INSIDE THE

NEWS + ADVICE

DoD Contracts: Avian, Booz Allen Hamilton, GDMS, Week of 4-28-25 to 5-2-25

Posted by Ashley Jones

4/28

ARMY

General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $727,803,978 firm-fixed-price contract to procure 120 mm Insensitive Munition High Explosive with Tracer tank ammunition cartridges. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of April 26, 2030. U.S. Army Corps of Engineers, Newark, New Jersey, is the contracting activity (W15QKN-25-D-0015). 

Svenson Environmental Services Inc., Niagara Falls, New York, was awarded a $90,000,000 firm-fixed-price contract for environmental remediation 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 27, 2030. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-25-D-1000). 

Canadian Commercial Corp., Ottawa, Ontario, was awarded a $24,919,648 cost-plus-fixed-fee contract for system technical support and system sustainment technical support for the Family of Light Armored Vehicles. 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 20, 2035. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-D-0036). 

Mirador Enterprises Inc., El Paso, Texas, was awarded a $20,000,000 modification (P00003) to contract W911SG-22-D-0004 for specialty trade alteration, repairs, and construction services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of May 8, 2026. Army 418th Contracting Support Brigade, Fort Hood, Texas, is the contracting activity (W911SG-22-D-0004). 

Pine Bluff Sand and Gravel Co.,* White Hall, Arkansas, was awarded a $19,473,663 firm-fixed-price contract for stone placement to reduce the flow being diverted from the Mississippi River through Neptune Pass. Work will be performed in Buras, Louisiana, with an estimated completion date of Aug. 21, 2025. Fiscal 2025 civil operation and maintenance funds in the amount of $19,473,663 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-25-F-0064). 

Interdyne Corp., Cornelius, North Carolina,* was awarded a $9,500,000 firm-fixed-price contract for facility maintenance and support. 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 Oct. 28, 2030. U.S. Army Corps of Engineers, Middle East District, is the contracting activity (W912ER-25-D-0011). 

NAVY

General Electric Aerospace, Lynn, Massachusetts, is awarded a not-to-exceed $32,312,925 modification (P00002) to a firm-fixed-price advanced acquisition contract (N0001924C0019). This modification adds scope to procure congressionally mandated long-lead items in support of lot 10 full-rate production T408 engines in support of the CH-53K Helicopter Program. Work will be performed in Lynn, Massachusetts (labor surplus area), and is expected to be completed by October 2027. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $32,312,925 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $22,126,598 modification (P00014) to a previously awarded cost-plus-fixed-fee contract (N0001922C0046). This modification adds scope to provide continued maintenance and sustainment operations of the U.S. Reprogramming Laboratory facilities and partner support complex facilities and systems, to include consumables and field service representative support for the F-35 Lighting II programs for the Department of Defense (DOD), non-DOD partners and Foreign Military Sales (FMS) customers. Work will be performed in Eglin, Florida (80%); and Fort Worth, Texas (20%), and is expected to be completed in April 2026. Fiscal 2025 operations and maintenance (Air Force) funds in the amount of $2,847,335; fiscal 2025 operations and maintenance (Navy) funds in the amount of $1,423,667; fiscal 2025 operations and maintenance (Marine Corps) funds in the amount of $1,423,667; and non-DOD participates and FMS countries funds in the amount of $810,722, will be obligated at the time of award, $$6,000,001 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.

BAE Systems Land & Armaments L.P, Minneapolis, Minnesota, is awarded an $18,419,651 cost-plus-fixed-fee and cost-only modification to previously awarded contract (N00024-21-C-5393) to exercise options for the MK 41 Vertical Launching System mechanical design agent requirements. Work will be performed in Minneapolis, Minnesota (42%); Norfolk Virginia (18%); San Diego California (18%); Aberdeen, South Dakota (9%); Bath, Maine (6%); Pascagoula, Mississippi (6%); and Redzikowo, Poland (1%), and is expected to be completed by April 2026. Fiscal 2025 defense-wide procurement funds in the amount of $6,768,710 (81%);  fiscal 2025 defense-wide research, development, test, and evaluation funds in the amount of $741,090 (9%); fiscal 2024 other procurement (Navy) funds in the amount of $483,000 (6%); fiscal 2025 defense-wide operations and maintenance funds in the amount of $200,000 (2%); and fiscal 2025 other procurement (Navy) funds in the amount of $131,836 (2%), will be obligated at time of award; of which $200,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington D.C., is the contracting activity.

Avian Inc.,* Lexington Park, Maryland, is awarded a $13,647,606 modification (P00062) to a previously awarded cost-plus-fixed-fee contract (N0042122C0020). This modification exercises an option to provide continued engineering, program management and administrative support in support of the design, execution, analysis, evaluation, and reporting of tests and experiments for various aircraft, unmanned air systems, weapons, and weapons systems in support of the Test and Evaluation Program Leadership Division within the Naval Test Wing Atlantic for the Navy and Foreign Military Sales customers (FMS). Work will be performed in Patuxent River, Maryland, and is expected to be completed in April 2026. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $3,924,458; fiscal 2025 aircraft procurement (Navy) funds in the amount of $1,590,419; fiscal 2025 other procurement (Navy) funds in the amount of $795,734; fiscal 2025 operations and maintenance (Navy) funds in the amount of $636,448; fiscal 2025 working capital (Navy) funds in the amount of $428,377; and FMS customer funds in the amount of $1,205,814, will be obligated at the time of award, $636,448 of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Creare LLC,* Hanover, New Hampshire, is awarded an $8,763,100 firm-fixed-price contract for the production and delivery of 1,024 full-rate production hearing protection helmets, as well as provides for associated program management, systems engineering, verification and logistics support in support of the Small Business Innovation Research (SBIR) Phase III effort based on Phase II SBIR Topic N04-255, titled “Advanced Helmet for Maintainer Head and Hearing Protection” for the Navy. Work will be performed in Salem, Oregon (39%); Carpentersville, Illinois (25%); Lebanon, New Hampshire (18%); Hanover, New Hampshire (16%); Hillsboro, Oregon (1%); and Ottawa, Ohio (1%), and is expected to be completed in March 2027. Fiscal 2025 other procurement (Navy) funds in the amount of $8,763,100 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042125C0002).

The University of South Carolina, Columbia, South Carolina, is awarded an $8,423,352 modification (P00001) to contract N0001424C1310 for the Precision Processing of Autonomous Maritime Perception System Data effort. This modification provides for the development of new algorithms for detecting small objects in the littoral zones, data curation to support algorithm developments, and accelerating the processing pipeline for real time edge computing. Work will be performed in Columbia, South Carolina, and is expected to be completed in April 2028. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $8,423,352 are obligated at time of award and will expire at the end of the current fiscal year. The Office of Naval Research, Arlington, Virginia, is the contracting activity.

AIR FORCE

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded an $8,357,930 modification (P00133) to a previously awarded contract (FA8615-17-C-6047) for continued active electronically scanned array radar development. The modification brings the total cumulative face value of the contract to $1,667,753,603 from $1,659,395,673. Work will be performed in Linthicum Heights, Maryland and is expected to be completed Dec. 31, 2025. Fiscal 2024 and 2025 research, development, test and evaluation funds in the amount of $224,000 and $6,267,600, for a total of $6,491,600, are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

DEFENSE LOGISTICS AGENCY

UPDATE: Pro Alliance Corp.,* Harvard, Illinois (SPE2DH-25-D-0015, $15,000,000), 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. 

*Small business

4/29

AIR FORCE

Integrated Data Services Inc., Henderson, Nevada, was awarded a $99,000,000 ceiling follow-on, indefinite-delivery/indefinite-quantity contract for program management resource tools. This contract provides for a suite of Air Force enterprise applications designed to support several key facets of program and financial management, acquisition reporting, and leadership oversight. Work will be performed in Kettering, Ohio, and is expected to be completed by Oct. 31, 2030. This contract was a sole source acquisition. Fiscal 2025 operation and maintenance appropriation funds in the amount of $2,436,012 are being obligated at time of award. The Air Force Lifecycle Management Center, Kettering, Ohio, is the contracting activity (FA8770-25-D-B001).

Amentum Services Inc., Chantilly, Virginia, has been awarded a $64,782,146 modification (P00001) to a previously awarded contract (FA4890-25-C-0001) for the 9th Air Force Global Pre-Positioned Materiel Service support contract. This modification brings the total cumulative face value of the contract to $434,543,324. Work will be performed at Shaw Air Force Base, South Carolina and within the Air Force Central Command area of responsibility. Fiscal 2025 operation and maintenance appropriations funds are being obligated in the amount of $34,707,525 at the time of award. The Acquisition Management Integration Center, Air Combat Command, Hampton, Virginia, is the contracting activity. 

RMGS Inc., Virginia Beach, Virginia, was awarded a $22,015,839 task order for joint terminal attack control instructor support services. This contract provides for contractor support to joint terminal attack control and simulator operations for special operations forces and supported Air Force Special Operations Command units. Work will be performed at Hurlburt Field, Florida and is expected to be completed by May 14, 2030. This contract was a competitive acquisition and five were received. Fiscal 2025 operation and maintenance appropriations funds in the amount of $2,097,019 are being obligated at the time of award. The 765th Enterprise Sourcing Flight, Hurlburt Field, Florida, is the contracting activity (FA0021-25-F-0003). 

Cromulence LLC, Melbourne, Florida, has been awarded a $9,999,996 modification (P00009) to previously awarded (FA8750-24-C-B003) for HEPHAESTUS hardware and software. The modification brings the total cumulative face value of the contract to $18,265,076 from $8,265,080. Work will be performed at Melbourne, Florida, and is expected to be completed by Feb. 19, 2027. Fiscal 2025 research, development, test and evaluation funds in the amount of $900,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a $43,940,423 indefinite-delivery/indefinite-quantity contract (H9224125d0001) with firm-fixed price, cost-plus-fixed-fee, and cost-reimbursement for production, sustainment, and contractor logistics support of AN/ASQ-250 Brown-Out camera systems in support of U.S. Special Operations Command (USSOCOM) Technology Applications Program Office. The work will primarily be performed in Melbourne, Florida, and is expected to be completed by April 2030. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

NAVY

Ultra Maritime, Braintree, Massachusetts, is awarded a $36,599,581 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, and firm-fixed-price contract for engineering and technical support and production of the AN/BPS radar software management system on new construction and in-service submarines. This contract includes options which, if exercised, would bring the cumulative value of this contract to $38,793,318. Work will be performed in Braintree, Massachusetts, and is expected to be completed by April 2030. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $1,200,000 will be obligated at time of contract award and the funds will not expire at the end of the current fiscal year. This contract not competitively procured in accordance with 15 U.S. Code 638(r)(4)(b) (issue, without further justification, Phase III awards relating to technology, including sole source awards, to the SBIR and STTR award recipients that developed the technology). The Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

General Dynamics Mission Systems, Manassas, Virginia, is awarded a $27,939,364 cost-plus-incentive-fee modification to previously awarded contract N00024-19-C-6408 to exercise an option for MK 48 MOD 8 Guidance and Control (G&C) Sections. Work will be performed in Canonsburg, Pennsylvania (60%); Braintree, Massachusetts (15%); Cranston, Rhode Island (10%); Bloomington, Minnesota (10%); and Greensboro, North Carolina (5%), and is expected to be completed by October 2027. Funding from Joint Cooperative Program Funds in the amount of $15,400,000 will be obligated at the 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. 

The Boeing Co., St. Louis, Missouri, was awarded a $25,733,480 modification (P00005) to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N0001920D0051). This modification adds scope to provide continued support of the F/A-18E/F and EA-18G Service Life Assessment Program and Service Life Extension Program for the Navy and Royal Australian Air Force. This support includes assessment of fatigue life of the structure, developing change proposals and solutions to address issues hindering the aircraft’s life extension, and planning for the physical modification of the aircraft to achieve service life goals. Work will be performed in St. Louis, Missouri (50%) and El Segundo, California (50%) and is expected to be complete by September 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded April 25, 2025)

Detyens Shipyards Inc.,* North Charleston, South Carolina, is awarded a $22,605,939 firm-fixed-price contract (N3220525C4123) for the 127-calendar day shipyard availability for the regular overhaul and dry docking of Military Sealift Command’s fast combat support vessel USNS Arctic (T-AOE 8). This contract includes a base work package and three unexercised options for additional work and time, which if exercised, would increase the cumulative value of this contract to $22,988,873. Work will be performed in North Charleston, South Carolina, beginning July 7, 2025, and is expected to be completed by Nov. 10, 2025. Working capital funds (Navy) in the amount of $22,605,939 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 two offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C4123). 

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $22,520,919 cost-plus-incentive-fee modification to previously awarded contract N00024-24-C-5131 to exercise options for AEGIS development and test sites operation and maintenance at the Combat Systems Engineering Development Site, SPY-1A Test Facility and Naval Systems Computing Center. This contract combines purchases for the U.S. government (34%); and the governments of South Korea (25%), Japan (20%), Australia (17%), Canada (<2%), Saudi Arabia (<2%), and Spain (<1%), under the Foreign Military Sales (FMS) program. Work will be performed in Moorestown, New Jersey, and is expected to be completed by Jan. 10, 2026. FMS (South Korea) funds in the amount of $5,475,868 (24%); fiscal 2025 research, development, test and evaluation (MDA) funds in the amount of $5,046,616 (22%);FMS (Japan) funds in the amount of $4,452,888 (20%);, FMS (Australia) funds in the amount of $3,887,791 (17%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $1,870,847 (8%); fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $524,020 (2%); FMS (Saudi Arabia) funds in the amount of $410,247 (2%); FMS (Canada) funds in the amount of $404,830 (2%); fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $233,000 (1%); fiscal 2024 Operation and maintenance (Navy) funds in the amount of $187,666 (<1%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $12,949 (<1%); and FMS (Spain) funds in the amount of $14,195 (<1%), will be obligated at time of award and $187,666 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded April 24, 2025)

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $18,322,214 cost-plus-fixed-fee modification (P00083) to a previously awarded contract (N0001917C0015). This modification increases the contract ceiling to provide for additional post-production over and above repairs for the MV-22 common configuration readiness and modernization retrofit program for the Marine Corps. Work will be performed in Ridley Park, Pennsylvania and is expected to be completed in July 2026. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $16,349,889; fiscal 2025 operation and maintenance (Navy) funds in the amount of $226,800; and fiscal 2024 aircraft procurement (Navy) funds in the amount of $1,745,524, will be obligated at the time of award, $226,800 of which will expire at the end of the current fiscal year. This modification was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Walashek Industrial & Marine Inc. (Walashek),* National City, California, is being awarded a $9,449,613 firm-fixed price option exercise modification to previously awarded contract (N00024-21-C-2427) for the Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP). Work will be performed at Assault Craft Unit Five in Camp Pendleton, California, and is expected to be completed by October 2027. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $9,449,613 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.

SEACORP LLC,* Middletown, Rhode Island, is awarded a $9,428,855 cost-plus-fixed-fee and cost-only modification to a previously awarded contract (N00024-24-C-6201) to exercise options for the procurement of the Common Infrastructure Services subsystem software design, engineering development, integration, testing, logistics, delivery, and lifecycle sustainment support for submarines. Work will be performed in Manassas, Virginia (61%); Middletown, Rhode Island (36%); and Waterford, Connecticut (3%), and is expected to be completed by April 2026. Fiscal 2025 research, development, test, and evaluation (Navy) funds in the amount of $680,000 (85%); and fiscal 2025 national sea-based deterrence funds in the amount of $122,275 (15%), 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. 

ARMY

L3 Technologies Inc., Salt Lake City, Utah, was awarded a $26,965,763 cost-plus-fixed-fee contract for sustainment support 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 April 28, 2035. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-25-D-0005).

EvCo Development LLC,* Carencro, Louisiana, was awarded an $11,702,253 firm-fixed-price contract for the Houston Ship Channel Texas, Expansion Channel Improvement Project. Bids were solicited via the internet with eight received. Work will be performed in Houston, Texas, with an estimated completion date of Oct. 9, 2026. Fiscal 2025 civil construction funds in the amount of $11,702,253 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-25-C-0004).

Great Lakes Dredge and Dock Co. LLC, Houston, Texas, was awarded a $9,669,320 firm-fixed-price contract for a fully crewed and equipped self-propelled trailing suction type hopper dredge. Bids were solicited via the internet with one received. Work will be performed in Venice, Louisiana, with an estimated completion date of April 29, 2025. Fiscal 2022 civil operation and maintenance funds in the amount of $9,669,320 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-25-C-0012).

DEFENSE LOGISTICS AGENCY

United Capital Investments Group Inc.,* McLean, Virginia (SPE605-25-D-1259, $25,737,773); and Stonewin International LLC, Dover, Delaware (SPE605-25-D-1258, $12,326,985), have each been awarded a firm-fixed-price with economic-price-adjustment contract under solicitation SPE605-25-R-0205 for various types of fuels. This was a competitive acquisition with seven responses received. These are four-year base contracts with one six-month option period. Location of performance is the Caribbean region, with an April 30, 2029, performance completion date. Using military services are Navy and Air Force. Type of appropriation is fiscal 2025 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

*Small business

4/30

NAVY

General Dynamics Electric Boat Corp., Groton, Connecticut (N00024-12-C-2115, N00024-17-C-2100, N00024-17-C-2117); and Huntington Ingalls Inc., Newport News Shipbuilding, Newport News, Virginia (N00024-15-C-2114, N00024-16-C-2116, and N00024-21-C-2106), are awarded cost-plus-incentive-fee with ceilings, and cost-plus-fixed-fee contract modifications for construction of two fiscal 2024 Virginia-class submarines (SSN 812 and SSN 813), investments to improve productivity at the shipyards, and for nuclear-powered vessel programs workforce support and investment. General Dynamics Electric Boat Corp. is being awarded $12,418,145,463, and if all options are exercised the total value will be $17,152,265,971; and Huntington Ingalls Inc., Newport News Shipbuilding, is being awarded $1,293,694,000. These contracts include options which, if exercised, would bring the cumulative value of the contract change to $18,445,959,971. The awarded amounts include previously announced material awards (including long lead time material and economic ordering quantity material) totaling $2,103,896,000. Work will be performed in Groton, Connecticut (32%); Newport News, Virginia (32%); Quonset Point, Rhode Island (8%); Sunnyvale, California (4%); Goose Creek, South Carolina (2%); Mobile, Alabama (1%); Sykesville, Maryland (1%); Bethlehem, Pennsylvania (1%); and other locations less than 1% (19%), and is expected to be completed by June 2036. Fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $5,263,038,425; and fiscal 2025 shipbuilding and conversion (Navy) funding in the amount of $4,163,000,000, 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.

Science Application International Corp., Reston, Virginia, is awarded a $136,427,161 firm-fixed-price, cost-plus-fixed-fee, and cost-only modification to a previously awarded contract (N00024-22-C-6419) to exercise options for the production, spares, production support material, engineering support, and hardware repair of components for MK 48 Heavyweight Torpedo All Up Round. This contract combines purchases to support the Navy, the Royal Australian Navy, and the Foreign Military Sales program. Work will be performed in Bedford, Indiana (80%); and Middletown, Rhode Island (20%), and is expected to be completed by May 2028. Fiscal 2025 weapons procurement (Navy) in the amount of $104,699,420 (78%); funding from foreign partners in the amount of $27,482,824 (20%); fiscal 2023 weapons procurement (Navy) in the amount of $2,469,840 (1%); and fiscal 2024 research, development, test and evaluation (Navy) in the amount of $233,940 (1%), will be obligated at the time of award and funds in the amount of $2,703,780 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

STS Systems Defense LLC.,* San Antonio, Texas, is awarded a $58,819,066 firm-fixed-price and cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract will provide for the procurement of updates and avionics modifications to the F-16 and F-5 on-aircraft systems which include, but are not limited to, the following: stores management system, fire control, radar (APG-66, APG-68, and APG-83), mission planning, data transfer equipment, moving maps, targeting systems, pods, weapons, electronic warfare, communications, instruments, data links, radar detection/warning, displays, and global positioning system along with any additional systems that are added for Navy configuration. Work will be performed in Fallon, Nevada (95%); and Hill Air Force Base, Utah (5%), and 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 not competed. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042125D0302).

FedTribe LLC,* King William, Virginia, is awarded a $13,990,793 firm-fixed-price order (N0042125F0673) against a previously issued basic ordering agreement (N0042124G0005). This order procures 14,100 head gear unit 98 communication headsets for use by Naval Aviation maintainers support personnel. Work will be performed in Indianapolis, Indiana (65%); Cleveland, Ohio (24%); and Topeka, Kansas (11%), and is expected to be completed in December 2025. Fiscal 2025 other procurement (Navy) funds in the amount of $13,990,793 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.

Platform Systems Inc.,* Hollywood, Maryland, is awarded a $9,994,967 modification (P00009) to a cost-plus-fixed-fee order (N6833522F0412) against a previously issued basic ordering agreement (N6833522G0030). This modification adds scope to provide Vanilla Unmanned
airframe enhancement efforts, payload integration activities, and flight testing in support of Small Business Innovation Research Phase III, Topic AF171-124, titled “Ultra-Endurance Vanilla Unmanned Air Vehicle (VUAV)” for the Navy. Work will be performed in Hollywood, Maryland, and is expected to be completed in April 2027. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $1,500,000 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 competed. Naval Air Warfare Center, Lakehurst, New Jersey, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $7,768,648 cost-plus-fixed-fee order (N0001925F2024) against a previously issued basic ordering agreement (N0001924G0010). This order defines software activation requirements, develops activation plans and schedules, and establishes government initial operational capability of core software domains in support of increasing government capability to maintain and enhance the F-35 Lightning II aircraft and reduce overall costs on software for the Air Force, Navy, Marine Corps, and non-Department of Defense participants. Work will be performed in Fort Worth, Texas (80%); Orlando, Florida (5%); Ridgecrest, California (2.5%); Ogden, Utah (2.5%); and Warner Robins, Georgia (2.5%), and is expected to be completed in March 2026. Fiscal 2024 aircraft procurement (Air Force) funds in the amount of $3,884,324; and fiscal 2024 aircraft procurement (Navy) funds in the amount of $3,884,324, all of which will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

AIR FORCE

Booz Allen Hamilton, McLean, Virginia, was awarded a $743,100,023 ceiling, time-and-materials and firm-fixed-price task order for enterprise application modernization and migration. This contract provides for enterprise level application modernization and migration. Work will be performed at the contractor’s designated facilities across the contiguous U.S. and is expected to be completed by Oct. 29, 2030. This contract was a competitive acquisition and five offers were received. Fiscal 2025 operations and maintenance appropriations funds in the amount of $1,324,178 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8726-25-F-B041).

Axient LLC, Huntsville, Alabama (FA8809-25-D-B003); Blue Canyon Technologies LLC, Lafayette, Colorado (FA8809-25-D-B014); General Atomics, San Diego, California (FA8809-25-D-B009); Lockheed Martin Corp., Littleton, Colorado (FA8809-25-D-B006); Loft Orbital Federal LLC, Golden, Colorado (FA8809-25-D-B011; Lynk Global Inc., Falls Church, Virginia (FA8809-25-D-B007); Orbit Systems LLC, Rockville, Maryland (FA8809-25-D-B013); Spire Global Subsidiary Inc., Tysons, Virginia (FA8809-25-D-B005); Turion Space Corp., Irvine, California (FA8809-25-D-B002); Tyvak Nano-Satellite Systems Inc., Irvine, California (FA8809-25-D-B010); Utah State University Space Dynamics Lab, Logan, Utah (FA8809-25-D-B008); and York Space Systems LLC, Denver, Colorado (FA8809-25-D-B004), were awarded a ceiling $237,600,000 multiple award, indefinite-delivery/indefinite-quantity, cost-reimbursement, firm-fixed-price contract for rapid satellite acquisition designed for payload integration, launch, on-orbit support and anomaly detection. Work will be performed in various locations in the contiguous U.S. and is expected to be completed April 2035. These contracts were competitive acquisitions and 21 offers were received. Fiscal 2025 research, development, test and evaluation funds in the amount of $100,000 are being obligated at the time of award. The Space Systems Command Innovation and Prototyping Delta, Kirtland Air Force Base, Albuquerque, New Mexico, is the contracting activity.

International Business Machines Corp., Reston, Virginia, has been awarded a $58,267,896 firm-fixed-price, time-and-materials modification (P00008) to a previously awarded contract (FA7014-24-F-0210) for continued advisory and assistance support to optimize resource allocation and civil engineering programs. The modification brings the total cumulative face value of the contract to $68,722,850 from $51,140,053. Work will be performed in Washington, D.C., and is expected to be completed July 2, 2029. Fiscal 2025 operation and maintenance appropriations funds in the amount of $6,513,584 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity. 

Arctic Slope Regional Corp. Federal System Solutions LLC, Beltsville, Maryland, has been awarded a $43,346,917 modification (P00126) to a previously awarded contract (FA9300-16-C-0001) for aerospace technical research and operations support services and increased on-site testing, operations, investment, and test facility upgrades in Air Force Research Laboratory facilities. The modification brings the total cumulative face value of the contract to $278,508,326. Work will be performed at Edwards Air Force Base, California, and is expected to be completed by Aug. 31, 2027. Fiscal 2024 and 2025 research, development, test and evaluation funds in the total amount of $30,326,770 are being obligated at the time of award. The Air Force Test Center, Edwards AFB, California, is the contracting activity.

Lockheed Martin Rotary Mission Systems, Moorestown, New Jersey, was awarded a $28,611,699 cost-plus-incentive-fee contract for the space fence system (AN/FSY-3, Radar, Space Surveillance). This contract provides for the continued provision of highly specialized services for the space fence system original equipment manufacturer to execute a variety of detection, tracking, and intelligence capabilities. Work will be performed at Eglin Air Force Base, Florida; and the Kwajalein Atoll, and is expected to be completed by April 30, 2027. Fiscal 2025 operations and maintenance appropriation funds in the amount of $16,975,164 are being obligated at the time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado, is the contracting activity (FA8820-25-C-B002).

Sedaro Corp., Arlington, Virginia, was awarded a $20,000,000 indefinite-delivery/ indefinite-quantity contract for cloud-native digital twins for modeling and simulation, optimization, and automation. This contract provides for support to the Air Force Research Laboratory rocket propulsion division and mission partners for the development of cloud-scalable, collaborative, and connected digital twin software within a digital infrastructure/cloud-based framework via future task orders. Work will be performed at Arlington, Virginia, and is expected to be completed by April 28, 2031. This contract was awarded through a competitive broad agency announcement in which dozens of submissions were received and evaluated via government scientific peer reviews against publicized selection criteria on SAM.gov. Fiscal 2024 research, development, test and evaluation funds in the amount of $10,000 are being obligated at time of award. The Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9300-25-D-6000).

Booz Allen Hamilton Inc., McLean, Virginia, was awarded a $9,657,712 cost-plus-fixed-fee and firm-fixed-price contract for the Airborne Warning and Control System communication integration program. This contract provides for the production and fielding of the second-generation anti-jam tactical ultra-high frequency radio system modification for the E-3 AWACS. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be completed by Oct. 29, 2028. This contract was a sole source acquisition. Fiscal 2023 aircraft procurement funds in the amount of $9,657,712 are being obligated at the time of award. The Air Force Lifecycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA2371-25-C-B002).

Ensco Inc., Vienna, Virginia, has been awarded an $8,340,905 bridge modification (P00017) to a previously awarded contract (FA8820-23-C-0003) for systems engineering and integration services including but not limited to systems integration and systems engineering for the programs managed by Space Systems Command operational test and training infrastructure. This modification brings the total cumulative face value of the contract is $34,842,863. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by April 30, 2026. Fiscal 2025 research, development, test and evaluation funds in the amount of $4,469,000; and operation and maintenance appropriations funds in the amount of $2,047,000, are being obligated at the time of award. The Space Systems Command, Peterson Air Force Base, Colorado is the contracting activity.

ARMY

Lockheed Martin Corp., Moorestown, New Jersey, was awarded a $99,981,314 cost-plus-fixed-fee contract for engineering services. Bids were solicited via the internet with one received. Work will be performed in Moorestown, New Jersey, with an estimated completion date of May 1, 2028. Fiscal 2025 research, development, test and evaluation, Army funds in the amount of $41,099,689 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-25-C-0023). 

California Department of Rehabilitation, Sacramento, California, was awarded a $24,953,206 firm-fixed-price contract for full food services at Fort Irwin. 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 30, 2030. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W5168W-25-D-A008). 

RENK America LLC, Muskegon, Michigan, was awarded a $23,737,200 modification (P00074) to contract W56HZV-20-C-0124 for hydro-mechanically propelled transmissions. Work will be performed in Muskegon, Michigan, with an estimated completion date of Jan. 31, 2027. Fiscal 2023 and 2024 weapons and tracked combat vehicle procurement, Army funds in the amount of $23,737,200 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

Butler Parachute Systems Inc.,* Roanoke, Virginia (W912CH-25-F-0283); Mills Manufacturing Corp.,* Asheville, North Carolina (W912CH-25-F-0284); and Paradigm Parachute and Defense Inc.,* Pensacola, Florida (W912CH-25-F-0285), will compete for each order of the $18,515,099 firm-fixed-price contract for parachutes. 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 29, 2030. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $16,370,000 cost-plus-incentive-fee contract for the Poland Wisla System Integration and Suitability Assessment. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of April 30, 2028. Fiscal 2025 Foreign Military Sales (Poland) funds in the amount of $16,370,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-25-F-0071). 

WASHINGTON HEADQUARTERS SERVICES 

Analytic Services Inc., Arlington, Virginia, was awarded an $18,178,718 labor hour, time-and-materials contract (GS-00F-095CA). Fiscal 2025 operations and maintenance funds in the amount of $6,193,344 are being obligated at the time of the award. The cumulative total of the contract is $97,421,958. The total, if all options are exercised, is $97,421,958. The purpose of the contract is to provide the Washington Headquarter Services (WHS), Acquisition Directorate with contract support for Professional Support Services. The work will be performed at The Pentagon, Washington D.C.; and the Mark Center, Alexandria Virginia. WHS, Arlington, Virginia, is the contracting activity. (Awarded on April 11, 2025)

DEFENSE HUMAN RESOURCES ACTIVITY

Institute of International Education, New York, New York, will be awarded contract H9821025CE007, a hybrid (firm-fixed-price and time-and-materials) contract, with an estimated ceiling amount of $199,081,037 for the David L. Boren Scholarships, David L. Boren Fellowships, and The Language Flagship institutional awards, as required by the David L. Boren National Security Education Act of 1991, as amended (Section 1901-1910, Section 50, U.S. Code). This contract provides services to perform all critical functions in the management and administration of the David L. Boren and The Language Flagship initiatives in support of the National Security Education Program. Work will be performed world-wide, with an expected completion date of May 31, 2030. Fiscal 2025 operations and maintenance funds in the amount of $8,500,000 are being obligated at the time of award. This contract was a non-competitive acquisition awarded under the authority of 10 U.S. Code 3204(a)(5) and Federal Acquisition Regulation 6.302-5. Defense Human Resources Activity, Alexandria, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Northrop Grumman Systems Corp., Warner Robins, Georgia, has been awarded a maximum $45,514,935 subsumable contract (SPRWA1-25-D-0004) under a five-year contract (SPE4AX-18-D-9443) with one five-year option period for low power color radar, transmitter processors. This is an indefinite-delivery, requirements contract for low power color radar, transmitter processors. This was a sole-sourced acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a two-year eight-month contract with no option periods. The delivery order end date is Dec. 31, 2027. Using military service is Air Force. Type of appropriations is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia.

M M Manufacturing LLC,** Lajas, Puerto Rico, has been awarded a maximum $27,206,400 modification (P00015) exercising the second one-year option period of a one-year base contract (SPE1C1-23-D-0048) with three one-year option periods for various types of coats and trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is April 30, 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.

Thomas Instrument Inc., Brookshire, Texas, has been awarded an estimated $18,363,356 firm-fixed-price, indefinite-delivery/indefinite-quantity, requirements contract for production of C-5 electro-mechanical actuators. This was a competitive acquisition with one response received. This is a four-year base contract with four one-year option periods. Location of performance is Texas, with an April 30, 2029, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency, Aviation, Warner Robins, Georgia (SPRWA1-25-D-0002).

*Small business
**Women-owned small business in historically underutilized business zones

5/1

NAVY

BAE Systems Land & Armaments LP, Sterling Heights, Michigan, is awarded a $172,286,470 firm-fixed-price modification to a previously awarded contract (M67854-16-C-0006) for Amphibious Combat Vehicles (ACV). The total value of the contract, if all options are exercised, is $3,838,238,234. This contract modification provides for the exercise of options for the procurement of 30 full rate production ACV medium caliber cannon mission role variants and associated production, fielding and support costs, and spares. Work will be performed in York, Pennsylvania (60%); Aiken, South Carolina (15%); San Jose, California (15%); Sterling Heights, Michigan (5%); and Stafford, Virginia (5%), with an expected completion date of June 2027. Fiscal 2025 procurement (Marine Corps) funds in the amount of $172,286,470 will be obligated at the time of award and will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-0006). 

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded a $73,410,740 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides provide installation and production support, to include system integration, production and fabrication, in-service engineering, training, logistics engineering, testing, repair, laboratory and test bed management, quality assurance and quality management, frequency spectrum authorization, and technical management for Combat Integration and Identifications Systems and equipment in support of the Navy, Marine Corps, Foreign Military Sales customers, and non-Department of Defense agencies. Work will be performed in St. Inigoes, Maryland (93%); and Rockville, Maryland (7%), and is expected to be completed June 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, two offers were received. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042125D0300). 

Rite-Solutions Inc.,* Pawcatuck, Connecticut, is awarded a $34,117,331 cost-plus-fixed fee Small Business Innovation Research (SBIR) Phase III contract for engineering and technical support for SSN(X) Combat Systems of the Future. This contract includes options which, if exercised, would bring the cumulative value of this contract to $243,575,715. Work will performed in Middletown, Rhode Island (50%); Washington, D.C. (33%); Fairfax, Virginia (3%); Arlington, Virginia (2%); Reston, Virginia (2%); Alexandria, Virginia (1%); Falls Church, Virginia (1%), Fredericksburg, Virginia (1%); Manassas, Virginia (1%); McLean, Virginia (1%); Annapolis, Maryland, (1%); Boston, Massachusetts (1%); Fall River, Massachusetts (1%); Philadelphia, Pennsylvania (1%); and Waterford, Connecticut (1%), and is expected to be completed by April 2026. If all options are exercised, work will continue through April 2030. Fiscal 2025 research, development, test & evaluation (Navy) funds in the amount of $4,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract not competitively procured in accordance with 15 U.S. Code 638(r)(4)(b) (issue, without further justification, Phase III awards relating to technology, including sole source awards, to the SBIR and Small Business Technology Transfer award recipients that developed the technology). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-C-6209). 

University Corp. for Atmospheric Research, Boulder, Colorado, was awarded a $23,535,959 indefinite-delivery/indefinite-quantity contract for research and development of the Navy’s Next-Generation Navy Environmental Prediction System Utilizing a Nonhydrostatic Engine (NEPTUNE). NEPTUNE is a spectral element solver for the compressible, non-hydrostatic, deep-atmosphere equations of motion and a critical component of the Navy’s numerical weather prediction system. The contract does not include options and has a cumulative value of $23,535,959. A $3,800,000 cost-plus-fixed-fee task order was issued concurrently. The task order does include options, and if exercised has a cumulative value at the $11,832,439. Work for the initial task order will be performed at University Corp. for Atmospheric Research, Boulder, Colorado, and is expected to be completed by March 2030. Fiscal 2025 working capital funds (Defense) in the amount of $285,000 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. The U.S. Naval Research Laboratory, Washington, D.C., is the contracting activity (N0017325D2403, N0017325F2424).

Colonna’s Shipyard Inc.,* Norfolk, Virginia (N5005420D0003), is awarded a delivery order (N5005425F5308) in the amount of $16,997,411 against firm-fixed-price indefinite delivery/indefinite quantity contract N5005420D0003. This order shall perform the Phase IV repairs to messing and berthing barge APL-61 to support for the Navy. Work will be performed in the Hampton Roads area of Virginia and is expected to be completed by December 2025. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $6,798,964 (40%); and fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $10,198,447 (60%), will be utilized through the issuance of this delivery order. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity. 

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $9,962,815 cost-plus-incentive-fee modification to a previously awarded contract (N00024-23-C-5123) to exercise options for engineering support, software development, in-service maintenance, integration, and logistics and fielding support for AEGIS combat system configurations already delivered or in the process of being delivered to the Navy. This contract combines Foreign Military Sales funds from the government of Japan (69%); and the Republic of Korea (31%). Work will be performed in Moorestown, New Jersey, and is expected to be completed by Dec. 31, 2025. Foreign Military Sales (Japan) funds in the amount of $6,828,250 (69%); and FMS (Korea) funds in the amount of $3,134,565 (31%), will be obligated at time of award and will not expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded on April 28, 2025)

Colonna’s Shipyard Inc.,* Norfolk, Virginia (N5005420D0003), is awarded a delivery order (N5005425F5311) in the amount of $9,749,765 against firm-fixed-price, indefinite-delivery/indefinite-quantity contract N5005420D0003. This order shall perform underwater hull preservation and miscellaneous repairs to messing and berthing barge YRBM(L)-28. Work will be performed in the Hampton Roads area of Virginia and is expected to be completed by May 2026. Fiscal 2025 operations and management (Navy) funding will be utilized through the issuance of delivery orders. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

Nakupuna Consulting LLC,* Arlington, Virginia, is awarded a $7,970,268 cost-plus-fixed-fee modification to a previously awarded contract (N00024-24-C-6110) to exercise an option for continued support for the Amphibious Assault and Connectors Program within the Program Executive Office Ships. Work will be performed in Washington, D.C., and is expected to be completed by April 2026. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $868,807 (49%); fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $480,551 (28%); and fiscal 2025 operations and maintenance (Navy) funds in the amount of $407,818 (23%), will be obligated at time of award and funds in the amount of $407,818 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity

ARMY

Ahtna Engineering Services LLC,* Anchorage, Alaska (W911KB-25-D-0012); Brice Engineering LLC,* Anchorage, Alaska (W911KB-25-D-0013); Bristol Environmental Solutions LLC,* Anchorage, Alaska (W911KB-25-D-0014); Environmental Compliance Consultants Inc.,* Anchorage, Alaska (W911KB-25-D-0015); Paragon Professional Services LLC, Anchorage,* Alaska (W911KB-25-D-0016); and RESCON-BEM JV LLC,* Anchorage, Alaska (W911KB-25-D-0017), will compete for each order of the $97,000,000 firm-fixed-price contract for environmental remediation services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2030. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity. 

BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $51,581,652 modification (P00003) to contract W519TC-23-F-0255 for the repair and replacement of equipment, facilities and critical assets damaged and/or destroyed at Radford Army Ammunition Plant during the September 2024 Hurricane Helene flood event. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2026. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

Range Generation Next LLC, Sterling, Virginia, was awarded a $14,927,684 modification (P00024) to contract W9113M-23-C-0062 for engineering and test services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Oct. 1, 2028. Fiscal 2010 research, development, test and evaluation, Army funds in the amount of $14,927,684 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Novel Construction LLC,* San Juan, Puerto Rico, was awarded a $13,104,688 firm-fixed-price contract to stabilize a cliff at the San Fernando Bastion San Juan National Historic Site. Bids were solicited via the internet with one received. Work will be performed in San Juan, Puerto Rico, with an estimated completion date of Dec. 2, 2026. Fiscal 2025 civil construction funds in the amount of $13,104,688 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-25-C-0008). 

AIR FORCE

URSA Major Technologies Inc., Berthoud, Colorado, was awarded a $28,565,857 firm-fixed-price contract for responsive space, hypersonic, and on-orbit propulsion. This contract provides for follow-on work completed to mature advanced liquid rocket engines for hypersonic applications and launch. Work will be performed at Berthoud, Colorado, and is expected to be completed by Jan. 21, 2027. This contract was a competitive broad agency announcement and one offer was received. Fiscal 2024 research, development, test and evaluation funds in the amount of $4,500,000 are being obligated at the time of award. The Air Force Research Laboratory, Edwards Air Force Base, California, is the contracting activity (FA9300-25-C-6011).

K2 Contracting Group, Wrightstown, New Jersey, was awarded a $10,303,496 firm-fixed price contract for construction. The contract provides for all plant, labor, equipment, tools, supplies and materials to perform the work necessary for repair of dormitory building 2619. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be completed by April 22, 2026. This contract was a competitive acquisition where seven offers were received. Fiscal 2025 operations and maintenance appropriations funds in the amount of $10,303,496 are being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity (FA4484-25-C-0002).

 K2 Contracting Group, Wrightstown, New Jersey, was awarded a $10,232,812 firm-fixed price contract for construction. The contract provides for all plant, labor, equipment, tools, supplies and materials to perform the work necessary for repair of dormitory building 2621. Work performed will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be completed by April 26, 2026. This contract was a competitive acquisition where five offers were received. Fiscal 2025 operations and maintenance appropriations funds in the amount of $10,232,812 are being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity. (FA4484-25-C-0003)

*Small business

5/2

DEFENSE LOGISTICS AGENCY

Applied Solutions Logistics LLC,** Kansas City, Missouri, has been awarded a maximum $114,000,000 hybrid firm-fixed-price, cost-plus-fixed-fee, cost-reimbursement, no-fee indefinite-delivery/indefinite-quantity contract for warehousing and operations support services. This was a competitive acquisition with four responses received. This is a five-year contract with no option periods. Location of performance is North Carolina, with an April 30, 2030, ordering period end date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300‐25-D-5001).

PeriParts Group Inc.,* New York, has been awarded a maximum $10,946,424 firm-fixed-price indefinite-delivery/indefinite-quantity contract for a fuel metering pump. This was a sole-source acquisition using 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. The ordering period end date is April 14, 2028. Using military service is Army. Type of appropriation is fiscal 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-25-D-0038).

UPDATE: Arjo Inc., Addison, Illinois (SPE2DH-25-D-0017, $16,500,000), 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. (Awarded May 1, 2025)

NAVY

Advanced Sciences and Technologies LLC,* Berlin, New Jersey (N66001-19-D-0056); Data Intelligence LLC,* Marlton, New Jersey (N66001-19-D-0057); Forward Slope Inc., San Diego, California (N66001-19-D-0058); G2 Software Systems Inc.,* San Diego, California (N66001-19-D-0059); Sev1Tech LLC, Woodbridge, Virginia (N66001-19-D-0060); and Solute, San Diego, California (N66001-19-D-0061), were each awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award modification to previously awarded contracts for command and control (C2) technology and experimentation services. The maximum dollar value for all six contract modifications combined is $87,514,833. Advanced Sciences and Technologies LLC was awarded $14,261,440. Data Intelligence LLC was awarded $9,822,016. Forward Slope Inc. was awarded $16,772,709. G2 Software Systems Inc. was awarded $17,487,276. Sev1Tech LLC was awarded $17,570,546. Solute was awarded $11,600,846. These services will support military C2 net-centric operations by providing research, engineering, development, integration, testing, and implementation of innovative science and technology solutions for information processing, discovery, and presentation. This support extends to Navy, Marine Corps, Army, and Air Force operations, including their interface with civilian and non-governmental entities. Place of performance will be determined at task order level. Work is expected to be completed by May 2027. All awardees will have the opportunity to compete for task orders during the ordering period. Funds will be obligated as task orders are issued and are anticipated to include research, development, test and evaluation; operations and maintenance; other procurement; and Navy Working Capital Funds. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Walsh Federal LLC, Chicago, Illinois, is awarded an $81,929,000 firm-fixed-price construction contract for P226, Maintenance Facility and Marine Air Group Headquarters. Work will be performed at Marine Corps Air Station Cherry Point, North Carolina, and is expected to be completed by April 2028. The maximum dollar value, including the base price and nine options, is $81,929,000. The contract is incrementally funded. Fiscal 2024 military construction funds in the amount of $54,750,000 for the first increment will be obligated at the time of the award and will not expire at the end of the fiscal year. The second increment will be funded in a future fiscal year in the amount of $12,406,265 for the remaining base amount of $67,156,265. This contract was competitively procured via the www.SAM.gov website, with two offers received. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-25-C-2515).

Huntington-Ingalls Industries – Ingalls Shipbuilding, Pascagoula, Mississippi, is being awarded an $81,244,469 hybrid cost-plus-award-fee, and cost-only modification to a previously awarded contract (N00024-25-C-4229, a continuation contract (N00024-21-C-4205) to exercise options for the accomplishment of the Planning Yard Support for LPD 17 Amphibious Transport Dock Ships, LHD 1/LHA 6 Amphibious Assault Ships, LSD 41/49 Dock Landing Ships, and LCC 19 Amphibious Command Ship. Work will be performed in Pascagoula, Mississippi (75%), with on-site technical support for CNO availabilities at Norfolk, Virginia (24%); San Diego, California (<1%); and Sasebo, Japan (<1%). Work is expected to be completed by May 2026. No funding will be obligated at the time of award. This contract was competitively awarded. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-4205, N00024-25-C-4229).

Monterey Technologies Inc., Park City, Utah, is awarded a $73,861,604 cost-plus-fixed-fee, indefinite-quantity/indefinite-delivery contract for user experience user interface (UX/UI) design and engineering. The contract pertains to the development of command, control, communications, computers, intelligence, surveillance, and reconnaissance systems and products for Naval Information Warfare Center (NIWC) Pacific, with an emphasis on UX/UI activities, including but not limited to Human Factors Engineering, User-Centered Design, and Human-Machine Interaction. The contract includes a single five-year ordering period. Funding will be obligated via task/delivery orders. Work will be performed in San Diego, California, and is expected to be completed by May 2030. This requirement was solicited using a small business set aside competition, with eleven offers received. NIWC Pacific, San Diego, California, is the contracting activity (N66001-25-D-0011).

ARMY

Northrop Grumman Systems Corp., Huntsville, Alabama, was awarded a $9,721,369 modification (P00047) to contract W31P4Q-19-C-0003 for the Wisla Integrated Air and Missile Defense Battle Command System. Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 30, 2026. Fiscal 2024 Foreign Military Sales (Poland) funds in the amount of $9,721,369 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

*Small business
**Women-owned small-disadvantaged business

Author

  • Ashley Jones is ClearedJobs.Net's blog Editor and a cleared job search expert, dedicated to helping security-cleared job seekers and employers navigate job search and recruitment challenges. With in-depth experience assisting cleared job seekers and transitioning military personnel at in-person and virtual Cleared Job Fairs and military base hiring events, Ashley has a deep understanding of the unique needs of the cleared community. She is also the Editor of ClearedJobs.Net's job search podcast, Security Cleared Jobs: Who's Hiring & How.

    View all posts
This entry was posted on Wednesday, May 07, 2025 2:40 pm

Leave a Reply

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

Notify me of updates to this conversation