INSIDE THE

NEWS + ADVICE

DoD Contracts: Akima Intra-Data, Battelle Memorial Institute, Week of 3-10-25 to 3-14-25

Posted by Ashley Jones

3/10

NAVY

Solipsys Corp., Fulton, Maryland, is awarded a $182,000,000 firm-fixed-price and cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the procurement of software licenses, lifecycle support activities needed for the sustainment of software, and technical support services for the software applications that provide processing, display, and sensor software functionality within the Common Aviation Command and Control System software baseline. Work will be performed in Fulton, Maryland (100%), with an expected completion date of March 9, 2029. No funds will be obligated at time of award. Funds will be obligated on individual delivery and task orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-25-D-0016).

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $15,150,568 cost-plus-incentive-fee modification to previously awarded contract (N00024-20-C-6117) to exercise options for Navy hardware procurement to support Sound Navigation and Ranging systems. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by February 2028. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $15,150,568 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.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

System High Corp., Chantilly, Virginia, has been awarded a $34,766,063 modification (P00021) to cost-plus-fixed-fee contract HR001122C0073 for program security services. The modification brings the total cumulative face value of the contract to $124,455,992 from $89,689,929. Work will be performed in Arlington, Virginia, with an estimated completion date of March 2026. Fiscal 2024 research and development funds in the amount of $2,833,028 are being obligated at the time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

AIR FORCE

BAE Systems Space & Misson Systems Inc., Boulder, Colorado, was awarded a $34,381,643 cost-plus-fixed-fee contract for force optimization through rapid-prototyping, gear enhancements, and innovative technology. This contract provides for development and integration of solutions that leverage new technologies such as augmented reality, enhanced communications and optimized system integration of the special warfare ground ensemble. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Jan. 30, 2029. This contract was a competitive acquisition, and one offer was received. Fiscal 2025 research, development, test and evaluation funds in the amount of $4,124,754 are being obligated at the time of award. The Air Force Research Laboratory, Wright Research Site, Wright-Patterson AFB, Ohio, is the contracting activity.

DEFENSE HEALTH AGENCY

Mediquant LLC, Independence, Ohio, was awarded a $17,326,754 firm-fixed-price, sole source contract (HT0038-25-C-0002) to support the Defense Health Agency Enterprise Intelligence and Data Solutions Program Management Office to provide Health Information Archive (HIA) services and support the consolidation of legacy data and software maintenance. Mediquant will provide services for mapping and loading individual data sets to the Mediquant proprietary data model and creating the dependent fast healthcare interoperability resources of the DataArk HIA solution. The contractor will also provide vendor maintenance, support, and potential upgrades to ensure the uninterrupted operation and functionality of the Health Information Archive, which is a critical system for storing and managing legacy health-related information. The period of performance is one 12-month base period and one 12-month option period from Dec. 13, 2024, to June 12, 2027. Fiscal 2025 operations and maintenance funding was obligated at time of award. The Defense Health Agency Defense Healthcare Management Systems Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded Dec. 13, 2024)

DEFENSE LOGISTICS AGENCY

Blind Industries and Services of Maryland,** Baltimore, Maryland, has been awarded a maximum $17,301,000 modification (P00004) exercising the first one-year option period of a one-year base contract (SPE1C1-24-D-B014) with two one-year option periods for physical fitness uniform jackets. This is an indefinite-delivery contract. Locations of performance are North Carolina and Virginia, with a March 20, 2026, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

*Small business
**Mandatory Source

3/11

AIR FORCE

Saudi Naval Support Co., Riyadh, Kingdom of Saudi Arabia (FA4911-25-D-0005); AQ Global for General Trading and Contracting Co., Safat, Kuwait (FA4911-25-D-0006); Prime Veritas General Trading and Contracting Co., Doha, Qatar (FA4911-25-D-0007); Prime One Group General Trading and Contracting Co., Farwaniya, Kuwait (FA4911-25-D-0008); Astrea Technical Services LLC, Dubai, United Arab Emirates (FA4911-25-D-0010); and Tawreek Dimensions Enterprises, Riyadh, Kingdom of Saudi Arabia (FA4911-25-D-0011), were awarded a ceiling $100,000,000 indefinite-delivery/indefinite-quantity, multiple award construction contract for minor construction requirements at Prince Sultan Air Base, Kingdom of Saudi Arabi. This contract provides the 378th Expeditionary Civil Engineer and Contracting Squadrons with a vendor base to compete and expedite future minor construction projects. Work will be performed at Prince Sultan Air Base, Kingdom of Saudi Arabia, and is expected to be completed March 31, 2030. These contracts were competitive acquisitions, and 18 offers were received. Fiscal 2025 operation and maintenance funds in the amount of $12,000 ($2,000 per awardee) are being obligated at time of award. The 378th Expeditionary Contracting Squadron, Prince Sultan Air Base, Kingdom of Saudi Arabia, is the contracting activity. 

Battelle Memorial Institute, Columbus, Ohio, was awarded a ceiling $98,438,453 indefinite-delivery/indefinite-quantity contract with five, one-year ordering periods for the production and support of Electronic Modular Aerial Spray System. This contract provides all parts, elements, electronic components, procurement of long lead items, interim contract support, and production kit builds. Work will be performed at Columbus, Ohio, and is expected to be completed by March 10, 2030. This contract was a sole source acquisition, and one offer was received. No funds are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contract activity (FA8504-25-D-B003).

Raytheon Co., Tucson, Arizona, was awarded a $91,951,339 cost-plus-fixed-fee contract for processor upgrade for mission alliance risk reduction. This contract provides for activities required to reduce risk of integrating Advanced Medium Range Air to Air Missile C8 and D3 variants. Work will be performed in Tucson, Arizona, and is expected to be completed Aug. 6, 2027. This contract was a sole source acquisition. Foreign Military Sales funds in the amount of $91,951,339 are being obligated at the time of award. The Air Force Lifecycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8556-25-C-0001).

EaglePicher Technologies, Joplin, Missouri, was awarded a $19,982,445 cost-plus-fixed-fee contract for the Minuteman III Intercontinental Ballistic Missile. This contract provides for production of missile guidance system batteries. Work will be performed in Joplin, Missouri, and is expected to be completed by March 11, 2030. This contract was a competitive acquisition, and one offer was received. Fiscal 2025 working capital funds in the amount of $19,982,445 are being obligated at the time of award. The Supply Chain Management Contracting Division, Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity. (FA8206-25-C-0004)

GCubed Enterprise Inc., Stafford, Virginia, was awarded a $11,392,661 firm-fixed-price level of effort contract for information technology services. This contract provides for cyberspace mission assurance for the Air Force Technical Applications Center global enterprise information technology services. Work will be performed at Patrick Space Force Base, Florida, and is expected to be completed by March 31, 2030. This contract was a competitive acquisition, and seven offers were received. Fiscal 2025 operation and maintenance funds in the amount of $1,322,364 are being obligated at the time of award. The Air Combat Command, Acquisition Management and Integration Center, Patrick Space Force Base, Florida, is the contracting activity (FA7022-25-F-0042).

Credence Dynamo Solutions LLC, Vienna, Virginia, has been awarded a $10,737,025 modification (P00002) to a previously awarded contract (FA4890-24-F-0071) to exercise the first option year for intelligence, surveillance, and reconnaissance services. The modification brings the total cumulative face value of the contract to $16,549,095. Work will be performed at Shaw Air Force Base, South Carolina, and is expected to be completed July 15, 2029, if all options are exercised. Fiscal 2025 operation and maintenance funds in the amount of $10,737,025 are being obligated at time of award. The Air Combat Command Acquisition Management Integration Center, Langley AFB, Virginia, is the contracting activity.

Vital Link Inc., Sealy, Texas, was awarded a $7,870,676 fixed-price contract for noise-suppressed facilities known as Hush Houses. This contract provides for the repair and relocation of a Hush House from the continental U.S. to outside the continental U.S. Work will be performed at Naval Air Station Joint Reserve Base Fort Worth, Texas; and Misawa Air Base, Japan, and is expected to be completed by March 31, 2027. This contract is an order against an existing, competitively awarded, requirements contract. Fiscal 2025 operation and maintenance funds in the amount of $7,870,676 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8534-25-F-0043).

ARMY

Manson Construction Co., Seattle, Washington, was awarded a $26,258,750 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in Portland, Oregon, with an estimated completion date of Dec. 15, 2025. Fiscal 2025 civil operation and maintenance funds in the amount of $26,258,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-25-C-0005). 

Davis Management Group Inc.,* Alexandria, Virginia, was awarded a $12,746,959 modification (P00015) to contract W52P1J-22-F-0086 for technical support services to the Headquarters, Department of the Army offices of the Deputy Chief of Staff, G-6. Work will be performed in Arlington, Virginia; and Fort Belvoir, Virginia, with an estimated completion date of July 23, 2027. Fiscal 2025 operation and maintenance, Army funds in the amount of $226,276 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

NAVY

Detyens Shipyards Inc.,* North Charleston, South Carolina, is awarded a $21,420,480 firm-fixed-price contract (N3220525C5000) for lay berth of Military Sealift Command’s fleet ordinance and dry cargo vessel USNS Lewis and Clark (T-AKE 1). This contract includes unexercised options for extended lay berth, three industrial assist periods, and a regular overhaul and dry docking, which if exercised, would increase the cumulative value of this contract to $56,436,733. Work will be performed in North Charleston, South Carolina, and is expected to be completed by Sept. 30, 2026, if all options are exercised. The contract is incrementally funded. Working capital funds (Navy) in the amount of $14,729,126 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 one offer received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C5000).

L3 Technologies Inc., Herndon, Virginia, is awarded an $18,862,198 cost-plus-fixed-fee order (N0001925F2268) against a previously issued basic ordering agreement (N0001924G0004). This order provides engineering support for the Acoustic System Performance Estimate Performance Computer Tool software development and sustainment in support of improving fleet operations on multiple platforms for the Navy. Work will be performed in Herndon, Virginia, and is expected to be completed in March 2030. Fiscal 2025 research, development, test and evaluation funds in the amount of $800,000 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.

Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is awarded a $15,453,699 modification (P00031) to a previously awarded firm-fixed-price contract (N6134021C0017). This modification exercises options for the Delta Software System Configuration-5 retrofit effort of Weapons Systems Trainer (WST)-1 and WST-2, to include associated training, technical data, computer software, and computer software documentation for each WST in support of the E-2D Hawkeye Integrated Training Systems for the Navy. Work will be performed in Point Mugu, California and is expected to be completed in September 2027. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $10,525,980; and fiscal 2023 aircraft procurement (Navy) funds in the amount of $4,927,719, will be obligated at the time of award, of which $4,927,719 of the fiscal 2023 funds will expire at the end of the current fiscal year. This modification was not competed. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

BjD Resourcing LLC,* Newhall, California, is awarded a $14,289,061 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with recurring and non-recurring services for grounds maintenance services at the Naval Support Activity Crane and the Lake Glendora Test Facility. Work will be performed at Crane, Indiana, and Sullivan, Indiana and will be completed by March 2030. Fiscal 2025 Army working capital funds in the amount of $919,459 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2025 Navy working capital funds in the amount of $635,410 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $563,480 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via Contract Opportunities website, with two offers received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Public Works Department Crane, Crane, Indiana, is the contracting activity (N40085-25-D-2529).

General Atomics Aeronautical Systems Inc., Poway, California, is awarded a $7,508,976 modification (P00006) to a cost-plus-fixed-fee order (N0001924F0008) against a previously issued basic ordering agreement (N0001922G0006). This modification exercises an option to extend services to continue to provide engineering and logistics support services for the Marine Air-Ground Task Force Unmanned Aerial Systems (UAS) Expeditionary/Medium Altitude Long Endurance in support of capability development and sustainment of the Marine Corps MQ-9A UAS. Work will be performed in Poway, California (42%); Indo-Pacific Command Theater (20%); Yuma, Arizona (13%); Kaneohe Bay, Hawaii (11%); Patuxent River, Maryland (7%); Cherry Point, North Carolina (7%); and Mechanicsburg, Pennsylvania (1%), and is expected to be completed in May 2025. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $1,737,571; and fiscal 2025 operations and maintenance (Navy) funds in the amount of $560,517, will be obligated at the time of award, $560,517 of which will expire at the end of the current fiscal year. This modification was competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

*Small business

3/12

DEFENSE LOGISTICS AGENCY

BOH Environmental LLC, Covington, Louisiana, has been awarded a maximum $466,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for specialized shipping and storage containers. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in the Federal Acquisition Regulation 6.302-1. This is a one-year base contract with four one-year option periods. Locations of performance are Texas and Kansas, with a March 11, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-25-D-0002).

AIR FORCE

FBSG-GForce, Norristown, Pennsylvania (FA4484-25-D-0004); Ranco Construction Inc., Southampton, New Jersey (FA4484-25-D-0005); Eastern Construction Inc., Wrightstown, New Jersey (FA4484-25-D-0006); Kaser Mechanical, Burlington, New Jersey (FA4484-25-D-0007); Ritz Construction Inc., Frederick, Maryland (FA4484-25-D-0008); and Benaka Inc., New Brunswick, New Jersey (FA4484-25-D-0009), were awarded a ceiling $300,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for construction services. This contract provides for plant, labor, equipment, tools, supplies and materials to perform work necessary for replacement, repair and improvement for construction services. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be completed by Sept. 18, 2032. These contracts were competitive acquisitions, and 25 offers were received. No funds being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity.

Raytheon Co., Tucson, Arizona, has been awarded a $91,951,339 cost-plus-fixed-fee contract, for processor upgrade for Mission Alliance risk reduction. This contract supports various activities required to reduce risk of integrating Advanced Medium Range Air to Air Missile C8 and D3 variants with a future processor, to include software and hardware emulation, system emulation, subsystem emulation, filed programmable gate array familiarization, power familiarization, test equipment preparation, lab hardware, facility requirements, and program security operating plan. Work will be performed at Tucson, Arizona, and is expected to be completed by Aug. 6, 2027. This contract involves Foreign Military Sales (FMS) to Australia, Belgium, Denmark, Canada, Czech Republic, Finland, Germany, Hungary, Italy, Japan, Korea, Kuwait, Lithuania, Netherlands, Norway, Poland, Spain, Saudi Arabia, Turkey, Sweden, Taiwan, and the United Kingdom. The award is the result of a sole source acquisition. FMS funds in the amount of $91,951,339 are being obligated at the time of award. Robins Air Force Base, Georgia, is the contracting activity (FA8556-25-C-0001).

The Ventura Group Inc., Ashburn, Virginia, has been awarded a $32,359,258 firm-fixed-price contract for Joint Personnel Recovery Agency (JPRA) information technology services. This contract provides for a full range of technical and professional information technology support personnel to maintain the JPRA enterprise network in support of its mission. The location of performance is Fort Belvoir, Virginia, and is expected to be completed by March 15, 2030. This award is the result of a competitive fair opportunity selection with five offers received. Fiscal 2025 operations and maintenance funds in the amount of $275,848 are being obligated at the time of award. The 316th Contracting Squadron, Joint Base Andrews, Maryland, is the contracting activity (FA2860-25-F-0017).

Northrop Grumman Defense Systems, Fort Worth, Texas, has been awarded a $16,592,746 firm-fixed-price contract with some cost-plus-fixed-fee and cost-reimbursable contract line-item numbers for follow-on sustainment support of the Lebanon Air Force C-208 aircraft program. This contract provides for support of the field service representative, program management, spare supplies and support equipment, repair and return work, and calibrations. Work will be performed in Fort Worth, Texas; and Beirut, Lebanon, and is expected to be completed Dec. 31, 2029. This contract involves Foreign Military Sales (FMS) to Lebanon. This contract was a sole-source acquisition. FMS funds in the amount of $3,402,482 are being obligated at the time of the award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8691-25-C-B007). (Awarded March 11, 2025)

Serco Inc., Herndon, Virginia, has been awarded a $9,148,556 option modification (P00035) to a previously awarded contract (FA2517-20-C-0003) for the ground-based, electro-optical deep space surveillance system. The modification brings the total cumulative face value of the contract to $49,580,565 from $40,432,008. Work will be performed at Socorro, New Mexico; Diego Garcia, British Indian Ocean Territory; and Maui, Hawaii, and is expected to be completed by April 30, 2026. Fiscal 2025 operation and maintenance funds in the amount of $9,148,556 are being obligated at time of award. The Space Acquisition and Integration Office, Peterson Space Force Base, Colorado, is the contracting activity.

CORRECTION: The $45,953,799 indefinite-delivery/indefinite-quantity contract (FA8509-25-D-B001) awarded to Tyonek Technical Services LLC, Madison, Alabama, on March 4, 2025, was announced with an incorrect award date. The correct award date is March 10, 2025.

NAVY

Jacobs Technology Inc., Tullahoma, Tennessee, is awarded $58,317,717 firm-fixed-price modification to previously awarded contract (N62470-20-D-0001). This modification provides for the exercise of Option Year Five for base operating support services at various installations within the Naval Facilities Engineering Systems Command (NAVFAC) Northwest area of operations. This award brings the total cumulative contract value will be $449,294,120. Work will be performed at installations in locations including, but not limited to, Washington (90%), Alaska (1%), Idaho (1%), Iowa (1%), Minnesota (1%), Montana (1%), Nebraska (1%), Oregon (1%), North Dakota (1%), South Dakota (1%), and Wyoming (1%), and is expected to be completed by March 2026. No funds will be obligated at time of award; fiscal 2025 operation and maintenance (Navy) funds will be obligated on individual task orders issued during the option period. NAVFAC Northwest, Silverdale, Washington, is the contracting activity.

Cody M. Stevens Construction Inc.,* Ventura, California, is awarded a $40,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for plumbing, heating, and air conditioning projects. This contract provides for new construction, sustainment, modernization, and renovation of plumbing, heating, and air conditioning systems and components. Work will be performed at various locations within the Naval Base Ventura County area of responsibility and is expected to be completed by March 2030. Fiscal 2025 operation and maintenance, (Navy) funds in the amount of $5,000 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov Contract Opportunities website as a Small Business set-aside with seven offers received. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-25-D-2710).

Sabre Systems LLC, Warrington, Pennsylvania, is awarded $14,000,000 modification (P00015) to a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N0042120D0072). This modification increases the contract ceiling to provide continued digital transformation planning and execution to include enterprise alignment; technology exploration, acceleration and integration; digital and information technology (IT) consultation; business intelligence; application portfolio management; system integration; enterprise architecture design and management; web management; Navy Marine Corps Intranet and Next Generation Enterprise Network program management; IT operations; cybersecurity; information assurance; cloud services; maintenance functions; network security; automated data processing support services; digital modeling and virtual environment support; talent management; change management; data analytics and integration; and business process management and improvement in support for the Naval Air Systems Command Digital Transformation Department. Work will be performed in Patuxent River, Maryland, and is expected to be complete by November 2025. No funds will be obligated at the time of award, funds will be obligated on individual orders as they are issued. This modification was completed. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. 

EnergySolutions Services Inc., Oak Ridge, Tennessee, is being awarded a $13,336,650 firm-fixed-price, indefinite-delivery/indefinite-quantity contract action (N42158-25-D-E001) for nuclear services for the processing, recycling and disposal of radiologic materials through disassembly, decontamination, metal melting, compaction, incineration, resin sluicing/dewater, bulk waste assay and to include provisions for supply of shipping containers, brokerage services and transportation of materials from various Naval Nuclear Propulsion Program sites. This contract includes options which, if exercised, would bring the cumulative value of this contract to $75,209,816. Work will be performed in Oak Ridge, Tennessee, and is expected to be completed by April 2026. If all options are exercised, work will continue through April 2030. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $1,500 (minimum contract guarantee) will be obligated at time of award. All other funding will be made available at the delivery order levels as contracting actions occur. This contract was not competitively procured via Federal Acquisition Regulation Section 6.302-1, “Only one responsible source and no other supplies or services will satisfy agency requirements.” Radioactive waste services were provided competitively with a single offer received for the continued development or production of a major system or highly specialized equipment, including major components thereof, as it is likely that award to any other source would result in either the duplication of cost to the government that is not expected to be covered by competition, or unacceptable delays in fulfilling the agency’s requirements. Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity. 

Foster Miller, doing business as QinetiQ North America, Waltham, Massachusetts, is awarded an $11,310,230 firm-fixed-price modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00174-21-D-0019) to exercise Option Year Four for production, engineering support, and post-production support of the MK 2 Man Transportable Robotic System series systems and Talon systems. The scope includes production of systems, depot level repair parts, initial spares kits, consumables, repair parts, and approved accessories. The location of the work to be performed will be determined on individual task orders and is expected to be completed by March 2026. No funds are being obligated at the time of modification award. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity. 

Portus Stevedoring LLC, Jacksonville, Florida, is awarded a not-to-exceed $8,292,583 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for stevedoring and related terminal services. This contract provides for full range of stevedoring and related terminal services to include the receipt, processing, and/or loading/discharging of all vessels within the Marine Corps Prepositioning Program. This contract includes four 12-month option periods which, if exercised, would bring the cumulative value of this contract to $8,292,583. Work will be performed in Jacksonville, Florida. Work is expected to be completed June 30, 2026. If all options are exercised, work will continue through Jun. 30, 2030. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued using the appropriate fiscal year funding. This contract was competitively solicited and procured via the Federal Business Opportunity website with two offers received. Blount Island Command, Jacksonville, Florida, is the contracting activity (M67004-25-D-1001). 

ARMY

BAE Systems Space & Mission Systems Inc., Boulder, Colorado, was awarded a $48,000,000 firm-fixed-price contract for the study, design, development, enhancement, testing, and procurement of advanced communication-electronics technologies. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of March 6, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-25-D-0001). 

*Small business

3/13

ARMY

Advanced Technology Systems Co.,* Mclean, Virginia (W56KGY-25-D-0001, W56KGY-25-F-0001); Elevated Technologies LLC,* Mesa, Arizona (W56KGY-25-D-0002, W56KGY-25-F-0002); Leidos, Reston, Virginia (W56KGY-25-D-0003, W56KGY-25-F-0003); Mission Solutions Group Inc.,* North Charleston, South Carolina (W56KGY-25-D-0004, W56KGY-25-F-0004); QinetiQ, Lorton, Virginia (W56KGY-25-D-0005, W56KGY-25-F-0005); Raytheon, Dulles, Virginia (W56KGY-25-D-0006, W56KGY-25-F-0006); Skyship Services Inc., Elizabeth City, North Carolina (W56KGY-25-D-0007, W56KGY-25-F-0007); TCOM, Columbia, Maryland (W56KGY-25-D-0008, W56KGY-25-F-0008); Thunderbolt, Mullica Hill,* New Jersey (W56KGY-25-D-0009, W56KGY-25-F-0009); and Tyonek Technical Services,* Madison, Alabama (W56KGY-25-D-0010, W56KGY-25-F-0010), will compete for each order of the $4,193,327,540 cost-plus-fixed-fee contract for the production of lighter than air systems, tethered systems, and elevated sensors. 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 March 12, 2035. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

BAE Systems Land and Armaments L.P., York, Pennsylvania, was awarded a $356,672,832 modification (P00024) to contract W56HZV-23-C-0024 for Armored Multi-Purpose Vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of May 31, 2028. Fiscal 2025 weapons and tracked combat vehicle procurement, Army funds in the amount of $356,672,832 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Robotic Research Opco LLC-Forterra,* Clarksburg, Maryland, was awarded a $92,851,555 firm-fixed-price contract for sandhills robotic breaching systems. Bids were solicited via the internet with seven received. Work will be performed in Grafenwoehr, Germany, with an estimated completion date of March 12, 2025. Fiscal 2025 operation and maintenance, Army funds in the amount of $92,851,555 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-9-2006).

AIR FORCE

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a not-to-exceed $1,925,877,406 firm-fixed-price, undefinitized contract action modification (P00003) to a previously awarded contract (FA8682-24-C-B001) for Joint Air to Surface Standoff Missile (JASSM) Production Lot 23 and Long-Range Anti-Ship Missile (LRASM) Production Lot Nine, as well as economic order quantity for JASSM Lot 24 and LRASM Lot 10. The modification brings the total cumulative face value of the contract to $5,180,154,533. Work will be performed in Orlando, Florida, and is expected to be completed by July 31, 2029. Fiscal 2024 missile procurement funds (Air Force) in the amount of $684,233,360; fiscal 2025 missile procurement funds (Air Force) in the amount of $612,699,675; and fiscal 2025 weapon procurement funds (Navy) in the amount of $149,250,015, are being obligated at time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. 

Akima Intra-Data LLC, Colorado Springs, Colorado, has been awarded a $28,916,444, firm-fixed-price modification (P00044) to a previously awarded contract (FA3002-23-C-0007) for base operations support services at Keesler Air Force Base, Mississippi. Work will be performed at Keesler AFB, Mississippi, and is expected to be completed March 31, 2026.  Fiscal 2025 operations and maintenance funds in the amount of $26,111,444 are being obligated at the time of award. Total cumulative face value of the contract is $82,199,129. The 81st Contracting Squadron, Keesler AFB, Mississippi, is the contracting activity.

PsiQuantum Corp., Palo Alto, California, has been awarded a $10,835,118 firm-fixed-price contract for integrating an optical phase shifter in a photonics platform for quantum computing applications. This contract provides design space for comparative Air Force Research Laboratory-based quantum circuits on the circuit tape-out, software for basic component construction, and chip delivery. Work will be performed at Palo Alto, California; Malta, New York; and Albany, New York, and is expected to be completed by May 13, 2027. This award is the result of a competitive acquisition, offers were solicited electronically via an open Broad Agency Announcement and two offers were received. Fiscal 2025 research, development, test and evaluation funds in the amount of $10,835,118 are being obligated at time of award. This is not a multi-year contract. The Air Force Research Laboratory, Rome, New York is the contracting activity (FA8750-25-C-B030).

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a not-to-exceed $9,854,025 firm-fixed-price, undefinitized contract action modification (P00015) to a previously awarded contract (FA8682-23-C-B001) for Long Range Anti-Ship Missile Lots Seven, Eight, and Eight-B. The modification brings the total cumulative face value of the contract to $1,169,445,826. Work will be performed in Orlando, Florida, and is expected to be completed by July 31, 2028. Fiscal 2025 missile procurement funds (Navy) are being obligated at time of contract award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

NAVY

Northrop Grumman Systems Corp., San Diego, California, is awarded a $267,165,000 modification (P00068) to a previously awarded cost-plus-fixed-fee, firm-fixed-price, fixed-price incentive (firm-target) contract (N0001919C0008). This modification adds scope for the production and delivery of two Navy MQ-4C Triton unmanned air systems and one Navy Main Operating Base, as well as associated support, related technical, and administrative data in support of low-rate initial production Lot Seven. Additionally, this modification procures MQ-4C spare parts for the government of Australia. Work will be performed in Rancho Bernardo, California (36.82%); Palmdale, California (14.11%); Red Oak, Texas (11.15%); Salt Lake City, Utah (5.57%); San Deigo, California (4.48%); Bridgeport, West Virginia (4.33%); Indianapolis, Indiana (3.81%); Moss Point, Mississippi (2.4%); rolling meadows, Illinois (2.07%); Whippany, New Jersey (1.41%); Waco, Texas (1.17%); Baltimore, Maryland (1.14%); various locations within the continental U.S. (10.38%); and various location outside the continental U.S. (1.16%), and is expected to be completed in October 2028. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $265,807,120; and Royal Australian Air Force Cooperative Funds in the amount of $1,357,880, will be obligated at the time of award, none 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.

Northrop Grumman Systems Corp., Bethpage, New York, is awarded a $59,298,169 cost-plus-fixed-fee and cost modification to a previously awarded contract (N00024-17-C-631) to exercise options for Littoral Combat Ship Mission Module engineering and sustainment support. Work will be performed in Bethpage, New York (36%); Mayport, Florida (21%); Oxnard, California (21%); San Diego, California (21%); and Portsmouth, Virginia (1%), and is expected to be completed by March 2026. Fiscal 2025 other procurement (Navy) funds in the amount of $3,078,739 (47%); fiscal 2025 operations and maintenance (Navy) funding in the amount of $2,285,257 (35%); and fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $1,135,186 (18%), will be obligated at time of award and funds in the amount of $2,285,257 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

EnSafe Inc.,* Memphis, Tennessee (N69450-25-D-0004); FPM-AECOM JV 1,* Oneida, New York (N69450-25-D-0005); Bhate Environmental Associates Inc.,* Birmingham, Alabama (N69450-25-D-0006); ARS Aleut Remediation LLC,* Oak Ridge, Tennessee (N69450-25-D-0007); and Tidewater-Sovereign Consulting JV LLC,* Elkridge, Maryland (N69450-25-D-0008), are awarded a combined $49,000,000 firm-fixed-price, indefinite delivery/indefinite quantity, environmental restoration, multiple award contract for remedial actions at environmentally contaminated sites at Navy and Marine Corps installations and other government agencies. Work will be performed within the Naval Facilities Engineering Systems Command (NAVFAC) Southeast area of responsibility and is expected to be completed by March 2030. Fiscal 2025 environmental restoration (Navy) funds of $1,000 will be obligated to each awardee at time of award. All other funding will be provided at the contract task order level as contracting actions occur. This contract was competitively procured via the SAM.gov website, with 20 offers received. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity.

Leidos Inc., Reston, Virginia, is awarded a $25,851,468 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engineering and technical services of design, development, fabrication, test, delivery, and fleet implementation of repair station consoles. Work will be performed at the contractor’s facility in Sterling, Virginia, and is expected to be completed by January 2030. Fiscal 2023 shipbuilding and conversion (Navy) in the amount of $864,635 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management (SAM) website, with two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-25-D-4001).

SimVentions Inc.,* Fredericksburg, Virginia, is awarded a cost-plus-fixed-fee contract for the Human and Autonomous Robotic Teaming effort. This contract provides for gaming simulations to support autonomy and autonomous tactics research; live unscripted force-on-force experimentation support; and analysis, synthesis, and communication of data and information gathered from simulations and live force-on-force events. Work will be performed in King George, Virginia (92%); Fredericksburg, Virginia (5%); Hernando Beach, Florida (2%); and various other places (1%). Work is expected to be completed in March 2028. The total cumulative value of this contract, including a 36-month base period with no options, is $24,536,178. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $866,998 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under long range broad agency announcement (BAA) N0001424SB001 entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology,” posted Oct. 2, 2023. 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 (N0001425C2402.).

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $22,309,732 cost-plus-fixed-fee and cost-plus-incentive-fee contract for advance planning and long-lead-time material procurement to prepare and make ready for the accomplishment of the USS Nimitz (CVN 68) inactivation and defueling. This contract includes options which, if exercised, would bring the cumulative value of this contract to $358,598,528. Work will be performed in Newport News, Virginia, and is expected to be completed by March 2026. If all options are exercised, work will continue through October 2027. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $21,665,658 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1), (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-C-2127).

B.L. Harbert International LLC, Birmingham, Alabama, is awarded $22,165,959 for a firm-fixed-price modification to previously awarded contract (N6945023C0044) for the weapons generation facility located at Barksdale Air Force Base, Louisiana. The modification provides for renovations to the integrated maintenance facility. This award brings the total cumulative face value of the contract to $264,205,819. Work will be performed in Bossier Parrish, Louisiana, and is expected to be completed by October 2026. Fiscal 2024 military construction (Air Force) contract funds in the amount of $22,165,959 are obligated on this award and will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity. 

L3 Harris Technologies Inc. Space and Airborne Systems, Palm Bay, Florida, is awarded a $20,368,385 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for the procurement of up to 875 filter box kits, 875 remote display units, and 875 antenna assemblies in support of the Webster Outlying Field Special Communications Mission Solutions Division. Work will be performed in St. Inigoes, Maryland, and is expected to be completed in March 2030. Funds will be obligated on individual orders as they are issued. This contract was competed with one offer received. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833525D0013).

Amentum Services Inc., Chantilly, Virginia, is awarded a $19,118,479 cost-plus-incentive-fee contract modification to a previously awarded contract (N62742-22-C-3507) for support services. This modification provides for facilities and logistical support in the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of operations, including the Philippines, and may include other locations in Southeast Asia. This award brings the total cumulative face value of the contract to $109,493,683. Fiscal 2025 operation and maintenance (Navy) contract funds in the amount of $3,391,055 will be obligated at time of award, and will expire at the end of the current fiscal year. NAVFAC Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-22-C-3507).

CJW Contractors Inc., Herndon, Virginia, is awarded a $10,149,999 firm-fixed-price task order (N4008025F0229) for renovation of Building 1500 at Naval Support Facility Dahlgren. Work will be performed in Dahlgren, Virginia, and is expected to be completed by November 2026. Fiscal 2025 working capital fund (Navy) contract funds in the amount of $10,149,999 will be obligated on this award and will expire at the end of the current fiscal year. Eight proposals were received for this task order. The Naval Facilities Engineering Systems Command, Washington, Public Works Department South Potomac, Dahlgren, Virginia, is the contracting activity (N40080-24-D-0007).

Champion Aerospace LLC, Liberty, South Carolina, is awarded a $9,409,716 firm-fixed-price modification (P00002) to a previously awarded contract (N0001923C0050). This modification exercises an option to procure a total of 240 transformer rectifier units (116 for the Navy, 72 for the government of Australia, and 52 for the government of Kuwait), in support of Growler capability modifications and Super Hornet Block III modifications for the F/A-18 E/F fleet and EA-18G squadrons. Work will be performed in Liberty, South Carolina, and is expected to be completed in September 2027. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $4,548,029; and Foreign Military Sales customer funds in the amount of $4,861,686, will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Portus Stevedoring LLC, Jacksonville, Florida, is being awarded a not-to-exceed $8,292,583 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for stevedoring and related terminal services. This contract provides for a full range of stevedoring and related terminal services to include the receipt, processing, and/or loading and discharging of all vessels within the Marine Corps Prepositioning Program. This contract includes four 12-month option periods which, if exercised, would bring the cumulative value of this contract to $8,292,583. Work will be performed in Jacksonville, Florida. Work is expected to be completed June 30, 2026. If all options are exercised, work will continue through June 30, 2030. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued using the appropriate fiscal year funding. This contract was competitively solicited and procured via the Federal Business Opportunity website with two offers received. Blount Island Command, Jacksonville, Florida, is the contracting activity (M67004-25-D-1001).

Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $7,675,870 cost-plus-fixed-fee modification (P00079) to a previously awarded contract (N0001917C0015). This modification increases the contract ceiling to provide continued 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 $3,003,370; fiscal 2025 operation and maintenance (Navy) funds in the amount of $292,500; and fiscal 2024 aircraft procurement (Navy) funds in the amount of $4,380,000, will be obligated at the time of award, $292,500 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.

U.S. SPECIAL COMMAND

Pixels on Target LLC, Sunrise, Florida, is being awarded a 10-year indefinite-delivery/indefinite-quantity contract (H9240325D0001) with a maximum ceiling of $92,527,353 for Miniature Aiming System Night-Squad kits, spare parts and accessories, repairs, new equipment training and engineering change proposals in support of U.S. Special Operations Command (USSOCOM). Fiscal 2023, 2024, and 2025 procurement funds in the amount of $4,554,000 are being obligated at time of award on the first delivery order. The work will be performed in Sunrise, Florida, and the last day to order under the contract is March 12, 2035. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES

Campus Text LLC, Moraga, California, was awarded a maximum $20,000,000 single award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HU000125D0004) for virtual bookstore and related services at the Uniformed Services University of the Health Sciences (USUHS). This contract has a five-year ordering period from March 13, 2025, to March 12, 2030, with a minimum award amount of $100 and a maximum ceiling/face value of $20,000,000. Performance will be at Bethesda, Maryland. Operations and maintenance funds will be obligated at the task order level. This was a competitive acquisition with three responses received. USUHS, Bethesda, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Federal Prison Industries Inc.,** doing business as UNICOR, Washington, D.C., has been awarded a maximum $14,304,000 modification (P00008) exercising the second one-year option period of a one-year base contract (SPE1C1-23-D-0037) with two one-year option periods for physical fitness uniform jackets. This is an indefinite-delivery contract. Location of performance is Illinois, with a March 26, 2026, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

WASHINGTON HEADQUARTERS SERVICES

Great Hill Solutions LLC, Chantilly, Virginia, is awarded an $8,869,012 firm-fixed-price contract (HQ003424C0031). The total, if all options are exercised, is $23,547,794. The purpose of the contract is to provide the Defense Security Cooperation Agency contract management and contracting officers representative support, Program Management Office operations and management, and data management support services. Title 22 Funding (Foreign Military Sales) in the amount of $4,521,460 is being obligated at the time of the award. The work will be performed in Crystal City, Virginia. Washington Headquarters Services, Arlington, Virginia, is the contracting authority.

*Small business
** Mandatory Source

3/14

AIR FORCE

General Electric Aerospace, Cincinnati, Ohio, has been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity $5,000,000,000 ceiling contract for F110 Foreign Military Sales (FMS) engines. This contract provides five years of pricing for F110-129 install and spare engines, with modernized engine monitoring system computers and spare engine accessories supporting FMS customers. Work will be performed at Cincinnati, Ohio; and San Antonio, Texas, and is expected to be complete by Dec. 31, 2030. This contract involves FMS to the Royal Saudi Air Force, and will include Royal Jordanian Air Force, Bulgaria, and any other implemented Letters of Offer and Acceptance sole-source directed to General Electric for F110 Engines. This award is the result of a sole-source acquisition. Implemented FMS case funds in the amount of $41,730,433 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8626-25-D-B003).

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $122,573,576 contract modification (P00022) to a previously awarded contract (FA8682-19-C-0008) to procure tooling and test equipment needed to increase production quantities of Joint Air-to-Surface Standoff Missile and Long-Range Anti-Ship Missile. The location of performance is Orlando, Florida, and is expected to be complete by July 14, 2028. The award is the result of sole-source acquisition. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

National Strategic Research Institute – University of Nebraska, Lincoln, Nebraska, has been awarded a $15,000,000 ceiling increase modification (P00005) to a previously awarded contract (FA4600-20-D-0003) for a single-award, indefinite-delivery/indefinite-quantity contract for research and development services supporting U.S. Strategic Command and other government agencies. The modification brings the total face value of the contract from $92,000,000 to $107,000,000. Work will be performed at the University of Nebraska-Lincoln, Lincoln, Nebraska; and University of Nebraska Medical Center, Omaha, Nebraska, and is expected to be completed by Feb. 28, 2028. Fiscal 2020 operation and maintenance funds in the amount of $1,000 are being obligated at time of award. The 55th Contracting Squadron, Offutt Air Force Base, Nebraska, is the contracting activity.

BAE Systems Controls Inc., Endicott, New York, has been awarded a firm-fixed-price contract modification (P00003) to a previously awarded contract (FA8117-23-D-0008) for the repair of KC-135 Fuel management panel and integrated fuel management computer. The modification brings the total cumulative face value of the contract to $7,628,468 from $5,227,629. The contract modification is to exercise an option to extend the term of the contract. Work will be performed in Endicott, New York, and is expected to be completed by March 14, 2026. No funds are being obligated currently. Tinker Air Force Base, Oklahoma, is the contracting activity.

L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $33,752,944 modification (P00323) to a previously awarded contract (FA8823-20-C-0004) for distributed space command and control system sustainment Option Year Eight services. The modification brings the total cumulative face value of the contract to $1,456,469,320 from $1,422,706,376. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Jan. 31, 2028. There are no funds being obligated at time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado, is the contracting activity.

ARMY

Leading Technology Composites Inc.,* Wichita, Kansas (W91CRB-25-D-0012); and Hardwire LLC,* Pocomoke City, Maryland (W91CRB-25-D-0013), will compete for each order of the $416,011,975 firm-fixed-price contract for Vital Torso Protection program Lares Small Arms Protective Inserts. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of March 13, 2032. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Butler Parachute Systems,* Roanoke, Virginia (W912CH-25-D-0026); Mills Manufacturing Corporation,* Asheville, North Carolina (W912CH-25-D-0027); and Paradigm Parachute and Defense Inc.,* Pensacola, Florida (W912CH-25-D-0028), will compete for each order of the $90,694,400 firm-fixed-price contract of G-15 cargo parachute equipment. 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 March 14, 2030. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

AECOM Technical Services Inc., Los Angeles, California (W912P9-25-D-A001); WSP USA Solutions Inc., Washington, D.C. (W912P9-25-D-A002); Tetra Tech Inc., Kansas City, Missouri (W912P9-25-D-A003); SeaTech Remediation Partners,* Richland, Washington (W912P9-25-D-A004); CDM Federal Programs Corp., Kansas City, Missouri (W912P9-25-D-A005); Stantec-Halff JV, Denver, Colorado (W912P9-25-D-A006); Pe Ayuda Environmental Solutions JV LLC,* St. Louis, Missouri (W912P9-25-D-A007); and Athena Geosyntec JV,* Nashville, Tennessee (W912P9-25-D-A008), will compete for each order of the $49,500,000 firm-fixed-price contract for architect-engineer services. 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 Sept. 13, 2030. U.S. Army Corps of Engineers, St. Louis District, is the contracting activity.

CTG Federal LLC,* Chantilly, Virginia, was awarded a $27,312,235 firm-fixed-price contract for an Army enterprise license agreement for Omnissa Horizon subscription license and software package support. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of March 13, 2028. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-25-D-A005).

Sun Test Systems Inc., Huntsville, Alabama, was awarded a $20,678,735 cost-plus-fixed-fee, firm-fixed-price contract for production of the Aviation Ground Power Unit 1.1. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of March 11, 2030. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-25-D-0019).

CACI Inc., Chantilly, Virginia, was awarded a $10,557,363 cost-plus-fixed-fee contract for multidisciplined intelligence operations. Bids were solicited via the internet with one received. Work will be performed in Fort Devens, Massachusetts, with an estimated completion date of Sept. 23, 2025. Fiscal 2025 operation and maintenance, Army funds in the amount of $10,557,363 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W50NH9-25-C-0005).

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $7,800,787 cost-plus-fixed-fee modification (P00097) to contract W56HZV-22-C-0012 for Abrams system technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 14, 2026. Fiscal 2025 revolving funds; other procurement, Army funds; Foreign Military Sales (Romania) funds; and operation and maintenance, Army funds in the amount of $7,800,787 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

NAVY

BAE Systems Land & Armaments LP, Sterling Heights, Michigan, is awarded a $188,455,777 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 $3,859,315,575. 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, and fielding and support costs. 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 August 2028. Fiscal 2025 procurement (Marine Corps) in the amount of $188,455,777 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).

Charles Stark Draper Laboratory, Cambridge, Massachusetts, is being awarded a $308,270,645 cost-plus-fixed-fee contract (N0003025C6005) for the procurement of specialized engineering efforts for Conventional Prompt Strike Inertial Navigation Measurement and analysis, flight-testing support, Global Positioning System applications and Electro Optical Alternate Navigation, and guidance and reentry subsystems. Work will be performed in Cambridge, Massachusetts (90%); Washington, D.C. (4%); Albuquerque, New Mexico (3%); and Huntsville, Alabama (3%). Work is expected to be completed on Sept. 30, 2029. Fiscal 2025 research development test and evaluation funds in the amount of $5,725,000 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract was awarded on a sole source basis pursuant to 10 U.S. Code 3204(a)(1) and was previously synopsized on the System for Award Management (SAM.gov) online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity. 

L3 Technologies Inc., MariPro, Goleta, California, is awarded a $79,490,798 firm-fixed-price, cost-plus-fixed-fee, and cost only, indefinite-delivery/indefinite-quantity type contract for operation, maintenance, repair, logistic support, refurbishment, modernization, upgrades, revision, improvement, Information Assurance performance and cybersecurity, and expansion of the Navy’s Undersea Training and Test and Evaluation range hardware and software. This contract includes an ordering period of 5 years. Work will be performed in Jacksonville, Florida (84%); Andros Island, Bahamas (4%); Republic of the Marshall Islands (4%); Goleta, California (3%); Kauai, Hawaii (2%); San Clemente Island, California (2%); and Point Mugu, California (1%), and is expected to be completed in March 2030. Service cost center funds in the amount of $31,000 will be obligated on the first task order immediately following award of the basic contract. This contract was competitively procured using full and open competition via the System for Award Management website with 1 offer received. Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-25-D-J500).

Motorola Solutions Inc., Linthicum Heights, Maryland, is awarded a $16,435,523 firm-fixed-price modification (P00005) to a previously awarded firm-fixed-price contract (M67854-24-C-4908) to provide hardware, software, and services to sustain and maintain VESTA-S at Marine Corps installations. The total cumulative face value of this contract is $44,905,944. The contract modification is to exercise Option Year One, 12 month period for the sustainment of the existing VESTA-S. Work will be performed at Cherry Point, North Carolina (7.6%); Quantico, Virginia (7.6%); Camp Butler, Okinawa, Japan (7.6%); Beaufort, South Carolina (7.6%); Parris Island, South Carolina (7.6%); Albany, Georgia (7.6%); Camp Pendleton, California (7.6%); Barstow, California (7.6%); 29 Palms, California (7.6%); Miramar, California (7.6%); Camp Lejeune, North Carolina (7.6%); Yuma, Arizona (7.6%); and Iwakuni, Japan (8.8%), with an expected completion date of April 2028. Fiscal 2025 operations and maintenance (Marine Corps) funds in the amount of $8,011,615 are obligated at time of award and will expire at the end of the current fiscal year. This procurement is a sole source award to a large business in accordance with Federal Acquisition Regulation 6.302-1, authorized or required by statue. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-24-C-4908-P00005).

Skookum Educational Programs, Bremerton, Washington, is awarded a $41,654,373 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to a previously awarded contract (N44255-18-D-5009) for regional facilities services. This award brings the total cumulative face value of the contract to $308,635,042. Work will be performed at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Northwest area of responsibility, including Washington (96%), Idaho (1%), Minnesota (1%), Montana (1%), and Oregon (1%), with an expected completion date of March 2026. No funds will be obligated at time of award. Fiscal 2025 operation and maintenance (Navy) funds shall be issued on individual task orders to support option period one performance. NAVFAC Northwest, Silverdale, Washington, is the contracting activity.

J&J and ALMS Mission Support Solutions LLC,* Anchorage, Alaska, is awarded a $30,706,244 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to a previously awarded contract (N69450-22-D-0043) for base operation support services. This modification provides for base operations support services at Naval Air Station Pensacola, Saufley Field, Corry Station, and Bronson Field. This award brings the total cumulative face value of the contract to $92,613,742. Work will be performed in Pensacola, Florida, and is expected to be completed by March 2026. Fiscal 2025 defense health program; fiscal 2025 operation and maintenance (Navy) (O&M,N); fiscal 2025 operation and maintenance (Marine Corps); fiscal 2025 family housing O&M,N; fiscal 2025 operation and maintenance (Air Force); fiscal 2025 operation and maintenance (Army Reserve); and fiscal 2025 operations and support (Coast Guard, Homeland Security) funds will be obligated on individual task orders issued during the option period. No funds will be obligated at time of award. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity.

Conrad Shipyard, LLC,* Morgan City, Louisiana, was awarded a $28,285,715 firm fixed-price modification to previously awarded contract (N00024-22-C-2253) for detail design and construction of one additional Yard Repair, Berthing, and Messing (YRBM) craft. This contract action includes options which, if exercised, would bring the cumulative value of this contract to $59,856,020. Work will be performed in Amelia, Louisiana, and is expected to be completed by March 2027. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $28,285,715 will be obligated at time of award which will not expire at the end of the current fiscal year. This contract action was not competitively procured in accordance with 10 U.S. Code 3204(b)(B) (property or services considered to be available from only one source). The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded on March 13, 2025)

Northrop Grumman Systems Corp., Annapolis, Maryland, is awarded a cost-plus-fixed-fee contract for the ‘Full Spectrum Undersea Warfare Innovative Naval Prototype Autonomous Undersea Exploitation’ effort. This contract provides for research and development for Office of Naval Research (ONR) programs to push the state of the art in sonar-based perception and exploitation. The development of specialized algorithms and sensor systems are required to understand and develop techniques to push autonomy sensing and reaction to ensure persistent systems are viable. This includes sonar design, real time processing, perception and autonomy. Work will be performed in Annapolis, Maryland, and is expected to be completed in March 2030. The total cumulative value of this contract, including a 60-month base period with no options, is $24,886,735. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $50,000 are obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured under long range broad agency announcement (BAA) (N0001424SB001) entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals were received throughout the year under the Long-Range BAA, the number of proposals received in response to the solicitation is unknown. ONR, Arlington, Virginia, is the contracting activity (N0001425C2203).

Honeywell International Inc., South Bend, Indiana, was awarded $22,557,955 for a spares delivery order (N00383-25-F-V60Y) under a previously awarded basic ordering agreement (N00383-20-G-V601) for the procurement of 1,300 hydraulic piston assemblies, 2,275 disc brake stators, and 5,077 wheel and brake systems in support of the F/A-18 aircraft. The delivery order does not include an option period. All work will be performed in South Bend, Indiana, and work is expected to be completed by March 2027. Annual working capital funds (Navy) in the full amount of $22,557,955 will be obligated at time of award and the funds do not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. (Awarded March 13, 2025)

Raytheon Co., Tucson, Arizona, is awarded a $18,468,273 cost-plus-fixed-fee modification to previously awarded contract (N00024-21-C-5434) to exercise options and provide incremental funding for engineering and technical services in support of the Evolved SeaSparrow Missile and NATO SeaSparrow Missile Systems programs. Work will be performed in Tucson, Arizona (73%); Portsmouth, Rhode Island (26%); and various other locations each less than 1% (1%), and is expected to be completed by December 2025. Fiscal 2025 other customer funds in the amount of $9,336,314 (48%); fiscal 2024 other customer funds in the amount of $5,275,344 (27%); fiscal 2025 weapons procurement (Navy) funds in the amount of $3,610,682 (18%); fiscal 2025 research, development, test, and evaluation (Navy) funds in the amount of $750,000 (4%); fiscal 2024 weapons procurement (Navy) funds in the amount of $369,857 (2%); fiscal 2021 other customer funds in the amount of $270,000 (1%); and fiscal 2021 other customer funds in the amount of $270,000 (1%), 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.

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $13,907,941 cost-plus-incentive-fee and cost-only modification to a previously awarded contract (N00024-15-C-5151) for ship integration and test of the AEGIS Weapon System. Work will be performed in Moorestown, New Jersey (44%); San Diego, California (19%); Norfolk, Virginia (18%); Bath, Maine (10%); and Pascagoula, Mississippi (9%), and is expected to be completed by October 2026. Fiscal 2025 other procurement (Navy) funds in the amount of $8,432,023 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. 

United States Marine Inc.,* Gulfport, Mississippi, was awarded a $11,706,250 firm-fixed-price contract for Explosive Ordnance Disposal 9-meter Multi-Use Expeditionary Response Crafts. This contract includes options which, if exercised, would bring the cumulative value of this contract to $20,172,886. Work will be performed in Gulfport, Mississippi, and if all options are exercised, work will continue through March 2028. Fiscal 2025 other procurement (Navy) funds in the amount of $11,706,250 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via SAM.gov, with one offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-C-2218). This contract was awarded March 13, 2025.

Northrop Grumman Aeronautics Systems, Melbourne, Florida, is awarded a $11,597,800 cost-plus-fixed-fee and cost modification to previously awarded contract (N00024-22-C-6418) to exercise options for safety, logistics, engineering, and depot support for the Airborne Laser Mine Detection System. Work will be performed in Melbourne, Florida, and is expected to be completed by March 2026. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $2,502,831 (79%); and fiscal 2025 other procurement (Navy) funds in the amount of $682,345 (21%), will be obligated at time of award and funds in the amount of $2,502,831 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Co., Tucson, Arizona, is awarded a $8,106,000 firm-fixed-price modification to a previously awarded contract (N00024-24-C-5408) to exercise options for the production and delivery of Evolved Seasparrow Missile Block II Guided Missile Assembly Spares Kits. Work will be performed in Tucson, Arizona (12%); Edinburgh, Australia (11%); Mississauga, Canada (10%); San Jose, California (9%); Raufoss, Norway (9%); Hengelo OV, Netherlands (5%); Ottobrunn, Denmark (5%); Cambridge, Canada (4%); Nashua, New Hampshire (4%); Koropi Attica, Greece (3%); Lystrup, Denmark (2%); Ankara, Turkey (2%); Andover, Massachusetts (2%); Torrance, California (2%); Westlake Village, California (2%); Grenaa, Denmark (2%); Eight Mile Plains Brisbane, Australia (2%); Canton, New York (1%); Camden, Arkansas (1%); Aranjuez, Spain (1%); Milwaukie, Oregon (1%); and various other locations each less than 1% (10%). Work is expected to be completed by September 2030. Fiscal 2025 weapon procurement (Navy) funds in the amount of $8,106,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

National Steel and Shipbuilding Company, San Diego, California, is awarded a $7,545,897 firm-fixed-price modification to previously awarded contract (N00024-24-C-2301) to incorporate the T-AO 214-221 bundle configuration modification request for ship configuration to current. Work will be performed in San Diego, California, and is expected to be completed by January 2035. Fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $900,324 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Bath, Detachment San Diego, San Diego, California, is the contracting activity.

DEFENSE HEALTH AGENCY

CliniComp International Inc., San Diego, California, is awarded a $19,316,578 modification (P00010) to exercise option year five of a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HT001120D0003) with a maximum ceiling value of $395,097,628. The contract provides operational support and sustainment for all existing clinical information system components currently in operation and support decommissioning activities during the phased transition to MHS Genesis, or otherwise discontinuing clinical information system operations. Fiscal 2025 operations and maintenance funds will be incrementally funded, and work will be performed in Falls Church, Virginia, with an estimated completion date of March 2027. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.  

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

DNI Emerging Technologies, Oklahoma City, Oklahoma, was awarded a $13,347,865 firm-fixed-price contract (HS002125CE005) in support of the personnel security systems environment, which provides background investigations for federal employees and contractors. This contract includes a base period and four unexercised options which, if exercised, would increase the cumulative value of this contract to $61,831,989.  Work will be performed at Boyers, Pennsylvania (18%); Macon, Georgia (1%); and various locations within the continental U.S. (81%), with an estimated completion of Sept. 10, 2029. This contract is a sole-source acquisition. Working capital funds (defense) in the amount of $13,347,865 are obligated for fiscal 2025 and will not expire at the end of the current fiscal year. Defense Counterintelligence and Security Agency, Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.

DEFENSE CONTRACT MANAGEMENT AGENCY

Bowhead Weapons Development Systems LLC,*** Springfield, Virginia, has been awarded a firm-fixed-price contract (S5121A-25-C-E002) for defense agencies initiative financial system services support. This award is for a base year price plus four options and has a total potential contract value of $12,870,195. The base period starts March 30, 2025, and ends March 20, 2026. If all option years are exercised, it will end March 30, 2030. Fiscal 2025 operations and maintenance funds in the amount of $2,424,161 are being obligated at the time of award. Defense Contract Management Agency Procurement Center, Fort Gregg-Adams, Virginia, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

Deloitte & Touche LLP, Arlington, Virginia, is awarded a $12,082,241firm-fixed-price contract (HQ003425FE032). The cumulative total of the contract is $45,075,636. The total if all options are exercised is $45,075,635.58. The purpose of the contract is to provide the Defense Security Cooperation Agency support from a certified public accounting firm with extensive security cooperation experience. The contractor shall assist and provide support to the agency in audit support and sustainment, accounting, reporting, and financial analytics, business operations transformation, comptroller budget support, federal information systems control audit manual, and risk management internal controls. Fiscal 2025 operations and management and Foreign Military Sales funds in the amount of $2,336,642 are being obligated at the time of the award.  The work will be performed at Arlington, Virginia. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Florida Ordnance Corp., Fort Lauderdale, Florida, has been awarded a maximum $10,080,148 firm-fixed-price delivery order (SPRDL1-25-F-0088) against a five-year long-term contract (SPRDL1-20-D-0072) for diesel engine cylinder heads. This was a sole-sourced acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. The delivery order end date is Oct. 6, 2026. 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.

National Industries for the Blind,** Alexandria, Virginia, has been awarded a maximum $9,845,125 modification (P00004) exercising the first one-year option period of a one-year base contract (SPE1C1-24-D-B015) with four one-year option periods for moisture wicking t-shirts. Locations of performance are North Carolina and New Jersey, with a March 27, 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 (SPE1C1-24-D-B015).

*Small business
** Mandatory Source
***8(a) Business Development

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 Tuesday, March 18, 2025 5:30 pm

Leave a Reply

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

Notify me of updates to this conversation