INSIDE THE
NEWS + ADVICE
DoD Contracts: Applied Research Associates, Peraton, SAIC, Week of 4-21-25 to 4-25-25

4/21
NAVY
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed $180,000,000 undefinitized cost modification (P00012) to a previously awarded contract (N0001923C0003). This modification adds scope to procure materials, parts, and components in support of the conversion of three production F-35 aircraft to flight science replacement aircraft. The new flight science aircraft are required to prevent any increase in the test capability gap, and allow for future, holistic flight science testing of block four capabilities for the Air Force, Marine Corps, Navy, non-U.S. Department of Defense (DOD) program partners, and Foreign Military Sales customer. Work will be performed in Fort Worth, Texas (30%); El Segundo, California (25%); Warton, United Kingdom (20%); Orlando, Florida (10%); Nashua, New Hampshire (5%); Grenaa, Denmark (5%); and Baltimore, Maryland (5%), and is expected to be completed in December 2028. Fiscal 2025 research, development, test and evaluation (Air Force) funds in the amount of $3,587,440; fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $3,587,440; and non-U.S. DOD program partner funds in the amount of $8,772,866 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Alfab Inc.,* Enterprise, Alabama, is awarded a $120,769,448 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production and delivery of up to 6,740 Airfield Matting 2 (AM2) packages and refurbishment of up to 1,400 AM2 packages in support of constructing expeditionary airfields for the Marine Corps. Work will be performed in Enterprise, Alabama and is expected to be completed in April 2030. No funds will be obligated at the time of award, funds will be obligated on individual order as they are issued. This contract was competed as small business set-aside, one offer was received. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833525D0015).
Schuyler Line Navigation Co. LLC, Annapolis, Maryland, is awarded a $12,908,000 firm-fixed-price, with pass through reimbursable elements, contract (N3220525C4012), for a time charter of the U.S. flag, vessel York to provide transportation services. This contract includes a 180-day base period with one 180-day option period which if exercised, would bring the cumulative value of this contract to $24,428,000. The contract will be performed in Pearl Harbor, Hawaii, with expectation of additional worldwide possibilities. The contract is expected to be completed, if all options are exercised, by May 2026. Working capital funds (Navy) in the amount of $12,908,000 are obligated for fiscal 2025, and will expire at the end of the fiscal year. This contract was competitively procured as full and open competition with proposals solicited via the System Award Management website and nine offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.
AIR FORCE
Deloitte Consulting LLP, Arlington, Virginia, was awarded a $135,483,386 firm-fixed-price contract for technical support services. This contract provides predictive analytics to logisticians and security forces, consolidation of duplicative Air Force A4 information technology systems, protecting and securing logistics and real property information technology systems, improvements to logistics and security forces data, modernizing base defense security systems and protection portfolio operations, and modernizing A4 information technology using artificial intelligence. Work will be performed in Washington, D.C., and is expected to be completed April 24, 2030. This contract was a competitive acquisition, and two offers were received. Fiscal 2025 operation and maintenance funds in the amount of $1,540,705 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-25-F-0145).
Deloitte & Touche LLP, Arlington, Virginia, was awarded a $82,515,112 firm-fixed-price contract for Office of the Deputy Assistant Secretary Business Systems and Technology/Chief Information Officer Financial Improvement. This contract provides for audit remediation enterprise information technology and security control services. Work will be performed at the National Capital Region and expected to be completed by April 22, 2027. This contract was a sole source acquisition. Fiscal 2025 operation and maintenance funds in the amount of $40,287,606 are being obligated at time of award. The Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity (FA7014-25-F-0149).
Able Aerospace Service Inc., Mesa, Arizona, was awarded a $21,780,710 firm-fixed-price, requirements contract for TH-1H helicopter dynamic components. This contract provides repair and overhaul services. Work will be performed in Mesa, Arizona, and is expected to be complete by April 20, 2030. This contract was a competitive acquisition, and two offers were received. No funds will be obligated at time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-25-D-0002).
Rockwell Collins, Cedar Rapids, Iowa, was awarded a $13,734,514 fixed-price and cost-plus-fixed-fee contract for KC-135 avionics sustainment engineering services. This contract provides for the second radio used for communication in an airplane modification. Work will be performed at Cedar Rapids, Iowa; and Tinker Air Force Base, Oklahoma, and is expected to be completed by March 22, 2027. Fiscal 2023 research, development, test and evaluation funds in the amount of $7,350,000 are being obligated at the time of award. The Air Force Lifecycle Management Center – Legacy Tanker Branch, Tinker AFB, Oklahoma, is the contracting activity (FA8105-25-F-B001).
Galapagos LLC, Kihei, Hawaii, has been awarded an $8,490,181 cost-plus-fixed-fee modification (P00047) to a previously awarded contract (FA8819-20-C-1008) to execute responsive integrated program management of space-related research, development, production, and lifecycle acquisition activities. This modification brings the total cumulative face value of the contract to $30,496,227. Work will be performed in Los Angeles, California, and is expected to be completed by April 20, 2026. Fiscal 2025 research, development, test and evaluation funds in the amount of $683,750 are being obligated at the time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity. (Awarded April 18, 2025)
DEFENSE LOGISTICS AGENCY
HGL-APTIM Technologies JV LLC*, Reston, Virginia, has been awarded a maximum $29,611,383 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for environmental restoration, compliance and facility maintenance services at Defense Fuel Support Point, Ozol, California. This was a competitive acquisition with three responses received. This is a four-year base contract with six one-month option periods. The performance completion date is April 30, 2029. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2025 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-24-R-0504).
The Lighthouse for the Blind Inc.,** Seattle, Washington, has been awarded a maximum $13,204,590 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for advanced integrated kneepads. This is a three-year contract with no option periods. The ordering period end date is April 20, 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-B003).
ARMY
NOVA Technologies, Tallahassee, Florida, was awarded a $32,464,278 firm-fixed-price contract for comprehensive lifecycle support for training aids, devices, and simulators AND associated systems and equipment. Bids were solicited via the internet with two received. Work will be performed in Fort Campbell, Kentucky, with an estimated completion date of Apr. 22, 2030. Fiscal 2025 operation and maintenance, Army funds in the amount of $4,309,351 were obligated at the time of the award. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-25-C-A004).
Troop Contracting Inc., Willowbrook, Illinois, was awarded a $15,000,000 firm-fixed-price contract for maintenance and minor construction requirements. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 3, 2030. Army 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity (W911SA-25-D-A004).
*Small business
**Mandatory Source
4/22
ARMY
Noble Supply & Logistics LLC,* Boston, Massachusetts, was awarded a $95,218,285 firm-fixed-price contract for the Forward Repair System M7A1 Tool Load program. 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 April 21, 2030. Army Contracting Command, Detroit Arsenal, Illinois, is the contracting activity (W912CH-25-D-0024).
AIR FORCE
Science Applications International Corp., Reston, Virginia, was awarded a $54,908,584 cost-plus-award-fee contract for the Space Development Agency’s Tranche Three program integration effort. This contract provides for system engineering and integration support activities enabling the delivery of the tranche 3 space vehicles for transport, tracking, and custody layers and their integration within the proliferated warfighter space architecture ground segment. Work will be performed in Washington, D.C., and is expected to be completed by April 30, 2030. This contract was a competitive acquisition, and five offers were received. Fiscal 2025 research, development, test and evaluation funds in the amount of $6,000,000 are being obligated at time of award. The Space Development Agency, Washington, D.C., is the contracting activity (FA2401-25-C-0005).
Deloitte & Touche LLP, Arlington, Virginia, was awarded a $12,073,195 firm-fixed-price task order bridge contract for the Space Systems Command Contracting Directorate. This contract provides for the remediation of audit findings and improving financial management processes focusing on audit liaison and response, mission critical asset valuation, formal classroom training, strategic management and communication and data analysis. Work will be performed at Los Angeles Air Force Base, California; Patrick Space Force Base, Florida; and Vandenberg SFB, California, and is expected to be completed by Oct. 20, 2026. This contract was a sole source acquisition. Fiscal 2024 procurement funds in the amount of $2,350,563 are being obligated at the time of award. Space Systems Command, Los Angeles AFB, California is the contracting activity (FA8802-25-F-0002). (Awarded April 21, 2025)
DEFENSE LOGISTICS AGENCY
United Food Service Inc., doing business as Shamrock Foods Co., Aurora, Colorado, has been awarded a maximum $34,413,103 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food and beverage items. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 573-day bridge contract. The ordering period end date is Nov.14, 2026. Using military services are Army and Air Force. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-25-D-3014). (Awarded on April 18, 2025)
American Apparel Inc.,* Selma, Alabama, has been awarded a maximum $14,318,920 modification (P00015) exercising the second one-year option period of a one-year base contract (SPE1C1-23-D-0047) with four one-year option periods for blouses and trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is April 24, 2026. Using military service is Marine Corps. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
NAVY
Woodward Inc., Loves Park, Illinois, is awarded $14,099,028 for a firm-fixed-price requirements, long-term contract for the repair of hydro-mechanical control system for the Navy T700 401C engines. This contract includes a two-year period with no options. All work will be performed in Loves Park, Illinois, and the ordering period is expected to be completed by April 2027. No funding will be obligated at the time of award. Working capital funds (Navy) will be used and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement under authority 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-25-D-NX01).
*Small business
4/23
NAVY
PCG-SMX JV, LLC,* Lexington Park, Maryland, is awarded a $532,138,874 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract This contract will provide support services for enterprise-wide applications, server, storage, data protection/recovery, data transport, and data environment engineering, operations, and hosting support services. Requirements include planning, engineering and design, acquiring, provisioning, operating, administering, troubleshooting, repairing and managing all aspects of Patuxent River Naval Air Station’s centrally and remotely located information technology solutions. Work will be performed in Patuxent River, Maryland (87%); St. Inigoes, Maryland (5%); Jacksonville, Florida (5%); San Diego, California (1%); and Cherry Point, North Carolina (1%). Work is expected to be completed April 2030. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competed, five offers were received. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042125D0080).
ARMY
LexTM3 Systems LLC,* Davie, Florida, was awarded a $42,025,583 firm-fixed-price contract for power distribution illumination systems. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of April 22, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-25-D-0003).
World Wide Technology, St. Louis, Missouri, was awarded a $224,167,597 firm-fixed-price contract for Cisco hardware and software support. Bids were solicited via the internet with two received. Work will be performed in St. Louis, Missouri, with an estimated completion date of April 22, 2030. Fiscal 2025 operation and maintenance, Army funds in the amount of $18,680,633 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-F-0198).
Butler Parachute Systems Inc.,* Roanoke, Virginia (W912CH-25-D-0029); Customfab Inc.,* Garden Grove, California (W912CH-25-D-0030); Mills Manufacturing Corp.,* Asheville, North Carolina (W912CH-25-D-0031); and Paradigm Parachute and Defense Inc.,* Pensacola, Florida (W912CH-25-D-0032), will compete for each order of the $276,874,811 firm-fixed-price contract for G-16 cargo parachutes and spare parts. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of April 23, 2030. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.
Peraton Inc., Herndon, Virginia, was awarded a $206,523,543 firm-fixed-price contract for IT and computing services. Bids were solicited via the internet with four received. Work will be performed at Fort Huachuca, Arizona, with an estimated completion date of April 30, 2030. Fiscal 2025 operation and maintenance, Army funds in the amount of $12,210,756 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-25-F-0043).
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, was awarded a $46,445,377 modification (P00023) to cost-plus-fixed-fee contract HR001121C0068 for an engineering change modification for a Defense Advanced Research Projects Agency (DARPA) research project. The modification brings the total cumulative face value of the contract to $82,821,431 from $39,445,783. Work will be performed in Merrimack, New Hampshire (51%); Cambridge, Massachusetts (44%); Burlington, Massachusetts (3%); and Atlanta, Georgia (2%), with an expected completion date of October 2026. Fiscal 2024 research and development funds in the amount of $5,048,318; and fiscal 2025 research and development funds in the amount of $6,000,000, are being obligated at the time of award. DARPA, Arlington, Virginia, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Meggitt (Rockmart) Inc., Rockmart, Georgia, has been awarded a maximum $16,746,240 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 17, 2028. Using military service is Air Force. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-25-D-0002).
Meggitt (Rockmart) Inc., Rockmart, Georgia, has been awarded a maximum $12,303,744 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 22, 2028. Using military service is Air Force. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-25-D-0009).
Meggitt (Rockmart) Inc., Rockmart, Georgia, has been awarded a maximum $11,977,104 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 17, 2028. Using military service is Air Force. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-25-D-0003).
Valiant Technical Services Inc., Fayetteville, North Carolina, has been awarded a maximum $10,585,779 modification (P00006) exercising the second one-year option period of a one-year base contract (SP3300-23-C-5001) with four one-year option periods for third-party logistics hazardous material support services. This is a hybrid firm-fixed-price, cost-plus-fixed-fee, cost-reimbursement no-fee contract. Location of performance is Texas, with an April 26, 2026, performance completion date. Using military service is Army. Type of appropriation is fiscal 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.
Meggitt (Rockmart) Inc., Rockmart, Georgia, has been awarded a maximum $8,001,136 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 22, 2028. Using military service is Air Force. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-25-D-0004).
620 Pelham Inc.,* doing business as Omega USA, Smithville, Tennessee, has been awarded a maximum $7,682,400 modification (P00016) exercising the fourth one-year option period of a one-year base contract (SPE1C1-21-D-1470) with four one-year option periods for men’s trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is May 4, 2026. Using military services are Army and Air Force. 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: Henry Schein Inc., Melville, New York (SPE2DE-25-D-0006, $30,000,000) has been added as an awardee to the multiple award contract for laboratory equipment, accessories and consumables for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-22-R-0006 and awarded Feb. 24, 2023. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
AIR FORCE
UPDATE: The July 29, 2024, task order originally awarded to Centuria Corp., Reston, Virginia, for $83,184,747 is now awarded to DecisionPoint Corp., Gaithersburg, Maryland. DecisionPoint Corp. was awarded an estimated $83,088,429 firm-fixed-price task order for defensive cyber realization, integration and operational support II services. Work will be performed at Joint Base San Antonio-Lackland, Texas and Scott Air Force Base, Illinois and is expected to be completed May 13, 2030. This contract was a competitive acquisition and 10 offers were received. Fiscal year 2025 operations and maintenance funds in the amount of $437,830 are being obligated at the time of award. The Acquisition Management and Integration Center, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8773-25-F-0040).
*Small business
4/24
NAVY
Black Construction – Tutor Perini JV, Harmon, Guam (N62742-25-D-1327); CDM Constructors Inc., Boston, Massachusetts (N62742-25-D-1328); Conti Federal Services LLC, Orlando, Florida (N62742-25-D-1329); ECC Expeditionary Constructors LLC, Burlingame, California (N62742-25-D-1330); Icon SI (AUST) Pty Ltd., Richmond, Victoria, Australia (N62742-25-D-1331); MVL USA Inc., Lansing, Michigan (N62742-25-D-1332); Nan Inc., Honolulu, Hawaii (N62742-25-D-1333); Pacific Rim International LLC, Saipan, Northern Mariana Islands (N62742-25-D-1334); RELYANT Global LLC, Maryville, Tennessee (N62742-25-D-1335); RORE Inc., San Diego, California (N62742-25-D-1336); Sea Pac Engineering Inc., Los Angeles, California (N62742-25-D-1337); and SLSCO Ltd., Galveston, Texas (N62742-25-D-1338), are awarded a combined $990,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract to support the Pacific Deterrence Initiative program with exercise-related construction, unspecified minor military construction, U.S. Code Title 10 security cooperation and other repair projects within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of operations. Sea Pac Engineering Inc. is awarded a $1,260,622 firm-fixed-price task order for the design and construction of a command-and-control facility/interagency fusion center. Work will be performed in Isabela, Philippines and is expected to be completed by July 2026. All other awardees are awarded a $10,000 minimum contract guarantee. Fiscal 2024 unspecified minor military construction funds in the amount of $1,260,622 will be obligated to Sea Pac Engineering Inc. at time of award and will not expire at the end of the current fiscal year. Fiscal 2024 unspecified minor military construction funds in the amount of $110,000 will be obligated to all other awardees at time of award and will not expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. The term of the contract is not to exceed 96 months with an expected completion date of April 2033. This acquisition was competitively procured via the SAM.gov website with 16 proposals received. These 12 contractors may compete for task orders under the terms and conditions of the awarded contracts. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.
Baldi Bros Inc.,* Beaumont, California (N62473-25-D-5225); Coffman Specialties Inc., San Diego, California (N62473-25-D-5226); Flatiron West Inc., San Diego, California (N62473-25-D-5227); Granite Construction Co., Watsonville, California (N62473-25-D-5228); Kiewit Infrastructure West Co., Vancouver, Washington (N62473-25-D-5229); Pave-Tech Inc.,* Vista, California (N62473-25-D-5230); Southwest Concrete Paving Co., El Mirage, Arizona (N62473-25-D-5231); T1-MW JV,* Centennial, Colorado (N62473-25-D-5232), are awarded a $495,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for heavy-duty paving projects. This contract provides for new construction, repair, and renovation of airfield paving projects including runway, taxiway, apron, and aircraft support areas. Work will be performed at various installations in the Naval Facilities Engineering Systems Command (NAVFAC) area of responsibility including, but not limited to, California (87%), Arizona (5%), Nevada (3%), Utah (2%), Colorado (2%), and New Mexico (1%), and is expected to be completed by April 2030. Fiscal 2025 operation and maintenance (Navy) funding in the amount of $40,000 will be obligated at time of award, and funds and will expire at the end of the current fiscal year. Each awardee is awarded a $10,000 minimum contract guarantee at contract award. This contract was competitively procured via the Sam.gov website, with 13 offers received. NAVFAC Southwest, San Diego, California, is the contracting activity.
Lockheed Martin Corp., Sunnyvale, California (N66001-25-D-0030); Northrop Grumman Systems Corp., Boulder, Colorado (N66001-25-D-0031); and Peraton Inc., Herndon, Virginia (N66001-25-D-0032), are awarded a combined $244,174,056 indefinite-delivery/indefinite-quantity, multiple award contract with cost-plus-fixed-fee, cost-with-no-fee, and firm-fixed pricing for the development of the U.S. Space Command’s (SSC’s) Relay Ground Station (RGS). The RGS will enable the SSC Next Generation Space Based Infrared Systems (SBIRS) Ground System to operate the SBIRS Geosynchronous (GEO) space vehicles. This effort requires the design, procurement, development, integration, and testing of advanced RGS hardware and software capabilities to provide uplink and downlink capability to the SBIRS GEO, Defense Support Program, Next Generation GEO, and Next Generation Polar space vehicles. Work will be performed in various contractor facilities (75%); the United Kingdom (10%); Colorado Springs, Colorado (10%); and Guam (5%). Work is expected to be completed in April 2030. Awardees will have the opportunity to compete for task orders during the ordering period. No funds will be obligated at the time of award. Funds will be obligated as task orders and will be issued using research, development, test and evaluation funds. This contract was competitively procured via the SAM.gov website and the Naval Information Warfare Systems Command E-Commerce Central website, with three offers received. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-23-R-0030).
Able Heating & Air Conditioning,* Chula Vista, California (N62473-25-D-5219); Astro Mechanical Contractors Inc.,* El Cajon, California (N62473-25-D-5220); FEDVET Construction,* Temecula, California (N62473-25-D-5221); McKenzie Construction & Site Development LLC,* Wesley Chapel, Florida (N62473-25-D-5222); Paradigm Mechanical Corp.,* Santee, California (N62473-25-D-5223); and Sergent Mechanical Systems Inc.,* Santa Paula, California (N62473-25-D-5224), are awarded a combined $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for heating, ventilation, and air conditioning (HVAC) systems. This contract provides for new construction, repair, and renovation of HVAC systems at various government installations across the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of responsibility. Work will be performed in California (90%), Arizona (6%), Nevada (1%), Utah (1%), Colorado (1%), and New Mexico (1%), and is expected to be completed by April 2030. Fiscal 2025 operation and maintenance (Navy) funding in the amount of $30,000 will be obligated at the time of award and will expire at the end of the current fiscal year. Each awardee is awarded a $5,000 minimum contract guarantee at contract award. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the Sam.gov Contract Opportunities website, with 13 offers received. NAVFAC Southwest, San Diego, California, is the contracting activity.
Huntington-Ingalls Industries – Ingalls Shipbuilding, Pascagoula, Mississippi, was awarded an $80,739,428 cost-plus-award-fee modification to previously awarded contract (N00024-19-C-4313) to exercise options for the accomplishment of the Planning Yard Services for the Littoral Combat Ship in-service ships. Work will be performed in Pascagoula, Mississippi (83%); McLean, Virginia (10%); San Diego, California (4%); and Jacksonville, Florida (3%), and is expected to be completed by April 2026. No funding was obligated at time of award. Funding for work requirements discussed above will be provided on an incremental basis as needed throughout the period of performance. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded April 18, 2025)
Mikel Inc.,* Middletown, Rhode Island, is awarded a $43,152,747 firm-fixed-price, cost-plus-fixed-fee, cost only indefinite-delivery/indefinite-quantity type contract for continued Small Business Innovation Research (SBIR) Phase III development, upgrade, production, and delivery of the Submerged Acoustic Navigation System. This contract includes an ordering period of five years. This contract combines purchases for the Navy (92%); and the government of Japan (8%), under the Foreign Military Sales program. Work will be performed in Fall River, Massachusetts, and is expected to be completed in April 2030. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $669,282 (6%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $314,080 (3%); and fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $149,849 (1%), will be obligated on the first task order upon award of the basic contract and will not expire at the end of the current fiscal year. This contract is a SBIR Phase III sole source contract related to SBIR Topic N05-149, Combat Systems of the Future, and was not competitively procured on the SAM.gov website, in accordance with 10 U.S. Code 3204(a)(5), as implemented by Federal Acquisition Regulation 6.302-5, authorized or required by statute. Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-25-D-K500).
NOREAS Inc.,* Irvine, California, is awarded a $21,977,162 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for environmental services for hazardous waste, hazardous material, other regulated waste, and spill response at Joint Region Marianas, Guam. Work will be performed within the Naval Facilities Engineering Systems Command (NAVFAC) Marianas area of operations, including but not limited to Guam, and is expected to be completed by May 2030. No funds will be obligated at time of award. Operation and maintenance (Navy) funds for non-recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the www.sam.gov website, with five offers received. NAVFAC Marianas, Guam, is the contracting activity (N40192-25-D-5000).
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $18,102,659 modification (P00021) to a previously awarded cost-plus-incentive-fee contract (N0001921C0040). This modification adds scope to provide continued development and integration efforts, to include software development and system engineering, in support of the F-35 Joint Strike Fighter aircraft for Israel System Development and Design Phase II efforts. Work will be performed in Fort Worth, Texas (80%); and undisclosed locations outside the continental U.S. (20%), and is expected to be completed in February 2027. Foreign Military Sales customer funds in the amount of $18,102,659 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.
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $8,671,715 modification (P00022) to a previously awarded cost-plus-incentive-fee contract (N0001921C0040). This modification adds scope to provide continued development and integration efforts for the Israel 40P02+ Weapons Certification capability under the F-35 Joint Strike Fighter aircraft for Israel System Development and Design Phase II efforts. Work will be performed in Fort Worth, Texas (80%); and undisclosed locations outside the continental U.S. (20%), and is expected to be completed in February 2027. Foreign Military Sales customer funds in the amount of $8,671,715 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.
ARMY
LOGMET LLC, Round Rock, Texas, was awarded a $22,917,320 firm-fixed-price contract for aviation support services. Bids were solicited via the internet with 10 received. Work will be performed at Yuma Proving Ground, Arizona, with an estimated completion date of March 31, 2030. Fiscal 2025 research, development, test and evaluation, Army funds in the amount of $769,653 were obligated at the time of the award. Army 418th Contracting Support Brigade, Yuma Proving Ground, Arizona, is the contracting activity (W9124R-25-C-A002).
Applied Research Associates Inc., Albuquerque, New Mexico, was awarded a $16,829,891 modification (P00015) to contract W911QX-23-C-0010 to support development, implementation and extension of the National System for Geospatial architecture. Work will be performed in Raleigh, North Carolina, with an estimated completion date of June 1, 2026. Fiscal 2025 research, development, test and evaluation, Army funds in the amount of $7,912,818v were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.
Cottrell Contracting Corp.,* Chesapeake, Virginia, was awarded a $9,110,750 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Kings Bay, Georgia, with an estimated completion date of Feb. 18, 2026. Fiscal 2025 operation and maintenance, defense-wide funds in the amount of $9,110,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-25-C-A001).
L-J Inc.,* Cayce, South Carolina, was awarded a $7,540,880 firm-fixed-price contract to raise dikes and berms, and install new spillway systems. Bids were solicited via the internet with five received. Work will be performed in Charleston, South Carolina, with an estimated completion date of March 20, 2026. Fiscal 2025 civil operation and maintenance funds in the amount of $7,540,880 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-25-C-0003).
U.S. SPECIAL OPERATIONS COMMAND
McCallie Associates Inc., Anchorage, Alaska, was awarded a firm-fixed-price contract (H9241525CE002) with a value of $10,902,192 for TALCAN Software Engineering Support Team for a 12-month period of performance and four 12-month option periods starting April 18, 2025. The contract is funded with operations and maintenance funds and is not multiyear. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Gil Sewing Corp.,* Morton Grove, Illinois, has been awarded a maximum $16,088,400 modification (P00019) exercising the fourth one-year option period of a one-year base contract (SPE1C1-21-D-1467) with four one-year option periods for men’s coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is May 6, 2026. Using military service is Army. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
The Fechheimer Brothers Co., Cincinnati, Ohio, has been awarded a maximum $14,170,000 modification (P00021) exercising the fourth one-year option period of a one-year base contract (SPE1C1-21-D-1468) with four one-year option periods for men’s trousers and women’s slacks. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Kentucky and Tennessee, with a May 4, 2026, ordering period end date. Using military services are Army and Space Force. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
Meggitt (Rockmart) Inc., Rockmart, Georgia, has been awarded a maximum $13,609,843 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 23, 2028. Using military service is Air Force. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-25-D-0011).
Peckham Vocational Industries Inc.,** Lansing, Michigan, has been awarded a maximum $12,383,000 modification (P00009) exercising the third one‐year option period of a one‐year base contract (SPE1C1‐22‐D-N162) with four one‐year option periods for silkweight base layer drawers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is April 28, 2026. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
Meggitt (Rockmart) Inc., Rockmart, Georgia, has been awarded a maximum $10,211,295 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 23, 2028. Using military service is Air Force. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-25-D-0012).
AIR FORCE
Phoenix Management Inc., Cedar Park, Texas, was awarded a $74,876,040 indefinite-delivery/indefinite-quantity contract for base operations and support services. This contract provides for all personnel, supervision, equipment, tools, materials, supplies, test equipment, and other items and services necessary to accomplish materiel management, ground transportation and vehicle management, traffic management, real property maintenance, and fuels management. Work will be performed at Westover Air Reserve Base, Massachusetts, and is expected to be completed by May 31, 2030. This contract was a competitive acquisition, and 11 offers were received. Fiscal 2025 operation and maintenance funds in the amount of $1,000 are being obligated at time of award. The 439th Airlift Wing, Westover Air Reserve Base, Massachusetts, is the contracting activity (FA6606-25-D-0002).
WASHINGTON HEADQUARTERS SERVICES
Silver Lake – TMG JV2, LLC, Milwaukee, Wisconsin; HSU Development, Gaithersburg, Maryland; APC DB JV LLC, Harvey, Louisiana; Athena Construction Group, Inc., Fredericksburg, Virginia; PEM-Harkins JV LLP, Columbus, Ohio; Stampede Ventures, Inc., Nome, Alaska; and Signature Renovations LLC, Capital Heights, Maryland were awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract. The cumulative total of the contract is $75,010,000. No funds are being obligated at time of award. The total, if all options are exercised, is $150,000,000. The purpose of this contract is to exercise Option One to provide design-build and design-bid-build construction in the National Capitol Region. The ordering period is up to 10 years if all options are exercised. The work will be performed in Arlington, Virginia; Alexandria, Virginia; Washington, D.C.; Fairfield, Pennsylvania; and Frederick, Maryland. The estimated contract completion date is May 23, 2032. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.
*Small business
**Mandatory source
4/25
NAVY
Marine Hydraulics International LLC, Norfolk, Virginia, is awarded an $89,676,030 firm-fixed-price contract for USS New York (LPD 21) Fiscal 2025 Selected Restricted Availability. This contract includes options which, if exercised, would bring the cumulative value of this contract to $111,422,163. Work will be performed in Norfolk, Virginia, and is expected to be completed by September 2027. Fiscal 2025 other procurement (Navy) funds in the amount of $86,610,224 (97%); fiscal 2025 operation and maintenance (Navy) funds in the amount of $2,974,530 (3%); and fiscal 2023 other procurement (Navy) funds in the amount of $91,276 (<1%), will be obligated at the time of award, of which $3,065,804 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 website, with three offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002425C4431).
Cianbro Corp., Pittsfield, Maine is awarded a $14,029,920 firm-fixed-price modification to previously awarded contract (N62470-25-C-4000) to provide a building envelope at the Dry Dock Two complex, Portsmouth Naval Shipyard. This award brings the total cumulative face value of the contract to $14,900,646. Work will be performed in Kittery, Maine, and is expected to be completed by December 2025. Fiscal 2025 other procurement, (Navy) funds in the amount of $13,652,920 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Atlantic, Norfolk, Virginia, is the contracting activity.
AIR FORCE
Astrotech Space Operations, Titusville, Florida, was awarded a $77,511,000 firm-fixed-price contract for the expansion of space vehicle processing. This contract provides for national security space launch space vehicle processing facilities. Work will be performed at Vandenberg Space Force Base, California, and is expected to be completed by April 30, 2028. This contract was a competitive acquisition and four offers were received. Fiscal 2024 research, development, test, and evaluation funds in the amount of $77,511,000 are being obligated at time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity (FA8802-25-C-0002).
Autonodyne LLC, Boston, Massachusetts, has been awarded a $20,050,000 indefinite-delivery/indefinite-quantity ceiling modification (P00001) to a previously awarded contract (FA2280-23-D-0003) for user interface development services. The modification brings the total cumulative face value of the contract to $25,000,000 from $4,950,000. Work will be performed at Boston, Massachusetts, and expected to be completed by July 10, 2028. No funds are being obligated at the time of award. Air Force Research Laboratory AFWERX Enterprise Contracting, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
ARMY
Dynetics Inc., Huntsville, Alabama, was awarded a $74,335,541.00 cost-plus-fixed-fee contract for equipment refurbishment. Bids were solicited via the internet with one received. Work will be performed in Huntsville, Alabama, and Tucson, Arizona, with an estimated completion date of Feb. 28, 2026. Fiscal 2025 research, development, test and evaluation, Army funds in the amount of $36,424,415 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-25-F-0074).
Weeks Marine LLC, Covington, Louisiana, was awarded a $17,342,700 firm-fixed-price contract for a fully crewed and equipped cutterhead dredge. Bids were solicited via the internet with two received. Work will be performed in Plaquemines, Louisiana, with an estimated completion date of July 21, 2025. Fiscal 2024 civil operation and maintenance funds in the amount of $17,342,700 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-25-C-0013).
Barnard Construction Co. Inc., Bozeman, Montana, was awarded a $16,549,387 fixed-price-incentive contract for safety modifications at Whittier Narrows Dam. Bids were solicited via the internet with one received. Work will be performed in South El Monte, California, with an estimated completion date of April 25, 2027. Fiscal 2010 civil construction funds in the amount of $16,549,387 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-25-C-A002).
Renk America LLC, Muskegon, Michigan, was awarded a $14,704,616 modification (P00072) to contract W56HZV-20-C-0124 for transmission control modules. Work will be performed in Muskegon, Michigan, with an estimated completion date of Jan. 31, 2028. Fiscal 2024 and 2025 weapons and tracked combat vehicle procurement, Army funds; and fiscal 2025 Army working capital funds, in the amount of $14,704,616 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Alabama, is the contracting activity.
Pond Constructors Inc., Peachtree Corners, Georgia, was awarded an $11,461,502 modification (P00023) to contract W912DY-21-F-0025 for minor and emergency repair. Work will be performed in Anchorage, Fairbanks, Delta Junction, Shemya Island and King Salmon, Alaska; Hilo, Wheeler Army Airfield, Pearl Harbor, Waianae, Ewa Beach, Honolulu, Kaneohe Bay, Wahiawa, and Barking Sands, Hawaii; and Peachtree Corners, Georgia, with an estimated completion date of July 29, 2025. Fiscal 2025 revolving funds in the amount of $11,461,502 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.
Direct Viz Solutions, Chantilly, Virginia, was awarded a $10,085,262 modification (P00049) to contract W91RUS-19-C-0014 for information management services. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of June 30, 2025. Fiscal 2025 operation and maintenance, Army funds in the amount of $10,085,262 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Meggitt (Rockmart) Inc., Rockmart, Georgia, has been awarded a maximum $22,648,212 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. Performance completion date is April 24, 2028. Using military service is Air Force. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-25-D-0015).
Meggitt (Rockmart) Inc., Rockmart, Georgia, has been awarded a maximum $18,327,769 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 24, 2028. Using military service is Air Force. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-25-D-0016).
Saft America Inc., Valdosta, Georgia, has been awarded a maximum $7,542,506 firm-fixed-price, indefinite-quantity contract for storage batteries used in support of the H1, Seahawk and CH-52 helicopters. This was a competitive acquisition with two responses received. This is a three-year base contract with two one-year option periods. The performance completion date is April 24, 2028. Using customers are Air Force, Navy, Army, Marine Corps and Coast Guard. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-25-D-0045).
This entry was posted on Thursday, May 01, 2025 7:12 pm