, Texas, was awarded a $8,884,145 cost-plus-fixed-fee contract for Combat Refueling and Operations Networked Universal Systems, Relative Navigation. This contract provides for technology development, demonstration, and risk reduction of relative navigation and boom automation for airborne refueling. Work will be performed at Wright Patterson Air Force Base, Ohio, and is expected to be completed by Jan. 3, 2028. This contract was a competitive acquisition, and eight offers were received. Fiscal 2025 research, development, test and evaluation funds in the amount of $987,853 are being obligated at time of award. The Air Force Research Laboratory, Wright Patterson AFB, Ohio, is the contracting activity (FA2391-25-C-B017)

DEFENSE INFORMATION SYSTEMS AGENCY

Georgia Tech Applied Research Corp., Atlanta, Georgia, was awarded a $9,893,318 modification (P00024) to cost-plus-fixed-fee contract HC102822C0006 for the development and deployment of the Secure Integrated Cloud, the Joint Access Database Environment, and the encompassing system architecture known as Secure Web Services. This modification will extend the period of performance for six months, from March 1, 2022 – Feb. 27, 2025, to March 1, 2022 – Aug. 30, 2025, in accordance with Federal Acquisition Regulation 52.217-8. This action is funded by fiscal 2025 operations and maintenance; and research, development, test and evaluation funds. The total cumulative face value of the contract is $62,662,061. Performance will be at contractor’s facility in Atlanta, Georgia, and is expected to be completed by Aug. 30, 2025. The Defense Information Technology Contracting Organization, Fort Meade, Maryland, is the contracting activity. (Awarded Feb. 27, 2025)

BSNB LLC, doing business as Centurion Secure Global, Chantilly, Virginia, was awarded a sole-source, single award, indefinite-delivery/indefinite-quantity, contract for Sensitive Compartmented Information Facility (SCIF) assembly and support indefinite delivery/indefinite quantity. The ceiling value of this action is $9,000,000 using operations and maintenance funds. The contract will procure Centurion Secure Vault Series modular SCIFs and support services, which includes task order management, SCIF design, assembly, heating, ventilation, air conditioning, and electrical systems, monitoring, disassembly, transportation, storage, interior furnishings, and non-recurring work, such as service calls and repairs. Performance will primarily be within the National Capital Region with other locations throughout the continental U.S., and is expected to be completed by Feb. 28, 2030. The solicitation was sent via email directly to the contractor, and the proposal was received on Feb. 25, 2025. The Defense Information Technology Contracting Organization, Fort Meade, Maryland, is the contracting activity (HC104725D4000). (Awarded Feb. 28, 2025)

*Small business

3/4

NAVY

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded a $99,964,084 modification (P00007) to a previously awarded cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N0001923D0015). This modification adds scope and increases the contract ceiling for compatibility assessments and engineering models, cost reduction analysis, software support, correction of software deficiencies and enhancements, service life extension analysis, and flight test supporting follow-on test and evaluation activities. in support sustainment efforts for the H-53 helicopter for the Marine Corps, Navy, and Foreign Military Sales customers. Work will be performed in Stratford, Connecticut (97%); and various locations within the continental U.S. (3%), and is expected to be completed in March 2028. 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 Systems Command, Patuxent River, Maryland, is the contracting activity. 

GHD Inc., Honolulu, Hawaii, is awarded a $40,000,000 indefinite-delivery/indefinite-quantity contract for multi-discipline architectural-engineering projects within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of responsibility. Work will be performed at various locations, including but not limited to the Philippines (45%), Australia (20%), Micronesia (30%), and Singapore (5%). The term of the contract is not to exceed 60 months with an expected completion date of March 2030, or until all task orders have been completed. Fiscal 2024 unspecified minor military construction (planning and design) contract funds in the amount of $10,000 are obligated for the minimum guarantee of this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (planning and design). This contract was competitively procured via the sam.gov website with four proposals received. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-25-D-0002).

ARMY

American Ordnance LLC, Middletown, Iowa, was awarded a $68,457,106 firm-fixed-price contract for M039 40 lb. cratering charges. 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 March 4, 2030. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-D-0008).

DEFENSE LOGISTICS AGENCY

Raytheon Co., Andover, Massachusetts, has been awarded a maximum $59,899,998 firm-fixed-price delivery order (SPRDL1-25-F-0084) against a nine-year basic ordering agreement (SPRBL1-15-D-0017) for Bradley Fighting Vehicle spare parts. This was a sole-source acquisition using 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a four-year contract with no option periods. The delivery order end date is April 30, 2029. Using military service is Army. Type of appropriation is fiscal 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $55,735,390 modification (P00001) to undefinitized delivery order (SPRPA1-24-F-0051) issued against a three-year basic ordering agreement (SPRPA1-22-D-001U) for additional performance-based support requirements. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. The performance completion date is Sept. 16, 2027. Using military services are Air Force, Army, Navy, and Marine Corps. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

AIR FORCE

Tyonek Technical Services LLC, Madison, Alabama, was awarded a $45,953,799 indefinite-delivery/indefinite-quantity contract for on-site depot support. This contract provides depot maintenance support for weapons systems and subsystems for the Air Force Special Operations Command C-130 fleet. Work will be performed at Hurlburt Field, Florida, and is expected to be completed by March 30, 2035. This contract was a competitive acquisition, and two offers were received. Fiscal 2025 operation and maintenance funds in the amount of $4,802,944 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8509-25-D-B001).

Sierra Nevada Corp., Fort Walton Beach, Florida, was awarded a not-to-exceed $13,081,102 undefinitized contract action for A-29C fleet sustainment. This contract provides for continued support of A-29C aircraft, training devices, mission planning and debrief systems, line replaceable units, alternate mission equipment, ground support equipment, test equipment, commercial technical publications, and associated spares. Work will be performed at Edwards Air Force Base, California, and is expected to be completed Feb. 28, 2026. This contract was a sole-source acquisition. The Air Force Life Cycle Management Center, Wright Patterson AFB, Ohio, is the contracting activity (FA8637-25-C-B002).

*Small business

3/5

NAVY

Systems Planning and Analysis Inc., Alexandria, Virginia, is being awarded a $98,585,373 cost-plus-fixed-fee modification (P00002) to a previously awarded and announced contract (N00030247002) for support services for Nuclear Sea-Launched Cruise Missile Weapons Surety, Policy, and Compliance. Tasks to be performed include systems engineering and system integration, test/flight test engineering, modeling and simulation, prototyping oversight, system design documentation, interface management, configuration management, Nuclear Command, Control, and Communications, executive nuclear weapon subject matter expert support (SME), tactical nuclear weapons SME support, and program management and acquisition support services for the program. Work will be performed in Alexandria, Virginia (82%); Cape Canaveral, Florida (4%); Sunnyvale, California (4%); Washington, D.C. (2%); Kings Bay, Georgia (2%); Silverdale, Washington (2%); Centennial, Colorado (2%); and Magna, Utah (2%). Work is expected to be completed on July 11, 2028. This contract will be awarded subject to the availability of funds and no funds will expire at the end of the fiscal year. This contract is awarded as a sole source acquisition 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.  

Compass Systems Inc.,* Lexington Park, Maryland, is awarded a $25,373,304 cost-plus-fixed-fee order (N0042125F0151) against a previously issued basic ordering agreement (N6833522G0012). This order provides for development, testing, and evaluation of command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance artificial intelligence, machine learning, and augmented reality technology maturation in support of Small Business Innovation Research Phase III Topic N201-015 titled, “Autonomous and Intelligent Aircraft Maintenance Technologies” for the Naval Air Warfare Center Aircraft Divisions (NAWCAD) Advanced Technology Development Department. Work will be performed in Chincoteague, Virginia (25%); Yuma, Arizona (20%) (labor surplus area); Lexington Park, Maryland (15%); Prosper, Texas (15%) (labor surplus area); Laurel, Maryland (15%); Virginia Beach, Virginia (5%); San Diego, California (2%); Tampa, Florida (2%); and Huachuca City, Arizona (1%), and is expected to be completed in March 2026. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $8,000,000 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. NAWCAD, Patuxent River, Maryland, is the contracting activity.

Textron Systems Corp., Hunt Valley, Maryland, is awarded a $15,068,510 modification (P00002) to a firm-fixed-price order (N0001924F0105) against a previously issued basic ordering agreement (N0001921G0008). This modification exercises options to continue to provide unmanned aircraft systems intelligence, surveillance, and reconnaissance services in support of the Department of Defense, other government agencies, and domestic and overseas contingency operations for the Navy. Work will be performed in Hunt Valley, Maryland (20%); and various locations outside the continental U.S. (80%), and is expected to be completed in March 2026. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $15,068,510 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. The order that is being modified was competed via a limited sources competition. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Tucson, Arizona, is awarded an $11,807,983 modification (P00039) to a previously awarded cost-plus-fixed-fee contract (N0001920C0071). This modification adds scope to procure operational flight software 9.15Y development in support of AIM-9X missile systems improvement program efforts for Foreign Military Sales (FMS) customers. Work will be performed in Tucson, Arizona, and is expected to be completed in January 2028. FMS customer funds in the amount of $11,807,983 will be obligated at 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.

Tekla Research Inc.,* Dumfries, Virginia, is awarded an $8,000,000 modification (P00020) to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N0042118D0015). This modification increases the contract ceiling to provide continued systems engineering and technical services in support of air and ship integration, systems safety, mass properties, survivability, manufacturing and quality, air platform stores integration, metrology and systems security engineering for various Naval Air programs. Work will be performed in Patuxent River, Maryland (75.96%); Cherry Point, North Carolina (9.62%); Tucson, Arizona (4.81%); Lakehurst, New Jersey (1.92%); Ridgecrest, California (1.92%); Bangkok, Thailand (0.96%); and various locations within the continental U.S. (4.81%), and is expected to be completed April 2025. 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 Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

CACI Inc., Chantilly, Virginia, is being awarded a $7,667,734 task order (N68836-25-F-3000) under a previously awarded SeaPort E-MAC contract (N00178-19-D-7295) for professional and management services for the Naval Aviation Production Process Sustainment in support of the Chief of Naval Air Training. This contract includes a 12-month base period with three 12-month option periods and a six-month extension period in accordance with Federal Acquisition Regulation 52.218-8 option to extend services, which if exercised, will bring the total estimated value to $36,019,142. Primary work will be completed in Pensacola, Florida (32%); Corpus Christi, Texas (15%); and San Diego, California (11%); with the remaining work (42%) spread among various continental U.S. locations that cannot be specifically determined at this time: Virginia, California, Florida, North Carolina, Texas, Mississippi, Tennessee, South Carolina, and Washington. Base period is expected to be completed by March 2026; if all options on the contract are exercised, work will be completed by September 2029. Subject to the availability of funds, fiscal 2025 operation and maintenance funds (Navy) in the amount of $4,957,205 will be obligated at the time of award and funds will expire at the end of the current fiscal year. This contract was solicited as a 100% full and open competition on SeaPort with two offers received. Naval Supply Systems Command Fleet Logistics Center, Jacksonville, Florida, is the contracting activity.

ARMY

Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $30,000,000 modification (P00008) to contract W58RGZ-20-D-0070 for avionics support services and incidental materials. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2025. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. (Awarded Jan. 10, 2025)  

Teledyne FLIR Defense Inc., Elkridge, Maryland, was awarded a $23,383,375 firm-fixed-price contract for Nuclear, Biological and Chemical Reconnaissance Vehicle Sensor Suite Upgrade Capability Set 2.1 test assets, logistics support equipment and ancillary services. Bids were solicited via the internet with one received. Work will be performed in Elkridge, Maryland, with an estimated completion date of March 30, 2026. Fiscal 2025 other procurement, Army funds in the amount of $23,383,375 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-25-F-0020). 

*Small business

3/6

ARMY

Vertex Aerospace LLC, Madison, Mississippi (W900KK-25-D-0021); Lockheed Martin Corp., Orlando, Florida (W900KK-25-D-0022); Cubic Defense Applications Inc., San Diego, California (W900KK-25-D-0023); Ravenswood Solutions Inc.,* Fremont, California (W900KK-25-D-0024); Cole Engineering Services Inc., Orlando, Florida (W900KK-25-D-0025); Skiftech LLC,* Orlando, Florida (W900KK-25-D-0026); Athena Technologies LLC,* Orlando, Florida (W900KK-25-D-0027); Saab Inc., Orlando, Florida (W900KK-25-D-0028); General Dynamics Mission Systems Inc., Orlando, Florida (W900KK-25-D-0029); and Bigelow Family Holdings LLC Mettle OPS,* Sterling Heights, Michigan (W900KK-25-D-0030), will compete for each order of the $921,153,455 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price, time-and-materials) contract to extend the useful life of fielded Tactical Engagement Simulation Systems. 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 March 5, 2035. Army Contracting Command, Orlando, Florida, is the contracting activity. 

Leading Technology Composites Inc.,* Wichita, Kansas, was awarded an $856,723,398 firm-fixed-price contract for Next Generation Integrated Head Protection Systems and Night Vision Device Brackets. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 6, 2028. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-25-D-0001).   

Architects Pacific Inc.,* Honolulu, Hawaii (W9128A-25-D-0018); Fung Associates Inc.,* Honolulu, Hawaii (W9128A-25-D-0019); Ink Arch LLC,* Honolulu, Hawaii (W9128A-25-D-0020); RIM/DPI JV LLC,* Honolulu, Hawaii (W9128A-25-D-0021); RMA Architects Inc.,* Honolulu, Hawaii (W9128A-25-D-0022); Sherlock, Smith & Adams Inc.,* Montgomery, Alabama (W9128A-25-D-0023); AECOM Technical Services Inc., Los Angeles, California (W9128A-25-D-0024); Burns & McDonnell + Group 70 Ho’ohui’ia, Honolulu, Hawaii (W9128A-25-D-0025); Jacobs And Architects Hawaii JV, Honolulu, Hawaii (W9128A-25-D-0026); Pond-Stanley Consultants JV LP, Peachtree Corners, Georgia (W9128A-25-D-0027); and Tetra Tech-Bowers & Kubota AE Pacific JV, Honolulu, Hawaii (W9128A-25-D-0028), 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 11 received. Work locations and funding will be determined with each order, with an estimated completion date of March 5, 2030. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity. 

Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded an $80,287,202 cost-plus-fixed-fee contract to procure services to develop the Modular Open Systems Architecture Avionics Architecture Solution for H-60M aircraft. 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 March 7, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-25-F-0205). 

Reliance Construction Management Co.,* Cary, North Carolina, was awarded a $25,000,000 firm-fixed-price contract to provide High-altitude Electromagnetic Pulse Topology maintenance, surveillance and sustainment services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of March 6, 2030. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-25-D-A001). 

Butt Construction Co.,* Dayton, Ohio, was awarded a $13,068,600 firm-fixed-price contract for design-build renovation of a materials analysis lab. Bids were solicited via the internet with two received. Work will be performed in Fairborn, Ohio, with an estimated completion date of July 30, 2027. Fiscal 2025 military construction, Army funds in the amount of $13,068,600 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W9126G-24-C-0038). 

The Tolliver Group Inc.,* Huntsville, Alabama, was awarded a $10,777,443 modification (P00011) to contract W31P4Q-24-F-E001 for logistics support to the Unmanned Aircraft Systems Project Office. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 6, 2026. Fiscal 2025 operation and maintenance, Army funds; fiscal 2025 and 2026 research, development, test and evaluation, Army funds; and fiscal 2026 and 2027 other procurement, Army funds in the amount of $10,777,443, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Brayman Construction Corp., Saxonburg, Pennsylvania, was awarded a $7,953,075 firm-fixed-price contract to gate sill rock anchor installation. Bids were solicited via the internet with two received. Work will be performed in Felicity, Ohio, with an estimated completion date of Sept. 21, 2025. Fiscal 2025 civil construction funds in the amount of $7,953,075 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-25-F-0086). 

AIR FORCE

Lockheed Martin Aeronautics Corp., Fort Worth, Texas, was awarded a ceiling $265,960,280 undefinitized contract action for F-16 System Program Office Foreign Military Sales (FMS) support. This contract provides for an operational flight program update and transfer of F-16 aircraft from Denmark to Argentina. Work will be performed in Fort Worth, Texas; Denmark; and Argentina; and is expected to be completed by March 31, 2032. This contract involves FMS to Argentina. This contract was a source directed acquisition. FMS funds in the amount of $53,192,056 are being obligated at the time of award. The Air Force Lifecycle Management Center, F-16 FMS Contracting Division, Hill Air Force Base, Utah, is the contracting activity (FA8232-25-C-B001).

Boeing Co., Oklahoma City, Oklahoma, has been awarded a $84,635,483 contract modification (P00055) to a previously awarded contract (FA8730-18-C-0001) for the Japan E-767 Airborne Warning and Control System Mission computing upgrade installation and checkout. The modification brings the total cumulative face value of the contract is $330,540,575. Work will be performed in Oklahoma City, Oklahoma; and San Antonio, Texas, and is expected to be completed by Dec. 23, 2028. This contract involves Foreign Military Sales (FMS) to Japan. FMS funds in the amount of $42,005,040 are being obligated at time of award. The Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Science, Engineering, Management Solutions LLC (Sem Sol)*, Albuquerque, New Mexico, was awarded a ceiling $15,000,000 indefinite-delivery/indefinite-quantity contract for research and development on the High-Power Electromagnetic (HPEM) Weapon Systems Transitions Program. This contract will focus on development, test, and integration of HPEM sub-systems for airborne-based HPEM weapons. Work will be performed in Albuquerque, New Mexico, and is expected to be completed by March 3, 2029. This contract was solicited via a limited call request for proposal under an existing advanced research announcement. Three offers were solicited, and three offers were received. Fiscal 2025 research, development, test and evaluation funds in the amount of $131,989 are being obligated at the time of award. The Air Force Research Laboratory Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-25-D-X003).

NAVY

The Boeing Co., St. Louis, Missouri, is awarded a $33,204,464 firm-fixed-price order (N0001925F0280) against a previously issued basic ordering agreement (N0001921G0006). This order is for the production and delivery of 41 Distributed Targeting Processor-Networked (DTP-N) B Kits; five DTP-N B Kit Lab Assets; and nine Processor eXpress Mezzanine Cards, as well as provides associated cybersecurity, travel, and obsolescence for the DTP-N program in support of F-18 service life modifications for the Navy. Work will be performed in Melbourne, Florida (60%); and St. Louis, Missouri (40%), and is expected to be completed in April 2026. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $33,204,464 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.

VideoRay LLC, Pottstown, Pennsylvania, is awarded a $30,735,784 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee, firm-fixed-price, and cost-with-no-fee pricing systems engineering and support services in support of the Maritime Expeditionary Standoff Response remotely operated vehicle system produced by VideoRay. Work will be performed in Pottstown, Pennsylvania. (100%). This contract includes a five-year ordering period that starts March 6, 2025, and ends March 5, 2030. No funds will be obligated at the time of award. Funds will be obligated as delivery orders are issued utilizing other procurement; operations and maintenance; and research, development, test and evaluation funds. This contract was awarded as a sole-source acquisition pursuant to 10 U.S. Code 3204(a)(1). Naval Information Warfare Center Pacific in San Diego, California, is the contracting activity (N66001-25-D-0010).

DEFENSE LOGISTICS AGENCY 

Avfuel Corp., Ann Arbor, Michigan (SPE607-25-D-0022, $31,730,246); Freeman Holding,* doing business as Million Air Topeka, Topeka, Kansas (SPE607-25-D-0019, $21,713,411); Signature Flight Support, Orlando, Florida (SPE607-25-D-0012, $20,141,557); West Star Aviation, Grand Junction, Colorado (SPE607-25-D-0014, $19,444,235); Indianapolis Aviation Partners, Indianapolis, Indiana (SPE607-25-D-0018, $17,108,609); Signature Flight Support, Minneapolis, Minnesota (SPE607-25-D-0015, $13,562,639); Signature Flight Support, Orlando, Florida (SPE607-25-D-0016, $7,876,024); and Monaco Air Duluth,* Duluth, Minnesota, (SPE607-25-D-0023, $7,834,275), have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE607-24-R-0200 for fuel support. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. These are three-year nine-month base contracts with one six-month option period. Locations of performance are Kansas, Missouri, Colorado, Indiana, Minnesota, and Kentucky, with a Sep. 30, 2028, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Pentaq Manufacturing Corp.,** Sabana Grande, Puerto Rico, has been awarded a maximum $14,458,350 modification (P00021) exercising the second one-year option period of a one-year base contract (SPE1C1-23-D-0035), with four one-year option periods, for blouses and trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is March 9, 2026. Using military service is 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.  

UPDATE: Kavo Dental Technologies LLC, Charlotte, North Carolina (SPE2DH-25-D-0012, $25,000,000) has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R-0002 and awarded Feb. 10, 2022. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

UPDATE: Alliant Healthcare Products,* Grand Rapids, Michigan (SPE2DE-25-D-0009, $43,750,000) has been added as an awardee to the multiple award contract for laboratory equipment, accessories and consumables for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-22-R-0006 and awarded Feb. 24, 2023. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small business
**Small-disadvantaged business in historically underutilized business zones

3/7

DEFENSE LOGISTICS AGENCY 

AmerisourceBergen Drug Corp., Conshohocken, Pennsylvania (SPE2DX-25-D-1000 $5,649,602,820); DMS Pharmaceutical Group Inc.,** Parkridge, Illinois (SPE2DX-25-D-9000, $277,666,966); and Cardinal Health Inc., Dublin, Ohio (SPE2DX-25-D-8000, $16,564,367), have each been awarded a firm-fixed-price requirements contract under solicitation SPE2DX-24-R-0001 for pharmaceutical and pharmaceutical-related products. This was a competitive acquisition with four responses received. These are two-year six-month base contracts with three two-year six-month option periods. Locations of performance are inside and outside the continental United States, with a March 6, 2027, performance completion date. Using customers are Defense Health Agency, Defense Department, Navy, Coast Guard, designated providers, and federal civilian agencies. Type of appropriation is fiscal 2025 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Original Footwear LLC,* Morristown, Tennessee, has been awarded a maximum $44,702,857 fixed-price, indefinite-delivery/indefinite-quantity contract for men’s and women’s dress leather oxford shoes. This was a competitive acquisition with two responses received. This is a three-year contract with no option periods. Location of performance is Michigan, with a March 7, 2028, ordering period end date. Using military service is Navy. 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-0042).

NAVY

Anduril Federal, a Division of Anduril Industries Inc., Washington, D.C., is awarded a $642,210,000 firm-fixed-price/cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to deliver, install, and sustain Installation-Counter small Unmanned Aircraft Systems. The awardee will be awarded its first order for system procurement, site survey, program management and engineering services, physical configuration audit, new equipment training immediately following contract award. Work will be performed in Costa Mesa, California (80%); Washington D.C. (10%); and various Marine Corps installations (10%), and is expected to be completed by March 2035. Fiscal 2024 procurement (Marine Corps) funding in the amount of $9,486,676 will be obligated with the first delivery order and will expire at the end of fiscal 2026. All other funding will be made available at the delivery order level as contracting actions occur. The maximum dollar value, including the base period with nine additional ordering periods, is $642,210,000. This contract was competitively procured via the Procurement Integrated Enterprise Environment Solicitation Module with proposals from 10 offerors received. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-25-D-0003).

Lockheed Martin Space, Titusville, Florida, is awarded a $63,378,390 fixed-price-incentive-fee and cost-plus-fixed-fee modification (P00006) to a previously awarded and announced un-priced letter contract (N0003024C0100) for TRIDENT II (D5) missile production and deployed systems support. Work will be performed in Culpepper, Virginia (50%); Magna, Utah (22%); Denver, Colorado (16%); Valley Forge, Pennsylvania (5%); Fairfield, California (5%); Sunnyvale, California (1%); and other locations less than 1.0 % each, for 1% total. Work is expected to be completed Sept. 30, 2029. Fiscal 2024 weapons procurement (Navy) funds in the amount of $4,021,128 will be obligated on this award. Fiscal 2025 research development test and evaluation (Navy) funds in the amount of $3,427,716 will also be obligated on this award and no funds will expire at the end of the current fiscal year. The maximum dollar value of the contract action, including all optional line items, if exercised, is $63,378,390. This contract is being awarded to the contractor on a sole source basis under 10 U.S. Code 2304(a)(1) and was previously synopsized on the Systems for Award Management (SAM) website, with one proposal received. Strategic Systems Programs, Washington, D.C., is the contracting activity.

L3 Harris Technologies Interstate Electronics Corp., Anaheim, California, is awarded a $24,720,118 cost-plus-fixed-fee and cost-plus-incentive-fee modification (P00032) for new procurement options under a previously awarded and announced contract (N0003022C2001) to provide services and support for flight test instrumentation systems. The total value of the modification is $24,720,118 and the total cumulative face value, including all optional line items, is $84,699,148.  Work will be performed in Anaheim, California (56%); Cape Canaveral, Florida (30%); Washington, D.C. (5%); Bremerton, Washington (3%); Kings Bay, Georgia (3%); and Barrow-in-Furness, United Kingdom (3%). Work is expected to be completed by February 2029. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $594,000; fiscal 2025 research, development, test and evaluation (Air Force) in the amount of $3,500,000; fiscal 2024 other procurement (Navy) funds in the amount of $2,637,805; fiscal 2025 other procurement (Navy) funds in the amount of $6,605,272; fiscal 2025 weapons procurement (Navy) funds in the amount of $2,290,825; and fiscal 2024 shipbuilding and conversion (Navy) funds in the amount $500,000, are being obligated at time of award. The total amount incrementally funded under this award is $12,631,402 and $594,000 will expire at the end of the current fiscal year. This contract is being awarded on a sole source basis under 10 U.S. Code 3204(a)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity. 

Leidos Inc., Reston, Virginia, is awarded a $17,548,483 cost-plus-fixed-fee modification to previously awarded delivery order (N00024-23-F-6313) under indefinite-delivery/indefinite-quantity contract (N00024-20-D-6337) to exercise an option for Overlord Unmanned Surface Vessels (OUSV) and Medium Unmanned Surface Vehicles operations and sustainment. Work will be performed in Reston, Virginia (51%); Virginia Beach, Virginia (26%); La Jolla, California (7%); Morgan City, Louisiana (6%); Lexington Park, Maryland (5%); Newport News, Virginia (4%); and Bethpage, New York (1%); and is expected to be completed by March 2026. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $3,500,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, D.C., is the contracting activity.

ARMY

Renk America LLC, Muskegon, Michigan, was awarded an $84,530,775 modification (P00064) to contract W56HZV-20-C-0124 for armored multi-purpose vehicle parts. Work will be performed in Muskegon, Michigan, with an estimated completion date of Dec. 31, 2027. Fiscal 2025 weapons and tracked combat vehicle procurement, Army funds in the amount of $84,530,775 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Renk America LLC, Muskegon, Michigan, was awarded a $65,805,240 modification (P00065) to contract W56HZV-20-C-0124 for Bradley fighting vehicle system parts. Work will be performed in Muskegon, Michigan, with an estimated completion date of April 30, 2027. Fiscal 2024 weapons and tracked combat vehicle procurement, Army funds in the amount of $65,805,240 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

Nisou Enterprises Inc.,* Farmington Hills, Michigan, was awarded a $21,449,190 firm-fixed-price contract to construct a new access-control point at Fort Eustis. Bids were solicited via the internet with four received. Work will be performed in Newport News, Virginia, with an estimated completion date of Jan. 6, 2027. Fiscal 2021 military construction, Army funds in the amount of $21,449,190 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-25-C-2009).

August Mack Environmental Inc., Indianapolis, Indiana, was awarded an $18,408,478 firm-fixed-price contract for a temporary mobile wastewater treatment plant and operation and maintenance services. Work locations and funding will be determined with each order, with an estimated completion date of March 6, 2030. U.S. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-25-D-0001).

DMYLES Inc.,* Niagara Falls, New York, was awarded a $9,297,000 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Cleveland, Ohio, with an estimated completion date of Dec. 30, 2025. Fiscal 2025 civil construction funds in the amount of $9,297,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Buffalo District, is the contracting activity (W912P4-25-C-A003).

BAE Systems Land & Armaments LP, San Jose, California, was awarded an $8,456,757 modification (P00102) to contract W56HZV-22-C-0072 for Bradley A4E1 ECP vehicle version identification software development. Work will be performed in San Jose, California, with an estimated completion date of March 13, 2026. Fiscal 2025 weapons and tracked combat vehicles procurement, Army funds in the amount of $8,456,7571 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Detroit, Michigan, is the contracting activity. 

AIR FORCE

Modern Technology Solutions Inc., Alexandria, Virginia, was awarded a ceiling $48,500,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for implementation of advanced government simulation capabilities. This contract provides engineering services and cyber security support services. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by March 17, 2027. This contract was a sole source acquisition. Fiscal 2025 working capital funds in the amount of $3,846,543 are being obligated at time of award. The Air Force Sustainment Center, Hill AFB Utah, is the contracting activity (FA8224-25-D-B002).

Northrop Grumman Systems Corp., Dulles, Virginia, was awarded an $8,000,000 undefinitized contract for payload integration on the Rapid On-orbit Space Technology Evaluation Ring 5 (ROOSTER-5) spacecraft. This contract provides for the integration of payloads on a multi-manifest ridesharing spacecraft. Work will be performed in Dulles, Virginia; and Gilbert, Arizona, and is expected to be completed by Sept. 30, 2028. This contract was a sole source acquisition. Fiscal 2024 research, development, test and evaluation funds in the amount of $553,012; fiscal 2025 research, development, test and evaluation funds in the amount of $2,000,000, are being obligated at the time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity (FA8819-25-C-B002).

CORRECTION: The $9,168,133 contract modification (P00051/FA8808-20-C-0047) awarded to the Boeing Co., Redondo Beach, California, on March 3, 2025, was announced with an incorrect award date. The correct award date is March 5, 2025.

*Small business
**Women-owned 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 Monday, March 10, 2025 1:19 pm

Leave a Reply

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

Notify me of updates to this conversation