DoD Contracts: AWS, Boeing, Integration Innovation Inc., Week of 9-8-25 to 9-12-25

Posted by Ashley Jones

9/8

AIR FORCE

Linquest Corp., Herndon, Virginia, has been awarded a Small Business Innovation Research Phase III Task Order, with a not-to-exceed price of $98,715,100, for the development of a collaborative digital engineering ecosystem. This contract provides for the collaborative digital engineering ecosystem known as the Integration Accelerator, as well as analytical and technical decision support to improve and enhance the methodologies, processes, and outcomes related to acquisition and deployment of future Space Force integrated testing and training. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by Sept. 7, 2028. This contract was a sole source acquisition. Fiscal 2024 research, development, test and evaluation funds in the amount of $5,500,000 are being obligated at the time of award. The Space Systems Command, Peterson Space Force Base, Colorado, is the contracting activity (FA2553-25-F-B004).

Aircraft Technologies Inc., San Antonio, Texas, was awarded a $12,295,955 indefinite-delivery/indefinite-quantity contract award for KC-135 increased capacity latrine. This contract provides for increased capacity latrines and spares for the KC-135 fleet. The location of performance is San Antonio, Texas, and the work is expected to be complete by Sept. 7, 2031. This award is the result of a competitive acquisition, and two offers received. Fiscal 2024 National Guard; and Reserve Equipment funds, in the amount of $66,804 are being obligated at the time of award. Tinker Air Force Base, Oklahoma City, Oklahoma, is the contracting activity (FA8105-25-D-B001).

ARMY

Viking Dredging LLC,* Houston, Texas (W912P9-25-D-0014); Dubuque Barge and Fleeting Service Co,* Dubuque, Iowa (W912P9-25-D-0015); Magruder Construction Co. Inc.,* Eolia, Missouri (W912P9-25-D-0016); Ahtna-Brennan JV LLC,* Irvine, California (W912P9-25-D-0017); Jackson D Summers,* Missouri Valley, Iowa (W912P9-25-D-0018); King Co. Inc.,* Holland, Michigan (W912P9-25-D-0019); Next Generation Logistics LLC,* New Orleans, Louisiana (W912P9-25-D-0020); and Davinroy Mechanical Contractor Inc.,* Belleville, Illinois (W912P9-25-D-0021), will compete for each order of the $50,000,000 firm-fixed-price contract for operations and maintenance dredging for the U.S. Army Corps of Engineers, St. Louis District. 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. 7, 2030. U.S. Army Corps of Engineers, St. Louis District, is the contracting activity.

Olgoonik General LLC, Anchorage, Alaska, was awarded a firm-fixed-price contract (W9127S-25-D-A004) for various minor construction projects. The amount of this action is $45,000,000. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 7, 2030. U.S. Army Corps of Engineers, Little Rock District, is the contracting activity.

Red Bison Services LLC, Kenner, Louisiana, was awarded a $20,102,000 firm-fixed-price contract for flood control work as part of the Comite River Diversion Project in East Baton Rouge Parish, Louisiana. The amount of this action is $20,102,000. Bids were solicited via the internet with 11 received. Work will be performed in East Baton Rouge, Louisiana, with an estimated completion date of Oct. 30, 2027. Fiscal 2025 construction, Corps of Engineers, civil funds in the amount of $20,102,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans District, is the contracting activity (W912P825C0021).

Dimco Inc.,* Vicksburg, Mississippi (W912EE-25-D-A009); EMC Inc.,* Grenada, Mississippi (W912EE-25-D-A010); and Prairie Engineers P.C.,* Columbia, Illinois (W912EE-25-D-A011), will compete for each order of the $15,000,000 firm-fixed-price contract to provide professional services for automated hydrographic and topographic surveying in support of maintenance dredging and mat sinking operations. 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 Sept. 30, 2030. U.S. Army Corps of Engineers, Vicksburg District, is the contracting activity.

KZF Design Inc., Cincinnati, Ohio, was awarded a $10,598,321 firm-fixed-price contract for architect-engineer, design, and support services for the new Antilles Middle/High School in Fort Buchanan, Puerto Rico. The total cumulative face value of the contract is $12,439,710. Work will be performed in Bayamon, Puerto Rico, with an estimated completion date of Oct. 17, 2029. Fiscal 2025 military construction, defense-wide funds in the amount of $10,598,321 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk District, is the contracting activity (W9123624D6001).

NAVY

Sierra Nevada Co. (SNC) LLC, Sparks, Nevada, is awarded a $30,648,550 hybrid indefinite-delivery/indefinite-quantity contract in support of Multi-Function Electronic Warfare (MFEW) Family of Systems (FoS). This contract provides for MFEW maintenance and repair services, additional SNC produced MFEW systems, spare parts for the new and upgraded MFEW FoS inventory, and engineering support services for MFEW systems. Work will be performed in Sparks, Nevada, and is expected to be completed in September 2030. The maximum dollar value is $30,648,550. Fiscal 2025 operation and maintenance (Marine Corps) funds in the amount of $499,998 were obligated under an initial task order award at the time of this base contract award. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-25-D-2056).

Raytheon Co., Tewksbury, Massachusetts, is awarded a $26,947,406 firm-fixed-price modification to previously awarded contract N00024-22-C-5501 for spare parts procurement in support of the Dual Band Radar systems installed aboard Gerald R. Ford-class and Zumwalt-class ships. Work will be performed in Andover, Massachusetts (40%); Tewksbury, Massachusetts (20%); Portsmouth, Massachusetts (20%); and Marlborough, Massachusetts (20%). Work is expected to be completed by September 2028. Fiscal 2025 other procurement (Navy) funds in the amount of $26,947,406 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.

NCS Technologies Inc.,* Manassas, Virginia, is awarded a $25,551,907 firm-fixed-price delivery order issued against NASA Solutions for Enterprise-Wide procurement (SEWP) indefinite-delivery/indefinite-quantity contract NNG15SD85B. This procurement is for Phase Three of the fiscal 2025 enterprise-wide general purpose laptops (GPLs) with docking stations refresh for the Marine Corps. The order includes a total requirement for 37,754 GPLs, all options will be exercised with the base award. The GPLs will be delivered to Enterprise Staging and Delivery in Norfolk, Virginia. Delivery is expected to be completed by June 30, 2026.  Fiscal 2023 procurement (Marine Corps) (PMC) funds in the amount of $96,105; fiscal 2024 PMC funds in the amount of $13,536; and fiscal 2025 PMC funds in the amount of $25,442,265, will be obligated under this delivery order award. Fiscal 2023 PMC contract funds in the amount of $96,105 will expire at the end of the current fiscal year. This contract was competitively procured as a 100% set-aside for small business competition via the NASA SEWP website.  Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-25-F-4061). 

Kratos Technology and Training Solutions Inc., San Diego, California, was awarded a $22,542,537 firm-fixed-price contract for logistics, instructor, and integrated product support, as well as a comprehensive technical hardware and software refresh and upgrade for the Royal Saudi Naval Forces Naval Tactical Team Trainers in support of various air, ground, and weapons training systems and equipment. Work will be performed in Orlando, Florida (52%); Jeddah, Saudi Arabia (24%); and Jubail, Saudi Arabia (24%), and is expected to be completed July 2030. Foreign Military Sales customer funds in the amount of $22,542,537 will be obligated at the time of the award, none of which expire at the end of the current fiscal year. This contract was competed, one offer was received. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134025C0017). (Awarded on Sept. 4, 2025)

DEFENSE LOGISTICS AGENCY

Simulation Technologies Inc., Huntsville, Alabama, has been awarded a minimum $24,832,068 firm-fixed-price delivery order (SPRRA2-25-F-0179) against a two-year long-term, indefinite-delivery/indefinite-quantity contract (SPRRA2-25-D-0018) under solicitation SPRRA2-25-R-0083 for environmental control units and power control modules. This was a competitive acquisition with two responses received. This is a two-year contract with no option periods. The delivery order completion date is March. 31, 2027. Using customers are Army and federal civilian agencies. Type of appropriation is fiscal 2025 Army procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.

Englobal Government Services Inc., Tulsa, Oklahoma, has been awarded a maximum $7,555,561 firm-fixed-price task order (SP4706-25-F-0052) against a five-year contract (SP4706-24-D-0003) for refresh and installation of an automated fuel handling system at Fleet Logistics Center, Yokosuka (Yokose), Japan. This was a competitive acquisition with four responses received. This is a two-year six-month task order with no option periods. The performance completion date is March 31, 2028. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio.

*Small business

9/9

AIR FORCE

Raytheon Co., Tucson, Arizona, has been awarded a $760,000,000 cost plus fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract in support of Advance Medium Range Air-to-Air Missiles (AMRAAM). This contract will allow for the mitigation of obsolescence in support of efforts that cover production, sustainment, and development of the AMRAAM. Work will be performed at Tucson, Arizona and is expected to be completed by Sept. 7, 2030. This contract involves Foreign Military Sales (FMS) to Canada, Taiwan, Sweden, Czech Republic, Korea, Kuwait, Japan, Finland, Germany, the United Kingdom, Portugal, Italy, Netherlands, Saudi Arabia, Norway, Belgium, Australia, Turkey, Spain, and Lithuania. Fiscal 2025 Air Force missile procurement funds in the amount of $1,058,951; fiscal 2025 Navy weapons procurement funds in the amount of $144,402; and FMS funds in the amount of $346,685, are being obligated at the time of award. This award is the result of a sole source acquisition; one solicitation was mailed, and one offer was received. The Weapons Superiority Contracting Branch, Robins Air Force Base, Georgia, is the contracting activity (FA8556-25-D-B001). (Awarded Sept. 8. 2025)

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $14,100,000,000 ceiling value indefinite-delivery/indefinite-quantity contract for the International Remotely Piloted Aircraft IDIQ Solution (IRIS) to support the MQ-9 enterprise. This contract provides for the development, procurement, retrofit, sustainment, and any other activities related to the MQ-9 platform. The location of performance is Poway, California, and work is expected to be complete by Dec. 31, 2031. This contract involves Foreign Military Sales (FMS) to India, and potential future FMS customers. This award is the result of a sole source acquisition. FMS funds in the amount of $108,279,000 are being obligated on the first delivery order (FA8689-25-F-B010) at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8689-25-D-B001).

NAVY

The Applied Research Laboratory, University of Texas at Austin (ARL:UT), Austin, Texas, was awarded a $390,000,000 cost-plus-fixed-fee modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00024-17-D-6421) increasing its ceiling to provide research, development, engineering, and test and evaluation for programs throughout the Department of Defense (DOD) within its approved core competency areas of: characteristics of the medium, high frequency sonar, acoustic and electromagnetic properties, signal and information processing and display, navigation and precise location, Command, Control, Communications, Computers, and Intelligence Information Warfare, and mission related and public service oriented research. Work will be performed in Austin, Texas, and is expected to be completed by September 2027. Funds of multiple different appropriation types and years from program offices and components throughout the DOD may be obligated on individual task orders for efforts that fall within the ARL:UT core competency areas. Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

ISPA Technology LLC,* Lithia, Florida, is awarded a $74,274,672 indefinite-delivery/indefinite-quantity contract for the production and lifecycle support for the Tactical Shore, Afloat, and Expeditionary C4I Tactical Data Center (TDC) Command and Control (C2) as part of the Joint Expeditionary Command and Command Control Family of Systems (JEXC2 FoS). The TDC C2 capability is designed to align with the Navy’s Application Arsenal goals to speed the delivery of new capabilities and software updates to the fleet. TDC architecture creates the ability for on-demand applications, continuous cyber compliance, and remote administration of deployed systems. Additionally, this requirement will assist JEXC2 systems with the transition to production and integration for usage at scale by Fleet users across the JEXC2 FoS. This contract includes option periods which, if exercised, would bring the cumulative value of this contract to $74,274,672. Work will be performed in Panama City, Florida, and is expected to be completed by August 2030. If all options are exercised, work will continue through August 2030. Fiscal 2025 other procurement (Navy) funds in the amount of $1,000,000 will be obligated at time of award of the first delivery order and will expire at the end of the current fiscal year. This contract was not competitively procured via the Sam.gov, in accordance with 10 U.S. Code 4022(f)(2)(A)(B) and Defense Federal Acquisition Regulation Supplement 206.001-70 Exception for prototype projects for follow-on production contracts. Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity (N61331-25-D-0005).

Northrop Grumman Corp., Charlottesville, Virginia, is awarded a $25,729,881 cost-plus-incentive-fee, firm-fixed-price, cost-plus-fixed-fee, and cost modification to a delivery order under a previously awarded contract (N00024-20-D-5230) for the low-rate initial production and engineering of surface navigation processor module configurations and associated maintenance assistance module kits. Work will be performed in Charlottesville, Virginia (89%); Baltimore, Maryland (6%); Salt Lake City, Utah (1%); Annapolis, Maryland (1%); Sykesville, Maryland (1%); Rolling Meadows, Illinois (1%); and Woodland Hills, California (1%), and is expected to be completed by February 2028. Fiscal 2025 other procurement (Navy) funds in the amount of $6,302,168 (25%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $6,094,370 (24%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $5,705,421 (23%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $3,436,133 (14%); fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $3,047,185 (12%); and fiscal 2024 other procurement (Navy) funds in the amount of $388,948 (2%), will be obligated at the 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.

Huntington Ingalls Inc., Pascagoula, Mississippi, was awarded a $14,158,049 cost-plus-incentive-fee modification to a previously awarded contract (N00024-23-C-2324) for the USS Zumwalt (DDG 1000) modernization period execution. Work will be performed in Pascagoula, Mississippi (95%); and other locations each less than 1% (totaling 5%), and is expected to be completed by May 2026. No additional funding will be obligated at the time of award. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Integration Innovation Inc.,* Huntsville, Alabama, is being awarded a $7,718,644 cost-plus-fixed-fee contract for analysis, evaluation, and development of techniques and technologies for electronic attack and high-power microwave synergistic interactions in high-power electronic warfare scenarios. This contract includes options which, if exercised, would bring the cumulative value of this contract to $36,760,191. Work will be performed in Huntsville, Alabama, and is expected to be completed by September 2030. Fiscal 2024 research, development, test and evaluation funding in the amount of $15,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured with one offer received in response to the U.S. Naval Research Laboratory’s Broad Agency Announcement, (N0017324SBA01). The U.S. Naval Research Laboratory, Washington, D.C., is the contracting activity (N0017325C2435).

DEFENSE LOGISTICS AGENCY

MM Manufacturing LLC,*** Lajas, Puerto Rico (SPE1C1-25-D-0085, $153,697,392); and Aurora Industries LLC,**** Orocovis, Puerto Rico (SPE1C1-25-D-0086, $146,133,800), have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE1C1-25-R-0003 for various types of combat uniform unisex coats and trousers. This was a competitive acquisition with 16 responses received. These are five-year contracts with no option periods. The ordering period end date is Sept 4, 2030. Using military services are Army and Air Force. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

American Apparel Inc.,* Selma, Alabama, has been awarded a maximum $21,917,087 modification (P00029) exercising the fourth one-year option period of a one-year base contract (SPE1C1-21-D-1481) with four one-year option periods for various types of coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 28, 2026. Using military services are Army and Air Force. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

American Polymer LLC,** Vernon, California, has been awarded a maximum $7,536,615 modification (P00019) exercising the third one-year option period of a one-year base contract (SPE1C1-23-D-0001) with four one-year option periods for blouses and trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is New Jersey, with a Sept.13, 2026, ordering period end date. Using military service is Marine Corps. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

CORRECTION: The contract announced on Aug. 28, 2025, for Sysco Central Alabama, Calera, Alabama (SPE300-25-D-3020), for $33,103,659 was announced with an incorrect award date. The correct award date is Sept. 4, 2025.

UPDATE: Red One Medical Devices LLC,** doing business as Red One Medical, Savannah, Georgia (SPE2DE-25-D-0015, $450,000,000), has been added as an awardee to the multiple award contract for medical and surgical supplies for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-22-R0017 and awarded Sept. 28, 2023. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ARMY

Korte Construction Co., doing business as The Korte Co., St. Louis, Missouri, was awarded a $106,114,818 firm-fixed-price contract for the Disaster Resiliency Program Phase Two, Creech Air Force Base, Nevada. This one-phase design-build construction contract includes the design and construction of a 79,335-square-foot aircraft maintenance facility hangar, a 4,429-square-foot covered aerospace ground equipment storage yard, a 204-square-foot hazardous material storage area, and 100,167 square feet of airfield pavements to support the Disaster Resiliency Program mission sets. The amount of this action is $106,114,818. Bids were solicited via the web with one received. Work will be performed in Indian Springs, Nevada, with an estimated completion date of Oct. 10, 2027. Fiscal 2025 other procurement, Air Force funds in the amount of $106,114,818 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles District, is the contracting activity (W912PL-25-C-A011).

Cam Lock Ltd., Aldershot, United Kingdom, was awarded a $97,917,545 firm-fixed-price contract for the manufacturing and procurement of Hybrid Summer Flyers gloves to support the Uniform Integrated Protection Ensemble Family of Systems Gloves, Aviation Glove Program. This contract includes a five-year base period with two one-year options. The amount of this action is $97,917,545. Bids were solicited via the web with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 4, 2032. Army Contracting Command, Aberdeen Proving Ground, Natick Division, is the contracting activity (W911QY-25-D-A006). 

Right Way Environmental,* Barranquitas, Puerto Rico, was awarded a $21,531,004 firm-fixed-price contract for construction support services at the La Chuleta Material Management Area in San Juan, Puerto Rico. Bids were solicited via the web with four received. Work will be performed in San Juan, Puerto Rico, with an estimated completion date of Sept. 8, 2030. Fiscal 2025 construction, Corps of Engineers, civil funds in the amount of $21,531,004 were obligated at the time of the award. U.S. Army Corps of Engineers, Caribbean District, is the contracting activity (W51DQV-25-C-A002). 

L3 Communications Corp. Communication Systems West, Salt Lake City, Utah, was awarded a $9,841,809 modification (PX0013) to contract W58RGZ-11-C-0023 to settle a claim resulting from a termination for convenience. The original contract, awarded on Nov. 2, 2010, and completed on March 15, 2015, was for the Kiowa L2MUM B-Kit. The modification brings the total cumulative face value of the contract to $47,659,631. Work will be performed in Salt Lake City, Utah, with an estimated completion date of Sept. 30, 2025. Fiscal 2023 aircraft procurement, Army funds in the amount of $9,841,809 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

*Small business
**Service-disabled veteran-owned small business
***Women-owned small business in historically underutilized business zones
****Small-disadvantaged business

9/10

NAVY

BL Harbert International LLC,** Birmingham, Alabama (N62742-25-D-1339); Black Construction– Tutor Perini JV,** Harmon, Guam (N62742-25-D-1340); Conti Federal Services, LLC,** Orlando, Florida (N62742-25-D-1341); Core Tech-HDCC-Kajima LLC,** Tamuning, Guam (N62742-25-D-1342); ECC Expeditionary Constructors LLC,** Burlingame, California (N62742-25-D-1343); Gilbane Federal JV,** Providence, Rhode Island (N62742-25-D-1344); Granite-Obayashi 3, A JV,** Watsonville, California (N62742-25-D-1345); Hensel Phelps Construction Co.,** Honolulu, Hawaii (N62742-25-D-1346); Nan Inc.,** Honolulu, Hawaii (N62742-25-D-1347); and SLSCO Ltd.,** Galveston, Texas (N62742-25-D-1348), are awarded a combined $15,000,000,000 indefinite-delivery/indefinite-quantity, multiple award contract for construction projects primarily located in Guam; and other areas under the cognizance of Naval Facilities Engineering Systems Command Pacific area of responsibility. SLSCO Ltd. is awarded a $41,825,700 firm-fixed-price task order for the construction of a low-rise school age center facility. Work will be performed in Andersen Air Force Base, Guam, and is expected to be completed by August 2028. Fiscal 2025 military construction (Navy) funds in the amount of $41,825,700 will be obligated on this award which will not expire at the end of the current fiscal year. All other awardees are awarded a $25,000 minimum contract guarantee. Fiscal 2025 military construction (Navy) funds in the amount of $225,000 will be obligated to all other awardees at time of award and will not expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. The term of the contract is not to exceed 96 months with an expected completion date of September 2033. This acquisition was competitively procured via the SAM.gov website with 13 proposals received. These 10 contractors may compete for task orders under the terms and conditions of the awarded contracts. Naval Facilities Engineering Systems Command Pacific, Hawaii, is the contracting activity.

CBRE/JJ UK JV LLC, Franklin, Tennessee (N40084-25-D-0084); DGC JV, Montrose, Colorado (N40084-25-D-0085); ECC Diego Garcia LLC, Burlingame, California (N40084-25-D-0086); MVL Diego Garcia JV LLC, Lansing, Michigan (N40084-25-D-0087); and Black Construction/MACE International JV, Harmon, Guam (N40084-25-D-0088), are awarded a combined $1,500,000,000 indefinite-delivery/indefinite-quantity contract for new construction, renovation and modernization, and routine repair and maintenance projects at Navy Support Facility, Diego Garcia, British Indian Ocean Territory (B.I.O.T.). Black Construction/MACE International JV will be awarded $6,077,681 for the seed project. All remaining awardees will be awarded $100,000 each for the minimum contract guarantee at contract award. The maximum combined dollar value, including the base period of five years, and one option period of three years, for all five contracts is $1,500,000,000. Work will be performed at U.S. Navy Support Facility, Diego Garcia, B.I.O.T., and is expected to be completed by September 2033. Future task orders will be primarily funded by operation and maintenance O&M) (Navy); and Navy working capital contract funds. Fiscal 2025 O&M (Navy) funding in the amount of $6,477,681 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website with five offers received. NAVFAC Far East, Commander Fleet Activities Yokosuka, Japan, is the contracting activity.

ARMY

CDW Government LLC, Vernon Hills, Illinois (W519TC-25-D-A012); CTG Federal LLC,* Reston, Virginia (W519TC-25-D-A013); Wildflower International LTD,* Santa Fe, New Mexico (W519TC-25-D-A014); New Tech Solutions,* Fremont, California (W519TC-25-D-A015); Braxton-Grant Technologies,* Hanover, Maryland (W519TC-25-D-A016); Trace3 Government LLC,* Colorado Springs, Colorado (W519TC-25-D-A017); World Wide Technology LLC, St. Louis, Missouri (W519TC-25-D-A018); Lyme Computer Systems Inc.,* Lebanon, New Hampshire (W519TC-25-D-A019); BEAMITNTS Corp,* Walnut Creek, California (W519TC-25-D-A021); IMPRES Technology Solutions Inc.,* Round Rock, Texas (W519TC-25-D-A023); GovConnection Inc., Rockville, Maryland (W519TC-25-D-A024); MicroTechnologies LLC,* Delray Beach, Florida (W519TC-25-D-A025); Koi Computers,* Downers Grove, Illinois (W519TC-25-D-A026); Anacapa Micro Products Inc.,* Oxnard, California (W519TC-25-D-A027); VAE Inc.,* Springfield, Virginia (W519TC-25-D-A029); Blue Tech Inc.,* San Diego, California (W519TC-25-D-A030); Transource Service Corp,* Phoenix, Arizona (W519TC-25-D-A031); CACI idt LLC, Ashburn, Virginia (W519TC-25-D-A033); Affigent LLC,* Herndon, Virginia (W519TC-25-D-A034); American Wordata Inc. (AWData),* Tampa, Florida (W519TC-25-D-A035); GovTec Ventures LLC,* Annapolis, Maryland (W519TC-25-D-A036); CounterTrade Products Inc.,* Arvada, Colorado (W519TC-25-D-A037); Dell Federal Systems LP, Round Rock, Texas (W519TC-25-D-A038); Presidio Government Solutions LLC, Reston, Virginia (W519TC-25-D-A039); Strategic Communications LLC,* Louisville, Kentucky (W519TC-25-D-A040); Dynamic Systems Inc.,* El Segundo, California (W519TC-25-D-A041); iT1 Source LLC,* Tempe, Arizona (W519TC-25-D-A042); Insight Public Sector Inc., Chandler, Arizona (W519TC-25-D-A043); GovSmart Inc.,* Charlottesville, Virginia (W519TC-25-D-A044); Better Direct LLC,* Tempe, Arizona (W519TC-25-D-A045); Integrated Technologies Group Inc.,* Falls Church, Virginia (W519TC-25-D-A046); FedData Technology Solutions LLC,* Annapolis Junction, Maryland (W519TC-25-D-A047); Epoch Concepts LLC,* Littleton, Colorado (W519TC-25-D-A048); Software Information Resource Corp.,* Washington, D.C. (W519TC-25-D-A049); Paragon Micro Inc.,* Buffalo Grove, Illinois (W519TC-25-D-A050); FCN Inc.,* Rockville, Maryland (W519TC-25-D-A051); Atlantic Diving Supply Inc.,* Virginia Beach, Virginia (W519TC-25-D-A052); iGov Technologies Inc.,* Reston, Virginia (W519TC-25-D-A053); Blazar Technology Solutions LLC,* Gardnerville, Nevada (W519TC-25-D-A054); Iron Bow Technologies LLC, Herndon, Virginia (W519TC-25-D-A055); Red River Technology LLC, Chantilly, Virginia (W519TC-25-D-A056); Sterling Computers Corp.,* North Sioux City, South Dakota (W519TC-25-D-A057); ACE Computers (JC Technology),* Des Plaines, Illinois (W519TC-25-D-A058); Optivor Technologies LLC,* Orlando, Florida (W519TC-25-D-A059); Copper River Technologies LLC,* Anchorage, Alaska (W519TC-25-D-A062); Swish Data Corp.,* McLean, Virginia (W519TC-25-D-A064); NCS Technologies Inc.,* Manassas, Virginia (W519TC-25-D-A066); Norseman Defense Services Inc.,* Elkridge, Maryland (W519TC-25-D-A067); and ThunderCat Technology LLC,* Reston, Virginia (W519TC-25-D-A070), will compete for each order of the $10,000,000,000 firm-fixed-price contract for Information Technology Enterprise Solutions-4 Hardware (ITES-4H). Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2035. Army Contracting Command, Rock Island, Illinois, is the contracting activity.

RSE Inc.,* New Baltimore, Michigan, was awarded a $36,014,711 firm-fixed-price contract for high-efficiency gas adsorbers. Bids were solicited via the web with one received. Work locations and funding will be determined with each order, with an estimated completion date of March 9, 2031. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91ZLK-25-D-0006).

Amazon Web Services Inc., Seattle, Washington, was awarded a $16,604,329 modification (P00015) to contract W519TC-24-F-A004 for cloud computing and storage. Work will be performed in Seattle, Washington, with an estimated completion date of Nov. 21, 2025. Fiscal 2025 operation and maintenance, Army funds in the amount of $16,604,329 were obligated at the time of the award. Army Contracting Command, Rock Island, Illinois, is the contracting activity.

Great Lakes Dock and Materials LLC,* Muskegon, Michigan, was awarded a $9,257,575 firm-fixed-price contract for marine construction. Bids were solicited via the web with three received. Work will be performed in Grand Haven, Michigan, with an estimated completion date of Oct. 30, 2027. Fiscal 2022 civil construction funds in the amount of $9,257,575 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit District, is the contracting activity (W911XK-25-C-A034).

AIR FORCE

UES Inc., Dayton, Ohio, has been awarded a $499,999,999 indefinite-delivery/indefinite-quantity and two cost-plus-fixed-fee task orders valued at $148,419,093 and $98,677,956, for research within the High-Performance Electromagnetic Spectrum Survivable Materials Advancement program. This contract provides for research on the effects of, and interactions produced by, electromagnetic spectrum sources on materials, components, and systems in configurations of interest to the Department of the Air Force and the Department of War in both air and space domains. Work will be performed at Dayton, Ohio, and is expected to be completed by Sept. 1, 2033. This contract was a competitive acquisition, and two offers were received. Fiscal 2025 research, development, test and evaluation funds in the amount of $1,420,000 are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA2394-25-D-B001; FA2394-25-F-B010; FA2394-25-F-B011). 

The Boeing Co., Long Beach, California has been awarded a $282,477,510 modification (P00024) to previously awarded (FA8526-21-D-0001) for C-17 Globemaster III sustainment for Ordering Period Five landing gear spares. The modification brings the total cumulative face value of the contract from $7,597,672,417 to $7,880,149,927. Work will be performed at various locations including but not limited to Long Beach, California; San Antonio, Texas; Robins Air Force Base, Georgia; Charleston, South Carolina; McCord Air Force Base, Washington; and various locations around the globe, and is expected to be completed by Oct. 31, 2027. This contract involves Foreign Military Sales (FMS) to Australia, Canada, India, Kuwait, the NATO Airlift Management Program, Qatar, the United Arab Emirates, and the United Kingdom. Fiscal 2025 operations and maintenance funds in the amount of $228,036,388; and FMS funds in the amount of $54,441,122, are being obligated at the time of award. The Air Force Lifecycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

AR6 Construction & Engineering, New Braunfels, Texas (FA3020-25-D-0005); G.M. Hill Engineering Inc., Jacksonville, Florida (FA3020-25-D-0006); GUY-JDA JV, Tulsa, Oklahoma (FA3020-25-D-0007); and MDLE LLC, Charlottesville, Virginia (FA3020-25-D-0008), were awarded an indefinite-delivery/indefinite-quantity contract with a ceiling amount of $9,900,000. This contract provides for a contracting vehicle for Sheppard Air Force Base, Texas, to expedite architectural-engineering services. Work will be performed at Sheppard AFB, Texas; Sheppard Annex, Lake Texoma, Texas; and Frederick Airfield, Oklahoma, and is expected to be completed by Sept. 9, 2030. These contracts were competitive acquisitions and six offers were received. Fiscal 2025 operations and maintenance funds in the amount of $233,371 are being obligated at time of award. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Parsons Government Services Inc., Centreville, Virginia, has been awarded a $30,989,406 modification (P00023) to cost-plus-fixed-fee contract HR001122C0027 for additional work within scope of the Blackjack program. The modification brings the total cumulative face value of the contract to $49,368,687 from $18,379,281. Work will be performed in Colorado Springs, Colorado (83%); Centennial, Colorado (8%); Los Gatos, California (7%); Florham Park, New Jersey (1%); Littleton, Colorado; Lafayette, Colorado; and Denver, Colorado (totaling 1%), with an expected completion date of October 2028. Fiscal 2025 research and development funds in the amount of $2,538,000 are being obligated at the time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

Leisnoi Professionals Services LLC, Anchorage, Alaska, has been awarded a $12,377,632 firm-fixed-price contract (HQ003425CE092). The amount of this action is. Fiscal 2025 operations and maintenance funds in the amount of $8,728,231 are being obligated at the time of the award.  The purpose of this contract is to provide services support to the Office of the Chief Digital and Artificial Intelligence Office (OCDAO) as it provides accelerated adoption of data, analytics, and AI to generate decision advantage. The contractor will provide a range of support services to enable OCDAO to accelerate the delivery of data analytics and AI-enabled capabilities, scale for department-wide impact of data analytics and AI to synchronize Department of War data analysis and AI activities to expand Joint-Force advantages. The work will be performed at the Pentagon, Arlington, Virginia. The estimated contract completion date is June 10, 2026. Washington Headquarters Services, Arlington, Virginia, is the contracting activity. 

DEFENSE LOGISTICS AGENCY

Honeywell International, Oro Valley, Arizona, has been awarded a maximum of $9,104,071 firm-fixed-price contract for F-16 transmitters. This was a competitive acquisition with one response received. The performance completion date is July 12, 2027. Using military service is Air Force. Type of appropriation is fiscal 2025, defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation Hill Air Force Base, Utah (SPRHA4‐25-F-0020).

*Small business
**Large business

9/11

NAVY

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $160,094,898 cost-plus-incentive fee modification to previously awarded Contract N00024-21-C-2106 for the USS John C. Stennis (CVN 74) Refueling Complex Overhaul for supplemental work. Work will be performed in Newport News, Virginia, and is expected to be completed by October 2026. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $5,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $67,179,755 cost-plus-incentive-fee, cost-plus-fixed-fee, fixed-price-incentive-fee modification (P00072) to a previously awarded contract (N0001921C0011). This contract action allows for the procurement of recurring depot level maintenance and repair, sustainment support,  program management, financial and administrative activities, propulsion integration, replenishment spare part buys, engineering support, material management, configuration management, product management support, software sustainment, security management, joint technical data updates, and support equipment management for all fielded F135 propulsion systems at the F-35 production sites and operational locations, to include training in support of the F-35 Lightning II aircraft for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) customers, and non-U.S. Department of Defense (DOD) participants. Work will be performed in East Hartford, Connecticut (40%); Oklahoma City, Oklahoma (21%); Indianapolis, Indiana (12%); West Palm Beach, Florida (6%); Windsor Locks, Connecticut (6%); Brekstad, Norway (4%); Leeuwarden, Netherlands (3%); Iwakuni, Japan (3%); Williamtown, Australia (2%); Cameri, Italy (1%); Marham, United Kingdom (1%); and Fort Worth, Texas (1%), and is expected to be completed in November 2025. Fiscal 2025 operations and maintenance (Air Force) funds in the amount of $24,445,035; fiscal 2025 operations and maintenance (Marine Corps) funds in the amount of $17,004,930; fiscal 2025 operations and maintenance (Navy) funds in the amount of $5,320,112; FMS funds in the amount of $6,660,642; and non-U.S. DOD participant funds in the amount of $13,749,035, will be obligated at time of award, $57,303,832 of which will expire at the end of the current fiscal year. The contract being modified was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., Seattle, Washington, is awarded a $39,995,549 cost-plus-fixed-price order (N0001925F0254) against a previously issued basic ordering agreement (N0001921G0006). This order is for procurement of P-8A platform sustainment support, support equipment maintenance, engineering investigations, and integrated maintenance augmentation support in support of the Navy; and the governments of Australia, the United Kingdom, Norway, New Zealand, the Republic of Korea and Germany. Work will be performed in Jacksonville, Florida (25%); Whidbey Island, Washington (15%); Kaneohe Bay, Hawaii (5%); Patuxent River, Maryland (5%); Keflavik, Iceland (5%); Sigonella, Italy (6%); Manama, Bahrain (6%); Kadena, Japan (5%); Misawa, Japan (5%); Seattle, Washington (2.5%); Oceana, Virginia (2.5%); Fayetteville, Tennessee (2.5%); Mesa, Arizona (2.5%); Dayton, Ohio (2.5%); Columbus, Ohio (2.5%); Fort Walton Beach, Florida (2.5%); Huntsville, Alabama (2.5%); and various other locations within the continental U.S. (1%); and outside the continental U.S. (2%), and is expected to be completed in September 2027. Fiscal 2025 Royal Australian Air Force funds in the amount of $270,095; fiscal 2025 Foreign Military Sales funds in the amount of $1,542,027; fiscal 2025 operations and maintenance (Navy) funds in the amount of $15,941,801; and fiscal 2025 other customer funds in the amount of $21,787,216, will be obligated at time of award, $37,729,017 of which will expire at the end of the fiscal year. This order was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

JP Harvey – Stantec JV*, Hampton, Virginia, is awarded a $30,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity contract for general architectural and engineering services for small- to medium-sized facilities projects. Work will be performed at Navy and Marine Corps installations in Washington, D.C., Virginia, and Maryland, within the Naval Facilities Engineering Systems Command, Washington area of operations. The work is expected to be completed by Sept. 30, 2030. The maximum dollar value, including the base period and one option period, is $30,000,000. Fiscal 2025 operations and maintenance, Navy funds in the amount of $10,000 will be obligated at time of award for the minimum guarantee and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website, with 16 offers received. Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity (N40080-25-D-1001).

Raymond Pond Federal Solutions JV LLC,* Conyers, Georgia, is awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for general architectural and engineering services for small- to medium-sized facilities projects. Work will be performed at Navy and Marine Corps installations in Washington, D.C., Virginia, and Maryland, within the Naval Facilities Engineering Systems Command Washington area of operations. The work is expected to be completed by Sept. 30, 2030. The maximum dollar value, including the base period and one option period, is $30,000,000. Fiscal 2025 operations and maintenance, Navy funds in the amount of $10,000 will be obligated at time of award for the minimum guarantee and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website, with 16 offers received. Naval Facilities Engineering Systems Command Washington is the contracting activity (N40080-25-D-1002).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $22,166,392 cost-plus-fixed-fee and fixed-price incentive modification (P00058) to a previously awarded contract (N0001920C0032). This modification adds scope to acquire material utilizing U.S. government and F-35 partner funds to support depot stand-up repair capabilities organically. Work will be performed in Fort Worth, Texas (100%), and is expected to be completed in September 2028. Foreign Military Sales customer funds in the amount of $2,207,265; fiscal 2025 award approval sheet foreign partner funds in the amount of $3,790,422; fiscal 2025 operations and maintenance (Air Force) funds in the amount of $9,441,487; fiscal 2025 operations and maintenance (Marine Corps) funds in the amount of $5,188,998; and fiscal 2025 operations and maintenance (Navy) funds in the amount of $872,168, will be obligated at time of award, none of which will expire at the end of the fiscal year. This contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Vertex Modernization and Sustainment LLC, Indianapolis, Indiana, is being awarded a $20,216,722 modification to increase contract ceiling on a previously awarded cost-plus-fixed-fee, indefinite-quantity/indefinite-delivery contract (N00039-17-D-0004) for Environmental Satellite Receiver Processor (ESRP) specialized engineering support services. No funding will be placed on contract and obligated at the time of award. The ESRP system provides real-time direct readout of environmental data to the meteorology and oceanography (METOC) personnel to support mission planning and execution in all warfare areas. The system ingests, stores, processes, and displays raw data from multiple national and international (polar and geostationary) METOC environmental satellite families for mission planning and execution. This modification will allow for continued procurement of highly specialized engineering services to analyze and implement system functional upgrades, update system documentation, and repair hardware and software for the Navy’s meteorological and oceanographic satellite receiver processor systems. The contract includes a 10-year ordering period. Work will be performed in Indianapolis, Indiana, and is expected to be completed by Jan. 30, 2027. In accordance with 10 U.S. Code 3204(a)(1) – Only One Responsible Source (Federal Acquisition Regulation subpart 6.302-1), this sole-source modification was not competitively procured. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039).

Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is awarded an $18,315,750 cost-plus-fixed-fee contract to provide design agent field engineering services in support of the AN/SPY-1 Series Radar Antenna, which is integrated within the Aegis Combat System. This contract combines purchases for the Navy and the governments of Japan and Spain under the Foreign Military Sales (FMS) program. No FMS (Japan) or FMS (Spain) funds will be obligated at this time. This contract includes options which, if exercised, would increase the cumulative contract value to $74,680,938. Work will be performed in Yokosuka, Japan (23%); San Diego, California (18%); Mayport, Florida (17%); Rota, Spain (12%); Norfolk, Virginia (10%); Seattle, Washington (10%); Pearl Harbor, Hawaii (7%); Port Hueneme, California (2%); and Wallops Island, Virginia (1%), and is expected to be completed by September 2026. If all options are exercised, work will continue through September 2029. Fiscal 2025 other procurement (Navy) funds in the amount of $1,073,776 (57%); and fiscal 2025 operations and maintenance (Navy) funds in the amount of $802,750 (43%), will be obligated at the time of award, of which $802,750 will expire at the end of the current fiscal year. This contract was a sole source acquisition pursuant to 10 U.S. Code 3204(a)(1). Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity (N6339425C0005).

Metron Inc.,* Reston, Virginia, is awarded a cost-plus-fixed-fee contract for the “Research, Development and Transition in Support of Mission Planning” effort. This contract focuses on enhancing the Navy’s mission planning capabilities by integrating advanced Meteorology and Oceanography (METOC) data and probabilistic risk assessments. The research and development effort will improve the Navy’s ability to incorporate physical battlespace factors, including atmospheric effects on the electromagnetic spectrum, space weather and acoustic impacts, into multi-domain mission planning and risk management systems. The contractor will develop algorithms and decision support tools to predict and assess the impacts of uncertain risks on naval operations, considering factors like hazardous weather and sea state conditions and the use of autonomous and remote systems. The program will deliver user-friendly analysis tools and decision aids that provide insights into potential mission and force risks. The project’s approach leverages observed, predicted and derived METOC data to improve fleet operations and decision making. Work will be performed in Reston, Virginia, and is expected to be completed in September 2030. The total cumulative value of this contract, including a 60-month base period with no options, is $9,953,224. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $988,917 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. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N0001425C2209).

Raytheon Co., Tucson, Arizona, is awarded a $7,729,850 cost-plus-fixed-fee modification to previously awarded contract N00024-23-C-5401 to exercise options for design agent and engineering support for the Rolling Airframe Missile (RAM).  Work will be performed in Tucson, Arizona and is expected to be completed by March 2028. Foreign Military Sales (FMS) (Japan) funds in the amount of $5,110,038 (96%); and FMS (Canada) funds in the amount of $199,674 (4%), will be obligated at time of award of which none will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Puerto Rico Apparel Manufacturing Corp.,** Mayaguez, Puerto Rico, has been awarded a maximum $142,479,750 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various types of combat uniform unisex coats and trousers. This was a competitive acquisition with five responses received. This is a five-year contract with no option periods. The ordering period end date is Sept. 10, 2030. Using military services are Army and Air Force. 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-0091).

Draeger Inc. Telford, Pennsylvania, has been awarded a maximum $18,024,786 firm-fixed-price, indefinite-quantity contract for hazard-detecting instruments and apparatus. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. The performance completion date is Sept. 29, 2030. Using military services are Army, Navy, and Air Force. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-25-D-0048).

Propper International Inc., Cabo Rojo, Puerto Rico, has been awarded a maximum $15,340,320 firm-fixed-price, definite-delivery/definite-quantity contract for improved combat vehicle coverall supplies. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(3), as stated in Federal Acquisition Regulation 6.302-3. This is a one-year one-month contract with no option periods. The ordering period end date is Oct. 2, 2026. Using military service is Army. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-C-0005). 

National Industries for the Blind,*** Alexandria, Virginia, has been awarded an estimated $15,142,500 modification (P00017) exercising the third one-year option period of a one-year base contract (SPE1C1-23-D-B002) with four one-year option periods for advanced combat helmet pad suspension system. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 17, 2026. Using military service is Army. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Global Advanced Metals USA Inc.,* Boyertown, Pennsylvania, has been awarded a maximum $8,610,400 firm-fixed-price delivery order (SP8000-25-F-0008) issued against a three-year contract (SP8000-25-D-0005) with no option periods for tantalum ingots. This is a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. The performance completion date is Sept. 4, 2028. Using military services are Army, Navy, Air Force, Marine Corps, and Space Force. Type of appropriation is fiscal 2025 transaction funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus Division #3, Columbus, Ohio.

Sargent Aerospace & Defense LLC, Tucson, Arizona, has been awarded a maximum $8,040,870 firm-fixed-price contract for various direct linear valves. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a four-year nine-month contract with no option periods. The performance completion date is June 1, 2031. Using military service is Navy. Type of appropriation is fiscal 2025 Navy working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-25-C-HT01).

UPDATE: KLS-Martin Limited Partnership,* Jacksonville, Florida (SPE2DF-25-D-0003, $9,000,000) has been awarded as an awardee to the multiple award contract for consumable dental supplies issued against solicitation SPE2DE-20-R-0007 and awarded June 10, 2021. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ARMY

University of South Florida Institute of Applied Engineering Inc., Tampa, Florida, was awarded a cost-plus-fixed-fee contract with a ceiling of $85,000,000 for basic research and development services in information operations, vulnerability/survivability assessment, and analysis. The amount of this action is $85,000,000. 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 Sept. 29, 2030. Army Contracting Command, Aberdeen Proving Ground, Adelphi Division, is the contracting activity.

Teledyne FLIR Defense, Wilsonville, Oregon, was awarded a $27,369,443 firm-fixed-price contract, with a total cumulative face value of $32,098,547, for the commercial Stryker Infantry Carrier Vehicle Recon Kit, accessories, and integration. Bids were solicited via the internet with one received. Work will be performed in Wilsonville, Oregon, with an estimated completion date of Dec. 3, 2028. Fiscal 2025 Foreign Military Sales (Bulgaria) funds in the amounts of $27,369,443 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a $22,896,418 modification (P00016) to contract W909MY-22-C-0023 for the manufacture, assembly, testing, and delivery of 3GEN FLIR Dewar Cooler Benches. The modification brings the total cumulative face value of the contract to $26,182,651. Work will be performed in Melbourne, Florida, with an estimated completion date of Jan. 31, 2028. Fiscal 2025 other procurement, Army funds in the amount of $22,896,418 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

F & R Construction Group Inc., San Juan, Puerto Rico, was awarded a $22,274,324 firm-fixed-price contract for the construction of an advanced skills training barracks. Bids were solicited via the internet with five received. Work will be performed in Fort Buchanan, Puerto Rico, with an estimated completion date of June 10, 2028. Fiscal 2025 military construction funds in the amount of $22,274,324 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville District, is the contracting activity.

American Mine Services LLC, Lafayette, Colorado, was awarded a $9,086,696 firm-fixed-price contract for the replacement of butterfly valves and insulation at the Jennings Randolph Lake Dam. The amount of this action is $9,086,696. Bids were solicited via the internet with four received. Work will be performed in Elk Garden, West Virginia, with an estimated completion date of Sept. 10, 2027. Fiscal 2025 operation and maintenance, Corps of Engineers, civil funds in the amount of $9,086,696 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore District, is the contracting activity.

AIR FORCE

Paetzold Construction Co. Inc., Browns Mills, Jersey City, New Jersey (FA4484-25-D-0018); Ranco Construction Inc., Southampton, New Jersey (FA4484-25-D-0019); and Sequoia Construction Inc., Mt Laurel, New Jersey (FA4484-25-D-0020), were awarded a ceiling $49,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for underground utilities. The work consists of furnishing all labor, materials, equipment, transportation, fuel, supervision, and permits required for the improvement and replacement of utilities. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be completed by March 10, 2030. These contracts were competitive acquisitions and 11 offers were received. No funds are being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity.

Lockheed Martin, Littleton, Colorado, has been awarded a $7,503,606 modification (P00184) to a previously awarded contract (FA8807‐18‐C‐0009), Global Positioning System III Follow-On, for Launch and On-Orbit Support Year One. The modification brings the total cumulative face value of the contract from $4,102,529,136 to $4,110,032,742. Work will be performed at Littleton, Colorado, and is expected to be completed by Dec. 31, 2026. Fiscal 2025 research, development, test and evaluation funds in the amount of $500,000 are being obligated at time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

MISSILE DEFENSE AGENCY

L-3 Communications Integrated Systems L.P., doing business as L3 Aeromet, Tulsa, Oklahoma, is being awarded a $34,573,000 modification (P00019) to a previously awarded indefinite-delivery/indefinite-quantity contract to increase the ceiling. The value of this contract is increased from $172,719,699 to $207,292,700.00. Under this contract, the contractor will provide support for the Airborne Sensors (ABS) Program. These efforts will continue operations and sustainment and mission support of the ABS aircraft and sensor equipment, mission planning and flight test execution, and improvement and modernization efforts. The work will be performed in Tulsa, Oklahoma. The performance period is from Sept. 15, 2025, through Sept. 14, 2026. Fiscal 2025 research, development, test and evaluation funds in the amount of $3,902,032 are being obligated at the task order level with this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0855-21-D-0001).

*Small business
**Women-owned small business
***Mandatory source

9/12

U.S. SPECIAL OPERATIONS COMMAND

Barbaricum LLC, Washington, D.C. (H9240125DE001); Management Services Group Inc., doing business as Global Technical Systems, Virginia Beach, Virginia (H9240125DE002); iGov Technologies Inc., Reston, Virginia (H9240125DE003); and NexTech Solutions LLC, Tampa, Florida (H9240125DE004), were awarded indefinite-delivery/indefinite-quantity contracts with a maximum combined ceiling of $2,390,000,000 for Targeted Requirement Execution (TREX) were awarded to the following companies to provide intelligence, surveillance and reconnaissance related equipment solutions and related incidental development for system integration, hardware and modifications, specialized communications solutions and networks, and signal processing capabilities. The contracts have seven one-year ordering periods and will include fixed-firm-price and cost reimbursable as appropriate for the requirement. Each contract will have an effective date of Oct. 16, 2025, and an ordering period expected to be completed by Oct. 15, 2032. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

AIR FORCE

ASRC Federal Data Network Technologies LLC, Beltsville, Maryland, was awarded a $525,831,923 cost-plus fixed-fee contract action for contract deliverable sustainment. This contract is being issued to procure service and support for the Cyber Support Services 3 program. Most of the work will be performed at Hanscom Air Force Base, Massachusetts, and at various base locations worldwide. The work is expected to be completed by Sept. 11, 2030. This contract was a competitive acquisition and 13 offers were received. Fiscal 2025, operations and maintenance funds, in the amount of $19,688,765 are being obligated at the time of award. The Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA872625CB007).

Connected Alliance LLC, Atlanta, Georgia, has been awarded a $99,000,000 indefinite-delivery/indefinite-quantity contract for aviation energy efficiency improvement for contested logistics risk reduction. This contract provides capability development and process improvement initiatives to generate more lethal and effective airpower. Work will be predominantly performed in Atlanta, Georgia, and is expected to be completed Sept. 11, 2030. This contract was a competitively solicited Commercial Solutions Opening. Fiscal 2025 operations and maintenance funds in the amount of $937,000 are being obligated at the time of award. The Air Force District of Washington contracting directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-25-D-0008).

M1 Support Services, Denton, Texas, has been awarded a $20,162,343 modification (P00031) to previously awarded (FA3002-23-F-0050) for Sheppard aircraft maintenance services. This modification exercises the second option period of a five-year, firm-fixed-price contract for T-6, T-38 Undergraduate Pilot Training, and T-38 Introduction to Fighter Fundamentals aircraft maintenance services. The modification brings the total cumulative face value of the contract from $152,673,285 to $172,835,628. Work will be performed at Sheppard Air Force Base, Wichita Falls, Texas, and is expected to be completed by Sept. 30, 2026. Fiscal 2026 operation and maintenance funds in the amount of $20,162,343 will be obligated at the time of award. The 82d Contracting Squadron, Sheppard AFB, Wichita Falls, Texas is the administrative contracting activity.

DEFENSE LOGISTICS AGENCY

Storz Endoscopy-America Inc., El Segundo, California, has been awarded a maximum $361,497,591 modification (P00040) exercising the five-year option period of a five-year base contract (SPE2D1-20-D-0015) with one five-year option period for patient monitoring and capital equipment. This is a firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 15, 2030. Using customers are Army, Navy, Air Force, Marines Corps, and federal civilian agencies. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Loffredo Gardens Inc.,* Des Moines, Iowa, has been awarded a maximum $240,400,787 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Wisconsin, with a Sept. 7, 2030, ordering period end date. Using customers are Department of Agriculture schools and reservations. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-25-D-S782).

Avfuel Corp., Ann Arbor, Michigan, has been awarded a minimum $40,812,459 fixed-price with economic-price-adjustment contract for fuel support at Jose Aponte De La Torre Airport, Puerto Rico. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-month contract with no option periods. The performance completion date is Feb. 28, 2026. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-25-D-0185).

NATI-Maytag Group LLC,** Lanham, Maryland, has been awarded a maximum $25,850,058 firm-fixed-price contract for government-owned, contractor-operated aircraft and ground fuel services and storage and distribution services at Naval Air Station Pensacola, Florida. This was a competitive acquisition with six responses received. This is a four-year base contract with one five-year option period and one option to extend, not to exceed six months. The performance completion date is Nov. 30, 2029. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603‐25‐C‐5009).

NAVY

Critical Communications, Controls and Instruments LLC, Exeter, New Hampshire, is awarded a $37,833,445 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the build to print procurement and delivery including packaging and shipping of digital integrated launch and recovery television surveillance parts, components, and interim spares effort supporting PMA-251 visual landing aid program for the Navy. Work will be performed in Exeter, New Hampshire, and is expected to be completed in September 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 as a total small business set-aside via Solicitation with two offers received. Naval Air Systems Command, Lakehurst, New Jersey, is the contracting activity (N6833525D0028).

Lockheed Martin Corp., Titusville, Florida, is being awarded an un-priced letter contract N0003025C0100 on a fixed-price-incentive-fee basis with a maximum amount $34,242,050 for long lead material, labor, planning, and scheduling necessary to support fiscal 2026 Trident II (D5) Missile production schedule. Work will be performed in Magna, Utah (68.9%); Camden, Arkansas (15.4%); Joplin, Missouri (4.5%); Elkton, Maryland (3.8%); Biddeford, Maine (1.6%); Inglewood, California (1.6%); East Wenatchee, Washington (1%); and various other locations (less than 1% each totaling 3.2%). Work is expected to be completed Sept. 30, 2030.  Fiscal 2025 weapons procurement (Navy) funds in the amount of $34,242,050 will be obligated on this award and no funds will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole source basis under 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.

Lockheed Martin Aeronautics Co., Fort Worth, Texas, was awarded a $32,033,201 cost-plus-fixed-fee order (N0001925F2083) against a previously issued basic ordering agreement (N0001924G0010). This order provides for the design, development, and establishment of the F-35 NextGen Open Mission services in support of the Mission Planning Enterprise Software, encompassing the usage of modern cloud-based technologies and modern software methodologies for the Joint Strike Fighter Program. Work will be performed in Fort Worth, Texas and is expected to be completed in February 2028. Fiscal 2024 research, development, test and evaluation (Air Force) funds in the amount of $2,000,000; fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $2,000,000; and non-Department of Defense participant funds in the amount of $890,878, will be obligated at the time of award, $4,000,000 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. (Awarded Sept. 11, 2025)

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $31,820,802 cost-plus-incentive-fee modification to a previously awarded contract (N00024-20-C-6117) to exercise options for Navy hardware procurement to support Sonar 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 September 2031. Fiscal 2025 other procurement (Navy) funds in the amount of $27,977,219 (88%); and fiscal 2025 Shipbuilding and Conversion (Navy) funds in the amount of $3,843,583 (12%), 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.

Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $14,808,862 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract shall provide lifecycle, modernization, and in-service support for Rolls-Royce MT30 marine gas turbine engines and its related shipboard auxiliary systems on all applications used throughout the Navy. Work will be performed in Indianapolis, Indiana, and is expected to be completed by September 2031. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured via SAM.gov 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 Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-25-D-4017).

Sports Medicine Research and Testing Laboratory, South Jordan, Utah, is being awarded a $13,128,900 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for performance-enhancing drug and steroid testing in support of the Department of War Drug Demand Reduction Program at Navy and Marine Corps Force Health Protection Command, Portsmouth, Virginia. The contract will include a 36-month ordering period with no options. Work is anticipated to begin September 2025 and is expected to be completed by September 2028. Place of performance for all work for this contract is South Jordan, Utah. Fiscal 2025 operations and maintenance (Navy) appropriations in the contract’s minimum amount of $1,000 will be obligated at time of award and will expire at the end of the current fiscal year on Sept. 30, 2025. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. One company was solicited for this sole-source requirement pursuant to the authority set forth in Federal Acquisition Regulation 6.302-1 with one offer received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, BUMED Directorate, Philadelphia, Pennsylvania, is the contracting activity (N00189-25-DZ033).

HII Fleet Support Group LLC, Virginia Beach, Virginia, was awarded a $11,362,400 cost-plus-fixed-fee delivery order (N62793-25-F-7512) as part of a previously awarded contract (N00024-21-D-4103) for maintenance and operator training, technical and repair support during the USS Harry S. Truman (CVN 75) Refueling Complex Overhaul for the maintenance, operation, repair, training, and testing of the following equipment: aircraft elevators, weapons elevators, deck edge doors, hangar bay divisional doors and vertical package conveyors and associated handling equipment/systems. Work will be performed in Newport News, Virginia, and is expected to be completed by September 2026. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $11,362,400 was obligated at the time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity. (Awarded Sept. 10, 2025)

Black Hills Ammunition Inc., Rapid City, South Dakota, is awarded a $7,500,000 firm-fixed price, indefinite-delivery/indefinite-quantity contract for 5.56mm long range ammunition special ball cartridges, MK262 MOD 1, AA53. This contract does not include options. Work will be performed in Rapid City, South Dakota, and is expected to be completed by August 2030. Fiscal 2024 procurement of ammunition (Navy and Marine Corps) funds in the amount of $630,678 will be obligated at the time of award which will not expire at the end of the current fiscal year. This contract was competitively procured on the basis of small business set-aside via the SAM.gov website with five offers received. Naval Surface Warfare Center, Crane Division, Crane, Indiana is the contract activity (N0016425DS004).

U.S. TRANSPORTATION COMMAND

1st Cargo Inc., Jacksonville, Florida (HTC71121DR039/P00010), has been awarded a modification to a firm-fixed-price, indefinite-delivery/indefinite-quantity contract, with a face value of $28,791,371. This brings the total cumulative face value of the contract to $143,526,937. This modification is to obtain continued transportation services to move repairable parts for Naval Supply Systems Command Advanced Traceability and Control Program. The option period of performance is from Sept. 29, 2025, to Sept. 28, 2026. Working Capital Funds (Navy) will be obligated for fiscal 2026. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Sept. 11, 2025)

ARMY

Weeks Marine Inc., Covington, Louisiana, was awarded a firm-fixed-price contract for cutterhead dredging services. Bids were solicited via the internet with three received. Work will be performed in Morgan City, Louisiana, with an estimated completion date of Dec. 24, 2025. The amount of this action is $21,181,000, with a total cumulative face value of $38,824,000. Fiscal 2025 civil construction funds in the amount of $21,181,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans District, is the contracting activity (W912P8-25-C-0022).

VRD Contracting Inc.,* Holbrook, New York, was awarded a $14,914,000 firm-fixed-price contract for construction. Bids were solicited via the internet with six received. Work will be performed in Westhampton Beach, New York, with an estimated completion date of March 6, 2027. Fiscal 2022 military construction, defense-wide funds in the amount of $14,914,000 were obligated at the time of the award. The U.S. Property and Fiscal Office, New York, is the contracting activity (W50S8E-25-C-A011). 

DCS Corp., Alexandria, Virginia, was awarded a $12,900,000 cost-plus-fixed-fee contract for systems engineering and technical assistance support. Bids were solicited via the internet with one received. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of Jan. 15, 2026. Fiscal 2025 operation and maintenance, Army funds in the amount of $9,000,000 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-25-C-A018).

Simmonds Precision Products Inc., Vergennes, Vermont, was awarded an $11,666,143 firm-fixed-price contract for the overhaul of electromechanical actuators for the UH-60 Blackhawk. 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 Sept. 11, 2030. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-25-D-0026).

Fiber Business Solutions Group Inc., doing business as G Force,* Norristown, Pennsylvania, was awarded a $10,544,233 firm-fixed-price contract for the supply of a fiber optic cable network, power, and electronics at Letterkenny Munitions Center. Bids were solicited via the internet with one received. Work will be performed in Chambersburg, Pennsylvania, with an estimated completion date of March 15, 2027. Fiscal 2025 Army Working Capital Funds in the amount of $10,544,233 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911N2-25-C-0005).

University of Hawaii, Honolulu, Hawaii, was awarded a $10,211,406 cost-plus-fixed-fee contract for technical and resource services to maintain the essential engineering, research, and development capabilities of the Maui High Performance Computing Center. The amount of this action is $10,211,406, with a total cumulative face value of $91,478,759. Bids were solicited via the internet with one received. Work will be performed in Kihei, Hawaii, with an estimated completion date of Sept. 14, 2030. Fiscal 2025 research, development, test, and evaluation, defense-wide funds in the amount of $1,758,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Engineering Research and Development Center, is the contracting activity (W912HZ-25-C-0035).

Pacific Star Communications Inc., Portland, Oregon, was awarded a $9,246,596 firm-fixed-price contract for the procurement of commercial-off-the-shelf PacStar software licenses. Bids were solicited via the internet with one received. Work will be performed in Portland, Oregon, with an estimated completion date of Aug. 28, 2026. Fiscal 2025 operation and maintenance, Army funds in the amount of $9,246,596 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W58P05-25-C-0005).

CORRECTION: The $106,114,818 firm-fixed-price contract announced on Sept. 9, 2025, to Korte Construction Co., doing business as The Korte Co., Saint Louis, Missouri, for the Disaster Resiliency Program Phase 2 at Creech Air Force Base, Nevada, was announced with the incorrect contract number. The correct contract number is W912PL-25-C-0037.

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

Author

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

    View all posts

Comment

Notify me of updates to this conversation

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, September 16, 2025 3:38 pm