INSIDE THE
NEWS + ADVICE
DoD Contracts: General Dynamics Mission Systems, Northrop Grumman, Week of 4-7-25 to 4-11-25

4/7
DEFENSE LOGISTICS AGENCY
Petromax Refining Co. LLC,* Houston, Texas (SPE602-25-D-070, $742,790,878); Valero Marketing & Supply Co., San Antonio, Texas (SPE602-25-D-0475, $600,641,231); Phillips 66 Co., Houston, Texas (SPE602-25-D-0471, $521,595,146); Placid Refining Co. LLC,* Port Allen, Louisiana (SPE602-25-D-0472, $244,767,837); Lazarus Energy Holding LLC,* Houston, Texas (SPE602-25-D-0468, $140,431,078); Marathon Petroleum Co. LP, Findlay, Ohio (SPE602-25-D-0469, $134,094,739); Husky Marketing & Supply Co., Dublin, Ohio (SPE602-25-D-0467, $97,120,400); Vetjet Fuels LLC,* Dallas, Texas (SPE602-25-D-0473, $87,060,574); The Alon USA LP, Brentwood, Tennessee (SPE602-25-D-0462, $82,525,072); Calumet Shreveport Fuels LLC,* Indianapolis, Indiana (SPE602-25-D-0465, $77,147,560); Carbon Asset Developer Associates LLC,* Alamo, Texas (SPE602-25-D-0464, $50,851,267); Associated Energy Group LLC,* Miami, Florida (SPE602-25-D-0463, $37,768,520); and Epic Aviation LLC, Salem, Oregon (SPE602-25-D-0466, $15,898,705), have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE602-24-R-0709 for purchase of various types of aviation turbine fuels. This was a competitive acquisition with twenty-nine responses received. These are one-year contracts with one 30-day carryover period. Locations of performance are Texas, Arkansas, Oklahoma, Minnesota, Mississippi, Louisiana, Ohio, North Dakota, Pennsylvania, Michigan, New Jersey, and Kansas, with a performance completion date of March 31, 2026. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.
Slate Solutions,* Davie, Florida, has been awarded a maximum $143,228,252 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for modular scalable vests and related components. This was a competitive acquisition with nine responses received. This is a three-year contract with no option periods. Location of performance is New Jersey, with an April 7, 2028, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-0046).
Raytheon Technologies Corp., East Hartford, Connecticut, has been awarded an estimated $8,201,048 modification (P00001) to a delivery order (SPRTA1-22-F-1017) issued against a five-year subsumable contract (SPE4AX-20-D-R001) with no option periods for the manufacture of TF-33 vane, air compressors. This is a firm-fixed-price contract. The performance completion date is Oct. 15, 2027. Using military service is Air Force. Type of appropriation is fiscal 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma.
Bernard Cap LLC,* Hialeah, Florida, has been awarded a maximum $8,070,516 modification (P00008) exercising the third one-year option period of a one-year base contract (SPE1C1-22-D-1544) with four one-year option periods for men’s dress trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is April 11, 2026. Using military service is Navy. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
UPDATE: Beacon Point Associates LLC,* Cape Coral, Florida (SPE2DH-25-D-0013, $440,000,000), 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.
ARMY
Guidehouse Inc., McLean, Virginia, was awarded a $250,000,000 hybrid (firm-fixed-price, time-and-materials) contract for financial support 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 31, 2028. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-25-D-0014).
MDT Armor Corp., Auburn, Alabama, was awarded a $15,402,919 modification (P00004) to contract W56HZV23C-0047 for armor vehicles and parts. Work will be performed in Auburn, Alabama, with an estimated completion date of June 30, 2026. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.
Maloof Weathertight Solutions LLC,* Warner Robins, Georgia, was awarded a $13,976,1000 firm-fixed-price contract for airfield roof maintenance and repairs. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of May 2, 2030. Army 419th Contracting Support Brigade, Fort Stewart, Georgia, is the contracting activity (W9124M-25-D-A009).
Luhr Crosby LLC, Columbia, Illinois, was awarded a $10,803,386 firm-fixed-price contract for dredging services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2025. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-25-F-A050).
Vanquish Worldwide LLC,* Kingsport, Tennessee, was awarded an $8,469,078 cost-plus-fixed-fee contract for installation logistical support. Bids were solicited via the internet with nine received. Work will be performed in Sparta, Wisconsin, with an estimated completion date of Oct. 30, 2030. Fiscal 2025 operation and maintenance, Army funds in the amount of $3,354,485 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-F-0161).
NAVY
Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $62,627,402 fixed-price-incentive, firm-fixed-price, cost-plus-fixed-fee, and cost (no fee) modification to a previously awarded contract (N00024-20-C-5101) for AEGIS modernization, DDG-51 new construction, and allied navy’s new production requirements. This contract action includes options which, if exercised, would bring the cumulative value of this contract action to $80,541,007. This action combines purchases for the Navy (46%); and the government of Australia (54%), under the Foreign Military Sales (FMS) program. Work will be performed in Moorestown, New Jersey (80%); and Clearwater, Florida (20%), and is expected to be completed by June 2028. FMS (Australia) funds in the amount of $33,832,676 (54%); fiscal 2025 other procurement (Navy) funds in the amount of $13,960,695 (22%); fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $6,239,605 (10%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $5,272,546 (10%); fiscal 2024 defense-wide procurement funds in the amount of $2,842,594 (5%); and fiscal 2024 weapons procurement (Navy) funds in the amount of $479,286 (1%), will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $22,453,935 modification (P00013) to a previously awarded cost-plus-fixed-fee contract (N0001922C0046). This modification exercises an option to provide continued maintenance and sustainment operations of the Australia, Canada, and the United Kingdom Reprogramming Laboratory facilities and systems, to include consumables and field service representative support in support of F-35 Lightning II program’s non-U.S. Department of Defense (DOD) participants. Work will be performed in Eglin, Florida (80%); and Fort Worth, Texas (20%), and is expected to be completed in April 2026. Non-DOD participant funds in the amount of $22,453,935 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 Systems Command, Patuxent River, Maryland, is the contracting activity.
The Raytheon Co., McKinney, Texas, is awarded a $15,825,485 undefinitized modification (P00003) to a firm-fixed-price contract (N0001924C0040). This modification adds scope to procure materials necessary to support the production and delivery of seven APY-10 radar systems for the Navy as well as procures APY-10 radar systems spares for the governments of Canada and Germany. Work will be performed in McKinney, Texas, and is expected to be completed in March 2028. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $2,116,102; and Foreign Military Sales funds in the amount of $1,275,197, 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 Systems Command, Patuxent River, Maryland, is the contracting activity.
AIR FORCE
Azraq Castle Logistics Co. LLC, Amman, Jordan, was awarded a ceiling $25,000,000 single award, indefinite-delivery/indefinite-quantity commercial contract for vehicle leases. This contract provides for leased vehicles for split operations between three different locations. Work will be performed at 332d Air Expeditionary Wing, Undisclosed Location, Jordan, and is expected to be completed April 30, 2030. This contract was a competitive acquisition, and 38 offers were received. Fiscal 2025 operation and maintenance funds in the amount of $2,500 is being obligated at time of award. The 332d Expeditionary Contracting Office, Undisclosed Location, Jordan is the contracting activity (FA580-85-D-0002).
*Small business
4/8
ARMY
Gideon Contracting LLC,* San Antonio, Texas (W912HY-25-D-0016); Randy Kinder Excavating Inc.,* Dexter, Missouri (W912HY-25-D-0018); Central Environmental Inc.,* Anchorage, Alaska (W912HY-25-D-0019); Tybe-Garney Federal JV LLC,* Newbern, Tennessee (W912HY-25-D-0020); Ahtna-Great Lakes E&I JV,* West Sacramento, California (W912HY-25-D-0021); Flatiron Dragados Constructors Inc., Broomfield, Colorado (W912HY-25-D-0017); Posillico Civil Inc. Coastal Environmental Group Inc., a JV, Farmingdale, New York (W912HY-25-D-0024); Webber LLC, Spring, Texas (W912HY-25-D-0025); Gulf Coast Builders LLP, Watsonville, California (W912HY-25-D-0026); Gulf Coast Constructors LLC, North Kansas City, Missouri (W912HY-25-D-0027); Barnard Construction Co. Inc., Bozeman, Montana (W912HY-25-D-0028); SLSCO Ltd., Galveston, Texas (W912HY-25-D-0029); Kiewit U.S. Contractors Co., Omaha, Nebraska (W912HY-25-D-0030); Archer Western Construction LLC, Irving, Texas (W912HY-25-D-0031); and Maloney-Odin, a JV,* Novato, California (W912HY-25-D-0022), will compete for each order of the $7,000,000,000 hybrid (firm-fixed-price, fixed-price-incentive, and fixed-price with economic-price-adjustment) contract for design-build and design-bid-build horizontal construction task orders. Bids were solicited via the internet with 35 received. Work locations and funding will be determined with each order, with an estimated completion date of April 8, 2033. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity.
Valiant Global Defense Services Inc., Herndon, Virginia, was awarded a $13,556,673 firm-fixed-price contract for operation support services for the Korea Battle Simulation Center Operation Center. Bids were solicited via internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2030. Army 411th Contracting Support Brigade, Camp Humphreys, South Korea, is the contracting activity (W91QVN-25-F-0145). (Awarded Feb. 27, 2025)
NAVY
Collins Aerospace, Cedar Rapids, Iowa, is awarded a $33,458,722 cost-plus-fixed-fee order (N0042125F0029) against a previously issued basic ordering agreement (N0042121G0005). This order provides for replacement of the Control Display Navigation Unit (CDNU) 900, due to obsolescence, to the new CDNU-7000 series on the C/KC130T for the Navy. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in December 2027. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $33,458,722 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contact action was not competed. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.
Tunista Logistics Solutions LLC, Anchorage, Alaska, is awarded a $25,919,328 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Weapons Station Seal Beach. The work to be performed provides for facilities support, utilities, and environmental services. The maximum dollar value, including the base period and 4 option years, is $25,919,328. Work will be performed in Seal Beach, California and will be completed by May 2030. Fiscal 2025 base operating support funds in the amount of $1,064,571; and sustainment, restoration, and modernization funds in the amount of $447,043, will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Department of Defense solicitation portal in the Procurement Integrated Enterprise Environment and the Contract Opportunities website, with six proposals received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-25-D-4001).
General Dynamics Mission Systems, Pittsfield, Massachusetts, is being awarded a $13,111,953 cost-plus-incentive-fee modification (P00015) to a previously awarded and announced contract (N0003020C0003) for new procurement spares in support of Columbia ballistic missile submarine class development, production and installation. Tasks to be performed include to build, inspect, and deliver spares specific to the Columbia platform. All work will be performed in Pittsfield, Massachusetts. Work is expected to be completed on Nov. 30, 2027. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $1,497,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $925,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was awarded to the Contractor 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.
Fairmount Automation Inc.,* Conshohocken, Pennsylvania, is awarded a $10,652,798 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the commercial procurement of Fairmount Automation’s G4 Design Pad family of controller models and accessories, licenses and engineering services. Work will be performed in Conshohocken, Pennsylvania, and is expected to be completed 60 months after date of award. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $27,855 will be obligated at time of award, of which $27,885 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-25-D-4005).
Sedna Digital Solutions LLC,* Manassas, Virginia, is being awarded a $9,100,000 cost-plus-fixed-fee contract modification to a previously awarded contract (N00024-23-C-6109) to exercise options for supporting material for sound navigation and ranging systems. This action combines purchases for the Navy, and the government of Canada under the Foreign Military Sales (FMS) program. Work will be performed in Manassas, Virginia, and is expected to be completed by March 2026. FMS Canada funds in the amount of $80,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
*Small business
4/9
U.S. SPECIAL OPERATIONS COMMAND
Ascendancy One LLC, Virginia Beach, Virginia (H92240-25-D-0012); Spathe Strategic Support JV LLC, Belleair, Florida (H92240-25-D-0013); Seventh Dimension LLC, Mocksville, North Carolina (H92240-25-D-0014); People, Technology and Processes LLC, Tampa, Florida (H92240-25-D-0015); and Skybridge Tactical LLC, Tampa, Florida (H92240-25-D-0016), were awarded a $399,000,000 (maximum ceiling value across all contracts) multiple award, indefinite-delivery/indefinite-quantity contract with an ordering period of up to seven years for subject matter expertise through logistics support services, equipment-related services, and knowledge-based services supporting Naval Special Warfare Command enterprise requirements. The work will be performed in various locations within and outside the continental U.S., and could continue through fiscal 2032. Naval Special Warfare Command, Coronado, California, is the contracting activity. (Awarded March 20, 2025)
DEFENSE LOGISTICS AGENCY
Bethel Industries,* Jersey City, New Jersey, has been awarded a maximum $148,083,623 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for modular scalable vest and related components. This was a competitive acquisition with nine responses received. This is a three-year contract with no option periods. The ordering period end date is April 9, 2028. Using military services are Army and Air Force. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-0050).
Smith & Nephew Inc., Fort Worth, Texas, has been awarded a maximum $37,500,000 fixed-price with economic-price-adjustment contract for negative pressure wound therapy medical equipment. This was a competitive acquisition with five offers received. This is a five-year contract with five one-year option periods. The ordering period end date is April 8, 2030. Using military service is Air Force. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-25-D-0005).
NAVY
DRS Laurel Technologies, Johnstown, Pennsylvania, was awarded a $41,442,493 firm-fixed-price, cost-plus-fixed-fee, and cost-only modification to previously awarded contract N00024-20-C-5605 to procure console, display, and peripheral technical Insertion 16 production equipment, spares, other direct costs, and engineering support. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by Aug. 31, 2026. Foreign Military Sales (FMS) (Australia) funds in the amount of $19,236,256 (46%); FMS (Canada) funds in the amount of $13,684,445 (33%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $5,597,804 (13%); FMS (Japan) funds in the amount of $1,465,950 (3%); fiscal 2025 other procurement (Navy) funds in the amount of $800,473 (1%); fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $316,764 (1%); fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $165,911 (1%); fiscal 2024 other procurement (Navy) funds in the amount of $121,639 (1%); and fiscal 2025 procurement, defense wide funds in the amount of $53,251 (1%), will be obligated at the time of the award and funds in the amount of $316,764 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded on April 3, 2025)
Management Services Group Inc.,* Virginia Beach, Virginia, was awarded a $26,650,165 firm-fixed-price, cost plus fixed-fee, and cost-only modification to previously awarded contract N00024-20-C-5608 to procure network, processing, and storage Technical Insertion 16, Modification One production equipment, spares, other direct costs, and engineering support. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by September 2026. Foreign Military Sales (FMS) (Canada) funds in the amount of $12,872,726 (47%); FMS (Australia) funds in the amount of $10,655,584 (40%); fiscal 2025 other procurement (Navy) funds in the amount of $1,246,014 (4%); fiscal 2024 ship construction (Navy) funds in the amount of $801,162 (3%); fiscal 2023 ship construction (Navy) funds in the amount of $603,055 (2%); FMS (Japan) funds in the amount of $187,932 (1%); fiscal 2025 research, development, test and evaluation funds in the amount of $160,643 (1%); fiscal 2024 other procurement (Navy) funds in the amount of $66,507 (1%); and fiscal 2024 procurement, defense wide funds in the amount of $56,542 (1%), will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded on March 28, 2025.)
Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $23,825,884 firm-fixed-price modification to previously awarded order N00024-23-F-5118 under the Basic Ordering Agreement N00024-20-G-5102 to procure electronic equipment fluid cooler and AEGIS combat system support equipment in support Navy and allied ships under the Foreign Military Sales (FMS) program. This action includes options which, if exercised, would bring the cumulative value of this contract action to $36,099,684. This contract action combines purchases for the Navy (70%), and the governments of Canada (25%) and Japan (5%). Work will be performed in Moorestown, New Jersey (80%); and Clearwater, Florida (20%), and is expected to be completed by May 2030. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $8,962,800 (38%); FMS (Canada) funds in the amount of $5,900,284 (25%); fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $5,121,600 (21%); 2024 other procurement (Navy) funds in the amount of $2,560,800 (11%); and FMS (Japan) funds in the amount of $1,280,400 (5%), will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
ARMY
Near Earth Autonomy Inc.,* Pittsburgh, Pennsylvania, was awarded an $11,499,839 firm-fixed-price contract to design, develop and conduct a demonstration of heavy vertical takeoff and landing systems. 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 April 14, 2028. The U.S. Army Small Business Innovation Research Contracting Center of Excellence is the contracting activity (W51701-25-D-A002).
*Small business
4/10
AIR FORCE
STS Government Solutions LLC, San Antonio, Texas, was awarded a $99,000,000 indefinite-delivery/indefinite-quantity contract for F-16 System Program Office integration engineering support. This contract provides for engineering, technical, and logistical, manpower support and technical data required to perform the organic integration activities. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by May 3, 2030. This contract involves Foreign Military Sales (FMS) to Belgium and Portugal. This contract was a total small business 8a set aside direct award. Fiscal 2023 aircraft procurement funds in the amount of $5,253,296; fiscal 2024 aircraft procurement funds in the amount of $2,618,012; fiscal 2024 research, development, test and evaluation funds in the amount of $704,702; fiscal 2025 operation and maintenance funds in the amount of $9,240,307; fiscal 2025 aircraft procurement funds in the amount of $3,759,065; fiscal 2025 research, development, test and evaluation funds in the amount of $367,629; and FMS funds in the amount of $499,679, are being obligated at the time of award. The Air Force Lifecycle Management Center, F-16 Branch, Hill Air Force Base, Utah, is the contracting activity (FA8232-25-D-B007).
Modern Technology Solutions Inc., Alexandria, Virginia, was awarded a ceiling $17,330,581 cost-plus-fixed-fee contract for Resilient by Design Architecture. This contract provides for development of infrastructure and tools to perform demonstrations and real-world experimental capabilities for validation of the Space Data Transport Network. Work will be performed in Alexandria, Virginia; and Albuquerque, New Mexico, and is expected to be completed by April 10, 2030. This contract was a competitive acquisition, and one offer was received. Fiscal 2024 research, development, test and evaluation funds in the amount of $250,000 are being obligated at the time of award. The Air Force Research Lab Space Technology Branch, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-24-C-X014).
Miller Electric Co. Inc., Reno, Nevada, was awarded a not-to-exceed $9,990,000 single award, indefinite-delivery/indefinite-quantity contract for the Davis-Monthan Air Force Base Simplified Acquisition Base Engineering Requirements contract. This contract provides for work in the general construction category to include maintenance, repair, alterations, mechanical, electrical, heating/air conditioning, demolition, painting, paving, and earthwork, and may involve renovation projects as well as new construction of buildings or facilities. Work will be performed at Davis-Monthan Air Force Base, Arizona, and is expected to be completed on March 31, 2030. This contract was a competitive acquisition, and six offers were received. Fiscal 2025 operation and maintenance funds in the amount of $59,705 are being obligated at time of award. The 355th Contracting Squadron, Davis-Monthan AFB, Arizona, is the contracting activity (FA4877-25-D-0013).
NAVY
Trident Maritime Systems Inc., Arlington, Virginia (N3220525D4047); and Johnson Controls, Inc., Milwaukee, Wisconsin (N3220525D4048), are each awarded an indefinite-delivery/indefinite-quantity contract. The estimated aggregate ceiling for both is $99,000,000 with the companies having the opportunity to compete for individual firm-fixed-price orders. These contracts provide for HVAC, refrigeration, and automation and controls systems for propulsion, steering, engine associated services and part supply in support of MSC vessels T-AO 205 Class (Fleet Replenishment Oiler) and T-AKE Class (Dry Cargo /Ammunition). The Government is contracting not only for specific products, but also for the delivery and service within specific time constraints defined by the contract. The contract contains a five-year ordering period and one six-month option. The contract will be performed on a worldwide basis beginning Apr. 10, 2025, and will conclude on Oct. 09, 2030, if option is exercised. This contract was procured utilizing other than full and open competition, solicited via the Government Point of Entry website; two offers were received. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.
BAE Systems, Information and Electronics, Nashua, New Hampshire, is awarded a $40,690,648 modification (P00006) to a cost-plus-fixed-fee order (N0001924F0095) against a previously issued basic ordering agreement (N0001922G0009). This modification exercises an option for low-rate initial production of three Advanced Survivability Pod ship sets in support of the P-8A Poseidon aircraft for the Navy. Work will be performed in Nashua, New Hampshire (91.5%); Austin, Texas (6.3%); and Patuxent River, Maryland (2.2%), and is expected to be completed in January 2030. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $40,690,648 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 no competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $7,971,837 cost-plus-fixed-fee modification to a previously awarded contract (N00024-21-C-4311) to exercise an option for the continued operation, maintenance, and protection of the government-owned, contractor-operated floating dry dock, Shippingport (ARDM-4). Work will be performed in Groton, Connecticut, and is expected to be completed by April 2026. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $1,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
DEFENSE LOGISTICS AGENCY
ORC Industries Inc.,** La Crosse, Wisconsin, has been awarded a maximum $46,403,280 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for operational camouflage pattern tarpaulins. This is a three-year contract with no option periods. Location of performance is Texas, with an April 9, 2028, ordering period end date. 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-N004).
ND Defense LLC, Madison Heights, Michigan, has been awarded a maximum $39,716,808 modification (P00001) to a three-year contract (SPRDL1-24-D-0042) with no option periods for additional wheel and tire assemblies. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Ohio, with a March 28, 2027, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2025 through 2027 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.
ArmorSource LLC,* Hebron, Ohio, has been awarded a maximum $18,586,800 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for advanced combat vehicle crewman helmets. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. The ordering period end date is April 9, 2030. Using military service is Army. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-0045).
ARMY
Howard W. Pence Inc.,* Elizabethtown, Kentucky, was awarded a $12,656,908 firm-fixed-price contract for the design/build construction of a new indoor small arms range. Bids were solicited via the internet with one received. Work will be performed in Terre Haute, Indiana, with an estimated completion date of April 20, 2027. Fiscal 2021 military construction, Air National Guard funds in the amount of $12,656,908 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-25-F-0224).
H&L Environmental Services LLC, Maxton, North Carolina (W91CRB-25-D-A001), and Fred L Hawkins Co. Inc., Havre De Grace, Maryland (W91CRB-25-D-A002), will compete for each order of the $9,999,999 firm-fixed-price contract for range maintenance support services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of April 11, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.
*Small business
**Mandatory source
4/11
ARMY
Aecom Technical Services Inc., Los Angeles, California (W91278-25-D-A001); Alpha-ERG JV LLC, San Antonio, Texas (W91278-25-D-A002); Applied Ecology Inc., Melbourne, Florida (W91278-25-D-A003); Cardno-EA Partners JV, Hunt Valley, Maryland (W91278-25-D-A004); HDR Environmental, Operations and Construction Inc., Englewood, Colorado (W91278-25-D-A005); Jacobs Government Services Co., Arlington, Virginia (W91278-25-D-A006); Koman Eco Ageiss JV LLC, Marlborough, Massachusetts (W91278-25-D-A007); Michael Baker International Inc., Moon Township, Pennsylvania (W91278-25-D-A008); Montrose Environmental Solutions Inc., North Little Rock, Arkansas (W91278-25-D-A009); PHE-NDN JV LLC, Rockville, Maryland (W91278-25-D-A010); Stell Sia Salas O’Brien LLC, Mountlake Terrace, Washington (W91278-25-D-A011); Tetra Tech Inc., Pasadena, California (W91278-25-D-A012); and WSP USA Environment & Infrastructure Inc., Blue Bell, Pennsylvania (W91278-25-D-A013), will compete for each order of the $249,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of April 10, 2030. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.
Weeks Marine Inc., Covington, Louisiana, was awarded a $20,011,050 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Mobile, Alabama, with an estimated completion date of Oct. 28, 2025. Fiscal 2025 civil construction funds in the amount of $20,011,050 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-25-C-0016).
DEFENSE LOGISTICS AGENCY
National Industries for the Blind,** Alexandria, Virginia, has been awarded a maximum $67,903,500 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for operational camouflage pattern combat uniform trousers. This is a five-year contract with no option periods. Locations of performance are Texas and Mississippi, with an April 10, 2030, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-B004).
Thermocontrol Inc., Houston, Texas, has been awarded a maximum $14,999,999 firm-fixed-price, indefinite-quantity contract for T38 aircraft thermocouple harnesses. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. The ordering period end date is Feb. 9, 2030. Using military services are Army, Navy and Air Force. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-25-D-0181).
Bell Textron, Fort Worth, Texas, has been awarded an estimated $14,612,334 modification (P00052) exercising the fourth and fifth one-year option periods of a five-year long-term base contract (SPE4AX-17-D-9410) with five one-year options periods for H-1 aircraft support. This is a firm-fixed-price, requirements contract. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. The delivery order end date is April 13, 2027. Using military service is Marine Corps. Type of appropriation is fiscal year 2025 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.
NAVY
General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $54,065,599 cost-plus-fixed-fee modification to previously awarded contract (N00024-23-C-4300) to exercise options for continued New England Maintenance Manpower Initiative support of non-nuclear maintenance for submarines based at Naval Submarine Support Facility New London. Work will be performed in Groton, Connecticut, and is expected to be completed by April 2026. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $9,025,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Brooks & Perkins Inc.,* Cadillac, Michigan (N00174-25-D-0005); Central Metal Fabricators Inc.,* Farmingdale, New Jersey (N00174-25-D-0006); Choctaw Defense Manufacturing,* McAlester, Oklahoma (N00174-25-D-0007); and Garrett Container Systems Inc.,* Accident, Maryland (N00174-25-D-0008), are awarded a combined $49,500,000 firm-fixed-price multiple award indefinite-delivery/indefinite-quantity contract for the manufacture, testing, and spare parts of metal weapons containers. Work will be performed in Cadillac, Michigan; Farmingdale, New Jersey; McAlester, Oklahoma; and Accident, Maryland, and is expected to be completed by March 2030. Each awardee will be awarded $500 (minimum contract guarantee per awardee) at contract award. Fiscal 2025 working capital funds (Navy) in the amount of $2,000 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 seven offers received. The Naval Surface Warfare Center Indian Head Division Indian Head, Maryland, is the contracting activity.
Lyon Shipyard,* Inc., Norfolk, Virginia (N5005420D0001); BMFT JV,* Chesapeake, Virginia (N5005420D0002); Colonna’s Shipyard,* Inc., Norfolk, Virginia (N5005420D0003); Fairlead Boatworks,* Newport News, Virginia (N5005420D0004); and East Coast Repair and Fabrication,* Newport News, Virginia (N5005420D0005), were awarded a modification to increase the cumulative ceiling value in the amount of $25,680,000 to previously awarded multiple award indefinite delivery/indefinite quantity contracts. These contracts provide messing and berthing barges support for the Navy. Work will be performed in the Hampton Roads area of Virginia, and is expected to be completed by May 2025. Fiscal 2023 operations and maintenance (Navy) funding will be utilized through the issuance of individual delivery orders. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity. (Awarded April 4, 2025)
Alabama Shipyard LLC * of Mobile, Alabama, is awarded an $12,444,519 firm-fixed-price contract (N3220525C4146) for 75-calendar day shipyard availability for the midterm availability of Military Sealift Command’s fleet replenishment oiler USNS Laramie (T-AO 203). This contract includes a base work package and two unexercised options for additional work and time, which if exercised, would increase the cumulative value of this contract to $12,506,718. Work will be performed in Mobile, Alabama, beginning Aug. 26, 2025, and is expected to be completed by Nov. 8, 2025. Working capital funds (Navy) in the amount of $12,444,519, are obligated for fiscal 2025 and will not expire at the end of the fiscal year. This contract was a small business set-aside solicited via the sam.gov website and five offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C4146).
Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, was awarded an $11,264,307 cost-plus-fixed-fee contract to previously awarded contract (N00024-24-C-2112) for Naval Nuclear Propulsion Components. Work will be performed in Monroeville, Pennsylvania (93%); and Schenectady, New York (7%). Fiscal 2025 other procurement (Navy) funds in the amount of $10,813,735 (96%); and fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $450,572 (4%), will be obligated at time of award and funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded April 9, 2025)
Austal USA LLC, Mobile, Alabama, was awarded a $10,659,217 cost-plus-fixed-fee task order (N69316-25-F-4001) against a previously awarded basic ordering agreement (N00024-19-G-2318) to provide advance planning, material procurement and accomplishment of work for availabilities in support of USS Pierre (LCS 38). Work will be performed in National City, California, and is expected to be completed by December 2026. Fiscal 2025 shipbuilding and conversion (Navy) funding in the amount of $7,500,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity. (Awarded April 10, 2025)
AIR FORCE
Newbegin Enterprises Inc., Piney Flats, Tennessee, has been awarded an $18,480,000 cost-no-fee, firm-fixed-price modification (P00012) to a previously awarded contract (FA4890-22-C-0012) to exercise Option Year Three for the Ninth Air Force internet-based, contractor-operated parts store program. The modification brings the total cumulative face value of the contract to $73,881,846. Work will be performed in Piney Flats, Tennessee, and is expected to be completed May 31, 2027. Fiscal 2025 operation and maintenance funds in the amount of $14,936,145 are being obligated at the time of award. The Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
Northrop Grumman Systems Corp., Redondo Beach, California, was awarded an $8,022,753 modification (P00011) to previously awarded cost-plus-fixed-fee contract HR0011-23-C-0002 to exercise the Phase Two option for the Modular Efficient Laser Technology program. The modification brings the total cumulative face value of the contract to $16,178,489 from $8,155,736. Work will be performed in Redondo Beach, California (85%); and Goleta, California (15%), with an expected completion date of April 2027. Fiscal 2025 research, development, test, and evaluation funds in the amount of $1,500,000 are being obligated at time of award. The Defense Advanced Research Agency, Arlington, Virginia, is the contracting activity.
*Small business
**Mandatory source