INSIDE THE

NEWS + ADVICE

DoD Contracts: Applied Research Associates, CAE, CACI, Week of 5-19-25 to 5-23-25

Posted by Ashley Jones

5/19

NAVY

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded a $138,549,731 cost-plus-fixed-fee, cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract. This contract provides engineering services, installation engineering, equipment integration, overhauls, design engineering for airborne capabilities, test and evaluation, user and maintainer training, and on-demand operational support in support of various airborne capabilities for a variety of manned and unmanned airborne platforms for the Navy. Work will be performed in St. Inigoes, Maryland, and is expected to be completed October 2030. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competed; one offer was received. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042125D0075).

Capital Center for Credibility Assessment Corp.,* Alexandria, Virginia, is being awarded a $41,868,715 firm-fixed-price, indefinite-delivery/indefinite-quantity contract in support of Naval Criminal Investigative Service’s Polygraph Service Field Office providing polygraph support services and conducting counterintelligence scope polygraph examinations throughout the U.S. The contract includes a five-year ordering period with no options and is expected to be completed by May 31, 2030. Work will be performed at various locations across the U.S. based on Department of Defense needs and the percentage of work at each location cannot be determined at this time. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $100,000 will be obligated to fund the contract’s minimum amount and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured under a small business set-aside requirement via the System for Award Management (SAM.gov) website pursuant to Federal Acquisition Regulation Part 15 (Contracting by Negotiation) with three offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk Pentagon Directorate, Philadelphia, Pennsylvania, is the contracting activity (N00189-25-D-Z016).

Raytheon Co., Tucson, Arizona, is awarded a $13,277,990 cost-plus-fixed fee modification (P00024) to a previously awarded contract (N0001922C0067). This modification adds scope to provide for the continued development of proof of manufacturing electronic units, guidance units, spare circuit card assemblies and software engineering stations in support of AIM-9X Systems improvements and risk reduction activities for the Navy, Air Force, Army, and Foreign Military Sales customers. Work will be performed in Tucson, Arizona, and is expected to be completed in June 2027. Fiscal 2025 research, development, test and evaluation (Air Force) funds in the amount of $4,080,000 will be obligated at the time of award, none of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Repkon USA – Defense LLC, Tampa Bay, Florida, was awarded a $108,750,000 modification (P00001) to contract W519TC-25-F-0015 for design, construction and commissioning of a TNT facility. Work will be performed in Graham, Kentucky, with an estimated completion date of Nov. 3, 2028. U.S Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. (Awarded May 15, 2025)

Parsons-Versar JV, Centreville, Virginia, was awarded a $75,000,000 firm-fixed-price contract for architect-engineer, construction phase support services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of May 18, 2030. U.S. Army Corps of Engineers, Middle East District, is the contracting activity (W912ER-25-D-0009).

CORRECTION: The contract announced on May 15, 2025 for All Above Pavements Inc.,* Chatham, Illinois (W9128F-25-D-A002); Applied Pavement Technology Inc.,* Urbana, Illinois (W9128F-25-D-A003); Pavement Technical Solutions Inc.,* Broadlands, Virginia (W9128F-25-D-A004); RDM International Inc.,* Sterling, Virginia (W9128F-25-D-A005); and TR Consulting Services LLC,* Fort Collins, Colorado (W9128F-25-D-A006), to compete for each order of the $25,000,000 firm-fixed-price contract for architectural and engineering services was actually awarded on May 16, 2025.

DEFENSE LOGISTICS AGENCY

Burlington Apparel Fabrics, Charlotte, North Carolina, has been awarded a maximum $35,592,356 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for dark blue cloth. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. The ordering period end date is May 18, 2030. Using military service is Marine Corps. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-0060).

Alabama Institute for the Deaf and Blind,** doing business as Alabama Industries for the Blind, Talladega, Alabama, has been awarded a maximum $29,342,250 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men’s neckties. This is a five-year contract with no option periods. The ordering period end date is May 18, 2030. Using customers are Army, Air Force, Marine Corps, Space Force, and Coast Guard. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-B007).

AIR FORCE

Applied Research Associates Inc., Albuquerque, New Mexico, was awarded a ceiling $20,287,063 indefinite-delivery/indefinite-quantity contract for the Benefield Anechoic facility antenna system. This contract provides for the development of an antenna system to support electronic warfare threat simulation within the Benefield Anechoic facility. Work will be performed at Edwards Air Force Base, California; and Lafayette, Colorado, and is expected to be completed by May 18, 2030. This contract was a sole source acquisition, and one offer was received. Fiscal 2024, research, development, test and evaluation funds in the amount of $10,359 are being obligated at the time of award. The Air Force Test Center, Test Range and Specialized Contracting Division, Edwards AFB, California is the contracting activity (FA9304-25-D-5001).

*Small business
**Mandatory source

5/20

NAVY

General Dynamics NASSCO, San Diego, California, is awarded a $198,955,270 firm-fixed-price contract action for maintenance, modernization, and repair of USS America (LHA 6) Fiscal 2026 Docking Selected Restricted Availability. This contract includes options which, if exercised, would bring the cumulative value of this contract to $209,233,949. Work will be performed in San Diego, California, and is expected to be completed by July 2027. Fiscal 2025 other procurement (Navy) funds in the amount of $181,196,632 (91%); and fiscal 2025 operations and maintenance (Navy) funds in the amount of $17,758,638 (9%), will be obligated at the time of award, of which $17,758,638 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. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002425C4404).

Vigor Marine LLC, Portland, Oregon, is awarded a $38,988,581 firm-fixed-price contract (N3220525C2148) for 160-calendar day shipyard availability for the regular overhaul and dry dock availability of Military Sealift Command’s fleet replenishment oiler USNS Guadalupe (T-AO 200). This contract includes a base work package and three unexercised options for additional work and time which, if exercised, would increase the cumulative value of this contract to $39,636,566. Work will be performed in Portland, Oregon, beginning Aug. 26, 2025, and is expected to be completed by Feb. 1, 2026. Working capital funds (Navy) in the amount of $38,988,581 are obligated for fiscal 2025 and will not expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the Governmentwide Point of Entry website and one offer received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C2148).

Quality Vision International Inc.,* doing business as Optical Gaging Products, Rochester, New York, is awarded a $12,528,703 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for optical comparator systems in support of the Naval Sea Systems Command Metrology and Calibration program. The Optical Comparator Systems are used to calibrate thread ring gages, thread setting plugs, thread plug gages, and screw thread micrometers among other test and measurement diagnostic equipment. Work will be performed in Rochester, New York, and is expected to be completed by May 2030. Fiscal 2025 other procurement (Navy) funds in the amount of $337,020 will be obligated at the 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 website, with one offer received. The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity (N6426725D1004).

AIR FORCE

CAE USA Inc., Arlington, Texas, has been awarded a $49,395,247 fixed-price undefinitized modification (P00009) to a previously awarded contract (FA8621-23-C-0023) for the procurement of additional quantities of hardware, hardware and software development, integration, testing, and delivery of training devices for the F-16 Block 70 Training Simulators program for the Taiwan Air Force. The modification brings the total cumulative face value of the contract from $58,290,077 to $66,667,729. Work will be performed at Arlington, Texas, and is expected to be completed by Jan. 31, 2028. This contract involves Foreign Military Sales (FMS) to Taiwan. FMS funds in the amount of $8,377,652 are being obligated at the time of award. The Air Force Life Cycle Management Center, Simulators Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

DEFENSE LOGISTICS AGENCY

The Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $31,617,525 modification (P00037) exercising the sixth and seventh option periods of a three-year delivery order (SPE4AX-18-D-9433), with seven one-year option periods, issued against a five-year base contract (SPRPA1-17-D-009U), with one five-year option period, for V-22 spare consumable and depot level repairable parts. This is a firm-fixed-price requirements contract. Locations of performance are Texas and Pennsylvania, with a May 10, 2027, performance completion date. Using military services are Navy, Marine Corps and Air Force. Type of appropriation is fiscal 2025 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

ARMY

Iron Mountain Solutions Inc., Huntsville, Alabama, was awarded a $22,578,150 modification (P00073) to contract W31P4Q-21-F-B001 for technical support for the Utility Helicopters Project Office. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 7, 2026. Fiscal 2025 Foreign Military Sales (Albania, Ashmore and Cartier Islands, Austria, Bahrain, Brazil, Croatia, Egypt, Greece, Japan, Jordan, Latvia, Lithuania, Mexico, New Zealand, Slovakia, Slovenia, South Korea, Sweden, Thailand, Turkey, United Arab Emirates, United Kingdom); 2025 operation and maintenance, Army; 2025 Army Working Capital Funds; 2026 research, development, test and evaluation, Army; and 2026 and 2027 other procurement, Army funds, in the amount of $22,578,150 were obligated at the time of the award. Army Contracting Command Redstone Arsenal, Alabama, is the contracting activity.

*Small business

5/21

ARMY

Palantir USG Inc., Palo Alto, California, was awarded a $795,000,000 modification (P00005) to contract W911QX-24-D-0012 for Maven Smart System software licenses. Work locations and funding will be determined with each order, with an estimated completion date of May 28, 2029. Army Contracting Command Aberdeen Proving Ground, Maryland, is the contracting activity. (Awarded May 20, 2025)

BAE Systems Land and Armaments L.P., York, Pennsylvania, was awarded an undefinitized, cost-no-fee contract action not-to-exceed $423,347,466 for Self-Propelled Howitzer Systems production. Bids were solicited via the internet with one received. Work will be performed in York, Pennsylvania; Sterling Heights, Michigan; Aiken, South Carolina; Elgin, Oklahoma; and Anniston, Alabama, with an estimated completion date of July 31, 2028. Fiscal 2024 and 2025 weapons and tracked combat vehicle procurement, Army funds in the amount of $214,484,323 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-F-0270).

CACI Inc. – Federal, Chantilly, Virginia, was awarded a $147,508,174 cost-plus-fixed-fee contract for intelligence, logistics and engineering services. Bids were solicited via the internet with three received. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of May 23, 2030. Fiscal 2010 operation and maintenance, Army funds in the amount of $1,099,583 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W50NH9-25-C-0007).

Forte & Tablada Inc.,* Baton Rouge, Louisiana (W912P8-25-D-0011); EMC Inc.,* Grenada, Mississippi (W912P8-25-D-0012); and Chustz + ES2 JV LLC,* Denham Springs, Louisiana (W912P8-25-D-0013), will compete for each order of the $24,000,000 firm-fixed-price contract for surveying, mapping and other related services. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2030. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity.

AIR FORCE

The University of Dayton Research Institute, Dayton, Ohio, was awarded a $499,999,000 cost-plus fixed-fee, indefinite-delivery/indefinite-quantity contract for pervasive research and evaluation for complex-solutions in operational and urgent systems. This contract provides for research, assessment, development, testing, evaluation, prototyping, demonstration, and transition of technologies to improve operational effectiveness through improved energy technology and reducing the manufacturing and life cycle sustainment burden of coatings, materials, inspections, repairs, energy and resource technologies and processes. Work will be performed at Wright-Patterson Air Force Base, Ohio; and Dayton, Ohio, and is expected to be completed May 17, 2032. This contract was a competitive 2-step acquisition, with seven white paper offers resulting in a down-selection that resulted in one offer. Fiscal 2025 research, development, test and evaluation funds in the amount of $18,860,089 are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2394-25-D-B007).

Raytheon, Aurora, Colorado, has been awarded a $379,779,763 contract modification (P00454) to previously awarded (FA8807-10-C-0001) for global positioning system next generation operational control system and pre-operational acceptance support and post-operational acceptance interim contractor support. This modification brings the total cumulative face value of the contract is $4,511,067,078 and the option value is $162,584,179. This modification definitizes previously awarded undefinitized change order (P00439), extending the base period from 12 to 16 months and adds an additional 12-month option period. Work will be performed at Aurora, Colorado; Schriever Space Force Base, Colorado; Vandenberg SFB, California; and other locations. The base period of performance is expected to be completed by March 31, 2026, and the option period of performance is expected is expected to be completed by March 31, 2027. No funds are being obligated at the time of award as the contract continues to be incrementally funded. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

NAVY

Jacobs Technology Inc., Tullahoma, Tennessee, is awarded a $51,243,930 firm-fixed-price indefinite-delivery/indefinite-quantity modification to previously awarded contract (N69450-20-D-0045) for base operations support services at Naval Submarine Base Kings Bay; and outlying areas. This award brings the total cumulative face value of the contract to $259,898,991. The contract modification is for the exercise of Option Period Four for base operations support services under the basic contract. Work will be performed in Kings Bay, Georgia (99%); and outlying areas (1%). No funds will be obligated at time of award. Future task orders in the amount of $41,730,488 will be funded for recurring work by fiscal 2025 operation and maintenance, (Navy) (O&M,N) funds; fiscal 2025 Defense health program funds; and fiscal 2025 family housing O&M,N funds. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity.

Microwave Power Products Inc., Woodland, California, is being awarded a $23,455,500 firm-fixed-price commercial requirements contract for the procurement of electron tube double duty switch tubes in support of the AEGIS Combat System. The contract does not include an option provision. All work will be performed in Woodland, California, and is expected to be completed by May 20, 2030. Navy working capital funds in the full amount of $23,455,500 will be obligated throughout the five-year term of the award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 3204 (a)(1) with one offer received. Naval Supply Systems Command Weapon Systems Support in Mechanicsburg, Pennsylvania, is the contracting activity (N00104-25-D-D003).

Huntington Ingalls Inc., Newport News, Virginia, was awarded a $16,000,000 modification to previously awarded contract (N00024-15-C-2114) to support Navy Sailor Readiness and Shipbuilder Workforce Improvement. This modification will support sailors stationed at Newport News Shipbuilding and the shipbuilding workforce. Work will be performed in Newport News, Virginia, and is expected to be completed by December 2026. No funds will be obligated at time of award. 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 Sea Systems Command, Washington, D.C., is the contracting activity.

U.S. TRANSPORTATION COMMAND

Ports America, Chandler, Arizona (HTC71125DE114), has been awarded an indefinite-delivery/indefinite-quantity contract with a face value of $11,863,942. This contract provides stevedoring and related terminal services at Port of Gulfport, Mississippi. The base period of performance is from Jun. 1, 2025, through May 31, 2030. Working capital (Transportation) funds will be obligated for fiscal 2025, 2026, 2027, 2028, and 2029. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

UPDATE: Genesis Vision Inc.,* Rochester, New York (SPE2DE-25-D-0010, $29,250,000), has been awarded as an awardee to the multiple award contract for optical frames, issued against solicitation SPE2DE-25-D-0010 and awarded Aug. 29, 2024. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small business

5/22

DEFENSE LOGISTICS AGENCY

Atlantic Diving Supply Inc.,* doing business as ADS, Virginia Beach, Virginia (SPE8EJ-25-D-0501); Caterpillar Inc., Peoria, Illinois (SPE8EJ-25-D-0502); Berger Cummins JV, Greenville, South Carolina (SPE8EJ-25-D-0503); Inglett & Stubbs International LLC, Atlanta, Georgia (SPE8EJ-25-D-0504); and Texas Power & Associates LLC.,* Palm Harbor, Florida (SPE8EJ-25-D-0505), are sharing a maximum $980,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8EJ-23-R-0001 for the third generation of the Defense Logistics Agency Federal Emergency Management Agency generator program. This was a competitive acquisition with 14 responses received. These are five-year contracts with no option periods. The ordering period end date is May 22, 2030. Using customer is Federal Emergency Management Agency. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Lockheed Martin Corp., Grand Prairie, Texas, has been awarded a maximum $10,408,382 delivery order (SPRRA2-25-F-0051) issued against a 20-year umbrella contract (SPE4AX-22-D-9000) under subsumable (SPRRA2-22-D-0011) with no option periods for missile spare parts. This is a firm-fixed-price, one-time buy contract. The performance completion date is May 31, 2029. Using military service is Army. Type of appropriation is fiscal 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.

Bimbo Bakeries USA Inc., Horsham, Pennsylvania, has been awarded a maximum $7,500,000 fixed-price, indefinite-delivery/indefinite-quantity contract for fresh bread and bakery items. This was a competitive acquisition with three responses received. This is a three-year contract with no option periods. Location of performance is South Carolina, with a June 3, 2028, ordering period end date. Using customers are Army, Navy, Air Force, and Coast Guard. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-25-D-W014).

UPDATE: Lovell Government Services Inc.,** Pensacola, Florida (SPE2DH-25-D-0018, $45,000,000), has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R-0002 and awarded Feb. 10, 2022. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ARMY

LOC Performance Products LLC, Plymouth, Michigan, was awarded a $153,329,604 modification (PZ0001) to contract W912CH-24-D-0025 for the procurement of the T158LL Track Shoe Assemblies. 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 Aug. 13, 2029. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-24-D-0025).

Above Group Inc.,* Melbourne, Florida (W912HP-25-D-A001); Alliance Steelhead JV LLC,* Alexandria, Virginia (W912HP-25-D-A002); Apogee Consulting Group P.A.,* Cary, North Carolina (W912HP-25-D-A003); Spees-Davenergy JV, LLC,* Kent, Washington (W912HP-25-D-A004); and Spur Design LLC,* Oklahoma City, Oklahoma (W912HP-25-D-A005) will compete for each order of the $20,000,000 firm-fixed-price contract for multi-discipline, architect-engineer services. Bids were solicited via the internet with 20 received. Work locations and funding will be determined with each order, with an estimated completion date of May 22, 2030. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity.

Torch Technologies Inc., Huntsville, Alabama, was awarded a $19,876,795 modification (P00025) to contract W31P4Q-23-F-C002 for technical services support. Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of May 23, 2026. Fiscal 2010 Foreign Military Sales (Ashmore and Cartier Islands, Austria, Egypt, Greece, Guyana, Kuwait, Lithuania, Morocco, Niue, Poland, Qatar, Slovakia, Slovenia, South Korea, Sweden, United Arab Emirates, United Kingdom) funds in the amount of $19,876,795 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

GP Strategies Government Solutions Inc., Columbia, Maryland, was awarded a $10,766,515 cost-plus-fixed-fee contract for logistics support, facilities operation services, and technical training. 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 23, 2026. U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity. (W519TC-25-F-0230)

Curtin Maritime Corp., Long Beach, California, was awarded an $8,628,228 firm-fixed-price contract for maintenance dredging at the Thimble Shoal Channel. Bids were solicited via the internet with four received. Work will be performed in Norfolk, Virginia, with an estimated completion date of March 14, 2026. Fiscal 2024 civil operation and maintenance funds, and fiscal 2025 Virginia Port Authority funds in the amount of $8,628,228 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-25-C-5013).

Promethean General Contractors LLC,* New Orleans, Louisiana, was awarded a $7,519,561 firm-fixed-price contract to furnish all plant, labor, materials and equipment, and construction of  levee enlargement and berms. Bids were solicited via the internet with 14 received. Work will be performed in Newellton, Louisiana with an estimated completion date of Dec. 31, 2026. Fiscal 2025 civil construction funds in the amount of $7,519,561 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-25-C-A006).

CORRECTION: The contract announced on May 14 for Solvus Global LLC,* Worcester, Massachusetts, (W911QX-25-D-A001) for $90,000,000 was announced with an incorrect award date. The correct date is May 19, 2025.

NAVY

East Coast Repair & Fabrication LLC,* Portsmouth, Virginia (N3220525D4053); Fairlead Boatworks Inc.,* Newport News, Virginia (N3220525D4049); Gulf Copper & Manufacturing Corp.,* Port Arthur, Texas (N3220525D4050); GMD Shipyard Corp.,* Brooklyn, New York (N3220525D4051); and Rhoads Industries Inc.,* Philadelphia, Pennsylvania (N3220525D4052), have been issued a $120,035,122 contract modification, increasing the contract ceiling from $128,728,618 to $248,753,750. The contract is a firm-fixed-price, multiple-award contract with an indefinite-delivery/indefinite-quantity ordering type for a five-year base period to provide lay-berthing services to Military Sealift Command Expeditionary Fast Transport vessels. The contract is performed in Newport News, Virginia; Port Arthur, Texas; Brooklyn, New York; and Philadelphia, Pennsylvania, beginning on Feb. 28, 2025, and will conclude on Feb. 27, 2030. This base contract was a competitive small business set aside with proposals solicited via the Government Point of Entry website; five timely proposals were received. No other changes to the contract are being made at this time. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Northrop Grumman Systems, Rolling Meadows, Illinois, is awarded a $69,155,936 modification (P00011) to a previously awarded, fixed-price incentive (firm-target), cost-plus-fixed-fee, cost reimbursable contract (N0001923C0001). This modification adds scope for the production and delivery of the following weapon replaceable assemblies, system replaceable assemblies hardware and support equipment: 42 D(V)2 processors for the Navy; 170 D(V)2 antenna detectors (169 for the Navy and one for the government of Morocco); 119 D(V)2 radar receivers (117 for the Navy and two for the government of Morocco; 43 D(V)2 low band arrays (42 for the Navy and one for the government of Morocco; 34 D(V)2 battery handle assemblies for the Navy; 102 C(V)2 conversion kits (80 for the Navy, 10 for the government of the Czech Republic, four for the government of Canada, three for the government of Bahrain, two for the government of Austria, two for the government of Jordan, and one for the government of Australia; 12 quadrant receiver exciter circuit card assemblies for the Navy; and 15 super mux circuit card assemblies for the Navy in support of AN/APR-39 D(V)2 AN/APR-39 D(V)2 radar warning receiver/electronic warfare management systems. Additionally, this modification provides non-recurring engineering efforts required to meet the production capacity fielding requirements, repair of repairables, as well as engineering and logistic software support. Work will be performed in Rolling Meadows, Illinois (48.34%); Woburn, Massachusetts (13.55%); San Leandro, California (10.98%); Lansdale, Pennsylvania (7.47%); Longmont, Colorado (6.51%); Lewisburg, Tennessee (4.71%); Verona, Wisconsin (1.95%); Newark, Delaware (1.44%); and various locations within the continental U.S. (5.05%), and is expected to be completed in December 2028. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $28,089,628; fiscal 2024 aircraft procurement (Navy) funds in the amount of $37,807,765; fiscal 2023 aircraft procurement (Navy) funds in the amount of $1,757,370; working capital (Navy) funds in the amount of $380,129; and Foreign Military Sales customer funds in the amount of $1,121,043, will be obligated at the time of award, $1,757,370 of which will expire at the end of the current fiscal year. This contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Missile and Fire Control, Orlando, Florida, is awarded a $39,730,416 modification (P00005) to a firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N6893624D0006). This modification adds scope to provide continued induction, diagnosis and repair of the Infrared Search and Tracking Block II system’s infrared receiver and processor weapon replaceable assemblies (WRAs), to include assessing failed test assets to determine their operational status and taking necessary repair actions on WRAs to ensure they are fully functional for future testing activities for the Navy. Work will be performed in Orlando, Florida (84%); St. Louis, Missouri (3%); Santa Barbara, California (3%); Tustin, California (2%); Thousand Oaks, California (2%); Mason, Ohio (2%); Tinley Park, Illinois (2%); and Salt Lake City, Utah (2%), and is expected to be completed by February 2027. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract action was not competed. Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.

Corvid Technologies LLC,* Mooresville, North Carolina, is awarded a $10,421,576 modification to previously awarded contract (N6339425C0003) for the design, manufacture, and delivery of short/medium range sub-orbital vehicles configurations, including provision of ground test hardware, special test equipment, materials and required engineering support, and launch support services. Work will be performed in Moorestown, North Carolina (37%); White Sands Missile Range, New Mexico (24%); Glen Burnie, Maryland (20%); Benbecula, Scotland (6%); Las Cruces, New Mexico (4%); Woomera, Australia (3%); Conroe, Texas (2%); Huntsville, Alabama (1%); San Nicolas Island, California (1%); Kekaha, Hawaii (1%); and Wallops Island, Virginia (1%), and is expected to be completed by May 2026. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $6,440,652 will be obligated at time of award, of which $6,440,652 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme, White Sands Detachment, Port Hueneme, California, is the contracting activity.

AIR FORCE

CORRECTION: The $379,779,763 contract modification (P00454) to a previously awarded contract (FA8807-10-C-0001) awarded to Raytheon, Aurora, Colorado, on May 21, 2025, was announced with an incorrect award date.  The correct date is March 22, 2025.

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

5/23

NAVY

Austal USA LLC, National City, California (N0002425D4212); BAE Systems San Diego Ship Repair Inc., San Diego, California (N0002425D4213); General Dynamics-NASSCO, San Diego, California (N0002425D4214); Continental Maritime of San Diego LLC, San Diego, California (N0002425D4215); Fincantieri Marine Repair LLC, Jacksonville, Florida (N0002425D4216); Delphinus Engineering, Inc.,* Newtown Square, Pennsylvania (N0002425D4217); East Coast Repair & Fabrication LLC,* Chesapeake, Virginia (N0002425D4218); Epsilon Systems Solutions Inc., Portsmouth, Virginia (N0002425D4219); Pacific Shipyards International LLC ,* Honolulu, Hawaii (N0002425D4220); Southcoast Welding & Manufacturing, LLC ,* Chula Vista, California (N0002425D4221); Standard Inspection Services,* National City, California (N0002425D4222); Propulsion Controls Engineering LLC ,* San Diego, California (N0002425D4223); Bay City Marine, Inc. ,* National City, California (N0002425D4224); Life Cycle Engineering Inc.,* Charleston, South Carolina (N0002425D4225); Integrated Marine Services Inc.,* Chula Vista, California (N0002425D4226); Neal Technical Innovations, LLC ,* Daphne, Alabama (N0002425D4227); AND Q.E.D Systems, Inc. ,* Virginia Beach, Virginia (N00024254228), are each awarded an indefinite-delivery/indefinite-quantity, multiple award contracts utilizing both firm-fixed-price and cost-plus-fixed-fee delivery orders for repair, maintenance, and modernization requirements of Littoral Combat Ships homeported in San Diego, California, with a total combined value not to exceed $2,647,482,126. Each awardee will be awarded $10,000 (minimum contract guarantee per awardee) for an initial funding of $170,000. All other funding will be made available at the delivery order level as contracting actions occur. Work will be performed in the San Diego, California, homeport area and is expected to be completed by May 2030. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $170,000 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively awarded via the SAM.gov website, with 28 offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $86,215,298 modification (P000022) to a previously awarded fixed-price incentive (firm-target) contract (N0001922C0042). This modification procures the necessary hardware and systems engineering technical support, analysis, and studies to install the Department of Navy (DON) Large Aircraft Infrared Countermeasure (LAIRCM) system onto Department of Defense aircraft for DON and other customers. Hardware for this procurement includes the following weapon replaceable assemblies: 120 advanced threat warning sensors for the Navy and 22 for the Air Force; three control indicator unit replaceable replacements for the Navy and 27 for the Air Force; 62 DON LAIRCM processor units for the Navy and 26 for the Air Force; 26 guardian laser transmitter assemblies for the Navy; six high capacity cards for the Navy and 68 for the Air Force; 17 smart connector assemblies for the Navy and 23 for the Air Force and 36 battery kits for the Navy and 46 for the Air Force. Work will be performed in Rolling Meadows, Illinois (36%); Goleta, California (16%); Longmont, Colorado (10%); Verona, Wisconsin (7%); Ashburn, Virginia (6%); Apopka, Florida (5%); Boulder, Colorado (5%); Salt Lake City, Utah (5%); Blacksburg, Virginia (4%); Carlsbad, California (2%); Tipp City, Ohio (2%); Lewisburg, Tennessee (1%); and Amherst, New York (1%), and is expected to be completed in January 2027. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $62,476,075; fiscal 2025 aircraft procurement (Air Force) funds in the amount of $10, 258,606; fiscal 2025 research, development, test and evaluation funds in the amount of $40,000; fiscal 2024 aircraft procurement (Navy) funds in the amount of $3,429,074; fiscal 2024 research, development, test and evaluation funds in the amount of $1,273,091; fiscal 2023 aircraft procurement (Air Force) funds in the amount of $4,607,892; and Navy working capital funds in the amount of $4,130,558, will be obligated at the time of award, $4,607,892 of which will expire at the end of the current fiscal year. The contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

National Security Innovations Inc.,* Natick, Massachusetts, is awarded a $64,714,214 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and cost-with-no-fee pricing for research and support services for the Strategic Multilayer Assessment (SMA) program. SMA is a Department of Defense initiative designed to provide decision-makers with a deeper understanding of complex global challenges garnering input from a variety of fields to analyze problems and develop potential solutions. Work will be performed in Washington, D.C. (30%), and additional locations nationally and internationally. Work is expected to be completed in May 2030. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued utilizing operations and maintenance and research, development, test and evaluation funds. This contract was awarded as a sole-source acquisition pursuant to 10 U.S. Code 3204(a) (1). Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-25-D-0012).

Solute Inc., San Diego, California, is awarded a $41,382,793 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and cost-with-no-fee pricing to provide engineering support for Consolidated Afloat Networks and Enterprise Services, including technical and programmatic services for networking, communications, and computer systems, as well as certification and information assurance for current operations, planned upgrades and new developments. This three-year contract includes two, two-year option periods which, if exercised would bring the overall potential value of this contract to an estimated $102,557,997. Work will be performed in San Diego, California (76%); Pearl City, Hawaii (4%); Washington D.C. (3%); Charleston, South Carolina (3%); Norfolk, Virginia (4%); Yokosuka, Japan (4%); Santa Rita, Guam (2%); Manama, Bahrain (2%); and Naples, Italy (2%). Work is expected to be completed by May 2032. No funds will be obligated at the time of award. Funds will be obligated as task orders and will be issued using other procurement (Navy); operations and maintenance (Navy); research, development, test and evaluation (Navy); shipbuilding construction (Navy), and Navy Working Capital Funds. This contract was competitively procured via the SAM.gov website and the Naval Information Warfare Systems Command E-Commerce Central website, with two offers received. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-25-D-0029).

Raytheon Technologies, Raytheon Missiles and Defense, Tucson, Arizona, is awarded an $18,376,198 order (N0001925F0046) against a previously issued basic ordering agreement (N0001920G0007). This order provides non-recurring engineering in support of providing a comprehensive and cost-effective redesign of the Tomahawk Fin Controller Electronics Unit Circuit Card Assemblies, as well as addressing parts obsolescence for the Navy and Foreign Military Sales customers. Work will be performed in Tucson, Arizona (51%); and Vergennes, Vermont (49%), and is expected to be completed in August 2028. Fiscal 2024 weapons procurement (Navy) funds in the amount of $9,277,690 and foreign military sales customer funds in the amount of $9,098,508 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This order was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., El Segundo, California, is being awarded $8,333,247 for a firm-fixed-price delivery order (N00383-25-F-TQ16) under previously awarded basic ordering agreement N00383-23-G-TQ for the procurement of 50 rudders in support of the F/A-18 aircraft. The delivery order does not include an option period. All work will be performed in El Segundo, California, and work is expected to be completed by December 2027. Annual working capital funds (Navy) in the full amount of $8,333,247 will be obligated at time of award and the funds do not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 3204(a)(1), with one offer received. NAVSUP Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-25-F-TQ16).

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $214,364,537 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for the recapitalization of the Multiple Launch Rocket System (MLRS) into the M270A2 configuration. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas; Camden, Arkansas; and New Boston, Texas, with an estimated completion date of Dec. 30, 2030. Fiscal 2025 missile procurement, Army funds; fiscal 2025 Foreign Military Sales (Finland) funds; and fiscal 2024 cooperative partner (United Kingdom and Italy) funds in the amount of $214,364,537, were obligated at the time of the award. Army Rapid Capabilities and Critical Technologies Office, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-25-C-0007).

Parsons Government Services Inc., Pasadena, California, was awarded a $169,433,270 firm-fixed-price contract for design and construction of a new ammonium nitrate solution tank farm facility at Holston Army Ammunition Plant. Bids were solicited via the internet with two received. Work will be performed in Kingsport, Tennessee, with an estimated completion date of May 31, 2029. Fiscal 2025 procurement of ammunition, Army funds in the amount of $169,433,270 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-25-C-4007).

Laboratory Corp. of America, Burlington, North Carolina, was awarded a $117,029,021 modification ( P00011) to contract W81K04-21-D-0001 for clinical reference laboratory testing services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2025.  U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity.

BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $10,338,951 cost-plus-fixed-fee contract for M2A4 and M7A4 fan speed controller and tachometer solutions. Bids were solicited via the internet with one received. Work will be performed in San Jose, California, with an estimated completion date of June 27, 2026. Fiscal 2024 procurement of weapons and tracked combat vehicles, Army funds in the amount of $10,338,951 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-C-0072).

DEFENSE LOGISTICS AGENCY

Travis Association for the Blind,** Austin, Texas, has been awarded a maximum $21,667,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trouser belts. This is a five-year contract with no option periods. The ordering period end date is May 22, 2030. Using customers are Army, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-B008).

Monument Chemical Houston LLC,* Houston, Texas, has been awarded an estimated $18,348,680 firm-fixed-price requirements contract for JP-10 and PF-1 propellants. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. The performance completion date is June 15, 2030. Using customers are Air Force and federal civilian agencies. Type of appropriations is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Joint Base San Antonio, Texas (SPE601-25-D-1507).

AIR FORCE

Data Link Solutions LLC, Cedar Rapids, Iowa, was awarded a $15,773,372 firm-fixed-price, indefinite-delivery, requirements contract for the multifunctional information distribution system low volume terminal and Block Upgrade 2 repairs. The contract provides for repair services for current configuration line and shop replaceable units to ensure terminal-to-terminal interoperability between MIDS and Link-16 terminal platform variants. Work will be performed in Cedar Rapids, Iowa; and Wayne, New Jersey, and is expected to be completed by May 22, 2028. This contract was a sole-source acquisition. No funds are being obligated at the time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8539-25-D-0001).

*Small business
**Mandatory source

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 26, 2025 3:25 pm

Leave a Reply

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

Notify me of updates to this conversation