INSIDE THE

NEWS + ADVICE

DoD Contracts: KBR Services, Lockheed Martin, Northrop Grumman, Week of 5-5-25 to 5-9-25

Posted by Ashley Jones

5/5

ARMY

General Dynamics Information Technology Inc., Falls Church, Virginia (W5J9CQ-25-D-0001); Leidos Inc., Reston, Virginia (W5J9CQ-25-D-0002); Royce Geospatial Consultants Inc., Arlington, Virginia (W5J9CQ-25-D-0003); Reinventing Geospatial Inc.,* Fairfax, Virginia (W5J9CQ-25-D-0004); Research Innovations Inc.,* Alexandria, Virginia (W5J9CQ-25-D-0005); OM Group Inc.,* Piscataway, New Jersey (W5J9CQ-25-D-0006); Solis Applied Science LLC,* Charlottesville, Virginia (W5J9CQ-25-D-0007); and Strategic Alliance Consulting,* Warrenton, Virginia (W5J9CQ-25-D-0008), will compete for each order of the $499,000,000 order-dependent contract for the Geospatial Research, Integration, Development and Support IV program. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of May 4, 2030. U.S. Army Corps of Engineers’ Army Geospatial Center, Alexandria, Virginia, is the contracting activity.

InVeris Training Solutions,* Suwanee, Georgia (W900KK-25-D-0042); Riptide Software Inc.,* Oviedo, Florida (W900KK-25-D-0043); Shock Stream LLC,* Casselberry, Florida (W900KK-25-D-0044); and Thiessen Training Systems Inc.,* Gainesville, Florida (W900KK-25-D-0045), will compete for each order of the $359,827,053 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price, order-dependent, time-and-materials) contract for live-fire training and target systems. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of May 4, 2033. Army Contracting Command, Orlando, Florida, is the contracting activity.

APTIM Federal Services LLC, Baton Rouge, Louisiana, was awarded an $8,000,000 modification (P00012) to contract W912DY-22-F-0271 for minor and emergency repair. Work will be performed in Baton Rouge, Louisiana; Diego Garcia, British Indian Ocean Territory; and Iwakuni, Gotemba, Atsugi, Yokosuka, Hachinohe City, Zama City, Uruma, Urasoe, Ginowan City, Higashi, Kin, Nago, Okinawa, Nagasaki-ken, Hakozaki, Yokose, and Sagamihara, Japan, with an estimated completion date of July 31, 2025. Fiscal 2025 revolving funds in the amount of $8,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

Applied Training Solutions LLC,* Greensburg, Pennsylvania, was awarded a $7,556,101 firm-fixed-price contract for education support services. Bids were solicited via the internet with 26 received. Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of May 4, 2030. Fiscal 2025 operation and maintenance, Army funds in the amount of $7,556,101 were obligated at the time of the award. 419th Contracting Support Brigade, Fort Bragg, North Carolina, is the contracting activity (W91247-25-C-A020).

NAVY

KBR Services LLC, Houston, Texas, was awarded a $55,580,167 indefinite-delivery/ indefinite-quantity contract for base operations support services at Camp Lemonnier, Djibouti, Africa (CLDJ); and Forward Operating Location Facility Support, Chabelley Airfield, Djibouti, Africa (Chabelley). Work performed at CLDJ, and Chabelley will be completed by May 2034. The maximum dollar value, including the base period and nine option periods, is $476,757,164. Fiscal 2026 operation and maintenance, (Navy) contract funds in the amount of $51,366,695 for recurring work will be obligated on individual task orders issued during the base period. No funds will be obligated at time of award. This contract was competitively procured via the System for Award Management (SAM) Contract Opportunities website with seven offers received. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-25-D-9001).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $17,192,439 cost-plus-fixed-fee, firm-fixed-price contract to provide engineering and technical support, program management, non-recurring unique requirements, and training in support of integration efforts for the government for Greece as an F-35 Foreign Military Sales (FMS) customer. Work will be performed in Fort Worth, Texas (60%); Orlando, Florida (18%); Greenville, South Carolina (11%); El Segundo, California (5%); Lancashire, United Kingdom (4%); and Baltimore, Maryland (2%), and is expected to be completed in May 2028. FMS customer funds in the amount of $17,192,439 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 Systems Command, Patuxent River, Maryland, is the contracting activity (N0001925C0012).

MBF Architects, Pennsylvania, * New Bern, North Carolina, is being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum amount of $15,000,000 for architectural design and engineering services for billeting and community support facilities in support of projects primarily at Marine Corps Air Station Cherry Point, North Carolina (40%); Marine Corps Air Station New River, North Carolina (10%); Marine Corps Base Camp Lejeune, North Carolina (40%); Marine Corps Air Station Beaufort, South Carolina (5%); and Marine Corps Recruit Depot Parris Island, South Carolina (5%). The term of the contract is not to exceed 60 months with an expected completion date of May 2030. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $5,000 are obligated at the time of award. Future task orders will be primarily funded by operations and maintenance (Marine Corps) and military construction funds. This contract was competitively procured via the SAM.gov website with 11 submissions received. Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-25-D-2528).

L3 Technologies Inc., Herndon, Virginia, is awarded an $8,906,422 cost-plus-fixed-fee and cost-only contract for program management, systems engineering, software development, risk management, algorithm and software prototype development, configuration management, and information assurance in support of undersea warfare and surface warfare systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $46,677,661. Work will be performed in Herndon, Virginia (88%), Keyport, Washington (6%), and San Diego, California (6%) and is expected to be completed by May 2026. If all options are exercised, work will continue through May 2030. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $1,499,470 (47%); fiscal 2025 other procurement (Navy) funds in the amount of $1,395,252 (43%); and fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $310,000 (10%), will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Section 1709 of the 2018 National Defense Authorization Act that modifies 15 U.S. Code 638(r), this Small Business Innovative Research Phase (SBIR) III contract is being awarded to L3 Technologies, Inc., which is the same firm that was competitively selected for the SBIR Phase I and II awards. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-C-5212). 

DEFENSE LOGISTICS AGENCY

Peckham Vocational Industries,** Lansing, Michigan, has been awarded a maximum $16,226,868 fixed-price, indefinite-delivery/indefinite-quantity contract for layer 2 mid-weight drawers. This is a four-year contract with no option periods. The ordering period end date is May 1, 2029. Using military services are Army and Air Force. Type of appropriation is fiscal 2025 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-N006).

AAR Supply Chain Inc., doing business as AAR Defense Systems & Logistics, Wood Dale, Illinois, has been awarded a maximum $28,052,651 modification (P00008) under a fixed-price with prospective-price-redetermination, requirements subsumable contract (SPE4AX-24-D-9401) issued under umbrella contract SPE4AX-22-D-9407 for parts supporting various military engine systems. This is 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 three-year contract with no option periods. The ordering period end date is June 29, 2027. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia. (Awarded on April 25, 2025)

UPDATE: Rosenbauer America LLC, Lyons, South Dakota (SPE8EC-25-D-0052, $523,000,000), has been added as an awardee to the multiple award contract for fire and emergency vehicles, issued against solicitation SPE8EC-21-R-0005 and awarded July 24, 2023. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

UPDATE: Electra-Med Corp.,* Flint, Michigan (SPE2DE-25-D-0013, $14,775,042), has been added as an awardee to the multiple award contract for medical and surgical supplies and equipment for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-22-R-0017 and awarded Sept. 28, 2023. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

AIR FORCE

EQM Systems and BEM Systems JV II LLC, Cincinnati, Ohio, was awarded a $9,282,707 contract for remedial investigation. This contract provides for remedial investigation of groundwater at long range radar sites. Work will be performed at Fort Yukon, Cape Newenham, and Cape Romanzof, Alaska, and is expected to be completed by May 4, 2028. This contract is a sole source acquisition. Fiscal 2025 operations and maintenance appropriations funds in the amount of $8,056,449 will be obligated at the time of award. The 772 Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8903-25-C-0011). 

*Small business
**Mandatory Source

5/6

ARMY

AECOM Technical Services Inc., Arlington, Virginia (W912DY-25-D-0065); Baker-Stanley-Cardno JV, Moon Township, Pennsylvania (W912DY-25-D-0066); Black & Veatch Special Projects Corp., Overland Park, Kansas (W912DY-25-D-0067); HDR Engineering Inc., Ann Arbor, Michigan (W912DY-25-D-0068); Jacobs Government Services Co., Arlington, Virginia (W912DY-25-D-0069); Tetra Tech/Mason & Hanger JV, Ann Arbor, Michigan (W912DY-25-D-0070); and Pond-SIA JV, Peachtree Corners, Georgia (W912DY-25-D-0071), will compete for each order of the $249,000,000 firm-fixed-price contract for energy system design, engineering, commissioning and planning services. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 6, 2030. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity. 

Junot Group and Kolb Grading JV LLC,* Weldon Spring, Missouri, was awarded a $9,097,000 firm-fixed-price contract for bridge removal and repair. Bids were solicited via the internet with three received. Work will be performed in Russellville, Arkansas, with an estimated completion date of Oct. 30, 2026. Fiscal 2010 civil construction funds in the amount of $9,097,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-25-C-0006).   

AIR FORCE

Jones Lang Lasalle Americas Inc., Washington, D.C., was awarded a $165,000,000 ceiling, indefinite-delivery/indefinite-quantity contract for the Air Force housing and transient housing privatization initiative. This contract provides for long-term cradle to grave management of services in support of the AF privatized programs to include but not limited to housing, enhanced use lease, utilities privatization, and may include value-based transaction. This task order supports 63 Air Force military installations consisting of 31 military housing privatization initiative projects and is expected to be completed May 8, 2026.  This contract was a competitive acquisition and three offers were received. Fiscal 2025 operation and maintenance appropriations funds in the amount of $15,352,282 will be obligated at the time of award. The 772nd Enterprise Sourcing Squadron, Joint Base San Antonio, Texas, is the contracting activity (FA8903-25-F-0024).

Booz Allen Hamilton, McLean, Virginia, was awarded an $84,292,640 cost-plus-fixed-fee task order for Vanish software/hardware prototype and reports. This task order provides for support to the Air Force Research Laboratory information directorate to respond to weapon information system development, acquisition, engineering, integration, and transition requirements. Work will be performed at McLean, Virginia, and is expected to be completed by May 6, 2030. This award was a competitive acquisition and one offer was received. Fiscal 2025 research, development, test and evaluation funds in the amount of $913,328 will be obligated at the time of award. The Air Force Research Laboratory Contracting Division, Rome, New York, is the contracting activity (FA8750-25-F-B009).

NAVY

Northrop Grumman Systems Corp., Woodland Hills, California, is awarded a $20,445,600 firm-fixed-price contract for the production and delivery of 63 H-1 technical refresh mission computers (TRMCs) and 28 TRMC trays for Foreign Military Sales (FMS) customers to include 33 TRMCs and 28 trays in support of the Nigeria AH-1Z Program; 25 TRMCs in support of Czech Republic UH-1Y and AH-1Z Program; and five TRMCs in support of the Bahrain AH-1Z Program. Work will be performed in Salt Lake City, Utah (60%); Baltimore, Maryland (25%); and Woodland Hills, California (15%), and is expected to be completed in March 2029. FMS customer funds in the amount of $20,445,600 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 Systems Command, Patuxent River, Maryland, is the contracting activity (N0001925C0109).

Advanced Integrated Technologies LLC,* Norfolk, Virginia (N50054-25-D-0003); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N50054-25-D-0004); Colonna’s Shipyard Inc.,* Norfolk, Virginia (N50054-25-D-0005); Tecnico Corp.,* Chesapeake, Virginia (N50054-25-D-0006); Auxiliary Systems Inc. LLC,* Norfolk, Virginia (N50054-25-D-0007); East Coast Repair & Fabrication LLC,* Portsmouth, Virginia (N50054-25-D-0008); Bay Metals & Fabrication LLC,* Chesapeake, Virginia (N50054-25-D-0009); Lyon Shipyard Inc.,* Norfolk, Virginia (N50054-25-D-0010); and Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N50054-25-D-0011), each awarded a firm-fixed-price, indefinite-delivery/indefinite quantity, multiple award contract for the necessary management, technical services, labor, material, support services, and equipment to accomplish a full range of depot level repairs and alterations, troubleshooting, maintenance, installation, and removal of main and auxiliary, hull, mechanical and electrical equipment and systems onboard Navy or other military type vessels. Advanced Integrated Technologies LLC is being awarded $16,286,517, and if all options are exercised the total value will be $105,210,591. Epsilon Systems Solutions Inc. is being awarded $15,145,949, and if all options are exercised the total value will be $98,031,643. Colonna’s Shipyard Inc. is being awarded $14,932,730, and if all options are exercised the total value will be $96,925,544. Tecnico Corp. is being awarded $14,806,536, and if all options are exercised the total value will be $96,830,780. Auxiliary Systems Inc. LLC is being awarded $14,881,730, and if all options are exercised the total value will be $96,524,404. East Coast Repair & Fabrication LLC is being awarded $13,896,416, and if all options are exercised the total value will be $89,935,191. Bay Metals & Fabrication LLC is being awarded $13,326,810, and if all options are exercised the total value will be $89,494,885. Lyon Shipyard Inc. is being awarded $12,262,384, and if all options are exercised the total value will be $80,677,166. Q.E.D. Systems Inc. is being awarded $10,939,450, and if all options are exercised the total value will be $71,394,407. If all options are exercised, the shared ceiling amongst all awardees is $105,210,591. Work will be primarily performed within a 50-mile radius of Norfolk, Virginia. Work is expected to be completed by May 9, 2026, and if all options are exercised, work will continue until May 9, 2030. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $45,000 ($5,000 per contract) will be obligated for the minimum guarantee and will expire at the end of the current fiscal year. This multiple award contract was competitively procured as a small business set-aside via the System for Award Management website with 11 offers received. Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, was awarded a $10,662,488 cost-plus-fixed-fee and cost (no fee) modification to previously awarded contract (N00024-23-C-5300) to exercise options to provide engineering, waterfront support, and alterations to MK 45-gun mounts. Work will be performed in Norfolk, Virginia (25%); San Diego, California (25%); Louisville, Kentucky (15%); Minneapolis, Minnesota (15%); Mayport, Florida (10%); Bremerton, Washington (5%); and Yokosuka, Japan (5%), and is expected to be completed by April 2026. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $474,970 (80%); and fiscal 2025 weapons procurement (Navy) funds in the amount of $116,681 (20%),  will be obligated at time of award, of which $474,970 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded on April 30, 2025)

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Minburn Technology Group LLC,* Great Falls, Virginia, has been awarded an $11,259,001 option exercise modification (P00005) to a previously awarded firm-fixed-price contract (HS0021-24-F-0030) for the Defense Counterintelligence and Security Agency (DCSA). This modification exercises Option Period One to continue to provide DCSA Microsoft Enterprise License Agreement and Microsoft Office 365 software. No on-site work is required, and the estimated completion date is April 30, 2027 (with options). Fiscal 2025 operations and maintenance funding in the amount of $255,180 and defense working capital funds in the amount of $11,003,821 were obligated at the time of award. The cumulative face value of the contract to date is $29,673,547. DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.

*Small business

5/7

DEFENSE LOGISTICS AGENCY

Freedom Fresh LLC,* Medley, Florida, has been awarded a maximum $348,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with five responses received. This is a five-year contract with no option periods. The ordering period end date is May 4, 2030. Using customers are Navy, Air Force, Coast Guard, and Department of Agriculture schools. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-25-D-P438).

The Boeing Co., St. Louis, Missouri, has been awarded an estimated $13,130,920 delivery order (SPRPA1-25-F0LB2) against a three-year subsumable (SPRPA1-21-D-9002) with one 16-month option period and one one-year option period for KC46 military unique depot level repairable support. This is a cost-plus-fixed-fee, performance-based logistics contract. The performance completion date is Apr. 7, 2026. Using military service is Air Force. Type of appropriation is fiscal 2025 through 2027 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. (Awarded on April 8, 2025)

Honeycomb Co. of America, Sarasota, Florida, has been awarded a maximum $9,766,400 firm-fixed-price, indefinite-quantity contract for C/KC-135’s aircraft structural panels. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. The ordering period end date is May 6, 2030. Using military services are Army, Navy, and Air Force. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-25-D-0217).

UPDATE: Biomet 3I LLC, Palm Beach Gardens, Florida (SPE2DH-25-D-0014, $49,000,000), 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. 

NAVY

BAE Systems – Jacksonville Ship Repair LLC, Jacksonville, Florida, is awarded a $108,569,670 firm-fixed-price contract for maintenance, modernization and repair of the USS The Sullivans (DDG 68) fiscal 2025 Docking Selected Restricted Availability. The scope of this acquisition includes all labor, supervision, equipment, production, testing, facilities, and quality assurance necessary to prepare for and accomplish the Chief of Naval Operations Availability for critical modernization, maintenance, and repair programs. This contract includes options which, if exercised, would bring the cumulative value of this contract to $110,360,140. Work will be performed in Mayport, Florida, and is expected to be completed by March 2027. Fiscal 2025 other procurement (Navy) funds in the amount of $108,025,929 (99%); and fiscal 2025 operations and maintenance (Navy) funds in the amount of $543,740 (<1%), will be obligated at the time of award, of which $543,740 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 two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002425C4421). 

Bollinger Shipyards Lockport LLC, Lockport, Louisiana, is awarded a $65,709,527 firm-fixed-price modification to a previously awarded contract (N00024-22-C-6305) to exercise options for the production of Mine Countermeasures Unmanned Surface Vehicles and incorporate engineering changes. Work will be performed in Lockport, Louisiana (65%); Portsmouth, Virginia (22%); Columbus, Indiana (8%); and Slidell, Louisiana (5%), and is expected to be completed by September 2028.  Fiscal 2024 other procurement (Navy) funds in the amount of $11,135,465 (17%); and fiscal 2025 other procurement (Navy) funds in the amount of $54,574,062 (83%), 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. 

Miller Electric Co. Inc., ** doing business as PEC Contracting and Engineering, Reno, Nevada, is awarded a $49,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for construction, renovation, and repair of commercial and institutional building construction projects at installations within the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of responsibility, including but not limited to Naval Air Station Fallon, Nevada (80%); and Marine Corps Mountain Warfare Training Center Bridgeport, California (18%). Work may also be performed in the remainder of the U.S. (2%). All work is expected to be completed by May 2033. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated at the time of award to satisfy the minimum guarantee and will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov Contract Opportunities website with four offers received. NAVFAC Southwest, San Diego, California, is the contracting activity (N62473-25-D-2715).

Rolls-Royce Marine North America Inc., Walpole, Massachusetts, is awarded a $23,567,609 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for highly specialized design agent engineering and technical services for the LCS, Freedom variant, machinery plant control and monitoring system, and control area network and monitoring ships control system, DDG-51 class machinery control system, and LSD 41/49 propulsion logic management units. Work will be performed in Walpole, Massachusetts (80%); Mayport, Florida (6%); Norfolk, Virginia (4%); San Diego, California (4%); and various locations outside and across the continental U.S., each less than 1% (6%). Work will be completed by May 2030. Fiscal 2024 other procurement (Navy) funds in the amount of $149,183 will be obligated for the minimum guarantee. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-25-D-4003). 

SeaLandAire Technologies Inc.,* Jackson, Michigan, is awarded a $15,165,106 cost-plus-fixed-fee contract to provide continued advanced technology and design for digital directional frequency analysis and recording vertical line array (DDVLA) sonobuoys in support of the advancement of the DDVLA sonobuoy successful transition from Small Business Innovation Research (SBIR) phase III to engineering and manufacturing development and low-rate initial production. These efforts support SBIR phase III topic N101-014 entitled “High Gain Array of Velocity Sensors.” Work will be performed in Jackson, Michigan (98%); Washington, D.C. (1%); and Lexington Park, Maryland (1%), and is expected to be completed in May 2030. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $2,482,405 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, one offer was received. Naval Air Warfare Center, Lakehurst, New Jersey, is the contracting activity (N6833525C0010).

Nikira Labs Inc.,* Mountain View, California, is awarded a $8,784,248 cost-plus-fixed-fee, firm-fixed-price, and cost-only contract for continued development, production, and installation of the Spectroscopic Total Air Monitor atmosphere monitor to support Navy submarines. This contract includes options which, if exercised, would bring the cumulative value of this contract to $56,254,766. Work will be performed in Mountain View, California, and is expected to be completed by May 2026. If all options are exercised, work will continue through May 2030. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $6,234,771 will be obligated at the time of award and will not expire at the end of the current fiscal year. This Small Business Innovation Research Program Phase III contract was not competitively procured pursuant to 15 U.S. Code 638 (r)(4)(B). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-C-4303).

AIR FORCE

Unconventional Concepts, Fort Walton Beach, Florida, was awarded a $82,382,182 Small Business Innovation Research Phase III contract, for continued development of Test Range Asset Management System. This contract provides for design, develop, demonstrate and validate an enterprise-centric advanced information technology operational experimentation system for the Air Force that can be used to perform verification and validation experiments. Work will be performed at Lewis, New York, and is expected to be completed by May 6, 2030. This contract was a sole source acquisition. Fiscal 2024 research, development, test and evaluation funds in the amount of $12,616,428 are being obligated at the time of award. The Air Force Life Cycle Management Center/C3CK, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-25-P-B010).

Raytheon Co., Tucson, Arizona, has been awarded a $13,860,386 firm-fixed-price modification (P00018) to a previously awarded contract (FA8675-23-C-0037) for advance medium range air-to-air missiles C8 and D3 variants and the production thereof with the purchase of Wave 11C Pt 2 Life of Type Obsolescence parts purchases. The modification brings the total cumulative face value of the contract is $2,473,403,064 from $2,459,542,678. Work will be performed at Tucson, Arizona, and is expected to be completed by Dec. 31, 2027. This contract involves foreign military sales to Canada, Taiwan, Bulgaria, Hungary, Poland, Sweden, Czech Republic, Korea, Kuwait, Japan, Finland, Germany, United Kingdom, Italy, Netherlands, Norway, Belgium, Australia, Turkey, Spain, and Lithuania. Fiscal 2024 Navy weapons procurement funds in the amount of $66,983; fiscal 2025 Air Force missile procurement funds in the amount of $10,514,962; and Foreign Military Sales funds in the amount of $3,278,440, are being obligated at the time of award. The Air Force Life Cycle Management Center-Weapons Superiority Contracting branch, Robins Air Force Base, Georgia, is the contracting activity.

ARMY

Atlas Painting and Sheeting Corp.,* Amherst, New York, was awarded a $19,690,000 firm-fixed-price contract to repair and paint a railroad bridge. Bids were solicited via the internet with seven received. Work will be performed in Buzzards Bay, Massachusetts, with an estimated completion date of Jan. 6, 2027. Fiscal 2022, 2023 and 2024 civil operation and maintenance funds in the amount of $19,690,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-25-C-0004). 

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $15,865,769 firm-fixed-price contract to retrofit UH-60M aircraft with the 103 Air Data Computer, Multi-Function Display and Flight Management System. Bids were solicited via the internet with one received. Work will be performed in Stratford, Connecticut, with an estimated completion date of May 31, 2029. Fiscal 2025 Foreign Military Sales (Saudi Arabia) funds in the amount of $15,865,769 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-25-C-0014). 

Diversified Contractors Inc.,* Klamath Falls, Oregon, was awarded a $7,937,335 firm-fixed-price contract to alter a communications facility. Bids were solicited via the internet with five received. Work will be performed in Klamath Falls, Oregon, with an estimated completion date of Aug. 10, 2026. Fiscal 2023 military construction, Army National Guard funds in the amount of $7,937,335 were obligated at the time of the award. U.S. Property and Fiscal Office, Oregon, is the contracting activity (W50S8Z-25-C-A011). 

Sawyer Services Inc.,* Chesterfield, Michigan, was awarded a $7,562,327 firm-fixed-price contract to design-build a multipurpose dynamic training range. Bids were solicited via the internet with three received. Work will be performed in Blackstone, Virginia, with an estimated completion date of June 11, 2026. Fiscal 2024 military construction, Army funds in the amount of $7,562,327 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-25-C-2008). 

*Small business
**Historically underutilized business zone small business set-aside

5/8

NAVY

Aptim Federal Services LLC, Baton Rouge, Louisiana (N62473-25-D-2211); ECC Expeditionary Constructors LLC,* Burlingame, California (N62473-25-D-2212); Energy Solutions Federal Support LLC, Salt Lake City, Utah (N62473-25-D-2213); Insight Tidewater LLC,* Brea, California (N62473-25-D-2214); ITP America LLC, Brea, California (N62473-25-D-2215); and Perma-Fix ERRG Services,* Oak Ridge, Tennessee (N62473-25-D-2216), are awarded a combined $240,000,000 firm-fixed price, multiple-award contract for radiological services within the Naval Facilities Engineering Systems Command (NAVFAC) area of responsibility. This contract provides for radiological services to perform investigative or remedial actions at environmentally contaminated sites. Work will be performed at various locations across the NAVFAC enterprise worldwide and is expected to be completed by November 2033. The maximum dollar value, including the base period of two years, two optional three-year ordering periods and a six-month option to extend services, is $240,000,000. Fiscal 2025 environmental restoration (Navy) funds in the amount of $30,000 will be obligated at time of award, and funds in the amount of $30,000 will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website, with eight offers received. NAVFAC Southwest, San Diego, California, is the contracting activity (N62473-25-D-2211-2216).

Gilbane Federal, Concord, California (N69450-21-D-0056); Hensel Phelps Construction Co., Orlando, Florida (N69450-21-D-0057); The Korte Co., St. Louis, Missouri (N69450-21-D-0058); M. A. Mortenson Co., doing business as Mortenson Construction, Minneapolis, Minnesota (N69450-21-D-0059); RQ Construction LLC, Carlsbad, California (N69450-21-D-0060); Sauer Construction LLC, Jacksonville, Florida (N69450-21-D-0061); Walsh Federal LLC, Chicago, Illinois (N69450-21-D-0062); B.L. Harbert International LLC, Birmingham, Alabama (N69450-22-D-0011); Balfour Beatty Construction LLC, Charlotte, North Carolina  (N69450-22-D-0012); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N69450-22-D-0013), are awarded a combined-maximum-value $95,000,000 firm-fixed-price modification to increase the capacity of their respective previously-awarded contracts for general building type projects. Award of this modification brings the total cumulative value for all 10 contracts combined to $1,105,000,000. Work will be performed in Florida (15%), Georgia (15%), Louisiana (14%), Mississippi (14%), South Carolina (14%), Tennessee (14%), and Texas (14%), and is expected to be completed by September 2026. No funds will be obligated at time of award. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity.

Mack Defense LLC, Allentown, Pennsylvania, is awarded a $10,817,231 modification (P00006) to a previously awarded other transaction agreement (OTA) (M67854-24-9-5402) for Next Generation-Medium Tactical Truck. The total cumulative value of the agreement is $16,017,640. The modification is for Phase II of OTA for the prototype build. Work will be performed in Allentown, Pennsylvania, with an expected completion date of September 2026. Fiscal 2024 and 2025 research, development, test and evaluation funds in the amount of $6,125,778 are being obligated at time of award. Contract funds in the amount of $470,000 will expire at the end of the current fiscal year and $5,655,778 will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $33,954,308 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for wheel and tire assemblies. 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 four-year contract with no option periods. The ordering period end date is May 7, 2029. Using military service is Army. Type of appropriation is fiscal 2025 through 2029 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-25-D-0033).

AIR FORCE

The Boeing Co., Redondo Beach, California, has been awarded a $22,202,823 cost-plus-fixed-fee modification (P00054) to a previously awarded contract (FA8808-20-C-0047) for the Evolved Strategic Satellite Communications Rapid Prototyping Special Option 2–Special Study #7 effort. This modification brings the total cumulative face value of the contract to $424,039,287. Work will be performed in El Segundo, California, and is expected to be completed by July 15, 2025. Fiscal 2025 research, development, test and evaluation funds in the amount of $22,202,823 are being obligated at the time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

Maxar Mission Solutions Inc., Ypsilanti, Michigan, has been awarded a $19,905,119 modification (P00007) to previously awarded (FA8750-23-C-1507) for Red Wing accelerated processing, exploitation, and dissemination. The modification brings the total cumulative face value of the contract to $39,861,019 from $19,955,900. Work will be performed at Ypsilanti, Michigan, and is expected to be completed by Aug. 27, 2027. Fiscal 2025 research, development, test and evaluation funds in the amount of $3,504,000 are being obligated at time of award. The Air Force Research Laboratory/RIKE, Rome, New York, is the contracting activity. 

ARMY

Rigid Constructors LLC,* Maurice, Louisiana, was awarded a $27,233,459 firm-fixed-price contract for flood-control projects. Bids were solicited via the internet with six received. Work will be performed in East Baton Rouge, Louisiana, with an estimated completion date of May 1, 2028. Fiscal 2025 civil construction funds in the amount of $27,233,459 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-25-C-0015).  

Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $23,480,000 firm-fixed-price contract for dredging, transporting, placing, planting and shaping beach fill. Bids were solicited via the internet with four received. Work will be performed in Carolina Beach and Kura Beach, North Carolina, with an estimated completion date of April 30, 2026. Fiscal 2022 civil construction funds and fiscal 2025 non-federal funds in the amount of $23,480,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-25-C-A004). 

Federal Contracting Inc., Colorado Springs, Colorado, was awarded an $18,416,502 firm-fixed-price contract to construct a temporary lodging facility. Bids were solicited via the internet with five received. Work will be performed in Colorado Springs, Colorado, with an estimated completion date of Dec. 4, 2026. Fiscal 2025 non-appropriated funds for military construction in the amount of $18,416,502 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-25-C-0013). 

Tool Masters Inc., Tuscumbia, Alabama, was awarded a $9,621,300 firm-fixed-price contract for metal parts and components. 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 May 2, 2030. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-D-0016). 

*Small business

5/9

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $742,179,564 firm-fixed-price contract for production of High Mobility Artillery Rocket Systems. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2027. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-25-F-0031).  

AECOM International Inc., Frankfurt, Germany (W912GB-25-D-0008); AE Alliance JV, Lynchburg, Virginia (W912GB-25-D-0009); Acradis Pond JV, Washington, D.C. (W912GB-25-D-0010); Coplan-Merrick JV LLP, Greenwood Village, Colorado (W912GB-25-D-0011); CDM Federal Services Europe JV, Bickenbach, Germany (W912GB-25-D-0012); Black & Veatch Special Projects Corp., Overland Park, Kansas (W912GB-25-D-0013); EXP Federal, Chicago, Illinois (W912GB-25-D-0014); HDR Engineering Inc., Omaha, Nebraska (W912GB-25-D-0015); Stantec Jacobs Buchart Horn JV, Charlottesville, Virginia (W912GB-25-D-0016); Tetra Tech, Marlborough, Massachusetts (W912GB-25-D-0017); and WSP USA Solutions Inc., Washington, D.C. (W912GB-25-D-0018), will compete for each order of the $248,400,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of May 8, 2023. U.S. Army Corps of Engineers, European District, is the contracting activity. 

AECOM International Inc., Frankfurt, Germany (W912GB-25-D-0001); AE Alliance JV, Lynchburg, Virginia (W912GB-25-D-0002); Arcadis Pond JV, Washington, D.C. (W912GB-25-D-0003); Black & Veatch Special Projects Corp., Overland Park, Kansas (W912GB-25-D-0004); CDM Federal Services Europe JV, Bickenbach, Germany (W912GB-25-D-0005); HDR Engineering Inc., Omaha, Nebraska (W912GB-25-D-0006); Stantec Jacobs Buchart Horn JV, Charlottesville, Virginia (W912GB-25-D-0007), will compete for each order of the $248,400,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of May 8, 2030. U.S. Army Corps of Engineers, European District, is the contracting activity. 

Lockheed Martin Missile and Fire Control, Grand Prairie, Texas, was awarded a $114,612,912 contract for engineering, manufacturing, design and subsequent delivery of prototype RIG-360 units and EMD Qual-Representative RIG-360 adapted components. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Sept. 30, 2027. Fiscal 2024 research, development, test and evaluation, Army funds in the amount of $32,004,669 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-25-C-0026).  

DRS Sustainment Systems Inc., Bridgeton, Missouri (W56HZV-16-C-0028), was awarded a $53,895,214 modification (P00158) to contract W56HZV-16-C-0028 for Joint Assault Bridge systems. Work will be performed in West Plains, Missouri, with an estimated completion date of May 11, 2026. Fiscal 2010 weapons and tracked combat vehicle procurement, Army funds in the amount of $53,895,214 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

Alltech Engineering Corp,* Mendota Heights, Minnesota, was awarded an $11,049,000 firm-fixed-price contract to replace hydraulic systems. Bids were solicited via the internet with five received. Work will be performed in Hannibal, Ohio, with an estimated completion date of April 29, 2027. Fiscal 2023 civil construction funds in the amount of $11,049,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-25-C-A007).   

DEFENSE LOGISTICS AGENCY

Silver Oak Leaf Inc.,** Alpharetta, Georgia, has been awarded a maximum $50,024,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for cold weather parkas. This was a competitive acquisition with 10 responses received. This is a four-year contract with no option periods. Location of performance is Puerto Rico, with a May 8, 2029, ordering period end date. Using customers are Navy and Coast Guard. Type of appropriation is fiscal 2025 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-0054).

SOFX Inc.,* Charleston, South Carolina, has been awarded a maximum $11,655,000 modification (P00009) exercising the second one‐year option period of a one‐year base contract (SPE1C1‐23‐D‐0046) with three one‐year option periods for extreme cold/wet weather jackets. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Tennessee, with a May 11, 2026, ordering period end date. 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.

AIR FORCE

Odyssey Systems Consulting Group Ltd., Colorado Springs, Colorado, has been awarded a $45,730,390 contract modification (P00054) to a previously awarded contract (FA8823-22-F-0008) for Space Domain Awareness technical acquisition and advisory services Option Year Three Award. This contract modification brings the total cumulative face value of the contract to $150,787,872 from $105,057,482. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by May 9, 2027. Fiscal 2025 operations and maintenance appropriations funds in the amount of $7,242,077; fiscal 2025 missile procurement funds in the amount of $780,780; and fiscal 2025 research, development, test and evaluation funds in the amount of $11,323,813, are being obligated at the time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado, is the contracting activity.

Lockheed Martin Space, Sunnyvale, California, has been awarded a $22,475,060 cost-plus-incentive-fee modification (P00153) to a previously awarded contract (FA8810-18-C-0005) for relay ground station Asia integration with Next Generation Geosynchronous Earth Orbit consolidated relay ground stations. Work will be performed at Longmont, Colorado, and is expected to be completed by July 31, 2029. The modification brings the total cumulative face value of the contract to $8,025,397,091. Fiscal 2025 research, development, testing and evaluation funds in the amount of $20,300,000 are being obligated at the time of the award. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

Aeronautical Systems Inc., Poway, California, was awarded a $10,845,151 Foreign Military Sale (FMS) contract for MQ-9B protector in-service sustainment support. This contract will provide for sustainment support for the United Kingdom Royal Air Force. Work will be performed in Poway, California, and is expected to be completed by April 30, 2028. This contract involves FMS to the United Kingdom. This contract was a sole source acquisition. Air Force Life Cycle Management Center, Medium Altitude Unmanned Aircraft Systems, Wright-Patterson Air Force Base, Ohio, is the contract activity (FA8689-25-C-B009). (Awarded May 1, 2025.)

NAVY

L3Harris Interstate Electronics Corp., Anaheim, California, is being awarded a $37,096,265 cost-plus-fixed-fee and cost-plus-incentive-fee modification (P00034) for new procurement options under a previously awarded and announced contract (N0003022C2001) to provide services and support for flight test instrumentation systems. The total value of the modification is $37,096,265 and the total cumulative face value of the contract, including all optional line items, is $416,429,327. Work will be performed in Anaheim, California (55%); Cape Canaveral, Florida (40%); and Washington, D.C. (5%). Work is expected to be completed Sept. 8, 2029. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $3,181,608; fiscal 2025 other procurement (Navy) funds in the amount of $33,375,253; and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount $246,606, are being obligated at time of award. The total amount incrementally funded under this award is $36,803,467, and $3,181,608 will expire at the end of the current fiscal year. This contract is being awarded on a sole source basis under 10 U.S. Code 3204(a)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Huntington Ingalls Inc., Ingalls Shipbuilding Division, Pascagoula, Mississippi, is being awarded a $19,999,999 cost-plus-award-fee delivery order (N69316-F-25-6000) against a previously awarded basic ordering agreement (N00024-25-G-2306) to provide program management, advanced planning, engineering, and design in support of the post shakedown availability for Ted Stevens (DDG 128). Work will be performed in Pascagoula, Mississippi (70%); and Norfolk, Virginia (30%), and is expected to be completed by Oct. 31, 2027. Fiscal 2025 shipbuilding and conversion (Navy) funding in the amount of $18,730,186 will be obligated at time of delivery order release and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements. The Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

COLSA Corp., Huntsville, Alabama, is awarded a $10,183,813 modification to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus fixed fee, single award contract (N66001-21-D-3428) for engineering services supporting the development, maintenance, interoperability, and operations of the data link tactical tool, gateway systems, and mini-rack systems. Work will be performed at government facilities in San Diego, California (90%); and Huntsville, Alabama (10%). Work is expected to be completed by May 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and Navy Working Capital Funds. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Pacific Defense Strategies Inc.,* El Segundo, California, is awarded a $9,099,984 cost-plus-fixed-fee contract for the Intelligent C5ISR/EW Modular Open Suite of Standards (iCMOSS) – artificial intelligence (AI) and machine learning (ML) enabled Electronic Warfare (EW) mission planning, orchestration and management efforts. The iCMOSS 2 effort is for the development, integration and demonstration of an AI/ML enabled common EW sensor-effectuator that shall lead to a whole new field of tactical sensors. This effort is aligned with the Future Naval Capability Ubiquitous Edge program. This contract provides for enhanced logistics, scheduling, data integration, and software practices for mission success. Work will be performed in El Segundo, California, and is expected to be completed in November 2026. The total cumulative value of this contract, including an 18-month base period with no options, is $9,099,984. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $9,099,984 are obligated at the time of award. Funds in the amount of $9,099,984 will expire at the end of the current fiscal year. This contract was competitively procured under long range broad agency announcement (BAA) N00014-24-S-B001 entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals were received throughout the year under the Long-Range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N0001425C1110).

Cianbro Corp., Pittsfield, Maine, is awarded a $7,828,081 firm-fixed-price modification to a previously awarded contract (N62470-25-C-4000) to provide a building envelope for Dry Dock Two complex, Portsmouth Naval Shipyard. This award brings the total cumulative face value of the contract to $22,728,727. Work will be performed in Kittery, Maine, and is expected to be completed by March 2026. Fiscal 2025 other procurement, (Navy) funds in the amount of $7,828,081 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.

MISSILE DEFENSE AGENCY

Northrop Grumman Systems Corp., Chandler, Arizona, is being issued a $25,700,000 modification to previously awarded contract HQ0147-11-C-0006 to manufacture and provide target systems for Intermediate Range Ballistic Missiles (IRBM) and Intercontinental Ballistic Missiles (ICBM), including the necessary execution, analysis, services and support thereof. This modification is required for the continuation of the current contract from December 2025 to September 2026 to avoid a gap in the schedule and performance until a follow-on contract is awarded. The value of this contract is increased from $1,897,000,000 to $1,922,000,000. Under this modification, this period will include the completion and execution of flight tests, planning and analysis for new test object development, and integration of the IRBM/ICBM targets and integrated logistics support. The work will be performed in Chandler, Arizona; and Redstone Arsenal, Alabama. The performance period is from Jan. 1, 2026, to Sept. 30, 2026.  Fiscal 2026 research, development, test and evaluations funds will be used on this effort. A Justification and Approval (J&A) for other than full and open competition was approved by the Head of the Contracting Agency (HCA) on July 21, 2023.  An Amended J&A for this effort was approved by the HCA on Feb. 14, 2025, that authorized this modification to contract HQ0147-11-C-0006.  The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity.

*Small business
**Service-disabled veteran-owned small business

Author

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

    View all posts
This entry was posted on Monday, May 12, 2025 1:40 pm

Leave a Reply

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

Notify me of updates to this conversation