INSIDE THE
NEWS + ADVICE
DoD Contracts: Lockheed Martin, Vectrus Systems, Boeing, Week of 3-31-25 to 4-4-25
3/31
AIR FORCE
The Boeing Co., Long Beach, California, has been awarded a $2,456,665,321 modification (P00020) to a previously awarded contract (FA8526-21-D-0001) for C-17 Globemaster III sustainment. The modification brings the total cumulative face value of the contract to $7,597,672,417 from $5,141,007,096. Work will be performed at various locations including but not limited to Long Beach, California; San Antonio, Texas; Robins Air Force Base, Georgia; Charleston, South Carolina; McCord AFB, Washington; and various locations around the globe, and is expected to be completed by Oct. 31, 2027. This contract involves Foreign Military Sales (FMS) to Australia, Canada, India, Kuwait, NATO Airlift Management Program, Qatar, United Arab Emirates, and the United Kingdom. Fiscal 2025 operation and maintenance funds in the amount of $376,164,536; and FMS funds in the amount of $97,168,700 are being obligated at the time of award. The Air Force Lifecycle Management Center, Robins AFB, Georgia, is the contracting activity.
Lockheed Martin Missiles and Fire Control, Orlando, Florida, with places of performance in Orlando, Florida; and Troy, Alabama has been awarded a $600,000,000, firm-fixed-price contract modification (P00012) to a previously awarded contract (FA8682-22-D-B0001) for full life cycle weapon system support related to the Joint Air to Surface Standoff Missile (JASSM), JASSM-ER, JASSM future variants, Long Range Anti-Ship Missile (LRASM), and LRASM future variant programs. The modification brings the total cumulative face value of the contract to $600,000,000 from $450,000,000. The contract modification is to increase the ceiling of indefinite-delivery indefinite-quantity 7. The location of performance is Orlando, Florida, and the work is expected to be completed by June 14, 2027. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.
ENSCO Inc., Vienna, Virginia, has been awarded an $ 84,245,018 ceiling , firm-fixed, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for modeling, software, and engineering support. This contract provides qualified personnel, services, materials, equipment, supplies and facilities necessary to perform scientific and technical support and services needed through the life of contract. Work will be performed at Patrick Space Force Base, Florida, and is expected to be completed by Sept. 30, 2032. This contract was a competitive acquisition, and one offer was received. Fiscal 2025 operations and maintenance funds in the amount of $1,846,239 will be obligated at time of the award. Air Command, Acquisition Management and Integration Center, Patrick SFB, Florida, is the contracting activity (FA702225D0005).
SMS Data Products, McLean, Virginia, has been awarded a $26,775,717 fixed-price contract for contract deliverable sustainment. This bridge contract is being issued to procure service and support for the Cyber Support Services Two program that will provide Tiers II/III sustainment to the Air Force Information Network Response Center, technical publications support, system administration, engineering, and management services for three integration and test facilities, and field engineering representatives, at various bases worldwide. Work will be performed at Hanscom Air Force Base and at various base locations worldwide, and is expected to be complete Sept. 30, 2025. Fiscal 2025 operations and maintenance funds in the amount of $3,797,313 are being obligated at the time of award. The Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA872625CB001).
L3Harris ISR Sector, Greenville, Texas, has been awarded a $24,311,559 fixed-price contract, for high-capacity crossover satellite services. This contract provides for senior leader communication on the operational support airlift/executive airlift fleet. The location of performance is worldwide. The work is expected to be complete by Oct. 31, 2025. This award is the result of a sole-source acquisition. Fiscal 2025 operations and maintenance funds in the amount of $20,838,479 are being obligated at the time of award. Space Systems Command, Commercial Space Office, Chantilly, Virginia, is the contracting activity (FA2541-25-C-B038).
Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded a $14,215,800 firm-fixed-price modification (P00144) to previously awarded (FA8615-17-C-6047) for Active Electronically Scanned Array radars of Air Force F-16 aircraft. The modification brings the total cumulative face value of the contract to $1,688,385,697 from $1,674,169,897. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed May 31, 2031. Fiscal 2023 procurement funds in the amount of $5,686,320; fiscal 2024 research, development, test and evaluation funds in the amount of $5,984,851; and fiscal 2025 research, development, test and evaluation funds in the amount of $2,544,629, are being obligated at the time of award for a total obligation of $14,215,800. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
NAVY
SLSCO Ltd., Galveston, Texas, is awarded a $239,652,192 firm-fixed-price contract for construction of an aircraft parking apron and supporting facilities at Royal Australian Air Force Base, Darwin, Australia. Work will be performed in Darwin, Australia, and is expected to be completed by December 2027. Fiscal 2023 military construction (MILCON) (Marine Corps) funds in the amount of $63,770,000; and fiscal 2024 MILCON (Marine Corps) funds in the amount of $116,500,000, will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website, with three proposals received. The Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-25-C-1308).
AMP United LLC,* Dover, New Hampshire (N4523A-25-D-0800); Delphinus Engineering Inc.,* Newton Square, Pennsylvania (N4523A-2-D-0801); Everett Ship Repair LLC,* Freeland, Washington (N4523A-25-D-0802); Ice Floe LLC,* Freeland, Washington (N4523A-25-D0803); IMIA LLC,* Spanish Fort, Alabama (N4523A-25-D-0804); Oceaneering International Inc.,* Chesapeake, Virginia (N4523A-25-D0805); and Propulsion Controls Engineering LLC,* Everett, Washington (N4523A-25-D-0806), are awarded a combined $88,100,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the accomplishment of preservation of critical and non-critical surfaces and installation of new coatings on Naval submarines. Each awardee will be awarded $1,000 (minimum contract guarantee per awardee) at contract award. Work will be performed at Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington; Naval Base Kitsap, Bremerton, Washington; Naval Base Kitsap, Bangor, Washington; and Naval Station Everett, Washington; and other locations under the area of responsibility of Northwest Regional Maintenance Center, according to individual delivery orders as assigned and is expected to be completed by March 2030. Fiscal 2025 operations and maintenance (Navy) funding in the amount of $7,000 ($1,000 minimum guarantee per contract) will be obligated at time of award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via SAM.gov website and Procurement Integrated Enterprise Environment solicitation module, with seven offers received. Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.
Moebius Solutions Inc.,* San Diego, California, is awarded a $44,170,112 cost-plus-fixed-fee contract for the Visual Integrated Tactical Logistics (VITL), Submarine Planning and Scheduling Tool (SPAST), and Data Focused Maritime Operations Center of the Future (DF-MOTF) Enhancements efforts. VITL optimizes logistics operations in contested maritime environments using supply chain algorithms and predictive analytics. SPAST automates submarine scheduling adjustments. DF-MOTF creates a secure multi-level data framework for a common operational picture. DevSecOps ensures secure software development. This contract provides for enhanced logistics, scheduling, data integration and software practices for mission success. Work will be performed in San Diego, California, and is expected to be completed in March 2029. The total cumulative value of this contract, including a 48-month base period with no options, is $44,170,112. Fiscal 2024 and fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $88,333 and $3,223,345, respectively, are obligated at the time of award. Funds in the amount of $88,333 will expire at the end of the current fiscal year. This contract was competitively procured under long range broad agency announcement (BAA) N0001424SB001 entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals were received throughout the year under the Long-Range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N0001425C1110).
Imagine One Technology & Management Ltd., Lexington Park, Maryland, was awarded a $42,043,544 cost-plus-fixed-fee definitized bridge contract action for informational technology services in support of the Naval Sea Systems Command, Digital Industrial Operations, Navy Maritime Maintenance Enterprise Solution Program. This contract includes an option which, if exercised, would bring the cumulative value of this contract to $76,386,763. Work will be performed in Norfolk, Virginia (88%); Lexington Park, Maryland (2%); Rocket Center, West Virginia (6%); Bremerton, Washington (1%); Kittery, Maine (1%); Pearl Harbor, Hawaii (1%); and Washington, D.C. (1%), and is expected to be completed by August 2025. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $5,500,000 (92%); and fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $500,000 (8%), will be obligated at time of award, of which $5,500,000 will expire at the end of the fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N6426725C2354).
Professional Contract Services Inc., Austin, Texas, is awarded a $39,863,925 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to a previously awarded contract (N40085-20-D-0040) for base operations support services. This award brings the total cumulative value of the contract to $213,237,862. Work will be performed at Naval Medical Center Portsmouth; and outlying support sites in the Naval Facilities Engineering Systems Command (NAVFAC), Mid-Atlantic area of operations, and will be completed in March 2026. No funds will be obligated at time of award. Fiscal 2025 operation and maintenance, (Navy) funds in the amount of $37,293,641 will be obligated for recurring work and will expire at the end of the current fiscal year. NAVFAC Mid-Atlantic, Portsmouth, Virginia, is the contracting activity.
Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $34,004,309 cost-plus-incentive-fee modification to a previously awarded contract (N00024-23-C-5101) to modify the AN/SPY-7(v)3 site to accommodate the engineering development model (EDM), install radar processing and support equipment, and provide installation and check-out for the EDM array. This contract involves Foreign Military Sales (FMS) to the government of Canada. Work will be performed in Moorestown, New Jersey, and is expected to be completed by February 2027. FMS (Canada) funds in the amount of $34,004,309 will be obligated at the 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.
Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a modification (P00001) to a cost-plus-fixed-fee order (N0001924F0663) against a previously issued basic ordering agreement (N0001923G0002). This modification exercises an option to perform testing in support of a design change to the CH-53K active inceptor system that addresses obsolescence of internal electrical components in support of the Marine Corps. Work will be performed in Stratford, Connecticut (63.3%); Farnborough, United Kingdom (32.6%); Fort Worth, Texas (1.2%); and various locations within the continental US (2.9%) and is expected to be completed in June 2029. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $21,859,196 will be obligated at the time of award, all 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.
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $13,436,786 modification to a firm-fixed-price, cost-plus-fixed-fee contract (N0001923C0058). This modification adds scope to provide continued program management, non-recurring unique requirements, and training in support of integration efforts for the government of Germany into the F-35 Joint Strike Fighter program as a Foreign Military Sales (FMS) customer. Work will be performed in Fort Worth, Texas (60%); Orlando, Florida (18%); Greenville, South Carolina (11%); El Segundo, California (5%); Lancashire, United Kingdom (4%); and Baltimore, Maryland (2%), and is expected to be completed in August 2026. FMS customer funds in the amount of $13,436,786 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competed. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity
Northern New England Employment Services,* Gorham, Maine, is awarded a $7,911,803 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for custodial and recycling services at Portsmouth Naval Shipyard, Kittery, Maine. Work will be performed at the Portsmouth Naval Shipyard in Kittery, Maine, and is expected to be completed by March 2026. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $1,527,779 will be obligated at the time of award via task order and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy) funds. This contract was awarded under the AbilityOne Program, a federal initiative aimed at employing people with disabilities. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting number (N40085-25-D-0052).
ARMY
Burns & McDonnell Engineering Co., Kansas City, Missouri (W9133L-25-D-A013); Benham-Stanley LLC, Oklahoma City, Oklahoma (W9133L-25-D-A014); Merrick-RS&H JV LLP, Greenwood Village, Colorado (W9133L-25-D-A015); CEMS Engineering Inc.,* Summerville, South Carolina (W9133L-25-D-A016); Colby Co. LLC,* Portland, Maine (W9133L-25-D-A017); Coover-Clark & Associates Inc.,* Denver, Colorado (W9133L-25-D-A018); Dynotec-KZF JV LLC,* Columbus, Ohio (W9133L-25-D-A019); MES Group Inc.,* Tampa, Florida (W9133L-25-D-A020); Raymond Pond Federal Solutions JV LLC,* Conyers, Georgia (W9133L-25-D-A021); and Shrewsberry-Mead & Hunt SB JV,* Indianapolis, Indiana (W9133L-25-D-A022), will compete for each order of the $225,000,000 firm-fixed-price contract for architectural and engineering services. Bids were solicited via the internet with 43 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2030. The National Guard Bureau’s Directorate of Acquisitions, Operational Contracting Division, Arlington, Virginia, is the contracting activity.
Deployed Resources LLC, Rome, New York, was awarded a $138,203,867 firm-fixed-price contract for comprehensive support for the El Paso Soft Sided Facility, a temporary central processing center and holding facility. Bids were solicited via the internet with one received. Work will be performed in El Paso, Texas, with an estimated completion date of Sept. 25, 2025. Fiscal 2025 operation and maintenance, Army funds in the amount of $23,033,978 were obligated at the time of the award. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W9124J-25-F-A026).
Vectrus Systems Corps., Colorado Springs, Colorado, was awarded a $51,983,863 modification (0001DZ) to contract W52P1J-13-G-0027 for logistics support services. Work will be performed in Fayetteville, North Carolina, with an estimated completion date of Feb. 28, 2026. Fiscal 2025 operation and maintenance, Army funds in the amount of $4,799,410 were obligated at the time of the award. Army Contracting Command, Rock Island, Illinois, is the contracting activity.
General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $42,303,195 modification (P00098) to contract W56HZV-22-C-0012 for scope changes, new funding, and period of performance extensions to fulfill mission requirements. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 30, 2025. Fiscal 2010 Foreign Military Sales (Australia, Iraq, Kuwait, Morocco, and Saudi Arabia); and 2025 other procurement, Army funds in the amount of $42,303,195, were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.
MOS-SDAC JV LLC, Atlanta, Georgia, was awarded a $16,434,403 firm-fixed-price contract for railroad maintenance and repair. Bids were solicited via the internet with seven received. Work will be performed at Fort Stewart, Georgia, with an estimated completion date of March 31, 2030. Fiscal 2025 operation and maintenance, Army funds in the amount of $16,434,403 were obligated at the time of the award. Army 419th Contracting Support Brigade, Fort Stewart, Georgia, is the contracting activity (W9124M-25-D-A010).
Native American Services Corp.,* Kellogg, Idaho, was awarded a $7,750,000 modification (P00005) to contract W5168W-24-D-0007 for minor construction projects. Work locations and funding will be determined with each order, with an estimated completion date of June 12, 2029. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity.
Ahtna-Great Lakes E&I JV,* West Sacramento, California, was awarded a $7,634,237 modification (P00007) to contract W91238-21-C-0034 for levee improvements. Work will be performed in Sacramento, California, with an estimated completion date of Oct. 12, 2027. Fiscal 2022 civil construction funds in the amount of $7,634,237 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity.
DEFENSE HEALTH AGENCY
Cellphire Inc., Frederick, Maryland, is awarded a $70,334,798 cost-plus-fixed-fee modification to a previously awarded contract (W81XWH20C0030). This effort is to increase the cost ceiling of the current contract and add an additional 20-month extension to the period of performance to Oct. 31, 2028. The necessity of a contract modification is due to an increase in the number of subjects required to statistically show non-inferiority between cryopreserved and liquid stored platelets. Fiscal 2025 research, development, test and evaluation funding is obligated at the time of award. Place of performance is Fort Detrick, Maryland. The U.S. Army Medical Research Acquisition Activity, Contract Branch Seven, Fort Detrick, Maryland, is the contracting activity
Strategic Communications LLC, Louisville, Kentucky, is awarded $25,335,318 for a firm-fixed-price task order (HT001525F015) under the NASA Solutions for Enterprise-Wide Procurement catalog. This order will provide commercial cloud environment Amazon Web Services for Defense Health Agency applications in accordance with the Department of Defense Cloud Computing Security Requirements Guide. This task order is awarded from a single award catalog that provided fair opportunity. The place of performance is Falls Church, Virginia, and all work is expected to be completed by March 30, 2026. Fiscal 2025 operations and maintenance funds in the amount of $25,335,318 will be obligated at the time of award and will expire at the end of the current fiscal year. The Defense Health Agency, Enterprise Medical Services Contracting Division, San Antonio, Texas, is the contracting activity.
DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY
Affigent LLC,** Herndon, Virginia, has been awarded a $20,730,383, firm-fixed-price delivery order (HS002125FE034) for the Defense Counterintelligence and Security Agency (DCSA). This award is the result of a competitive small business set aside acquisition in which two offers were received. The order provides an Oracle Unlimited License Agreement for enterprise-wide licenses and support to DCSA program offices. No on-site work is required, and the estimated completion date is March 31, 2028 (inclusive of options). Fiscal 2025 defense working capital funds in the amount of $13,406,120; and fiscal 2025 operations and maintenance funds in the amount of $7,324,263 were obligated at the time of award. DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Raytheon Technologies Corp., East Hartford, Connecticut, has been awarded an estimated $12,672,496 modification (P00001) to a delivery order (SPRTA1-21-F-1786) issued against a five-year subsumable contract (SPE4AX-20-D-R001) with no option periods for the manufacture of TF-33 case assembly of-diffusers. This is a firm-fixed-price contract. The performance completion date is Aug. 15, 2026. Using military service is Air Force. Type of appropriation is fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma.
*Small business
** Small Disadvantaged Business
4/1
AIR FORCE
Massachusetts Institute of Technology, Cambridge, Massachusetts, has been awarded a $12,213,406,028 indefinite-delivery/indefinite-quantity contract for the operation of Lincoln Laboratory Federally Funded Research and Development Center. This contract provides for research, development, and rapid prototyping of advanced technology to meet Department of Defense and national security needs. Work will be performed primarily at facilities located on Hanscom Air Force Base, Massachusetts, and is expected to be complete by March 31, 2030. This award is the result of a sole-source acquisition. Fiscal 2025 research, development, test and evaluation funds in the amount of $400,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts is the contracting activity (FA8702-25-D-B002).
Crew Training International Inc., Memphis, Tennessee, has been awarded a $20,805,455 firm-fixed-price modification (P00076) to a previously awarded contract (FA4890-19-C-0003) for the MQ9 contract aircrew training and courseware development contract. The contract modification is for the exercise of a 15-month bridge action for extension of services. The modification brings the total cumulative face value of the contract to $293,434,808 from $272,629,353. Work will be performed at Creech Air Force Base, Nevada; Holloman AFB, New Mexico; March Air Reserve Base, California; and Hancock Air National Guard Base, New York, and is expected to be completed by June 30, 2026. Fiscal 2025 operations and maintenance funds in the amount of $4,886,674 are being obligated at the time of award. Air Combat Command Acquisition Management and Integration Center, Hampton, Virginia, is the contracting activity.
Raytheon Co., Tucson, Arizona, has been awarded a $18,835,715 firm-fixed-price definitized modification (PZ0001) to previously awarded (FA8675-23-C-0037) for Advance Medium Range Air-to-Air Missiles C8 and D3 variants. The modification brings the total cumulative face value of the contract to $2,459,290,839 from $2,440,455,124. Work will be performed in Tucson, Arizona, and is expected to be completed by May 31, 2026. This contract involves Foreign Military Sales (FMS) to Canada, Taiwan, Sweden, Czech Republic, Korea, Kuwait, Japan, Finland, Germany, the United Kingdom, Portugal, Italy, Netherlands, Saudi Arabia, Norway, Belgium, Australia, Turkey, Spain, and Lithuania. FMS funds in the amount of $11,526,755; fiscal 2024 missile procurement funds (Air Force) in the amount of $6,087,120; and fiscal 2024 weapons procurement funds (Navy) in the amount of $1,221,840, are being obligated at the time of award. The Air Force Lifecycle Management Center, Robins Air Force Base, Georgia is the contracting activity. (Awarded on March 28, 2025)
ARMY
Saab Inc., Orlando, Florida (W900KK-25-D-0031); Riptide Software,* Oviedo, Florida (W900KK-25-D-0032); Vertex Aerospace LLC, South Madison, Mississippi (W900KK-25-D-0033); Theissen Training Systems Inc.,* Gainesville, Florida (W900KK-25-D-0034); Shock Stream LLC,* Casselberry, Florida (W900KK-25-D-0035); HII Mission Technologies Corp., McLean, Virginia (W900KK-25-D-0036); Cubic Defense, San Diego, California (W900KK-25-D-0037); Lockheed Martin, Orlando, Florida (W900KK-25-D-0038); General Dynamics One Source, Fairfax, Virginia (W900KK-25-D-0039); Tyto Athene, Herndon, Virginia (W900KK-25-D-0040); and Corps Solutions,* Stafford, Virginia (W900KK-25-D-0041), will compete for each order of the $378,719,231 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price, order-dependent, time-and-materials) contract for life cycle support for live training ranges and combat training centers. 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 31, 2033. Army Contracting Command, Orlando, Florida, is the contracting activity.
Nammo Pocal Inc., Scranton, Pennsylvania, was awarded a $130,930,574 firm-fixed-price contract for ignition cartridges. 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 30, 2030. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-25-D-0013).
DEFENSE LOGISTICS AGENCY
Pinnacle Petroleum, Inc.,* Long Beach, California (SPE605-25-D-4503, $134,703,971); Merrimac Energy Group,* Long Beach, California (SPE605-25-D-4502, $110,406,540); BRZ Investments and Consulting,* Boynton Beach, Florida (SPE605-25-D-4504, $44,151,561); Tayrona Investments LLC,** doing business as Tayrona Oil, West Palm Beach, Florida, (SPE605-25-D-4511, $33,890,099); Clipper Oil Inc.,* San Diego, California, (SPE605-25-D-4505, $29,575,910); VETJET Fuels LLC,** Dallas, Texas (SPE605-25-D-4512, $19,840,669), have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE605-24-R-0211 for various types of fuels. This was a competitive acquisition with 31 responses received. These are four-year six-month contracts with one six-month option period. The performance completion date is Oct. 31, 2029. Using customers are Defense Department and federal civilian agencies. Type of appropriation is fiscal 2025 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.
Direct Energy Business LLC, Houston, Texas, has been awarded an estimated $7,891,385 modification (P0002) exercising the first one-year option period of a one-year base contract (SPE604-24-D-8005) with four one-year option periods for retail electricity and ancillary/incidental supply and delivery services. This is a firm-fixed-price, requirements contract. Location of performance is Rhode Island with a May 31, 2026, performance completion date. Using military service is Navy. Using military service is solely responsible to fund this contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.
NAVY
Lockheed Martin Corp., Fort Worth, Texas, is awarded a $65,486,802 cost-plus-incentive-fee, cost reimbursable modification (P00052) to a previously awarded contract (N0001920C0032). This modification adds scope to provide engineering and program management support as well as test assets, testing, and solution development in support of the F-35 reliability and maintainability improvement program for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS), and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2028. Fiscal 2024 procurement (Air Force) funds in the amount of $28,673,614; fiscal 2024 aircraft procurement (Navy) funds in the amount of $14,907,777; FMS customer funds in the amount of $7,331,352; and non-U.S. DOD participant funds in the amount of $14,574,059, will be obligated at time of award, none of which will expire at the end of the fiscal year. This contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
American Bureau of Shipping (ABS), Spring, Texas, is being awarded a $19,635,503 modification under a previously awarded firm-fixed-price contract (N3220522C4029) to exercise a one-year option period (P00023) for the continued regulatory service to survey and audit ships. The contract also conducts plan reviews to verify, confirm, and document that U.S. government vessels owned by Military Sealift Command are maintained in class or can be placed in class with the ABS. Work will be performed worldwide and is expected to be completed by March 31, 2026. This contract includes one 12-month base period and four 12-month option periods which, if exercised, would bring the cumulative value of this contract to $98,385,173. Navy working capital funds in the amount of $500,000 will be obligated upon the exercise of this option. The remaining amount of $19,135,503 will be incrementally funded as funding becomes available in accordance with Defense Federal Acquisition Regulation Supplement 252.232-7007, Limitation of Government’s Obligation. Working capital funds in the amount of $9,000,000 will be obligated no later than quarter four of fiscal 2025. Working capital funds in the amount of $10,635,503 will be obligated no later than quarter two of fiscal 2026. Military Sealift Command, Norfolk, Virginia, is the contracting activity.
Honeywell International Inc., Engines, Systems & Services Div., Phoenix, Arizona, is being awarded $10,965,150 for a firm-fixed-price delivery order (N00383-25-F-V617) under previously awarded basic ordering agreement (N00383-20-G-V601) for the repair of 42 aircraft power units used on the P-8 aircraft. The delivery order does not include an option period. All work will be performed in Phoenix, Arizona, and work is expected to be completed by May 2027. Annual working capital funds (Navy) in the full amount of $10,965,150 will be obligated at time of award and the funds do not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.
DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY
The $12,672,496 modification (P00001) announced on March 31, 2025, for Affigent LLC, Herndon, Virginia, was announced with the wrong award date. The correct date is April 1, 2025.
*Small business
**Small-disadvantaged veteran-owned small business
4/2
NAVY
The Boeing Co., St. Louis, Missouri, is awarded a $133,500,000 firm-fixed-price, cost-plus-fixed-fee modification to an order (N6134022F0001) against a previously issued basic ordering agreement (N6134019G0002). This modification is adding scope to procure P-8A training systems phase two software development, integration and device installation for the government of South Korea, to include one operational flight trainer, one weapons tactics trainer, one maintenance electronic classroom, and one training system support center as well as associated electronic classroom instructor led training. Additionally, this modification provides logistics, engineering and management technical support required for the procurement, build, inspection and acceptance of the hardware for the P-8A training systems. Work will be performed in St. Louis, Missouri (80%); and Pohang, South Korea (20%), and is expected to be completed in October 2028. Foreign Military Sales funds in the amount of $133,500,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This action was not competed. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.
Cardno TEC-Leidos LLC, Charlottesville, Virginia, is awarded a $50,000,000 firm-fixed-price contract for architectural-engineering and environmental services. Work will be performed at ranges and installations throughout the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic area of responsibility. Fiscal 2025 operation and maintenance, (Navy) funds in the amount of $10,000 are obligated on this award for the minimum guarantee and will expire at the end of the current fiscal year. This contract was advertised on an unrestricted basis to allow maximum competition via the Procurement Integrated Enterprise Environment Solicitation Module and www.sam.gov website, with one proposal received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity (N62470-25-D-4006).
Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is awarded a $24,115,758 modification (P00044) to a cost-plus-fixed-fee order (N0001921F0889) against a previously issued basic ordering agreement (N0001920G0005). This modification exercises an option to provide continued sustainment and technical support in support of E-2C/D aircraft common and unique requirements for the governments of France, Japan, Taiwan, and Egypt. Work will be performed in Melbourne, Florida (59.9%); Misawa, Japan (22.6%); Dayton, Ohio (4.4%); St. Augustine, Florida (4.3%); and various locations within the continental U.S. (8.8%), and is expected to be completed in April 2026. Foreign Military Sales customer funds in the amount of $11,500,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
DEFENSE LOGISTICS AGENCY
ASRC Federal Facilities Logistics LLC,** Fairfield, New Jersey, has been awarded a maximum $99,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 440-day bridge contract with no option periods. Locations of performance are Hawaii, Guam, and the Kwajalein Atoll, with a June 15, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-25-D-0016).
AIR FORCE
Lead Builders Inc., Newbury Park, California, has been awarded a $8,704,103 firm-fixed-price contract for building renovations. This contract provides for all management, personnel, vehicles, supplies, equipment, and incidental work required for renovation of the existing Child Development Center. Work will be performed at Edwards Air Force Base, California, and is expected to be completed by Aug. 3, 2026. This contract was a competitive acquisition, and three offers were received. Fiscal 2025 operation and maintenance funds in the amount of $8,704,103 are being obligated at the time of award. The Air Force Test Center, Edwards AFB, California, is the contracting activity (FA9301-25-F-0096).
ARMY
Kenneth Hahn Architects Inc.,* Omaha, Nebraska (W912DQ-25-D-A002); Yaeger Architecture Inc.,* Lenexa, Kansas (W912DQ-25-D-A003); Blair Remy Merrick MP JV LLC,* Oklahoma City, Oklahoma (W912DQ-25-D-A004); and Zapata Black & Veatch JV LLC,* Charlotte, North Carolina (W912DQ-25-D-A005), will compete for each order of the $25,000,000 firm-fixed-price contract for architect engineering services. Bids were solicited via the internet with 27 received. Work locations and funding will be determined with each order, with an estimated completion date of April 1, 2030. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity.
*Small business
**Small-disadvantaged business
4/3
ARMY
Bechtel National Inc., Reston, Virginia, was awarded a $242,282,475 modification (P00284) to contract W52P1J-09-C-0012 to capture past contract overruns for the Pueblo Chemical Agent-Destruction Pilot Plant. Work will be performed in Pueblo, Colorado, with an estimated completion date of April 3, 2026. Fiscal 2015 research, development, test and evaluation, Army funds in the amount of $242,282,475 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
M1 Support Services LP, Denton, Texas, was awarded a $65,357,267 modification (P00188) to contract W9124G-17-C-0104 for aviation maintenance. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 15, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
ACC Construction Co. Inc., Augusta, Georgia, was awarded a $42,916,905 firm-fixed-price contract to design and construct a barracks. Bids were solicited via the internet with four received. Work will be performed in Fayetteville, North Carolina, with an estimated completion date of Feb. 1, 2029. Fiscal 2024 military construction, Army funds in the amount of $42,916,905 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-25-C-0029).
C.J. Mahan Construction Co. LLC, Urbancrest, Ohio, was awarded an $8,635,903 firm-fixed-price contract to replace vertical lift gate cylinders. Bids were solicited via the internet with three received. Work will be performed in Pittsburgh, Pennsylvania, with an estimated completion date of March 22, 2027. Fiscal 2023 civil construction funds in the amount of $8,635,903 were obligated at the time of the award. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-25-C-8006).
NAVY
Raytheon Co., Tucson, Arizona, is awarded a $23,773,621 firm-fixed-price modification to previously awarded contract (N00024-22-C-5400) to exercise an option for fiscal 2025 Navy procurements of Rolling Airframe Missile (RAM) Block 2B Guided Missile Round Packs. The RAM Guided Missile Weapon System is co-developed and co-produced under an International Cooperative Program between the U.S. and the Federal Republic of Germany. Work will be performed in Ottobrunn, Germany (42%); Tucson, Arizona (31%); Glenrothes Fife, Great Britain (12%); Keyser, West Virginia (9%); Cincinnati, Ohio (1%); and various other U.S. locations each under 1% (5%), and is expected to be completed by July 2028. Fiscal 2025 weapons procurement (Navy) funds in the amount of $23,773,621 will be obligated at the 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.
General Dynamics NASSCO, Norfolk, Virginia, is being awarded a $21,735,171 modification to exercise options on a previously awarded contract (N00024-25-C-4427) for the USS Porter (DDG-78) fiscal 2025 extended dry-dock selected restricted availability. Work will be performed in Norfolk, Virginia, and is expected to be completed by May 2026. Fiscal 2025 other procurement (Navy) funds in the amount of $21,735,171 will be obligated at time of award and will not expire at the end of the current fiscal year. Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.
Lampson International LLC,* Kennewick, Washington, is awarded a $10,301,312 firm-fixed-price, indefinite-delivery/indefinite-quantity contract action for engineering and specialized transportation services for Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF). PSNS & IMF requires these services for the transport of decommissioned reactor compartment disposal packages from the Port of Benton barge slip near Richland, Washington to their final positioning at the Department of Energy Hanford site. Work will be performed at Port of Benton, Washington (50%); and Hanford, Washington (50%), and is expected to be completed by April 2030. Operations and maintenance (Navy) funding will be provided at the task order level. This contract was competitively procured via the solicitation module on the PIEE website, with two offers received. PSNS & IMF, Bremerton, Washington, is the contracting activity (N4523A25D4001).
General Electric Co., Lynn, Massachusetts, is awarded a $7,748,215 modification (P00004) to a cost-plus-fixed-fee order (N0042125F0023) against a previously issued basic ordering agreement (N0042123G0004). This modification adds scope to provide new build T408 engine ground testing to capture thrust delta verification using a fleet representative test cell and associated noise abatement levels with the new fuel augmentation optimization in support of the T408 component improvement program for the Navy. Work will be performed in Lynn, Massachusetts, and is expected to be completed in April 2026. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $2,817,750; and fiscal 2025 aircraft procurement (Navy) funds in the amount of $1,342,143, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract action was not competed. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.
DEFENSE LOGISTICS AGENCY
American Fuel Cell and Coated Fabrics Co. LLC,* Magnolia, Arkansas, has been awarded a maximum $17,144,712 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for KC-135 fuel cells. This was a competitive acquisition with two responses received. This is a three-year base contract with one six-month option period. The performance completion date is April 2, 2028. Using military service is Air Force. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-25-D-0005).
American Fuel Cell and Coated Fabrics Co. LLC,* Magnolia, Arkansas, has been awarded a maximum $9,931,435 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for KC-135 fuel cells. This was a competitive acquisition with two responses received. This is a three-year base contract with one six-month option period. The performance completion date is April 2, 2028. Using military service is Air Force. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-25-D-0014).
Honeywell International Inc., doing business as Grimes Aerospace Co., Urbana, Ohio, has been awarded a maximum $8,041,147 firm-fixed-price delivery order (SPE8E7-25-F-0033), against a three-year two-month basic ordering agreement (SPE4A1-22-G-0015), for retractable landing lights. This was a sole-source acquisition using justification 41 U.S. Code 1901, as stated in Federal Acquisition Regulation 13.501 (a). The delivery order end date is April 3, 2025, with no option periods. Using military services are Air Force and Navy. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania.
AIR FORCE
Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a not-to-exceed $13,266,668 firm-fixed-price undefinitized contract action modification (P00004) to previously awarded (FA8682-24-C-B001) for Long-Range Anti-Ship Missile production Lot Nine. The modification brings the total cumulative face value of the contract to $5,193,421,201. Work will be performed in Orlando, Florida, and is expected to be completed by Dec. 31, 2028. Fiscal 2025 research, development, test and evaluation funds are being obligated at time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.
Raytheon Co., Tucson, Arizona, has been awarded a $9,430,610 firm-fixed-price modification (P00057) to a previously awarded contract (FA8675-21-C-0034) for Advance Medium Range Air-to-Air Missiles Captive Carry Reliability Vehicle kits. The modification brings the total cumulative face value of the contract to $2,1,77,210,614 from $2,167,680,004. Work will be performed in Tucson, Arizona, and is expected to be completed by March 31, 2027. This contract involves Foreign Military Sales (FMS) to Canada. FMS funds in the amount of $9,530,610 are being obligated at the time of award. The Air Force Lifecycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.
*Small business
4/4
AIR FORCE
Space Exploration Technologies Corp., Hawthorne, California, was awarded a $5,923,580,297 firm-fixed-price, indefinite-delivery requirements contract for the National Security Space Launch Phase 3 Lane 2 launch service procurement. This contract provides launch services, mission unique services, mission acceleration, quick reaction/anomaly resolution, special studies, launch service support, fleet surveillance, and early integration studies/mission analysis. Work will be performed in Hawthorne, California; Cape Canaveral Space Force Station, Florida; Kennedy Space Center, Florida; and Vandenberg Space Force Base, California, and is expected to be completed by April 2033. This contract was a competitive acquisition, and four offers were received. Fiscal 2025 space procurement funds in the amount of $75,922,000 will be obligated in the first order year for launch service support and fleet surveillance task orders. The Space Systems Command, Assured Access to Space, Los Angeles Air Force Base, California, is the contracting activity (FA8811-25-D-B002).
United Launch Services LLC, Centennial, Colorado, was awarded a $5,366,439,406 firm-fixed-price, indefinite-delivery requirements contract for the National Security Space Launch Phase 3 Lane 2 launch service procurement. This contract provides launch services, mission unique services, mission acceleration, quick reaction/anomaly resolution, special studies, launch service support, fleet surveillance, and early integration studies/mission analysis. Work will be performed in Centennial, Colorado; Cape Canaveral Space Force Station, Florida; Kennedy Space Center, Florida; and Vandenberg Space Force Base, California, and is expected to be completed by April 2033. This contract was a competitive acquisition, and four offers were received. Fiscal 2025 space procurement funds in the amount of $75,922,000 will be obligated in the first order year for launch service support and fleet surveillance task orders. The Space Systems Command, Assured Access to Space, Los Angeles Air Force Base, California, is the contracting activity (FA8811-25-D-B003).
Blue Origin LLC, Merritt Island, Florida, was awarded a $2,386,234,812 firm-fixed-price, indefinite-delivery requirements contract for the National Security Space Launch Phase 3 Lane 2 launch service procurement. This contract provides launch services, mission unique services, mission acceleration, quick reaction/anomaly resolution, special studies, launch service support, fleet surveillance, and early integration studies/mission analysis. Work will be performed in Merritt Island, Florida; Cape Canaveral Space Force Station, Florida; Kennedy Space Center, Florida; and Vandenberg Space Force Base, California; and is expected to be completed by April 2033. This contract was a competitive acquisition, and four offers were received. Fiscal 2025 space procurement funds in the amount of $59,255,000 will be obligated in the first order year for launch service support. The Space Systems Command, Assured Access to Space, Los Angeles Air Force Base, California, is the contracting activity (FA8811-25-D-B005).
NAVY
Raytheon Co., Tucson, Arizona, was awarded a $117,066,704 firm-fixed-price modification to a previously awarded contract (N00024-25-C-5409) to exercise an option and provide funding for manufacturing, assembly, test and delivery of Standard Missile-6 (SM-6) Tactical All-Up Rounds in support of full rate production requirements. Work will be performed in Tucson, Arizona (35%); East Camden, Arkansas (35%); Wolverhampton, United Kingdom (8%); Elma, New York (3%); Middletown, Ohio (3%); Anniston, Alabama (2%); and various other locations each less than 2% (2%), and is expected to be completed by April 2029. Fiscal 2025 weapons procurement (Navy) funding in the amount of $117,066,704 was 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. (Awarded on March 31, 2025)
Tusas Motor Sanayii A.S., Tusas Engine Industries Inc. (TEI), Tepebasi, Eskisehir, Turkey (N6449825D4031); Canadian Commercial Co. (CCC), Calgary, Canada (N6449825D4032); with TransCanada Turbines Ltd. (TCT) as the 100% subcontractor, are being awarded a combined $67,589,498 indefinite-delivery/indefinite-quantity, firm-fixed-price contract with firm-fixed-price task order provisions for depot level overhaul of LM2500 Power Turbine Assembly. Each awardee will be awarded $500 (meeting the $500 minimum contract guarantee per awardee) at contract award. Work under TEI’s contract will be performed in Tepebasi, Eskisehir, Turkey, and is expected to be completed by May 13, 2027. Work under CCC’s contract will be performed in Calgary, Canada, and is expected to be completed by May 13, 2027. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $1000 will be obligated at the time of award which will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the System for Award Management (SAM) website, with three offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Vinyl Technology LLC, Monrovia, California, has been awarded a maximum $32,794,200 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for self-inflating mats. This was a competitive acquisition with three responses received. This is a three-year contract with no option periods. The ordering period end date is April 2, 2028. Using military service is Army. 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-0043).
The San Antonio Refinery LLC, San Antonio, Texas, has been awarded a maximum $10,524,148 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for purchase of aviation turbine fuel in support of Jet Propellant Thermally Stable program. This was a competitive acquisition with five responses received. This is a one-year base contract with three one-year option periods. Locations of performance are California and Texas, with a performance completion date of March 31, 2026. Using military service is Air Force. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-25-D-0460).
*Small business
This entry was posted on Tuesday, April 08, 2025 3:14 pm