INSIDE THE
NEWS + ADVICE
DoD Contracts: Boeing, Jacobs Technology, Systems Planning and Analysis, Week of 6-2-25 to 6-6-25

6/2
AIR FORCE
Jacobs Technology Inc., Tullahoma, Tennessee, was awarded a $4,000,000,000 ceiling hybrid, indefinite-quantity/indefinite-delivery contract for Space Force range contract. The contract provides for operations, maintenance, sustainment, systems engineering, and integration services support to Space Force objectives for the Eastern and Western ranges serving national security, space exploration, and commercial users. Work will be performed at Patrick Space Force Base, Florida; and Vandenberg SFB, California, to include areas of responsibility, and is expected to be completed by March 31, 2035. This contract was a competitive acquisition and four offers were received. Fiscal 2025 operation and maintenance appropriations funds in the amount of $3,625,190 are being obligated at time of award. The 45th Contracting Squadron, Patrick SFB, Florida, is the contracting activity (FA2521-25-D-0006).
L3 Harris Technologies Integrated Systems L.P., Greenville, Texas, was awarded an $8,894,857 modification (P00024) to a previously awarded contract (FA8750-21-C-1506) for leveraging lower latencies and hardening for great global geo on generic gear software prototype. The modification brings the total cumulative face value of the contract to $17,678,488. Work will be performed at Greenville, Texas, and is expected to be completed by Oct. 31, 2028. Fiscal 2025 research, development, test and evaluation funds in the amount of $562,100 are being obligated at time of award. The Air Force Research Laboratory, Computing Communications and Information Systems Contracting Branch, Rome, New York, is the contracting activity.
CORRECTION: The $419,419,148 KTH Services JV, LLC, Colorado Springs, Colorado, contract that was announced on May 30, 2025, was actually awarded on June 2, 2025.
NAVY
Raytheon Co., Tucson, Arizona, is awarded a $1,100,806,209 modification (P00004) to a previously awarded fixed-price incentive (firm-target) contract (N0001924C0032). This modification exercises options for the production and delivery of AIM-9X production Lot 25 requirements as follows: 1,756 AIM-9X-4 Block II All Up Round Tactical Missiles (492 for the Navy, 456 for the Air Force, and 808 for Foreign Military Sales (FMS) customers); 242 AIM-9X-5 Block II+ All Up Round Tactical Missiles for FMS customers; 187 Captive Air Training Missiles (CATM)-9X-4 (40 for the Navy, 62 for the Air Force, and 85 for FMS customers); 13 Special Air Training Missiles (NATM) (five for the Air Force and eight for FMS customers); six Data Air Test Missiles for FMS customers; 30 Multi-Purpose Training Missile for FMS customers; eight Block I Tactical Sectionalization Kits for the Air Force; seven Block I CATM Sectionalization Kits for the Air Force; 33 Block II Tactical Sectionalization Kit (21 for the Navy, eight for the Air Force, and four for FMS customers); 34 Block II CATM Sectionalization Kits (24 for the Navy, six for the Air Force, and four for FMS customers); 31 Block II Tactical Maintenance Kits (30 for the Navy and one for FMS customers); 28 Block II CATM Maintenance Kits (27 for the Air Force and one for FMS customers), as well as various associated spares, containers, and support equipment. Work will be performed in Tucson, Arizona (36.14%); North Logan, Utah (9.96%); Niles, Illinois (7.83%); Keyser, West Virginia (7.65%); Hillsboro, Oregon (4.71%); Midland, Ontario, Canada (3.17%); Heilbronn, Germany (2.58%); Goleta, California (2.5%); Simsbury, Connecticut (2.49%); Anaheim, California (2.39%); Minneapolis, Minnesota (2.10%); Murrieta, California (2.10%); Valencia, California (1.68%); San Diego, California (1.57%); Kalispell, Montana (1.56%); St. Albans, Vermont (1.21%); Anniston, Alabama (1.15%); San Jose, California (1.12%); Cincinnati, Ohio (1.03%); and various other locations within the continental U.S. (7.06%), and is expected to be complete by October 2028. Fiscal 2025 weapons procurement (Navy) funds in the amount of $490,708,962; fiscal 2025 missile procurement funds in the amount of $183,651,109; fiscal 2025 operations and maintenance funds in the amount of $2,082,840; fiscal 2025 research, development, test and evaluation (Air Force) funds in the amount of $952,404; fiscal 2025 research, development, test and evaluation funds in the amount of $664,351; fiscal 2024 missile procurement (Air Force) funds in the amount of $55,470,485; fiscal 2024 weapons procurement (Navy) funds in the amount of $2,961,405; fiscal 2024 research, development, test and evaluation (Air Force) funds in the amount of $952,404; fiscal 2023 missile procurement (Air Force) funds in the amount of $8,768,269; fiscal 2023 weapons procurement (Navy) funds in the amount of $4,448; and FMS customer funds in the amount of $597,227,867, will be obligated at the time of award, of which $19,623,826 will expire at the end of the current fiscal year. The contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
AMP United LLC,* Dover, New Hampshire (N42158-21-D-S001); International Marine and Industrial Applicators LLC,* Spanish Fort, Alabama (N42158-21-D-S002); and Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N42158-21-D-S003), are awarded a combined $36,481,929 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract modification to exercise Option Year Four for the preservation and maintenance of Navy submarines. The contracts have a base one-year ordering period with four additional optional one-year ordering periods which, if exercised, would bring the cumulative value to $248,692,224 over a five-year period to the three vendors combined. Work for this option year will be performed in Portsmouth, Virginia (80%); and Kittery, Maine (20%), and is expected to be completed by June 2026. If all options are exercised, work will continue through June 2026. No funding will be obligated at time of modification. Funding will be obligated at the time of task order award. These contracts were competitively procured via the Federal Business Opportunities website, with three offers received. Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity.
Trijicon Inc., Wixom, Michigan, has been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a ceiling value of $20,702,792 for the remanufacture and conversion of rifle combat optics (RCOs). Under this contract, Trijicon will provide all materials, labor, equipment, facilities, and necessary repair or replacement parts required to inspect, diagnose, test, and restore RCOs to a fully mission-capable condition. Work will be performed in Wixom, Michigan, with an expected completion date of June 2030. The contract includes a five-year ordering period and a maximum contract value of $20,702,792. At the time of award, fiscal 2025 operations and maintenance (Marine Corps) funds in the amount of $4,183,340 will be obligated for the first task order. These funds will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code § 3204(a)(1), as implemented by Federal Acquisition Regulation 6.302-1(a)(2)(ii) — “Only one responsible source and no other supplies or services will satisfy agency requirements”. The contracting activity is the Marine Corps Logistics Command, Albany, Georgia (M67004-25-D-0002).
Pacific Defense, El Segundo, California, is awarded a cost-plus-fixed-fee contract for the Sanctuary Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance/Electronic Warfare (EW) Modular Open Suite of Standards (CMOSS) Ubiquitous Edge-aligned EW systems. The Department of Defense is currently developing an open standard hardware/software platform CMOSS for converged EW, communications, signals intelligence, and position, navigation and timing to respond to peer-on-peer advancements in EW/electromagnetic spectrum operations. This contract provides for hosting and optimizing electronic warfare algorithms on Sensor Open Systems Architecture-enabled open architecture Cyber-EW systems at the edge, for theater level superiority. Work will be performed in El Segundo, California, and is expected to be completed in December 2026. The total cumulative value of this contract, including an 18-month base period with no options, is $18,369,996. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $15,842,502 are obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured under long range broad agency announcement N0001424SB001 entitled “Long Range Broad Agency Announcement 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 (N0001425C1115).
ARMY
Canadian Commercial Corp. LLC, Ottawa, Canada, was awarded a $425,000,000 firm-fixed-price contract for loading, assembly, and packing of 105 mm Projectile Gun Unit, training, high explosive, high fragmentation cartridges, and M1 HE cartridges. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 20, 2030. U.S. Army Corps of Engineers, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-D-0005). (Awarded May 30, 2025)
ByteCubed LLC, Arlington, Virginia, was awarded a $35,372,268 firm-fixed-price contract for software development in support of artificial intelligence for data driven decision making. Bids were solicited via the internet with nine received. Work will be performed in Washington, D.C., with an estimated completion date of May 30, 2026. Fiscal 2025 research, development test, and evaluation, Army funds in the amount of $5,400,000 were obligated at the time of the award. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-25-F-0241).
Red Eagle 2 JV Coweta, Oklahoma, was awarded a $22,150,180 firm-fixed-price contract for construction of a container storage area, an administrative building, vehicle storage shed, container repair shed, open storage yard, generator, general purpose maintenance shop, and overhead protection. Bids were solicited via the internet with six received. Work will be performed in Fort Bliss, Texas, with an estimated completion date of Dec. 24, 2026. Fiscal 2025 operation and maintenance, Army funds in the amount of $22,150,180 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-25-C-0006).
Facility Services Management Inc., Clarksville, Tennessee, was awarded a $7,613,766 modification (P00013) to contract W91278-24-C-0007 for operations and maintenance for Carl R. Darnall Army Medical Center. Work will be performed at Fort Cavazos, Texas, with an estimated completion date of May 31, 2026. Fiscal 2025 Defense Health Program funds in the amount of $7,613,766 were obligated at the time of the award. The U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. (Awarded May 30, 2025)
DEFENSE LOGISTICS AGENCY
Hardin County Water District No. 1, Radcliffe, Kentucky, has been awarded a maximum $11,726,036 modification (P00095) to a 50-year contract (SP0600-11-C-8271) for water utility services at Fort Knox Army Base, Kentucky. This is a definitized regulated tariff-rate contract. The performance completion date is Jan. 31, 2062. Using military service is Army. Type of appropriation is fiscal 2020 through 2022 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.
*Small business
6/3
NAVY
DPR-RQ Construction LLC, Carlsbad, California, is awarded a $227,628,900 fixed-price award fee construction contract for P9837 Ambulatory Care Center and Dental Clinic at Naval Station Guantanamo Bay, Cuba. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by September 2029. The contract is incrementally funded. The first increment of fiscal 2024 defense-wide military construction funds in the amount of $48,646,788 will be obligated at the time of award and will not expire at the end of the current fiscal year. Remaining increments will be awarded as they are funded. The contract contains eight unexercised options which, if exercised, would increase the cumulative contract value to $237,057,888. This contract was competitively procured on the SAM.gov website via the Procurement Integrated Enterprise Environment Solicitation Module, with one offer received. Once a single offer was received, the remainder of the procurement was completed as a negotiation. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-25-C-0038).
Bollinger Shipyards Lockport LLC, Lockport, Louisiana, is awarded a $60,000,000 firm-fixed-price modification to a previously awarded contract (N00024-18-C-2207) for additional pre- and post-delivery requirements including industrial services, shipyard support, and extended post-delivery availabilities for the Navajo-class towing salvage and rescue ships. Work will be performed in Pascagoula, Mississippi (88%); and Houma, Louisiana (12%), and is expected to be completed by January 2030. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $60,000,000 (100%) 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 (N00024-18-C-2207).
Harrell Contracting Inc.,* Worthington, Indiana (N0016425D1013); McIntyre Brothers LLC,* Bedford, Indiana (N0016425D1014); Maven Construction & Environmental LLC,* Odon, Indiana (N0016425D1015); Krempp Construction Inc.,* Jasper, Indiana (N0016425D1016); RWE Clean Energy Solutions Inc., Valhalla, New York (N0016425D1017); Paragon Force, Inc.,* Bloomfield, Indiana (N0016425D1018); and T&T Construction Enterprise LLC, Leitchfield, Kentucky (N0016425D1019), are awarded a combined $48,700,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for construction projects located at Naval Support Activity Crane, Indiana, inclusive of Lake Glendora Test Facility. Each awardee will be awarded $500 (minimum contract guarantee) at contract award. These contracts are for a cumulative value of $48,700,000 over a five-year period to the seven vendors combined. Work will be performed in Crane, Indiana; and Sullivan, Indiana, and is expected to continue through May 2030. Fiscal 2025 working capital funding in the amount of $3,500 will be obligated at the 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. This contract was competitively procured via the System for Award Management website and Procurement Integrated Enterprise Environment Solicitation Module, with eight offers received. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity.
Leidos Inc., Reston, Virginia, was awarded a $20,945,962 cost-plus-fixed-fee and cost only modification to previously awarded contract (N00024-22-C-5231) to exercise options for integrated logistic support, fleet maintenance support, and lifecycle sustainment of the Navy’s AN/SQQ-89 surface ship undersea warfare combat systems. Work will be performed in Chesapeake, Virginia (51%); San Diego, California (37%); Yokosuka, Japan (3%); Bath, Maine (3%); Pascagoula, Mississippi (3%); Mayport, Florida (2%); and Seattle, Washington (1%), and is expected to be completed by May 2026. Fiscal 2025 operations and maintenance (Navy) funding in the amount of $1,919,000 (56%); fiscal 2025 research, development, test and evaluation (Navy) funding in the amount of $687,642 (20%); Foreign Military Sales (FMS) (Australia) funding in the amount of $486,579 (14%); and FMS (Japan) case funding in the amount of $334,332 (10%), will be obligated at the time of award and $1,919,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded on May 29, 2025)
Alabama Shipyard LLC,* Mobile, Alabama, is awarded an $18,734,274 firm-fixed-price contract (N3220525C4014) for a 153-calendar day shipyard availability for the mid-term availability with a dry-docking requirement of Military Sealift Command’s hospital ship USNS Mercy (T-AH 19). 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 $18,959,447. Work will be performed in Mobile, Alabama, beginning July 15, 2025, and is expected to be completed by Dec. 14, 2025. Working capital funds (Navy) in the amount of $18,734,274 are obligated for fiscal 2025 and will not expire at the end of the fiscal year. This contract was a small business set-aside solicited via the Governmentwide Point of Entry website and two offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C4014).
Rockwell Collins, Inc., Cedar Rapids, Iowa, is awarded a $16,587,477 cost-plus-fixed-fee order (N0001925F0087) against a previously issued basic ordering agreement (N0001924G0017). This order provides software sustainment support and cyber security lifecycle support for the E-6B aircraft for the Navy. Work will be performed in Richardson, Texas (95%); Tinker Air Force Base, Oklahoma (3%); and Patuxent River, Maryland (2%), and is expected to be completed in June 2026. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $5,288,092 will be obligated at the time of award, all 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.
The Survice Engineering Co. LLC,* Belcamp, Maryland, is awarded a $9,833,548 modification (P00043) to a previously awarded firm-fixed-price contract (N0001923C0033). This modification exercises options to provide for the production and delivery of 31 TRV-150C Tactical Resupply Unmanned Air Systems, and to procure one inspection and evaluation of a system in support of the Navy and Marine Corps Small Tactical Unmanned Aircraft Systems. Work will be performed in Harford County, Maryland (100%), and is expected to be completed in April 2026. Fiscal 2025 procurement (Marine Corps) funds in the amount of $9,830,462; and fiscal 2025 operation and maintenance (Marine Corps) funds in the amount of $3,087 will be obligated at the time of award, $3,087 of which will expire at the end of the current fiscal year. This modification was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Lockheed Martin Rotary and Mission Systems, Owego, New York, is awarded a $9,500,001 firm-fixed-price modification (P00004) to an indefinite-delivery/indefinite-quantity contract (N0001924D0106). This modification adds scope to procure the efforts necessary to support all H-60 Naval Hawk repairs in support of the Navy and the governments of Australia, Denmark, Saudi Arabia, South Korea, Greece, India, and Spain. Work will be performed in Owego, New York (100%), and is expected to be completed in March 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This modification was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
AIR FORCE
Regan Technologies Corp., Middletown, Connecticut, was awarded an $89,114,024 firm-fixed-price task order for Microsoft Unified support services. This contract provides for proactive and reactive services for all Microsoft products written against NASA solutions for enterprise-wide procurement indefinite-delivery/indefinite-quantity contract vehicles. This contract was a competitive acquisition where 128 offerors were solicited for a fair opportunity proposal request and four proposals were received. Work will be performed throughout the Air Force service-wide and is expected to be completed by June 1, 2026, under the one 12 month base period; and June 1, 2028, under the two 12 month option period. Fiscal 2025 operations and maintenance appropriations funds in the amount of $26,701,191 are being obligated at the time of award. The Air Force Life Cycle Management Center, Maxwell Air Force Base Gunter Annex, Alabama, is the contracting activity (FA8772-25-F-0011).
Rapid Offset Technologies LLC, Toano, Virginia, was awarded a $7,633,600 firm-fixed-price contract for Air Combat Command Scientific Advisor to the Commander support services. This contract provides for services including, but not limited to, technical consulting, program management, systems engineering, analysis, development, integration, testing, and evaluation for the F-35 advanced sensor open system architecture tactical radio architecture program. Work will be performed on Langley Air Force Base, Virginia, and is expected to be completed by June 30, 2028. This contract was a competitive acquisition and three offers were received. Fiscal 2024 research, development, test and evaluation funds in the amount of $2,152,800 are being obligated at time of contract award. The 633rd Contracting Squadron, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4800-25-F-0096).
ARMY
Loukus Technologies Inc.,* Calumet, Michigan, was awarded a $45,000,000 firm-fixed-price contract for advanced materials systems and manufacturing for property enhancements. 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 June 3, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-25-D-A005).
Avon Protection Systems, Cadillac, Michigan, was awarded a $18,396,699 firm-fixed-price contract for the procurement of the M50 Joint Service General Purpose mask system and spare parts. 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 June 2, 2026. Army Contracting Command, Detroit Arsenal, Detroit, Michigan, is the contracting activity (W912CH-25-F-0253).
Conrad Shipyard LLC,* Morgan City, Louisiana, was awarded an $8,418,100 firm-fixed-price contract for procurement of a steel-hulled deck barge. Bids were solicited via the internet with two received. Work will be performed in Memphis, Tennessee, with an estimated completion date of Dec. 10, 2025. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-25-C-A001).
Turner Construction Co., New York, New York, was awarded a $7,700,000 modification (P00015) to contract W91278-18-C-0009 for design and construction of a new bed tower at the James A. Haley Veterans’ Hospital. Work will be performed in Tampa, Florida, with an estimated completion date of June. 27, 2025. Fiscal 2025 civil construction funds in the amount of $7,700,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.
DEFENSE LOGISTICS AGENCY
UPDATE: Era Health LLC,* Fort Worth, Texas (SPE2DE-25-D-0012, $80,000,000), has been added as an awardee to the multiple award contract for medical and surgical supplies and equipment for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-22-R-0017 and awarded Sept. 28, 2023. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
*Small business
6/4
ARMY
IperionX Technology LLC,* Charlotte, North Carolina, was awarded a $99,000,000 firm-fixed-price contract for research & development of low-cost domestic titanium for defense applications. 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 June 4, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-25-D-A003).
Lockheed Martin Corp. Rotary & Mission Services, Liverpool, New York, was awarded a $25,018,406 cost-plus-fixed-fee contract for Sentinel A4 Radar System engineering services. Bids were solicited via the internet with one received. Work will be performed in Liverpool, New York, with an estimated completion date of June 3, 2026. Fiscal 2025 other procurement, Army funds; and 2025 research, development, test, and evaluation, Army funds, in the amount of $17,512,539 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-25-F-0137).
Dubuque Barge and Fleeting Services Co.,* Dubuque, Iowa, was awarded a $23,816,251 firm-fixed-price contract for the Garrison Dam spillway approach rehabilitation project including dredging and placement of riprap. Bids were solicited via the internet with two received. Work will be performed in Riverdale, North Dakota, with an estimated completion date of April 28, 2028. Fiscal 2021, 2022, 2024, and 2025 civil operation and maintenance funds; and 2023 civil operation and maintenance – Recovery Act funds in the amount of $23,816,251, were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-25-C-0017).
Warden Construction Corp.,* Jacksonville, Florida, was awarded a $18,028,009 firm-fixed-price contract for construction of a combined weapons facility for the F-35. Bids were solicited via the internet with 14 received. Work will be performed in Jacksonville, Florida, with an estimated completion date of June 24, 2027. Fiscal 2025 military construction, defense-wide funds in the amount of $18,028,009 were obligated at the time of the award. U.S. Property and Fiscal Office, Florida, is the contracting activity (W50S6Y-25-C-A001).
NAVY
Cardno–Amec Foster Wheeler JV, Charlottesville, Virginia, is awarded an $80,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for facilities assessments utilizing BUILDER Sustainment Management System at Marine Corps installations worldwide. Work will be performed at Marine Corps installations in California (30%), Japan (19%), Hawaii (13%), North Carolina (11%), Korea (9%), Georgia (8%), Arizona (4%), South Carolina (3%) and Virginia (3%), and is expected to be completed by June 2030. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $5,000 (minimum contract guarantee) 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. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-25-D-2217).
Astronics Test Systems Inc., Irvine, California (N66604-25-D-S501); and Serco Inc., Herndon, Virginia (N66604-25-D-S502), are awarded a combined $49,525,360 firm-fixed-price, cost-plus-fixed-fee, and cost reimbursement, indefinite-delivery/indefinite-quantity, multiple award contract for the procurement of Radio Frequency Distribution and Control System (RFDACS) for installation on board current and future class submarines and to modernize, when required, existing Fleet RFDACS. This contract includes an ordering period of five years. Work will be performed at the contractors’ facilities in Irvine, California (40%); Herndon, Virginia (40%); and at Naval Undersea Warfare Center Division Newport, Newport, Rhode Island (20%), and is expected to be completed in June 2030. Each awardee will be awarded an initial task order with other procurement (Navy) funds in the amount of $500 immediately following basic contract award, all of which will expire at the end of the current fiscal year. This multiple award contract was competitively procured via the System for Award Management website with three offers received. Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity.
UPDATE: Alta Archaeological Consulting LLC,* Santa Rose, California contract number N62473-25-D-0005, awarded May 30, 2025, has been revised to contract number N62473-25-D-0012.
AIR FORCE
The Boeing Co., St. Louis, Missouri, has been awarded a $10,249,959 modification (P00341) to a previously awarded contract (FA8678-10-C-0100) for the settlement of a request for equitable adjustment related to prior production of QF-16 full scale aerial targets. The modification brings the total cumulative face value of the contract to $318,737,710. Work will be performed at Jacksonville, Florida, and is expected to be completed by Dec. 30, 2026. Fiscal 2023 aircraft procurement funds in the amount of $10,249,959 are being obligated at the time of award. The Air Force Life Cycle Management, Aerials Targets Branch, Eglin Air Force Base, Florida, is the contracting activity. (Awarded May 29, 2025)
Fiber Business Solutions Group, Norristown, Pennsylvania, was awarded a maximum $8,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for fiber optic and cable infrastructure support for the 88th Communications Squadron. This contract provides for communications cable installation support services to defense activities at all areas of Wright-Patterson Air Force Base, Ohio. Work will be performed at Wright-Patterson AFB, Ohio, and is expected to be complete by Aug. 29, 2030. This contract was a competitive small business 8(a) acquisition, and thirteen offers were received. Fiscal 2025 operation and maintenance appropriations funds in the amount of $34,793 are being obligated at time of award. The Air Force Life Cycle Management, Information Technology Contracting, Wright-Patterson AFB Ohio is the contracting activity (FA8604-25-D-B005).
*Small business
6/5
NAVY
BL Harbert International LLC, Birmingham, Alabama (N69450-25-D-0024); Gilbane Federal, Concord, California (N69450-25-D-0025); Hensel Phelps, Orlando, Florida (N69450-25-D-0026); RQ Construction LLC, Carlsbad, California (N69450-25-D-0027); Sauer Construction LLC, Jacksonville, Florida (N69450-25-D-0028); The Whiting-Turner Contracting Co., Baltimore, Maryland (N69450-25-D-0029); and Walsh Federal LLC, Chicago, Illinois (N69450-25-D-0030), are awarded a combined $1,999,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation, demolition, and repair projects throughout the Naval Facilities Engineering Systems Command (NAVFAC) Southeast area of responsibility. Work will be performed in Florida (20%), Georgia (20%), Texas (20%), South Carolina (15%), Louisiana (15%), Mississippi (5%), and Tennessee (5%), and is expected to be completed by June 2030. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $7,000 will be obligated at the time of award and will expire at the end of the current fiscal year. Each awardee is awarded $1,000 (minimum contract guarantee per awardee) at contract award. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured on the SAM.gov website via the Procurement Integrated Enterprise Environment Solicitation Module, with 18 offers received during phase one, and seven in phase two. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity.
CCS King George 2 LLC, Honolulu, Hawaii, is awarded a $100,659,696 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Base Coronado, California. The work to be performed provides for facilities support, supply, and environmental services. Work will be performed in Coronado, California, and will be completed by January 2034. Fiscal 2025 base operating support funds in the amount of $2,679,856 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 Department of Defense solicitation portal in the Procurement Integrated Enterprise Environment and the Contract Opportunities website, with four proposals received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-25-D-2719).
RTX BBN Technologies Inc., Cambridge, Massachusetts, is awarded a $12,880,875 cost-plus-fixed-fee contract for the design, research, development and evaluation, installation, integration, developmental, and operational test of the new Ground Replay System (GRS) engineering tool in support of new Air Anti-Submarine Warfare capabilities, as well as provides post-mission data analysis, user training, and development of GRS fleet training programs, documentation, and analysis for the Navy. Work will be performed in Cambridge, Massachusetts, and is expected to be completed in June 2030. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $94,046; and fiscal 2024 research, development, test and evaluation funds in the amount of $281,204, will be obligated at the time of award, $281,204 of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001925C0108).
ARMY
Boeing Corp., Mesa, Arizona, was awarded a $227,293,539 modification (PZ0010) to a contract (W58RGZ-24-C-0028) for performance-based logistics support. Work will be performed in Mesa, Arizona, with an estimated completion date of June 4, 2026. Fiscal 2025 Army working capital fund funds in the amount of $227,293,539 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
ChemTrack/Cornerstone JV III LLC,* Anchorage, Alaska, was awarded a $15,434,298 firm-fixed-price contract to upgrade an existing multi-purpose machine gun range. Bids were solicited via the internet with eight received. Work will be performed in Fort Wainwright, Alaska, with an estimated completion date of Feb. 5, 2027. Fiscal 2025 military construction, Army funds in the amount of $15,434,298 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-25-C-0007).
Syblon Reid Co., Folsom, California, was awarded a $15,346,000 firm-fixed-price contract for construction of a new fish passage facility and modification to the existing levee, diversion dike and stilling basin at the Mill Creek Diversion Dam. Bids were solicited via the internet with three received. Work will be performed in Walla Walla, Washington, with an estimated completion date of June 28, 2027. Fiscal 2025 other procurement, Army funds in the amount of $15,346,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912EF-25-C-0007).
AIR FORCE
Armtec Countermeasures Co., Coachella, California, was awarded a $49,000,000 ceiling, indefinite-delivery/indefinite-quantity contract for RR-202/aluminum chaff production. This contract provides for a countermeasure used in aircraft self-protection. Work will be performed in Camden, Arkansas, and is expected to be completed by June 4, 2029. This contract was a sole source acquisition. Fiscal 2024 and 2025 ammunition and aircraft procurement funds in the amount of $10,139,318 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-25-D-B002).
The Boeing Co., St. Louis, Missouri, has been awarded a $22,481,878 firm-fixed-price modification (P0004) to a previously awarded contract (FA8213-24-D-B001) for the Small Diameter Bomb I continuous contractor logistics support through production, fielding, and sustainment. The modification brings the total cumulative face value of the contract to $88,000,000 from $33,004,252. Work will be performed at St. Louis, Missouri, and is expected to be completed June 30, 2028. No funds will be obligated at the time of award as funds will be obligated on individual orders as they are issued. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.
Modern International Inc., Barrigada, Guam was awarded a $15,184,023 firm-fixed-price contract for airfield construction. This contract will provide for repairs to the airfield electrical conduit and glideslope system. Work will be performed on Andersen Air Force Base, Guam, and is expected to be completed by Nov. 20, 2026. This contract was a competitive acquisition and five offers were received. Fiscal 2025 operations and maintenance appropriations funds in the amount of $15,184,023 are being obligated at the time of award. The 36th Contracting Squadron, Andersen Air Force Base, Guam, is the contracting activity (FA5240-25-C-0003).
Serrano Construction and Development Corp., Barrigada, Guam, was awarded an $8,492,880 firm-fixed-price contract to repair Chapel 1. This contract will provide for various repairs to Chapel 1, B22024. Work will be performed on Andersen Air Force Base, Guam, and is expected to be completed by Aug. 16, 2027. This contract was a competitive acquisition and eight offers were received. Fiscal 2025 operations and maintenance appropriations funds in the amount of $8,492,880 are being obligated at the time of award. The 36th Contracting Squadron, Andersen AFB, Guam is the contracting activity (FA5240-25-F-0093).
DEFENSE LOGISTICS AGENCY
Peckham Vocational Industries Inc.,** Lansing, Michigan, has been awarded a maximum $14,508,000 modification (P00011) exercising the third one‐year option period of a one‐year base contract (SPE1C1‐22‐D-N163) with four one‐year option periods for silk weight base layer undershirts. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is June 9, 2026. Using military services are Army, Navy, Air Force, and 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.
The Boeing Co., St. Louis, Missouri, has been awarded a maximum $12,104,861 undefinitized delivery order (SPRPA1-25-F-0LB3) against a three-year basic ordering agreement (SPRPA1-14-D-002U) for the KC46 commercial common depot level repairables strategic repair contract. This was a sole-source acquisition using justification 10 U.S.C. 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. The performance completion date is April 6, 2026. Using military service is Air Force. Type of appropriation is fiscal 2025 through 2026 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.
*Small business
**Mandatory source
6/6
ARMY
Lockheed Martin Missile and Fire Control, Orlando, Florida, was awarded a $1,735,721,252 modification (PZ0001) to contract W58RGZ-23-D-0011 for the Modernized Target Acquisition Designation Sight/Pilot Night Vision System. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 1, 2027. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
BL Harbert International LLC, Birmingham, Alabama, was awarded a $178,931,003 firm-fixed-price contract for construction of modeling analysis computing exploitation labs. Bids were solicited via the internet with four received. Work will be performed at Redstone Arsenal, Alabama, with an estimated completion date of July 25, 2028. Fiscal 2023 and 2025 military construction, defense-wide funds in the amount of $178,931,003 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-25-C-0017).
Weston Solutions Inc., West Chester, Pennsylvania, was awarded a $9,219,244 firm-fixed-price contract for the construction of a water well at Buckley Space Force Base. Bids were solicited via the internet with three received. Work will be performed in Aurora, Colorado, with an estimated completion date of June 21, 2027. Fiscal 2024 military construction, Army funds in the amount of $9,219,244 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-25-C-A026).
NAVY
Raytheon Missiles & Defense, Marlborough, Massachusetts, is awarded a $646,519,738 fixed-price incentive (firm-target) modification to a previously awarded contract (N00024-22-C-5500) to exercise options for hardware production of the AN/SPY-6(V) family of radars. Work will be performed in Andover, Massachusetts (31%); San Diego, California (9%); Sykesville, Maryland (9%); Scottsdale, Arizona (8%); Syracuse, New York (5%); Cerritos, California (5%); Stafford Springs, Connecticut (4%); Tulsa, Oklahoma (3%); Indianapolis, Indiana (3%); Portsmouth, Rhode Island (2%); Riverside, California (2%); and various locations across the U.S., each less than 1% (19%). Work is expected to be completed by September 2028. Fiscal 2024 other procurement (Navy) funds in the amount of $270,651,566 (42%); fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $187,934,086 (29%); and fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $187,934,086 (29%), 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.
Aviation Systems Engineering Co., Lexington Park, Maryland, is awarded a $294,019,257 cost-plus-fixed-fee and cost indefinite-delivery/indefinite-quantity contract to provide engineering services and supplies associated with the research, development, system prototyping and limited production, modification, and sustainment support of naval airborne anti-submarine warfare systems. The requirements span all Navy and Marine Corps type, model, series, other government agency and Foreign Military Platforms, and across all phases of the systems life cycle. Work will be performed in California, Maryland (20%); Lexington Park, Maryland (20%); Patuxent River, Maryland (10%); Jacksonville, Florida (10%); Warminster, Pennsylvania (10%); Horsham, Pennsylvania (10%); Huntington Beach, California (10%); and Whidbey Island, Washington (10%), and is expected to be completed in June 2030. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured with one offer received. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0042125D0082).
The Boeing Co., St. Louis, Missouri, is awarded a $53,058,280 modification (P00003) to a cost-plus-fixed-fee order (N0001924F0259) against a previously issued basic ordering agreement (N0001921G0006). This modification exercises an option for the production and delivery of 30 Next Generation Electronic Attack Unit (NGEAU) B-Kits and 22 NGEAU B-Kit Spares in support of the Growler Block II phase 1 upgrade for the Navy. Work will be performed in Minneapolis, Minnesota (75%); Linthicum, Maryland (23%); and St. Louis, Missouri (2%), and is expected to be completed in December 2028. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $53,058,280 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This modification was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Advanced Internet Marketing, doing business as GBS Group,* Virginia Beach, Virginia (N3220525D4054); Auxiliary Systems Inc.,* Norfolk, Virginia (N3220525D4055); AVMAC LLC,* Chesapeake, Virginia (N3220525D4056); Custom Panel and Controls LLC,* Virginia Beach, Virginia (N3220525D4057); EMS Industrial,* Chesapeake, Virginia (N3220525D4058); Gulf Copper & Manufacturing Corp.,* Port Arthur, Texas (N3220525D4059); KD Shipyard Repairs LLC,* Portsmouth, Virginia (N3220525D4060); MD Marine Electric,* Tacoma, Washington (N3220525D4061); Marine Systems Corp.,* Boston, Maine (N3220525D4062); Olokun LLC,* Chesapeake, Virginia (N3220525D4063); PowerGen Controls LLC,* Houston, Texas (N3220525D4064); and The McHenry Management Group Inc.,* Chesapeake, Virginia (N3220525D4065), are awarded a combined maximum-value $44,585,355 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for electrical services for Military Sealift Command vessels. Each awardee will be awarded a $3,500 minimum contract guarantee at contract award. These contracts include a five-year base period and an unexercised six-month option period. Work will be performed at government and commercial facilities worldwide and is expected to be completed by May 30, 2030. Working capital funds (Navy) in the amount of $3,500 per contract, for a total of $42,000, will be obligated on the initial delivery orders for the minimum guarantee and will not expire at the end of the fiscal year. This contract was a small business set-aside solicited via the Government Point of Entry website and 12 offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.
Boeing Co., St. Louis, Missouri, is being awarded $37,378,000 for a ceiling-price delivery order (N00383-25-F-YY1T) under a previously awarded basic ordering agreement (N00383-22-G-YY01) for the repair of 109 horizontal stabilizers used on the F/A-18 E/F and EA-18G aircraft. The delivery order does not include an option period. Work will be performed in Jacksonville, Florida (85%); and St. Louis, Missouri (15%). Work is expected to be completed by March 2027. Fiscal 2025 working capital (Navy) funds in the amount of $18,315,220 will be obligated at the time of award as an undefinitized contract action, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.
BAE Systems Surface Ships Ltd., Portsmouth, United Kingdom, is awarded a $10,519,547 firm-fixed-price modification to previously awarded contract N00024-20-C-6407 to exercise options for explosive MK64 MOD 0 destructors and fiber optic spool kits for the Airborne Mine Neutralization System-Archerfish. Work will be performed in Portsmouth, United Kingdom, and is expected to be completed by December 2027. Fiscal 2025 weapons procurement (Navy) funds in the amount of $10,519,547 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
SecuriGence LLC,* Leesburg, Virginia, has been awarded a $174,254,183 modification (P00063) to previously awarded task order HR001121F0006 for information technology multi-network support services. The modification brings the total cumulative face value of the task order to $698,451,122 from $524,196,939. Work will be performed in Arlington, Virginia, with an expected completion date of June 2026. Fiscal 2024 and 2025 research and development funds in the amounts of $1,948,000 and $34,698,771 respectively, are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.
Systems Planning and Analysis Inc., Arlington, Virginia, has been awarded a $16,906,573 cost-plus-fixed-fee and cost-reimbursement hybrid contract, for Information Innovation Office (I2O) support services. This contract provides technical and subject matter expertise support to I2O for existing and planned programs, new start efforts, scientific research, and technology transition. Work will be performed in Arlington, Virginia, with an expected completion date of December 2025. Fiscal 2025 research, development, test, and evaluation funds in the amount of $1,966,287 are being obligated at time of award. This contract was a sole source acquisition. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001125CE032).
AIR FORCE
Lockheed Martin Aeronautics Co., Marietta, Georgia, was awarded a ceiling $56,041,000 cost-plus-fixed-fee and firm-fixed-price undefinitized contract action for contractor logistics support for the C-5M Super Galaxy fleet. This contract provides for sustainment and logistical support services required for the C-5M fleet modified by the avionics modernization program and reliability enhancement and re-engining program to provide strategic aircraft capability to the Air Mobility Command and Air Force Reserve Command. Work will be performed at Marietta, Georgia, and is expected to be completed by May 31, 2026. This contract was a sole source acquisition. Fiscal 2025 operation and maintenance funds in the amount of $27,460,090 are being obligated at time of award. The C-5 Galaxy Contracting Branch, Robins Air Force Base, Georgia, is the contracting activity (FA8525-25-C-B001).
De Havilland Aircraft of Canada Ltd., Mississauga, Ontario, Canada, was awarded a $10,128,817 firm-fixed-price contract for a DHC-6 Twin Otter Classic 300-G cargo aircraft. This contract provides for one new, commercially produced, Twin Otter Classic 300-G aircraft, a spares package, and ferry flight service for the aircraft to Guatemala City, Guatemala. Work will be performed at Calgary, Alberta, Canada, and is expected to be completed by Dec. 20, 2025. This contract involves Foreign Military Sales (FMS) to Guatemala. This contract is a country-directed sole source acquisition. FMS funds in the amount of $10,128,817 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8625-25-C-B004).
*Small business
This entry was posted on Wednesday, June 11, 2025 3:50 pm