INSIDE THE

NEWS + ADVICE

DoD Contracts: Booz Allen Hamilton, GDMS, Northrop Grumman, Week of 6-16-25 to 6-20-25

Posted by Ashley Jones

6/16

AIR FORCE

Borsight Inc., Ogden, Utah, has been awarded a ceiling $2,180,000,000 firm-fixed-price, single-award, indefinite-delivery/indefinite-quantity contract for the T-6A avionics replacement program. This contract provides avionics replacement for the T-6A aircraft and simulators. Work will be performed at Ogden, Utah; Randolph Air Force Base, Texas; Laughlin AFB, Texas; Vance AFB, Oklahoma; Columbus AFB, Mississippi; Sheppard AFB, Texas; and Naval Air Station Pensacola, Florida, and is expected to be completed by Jan. 6, 2034. This contract was a competitive acquisition and 12 offers were received. Fiscal 2024 and 2025 research, development, test and evaluation funds in the amount of $8,774,306 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity (FA8106-25-D-B001).

CORRECTION: The contract announced on Nov. 20, 2024, for Bionetics Corp., Yorktown, Virginia (FA8224-25-D-0001); Tyonek Technical Services, Madison, Alabama (FA8224-25-D-0002); SkyQuest Aviation, Glendale, Arizona (FA8224-25-D-0003); Strategic Technology Institute, Rockville, Maryland (FA8224-25-D-0004); and Kay and Associates, Buffalo Grove, Illinois (FA8224-25-D-0005), for $751,000,000 was announced with an incorrect award date.  The correct date is June 16, 2025.

NAVY

American Electronic Warfare Associates Inc., California, Maryland, is awarded a $466,653,786 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide advanced aircraft research, development, test and evaluation (AARDT&E) support, to include research, development, management, design, documentation, fabrication, installation, integration, test, evaluation, operation and maintenance in support of integrated battlespace simulation and test and associated AARDT&E capabilities, laboratories, and facilities supporting for the Navy and non-U.S Department of Defense partnering nation programs. Work will be performed in Patuxent River, Maryland (90%); and Hollywood, Maryland (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 Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042125D0303).

Booz Allen Hamilton, McLean, Virginia, has been awarded a not to exceed $96,076,412 firm, fixed price and time and material letter contract for civilian mariner wireless network installation and sustainment services. This was a sole-source acquisition in accordance with Defense Federal Acquisition Regulation Supplement 206.001-70, exception for other transaction prototype projects for follow-on production contracts. This is a undefinitized contract action and will be definitized in accordance with Federal Acquisition Regulation 16.603-2(a). Work will be performed worldwide, with an estimated completion date of June 15, 2027. Working capital funds (Navy) in the amount of $30,351,258 are obligated for fiscal 2025 and will expire at the end of the fiscal year. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

General Dynamics Mission Systems, Manassas, Virginia, is awarded a $60,133,061 cost-plus-fixed-fee and cost modification to a previously awarded contract (N00024-19-C-6407) to exercise options to provide AN/BYG-1 Tactical Control System engineering. Work will be performed in Manassas, Virginia, and is expected to be completed by September 2026. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $2,407,368 (61%); and fiscal 2025 other procurement (Navy) funds in the amount of $1,510,000 (39%), 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.

Conrad Shipyard LLC,* Morgan City, Louisiana, is awarded a $28,285,715 firm-fixed-price modification to previously awarded contract N00024-22-C-2253 to exercise an option for the detail design and construction of one additional Yard Repair, Berthing, and Messing craft. Work will be performed in Amelia, Louisiana, and is expected to be completed by June 2027. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $28,285,715 will be obligated at time of award which will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Georgia Tech Applied Research Corp., Atlanta, Georgia,* was awarded a $14,157,400 cost-plus-fixed-fee contract (N6523625C1021) for quantum sensing and electromagnetic warfare research and development in support of the Office of Naval Research; Atomic Scepter. The contract includes a 36-month delivery occurring 12 June 2028. Work will be performed in Charleston, South Carolina (41 %); Washington, D.C. (21 %); San Diego, California (11 %); Arlington, Virginia (5 %); Boston, Massachusetts (4 %); Chicago, Illinois (4 %); Patuxent River, Maryland (4 %); Newport Rhode Island (4 %); Honolulu, Hawaii (4 %); Boulder, Colorado (1 %); and Eglin Air Force Base, Florida (1 %). Fiscal 2025 Research, Development, Test & Evaluation funds in the amount of $520,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 3204(a)(3)(B), industrial mobilization; engineering, developmental or research capability (Federal Acquisition Regulation 6.302-3). Naval Information Warfare Center, Atlantic, Charleston, South Carolina, is the contracting activity.

CHIEF DIGITAL AND ARTIFICAL INTELLIGENCE OFFICE

OpenAI Public Sector LLC, San Francisco, California, has been awarded a fixed amount, prototype, other transaction agreement (HQ0883-25-9-0012) with a value of $200,000,000. Under this award, the performer will develop prototype frontier AI capabilities to address critical national security challenges in both warfighting and enterprise domains. The work will be primarily performed in the National Capital Region with an estimated completion date of July 2026. Fiscal 2025 research, development, test and evaluation funds in the amount of $1,999,998 are being obligated at time of award. Office of the Secretary of Defense Chief Digital and Artificial Intelligence Office, Washington D.C., is the contracting activity. 

U.S. SPECIAL OPERATIONS COMMAND

QSA LLC, Smithfield, North Carolina, is being awarded a $31,859,731 hybrid, fixed-firm and cost-plus-fixed-fee contract (H9241525CE003) for Global System Support engineers in support of U.S. Special Operations Command, Special Operations Forces Digital Applications Program Executive Office. The work will be performed in both the continental U.S.; and outside the continental U.S., locations and is expected to be complete by June 2030. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

ARMY

Vet Con Souza,* Farmersville, California (W911SA-25-D-A006); Miller Electric Co. Inc.,* Reno, Nevada (W911SA-25-D-A007); Sustainable Design Consortium Inc.,* Baltimore, Maryland (W911SA-25-D-A008); AC Lopez Construction Inc.,* San Juan Capistrano, California (W911SA-25-D-A009); and Spectrum Builders and Renovations Inc.,* Sacramento, California (W911SA-25-D-A010), will compete for each order of the $25,000,000 firm-fixed-price contract for construction services. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of June 15, 2030. Army 419th Contracting Support Brigade, Fort Bragg, North Carolina, is the contracting activity.

Geotechnical Construction Inc.,* Mount Olive, Illinois, was awarded a $24,000,000 firm-fixed-price contract for facility rehabilitation, repair, construction, and maintenance. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of June 15, 2030. U.S. Army Corps of Engineers, Saint Louis, Missouri, is the contracting activity (W912P9-25-D-A010).

DEFENSE CONTRACT MANAGEMENT AGENCY

Echelon Services LLC,*** Manassas, Virginia, was awarded a firm-fixed-price contract (S5121A23C0007) valued at $22,807,498 for professional consulting and support services to assist with the full range of business intelligence program/project management services necessary to implement the Defense Contract Management Agency data strategic direction, expected to evolve over the contract’s period of performance. This was awarded directly to Echelon Services as a Certified 8(a) Small Disadvantaged Business. This is a one-year contract with three option periods. This report is for the exercise of the second option year. Fiscal 2025 operations and maintenance funds in the amount of $5,780,673 are being obligated to this option period. The contractor will provide support and expertise to support a broad range of analytical and data visualization, data exploitation, management consulting and support services for implementation of Artificial Intelligence/Machine Learning applications in the contract administration field. The work will be performed at the contractor’s facility located in Manassas, Virginia. All work will be done by the prime contractor. The estimated final contract completion date is Sept. 29, 2027. DCMA, Fort Gregg-Adams, Virginia, is the contracting activity. (Awarded November 2023)

DEFENSE LOGISTICS AGENCY

Llamas Plastics Inc.,* Sylmar, California, has been awarded a maximum $12,127,500 firm-fixed-price contract for right aircraft windshield panels. This was a competitive acquisition with two responses received. This is a one-year contract with no option periods. The performance completion date is June 17, 2026. Using military service is Navy. Type of appropriation is fiscal 2025 through 2026 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-25-C-EG18).

R&M Government Services, Las Cruces, New Mexico, has been awarded a maximum $9,999,999 firm-fixed-price, indefinite-quantity contract for KC135 aircraft fastener parts kits. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The performance completion date is June 15, 2030. Using military services are Army, Navy and Air Force. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-25-D-0257).

UPDATE: Fouts Bros Inc.,* Milledgeville, Georgia (SPE8EC-25-D-0053, $523,000,000), has been added as an awardee to the multiple award contract for fire and emergency vehicles, issued against solicitation SPE8EC-21-R-0005 and awarded July 24, 2023. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

UPDATE: Skupien Solutions LLC,** Brentwood, Tennessee (SPE2DH-25-D-0020, $12,000,000), has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R-0002 and awarded Feb. 10, 2022. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small business
**Small-disadvantaged women-owned business
***Small Business Administration Certified 8(a) Small Disadvantaged Business/Native American/Hawaiian Owned Contractor

6/17

NAVY

Fluor Marine Propulsion LLC, Arlington, Virginia, was awarded a $560,493,551 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-2130 for Naval Nuclear Propulsion work at the Naval Nuclear Laboratory. Work will be performed in Pittsburgh, Pennsylvania (47%); Schenectady, New York (45%); and Idaho Falls, Idaho (8%). Fiscal 2025 operations and maintenance (Navy) funding in the amount of $87,700,000 (54%); fiscal 2025 research, development, test and evaluation funding in the amount of $39,956,500 (24%); fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $33,824,878 (21%); fiscal 2025 other procurement (Navy) funding in the amount of $1,200,000 (less than 1%); fiscal 2024 research, development, test and evaluation funding in the amount of $800,000 (less than 1%); fiscal 2022 shipbuilding and conversion (Navy) funding in the amount of $266,733 (less than 1%); and fiscal 2023 shipbuilding and conversion (Navy) funding in the amount of $733 (less than 1%), will be obligated at time of award, of which funds in the amount of $88,500,000 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded on May 29, 2025)

Raytheon Co., Tucson Arizona, is awarded a $299,694,832 firm-fixed-price modification to previously awarded contract N00024-24-C-5408 to procure test equipment and spares, and to exercise options for Evolved SeaSparrow Missile Block 2 Guided Missile Assemblies. Work will be performed in Tucson, Arizona (12%); Edinburgh, Australia (11%); Mississauga, Canada (10%); San Jose, California (9%); Raufoss, Norway (8%); Hengelo Overijssel, Netherlands (5%); Ottobrunn, Germany (5%); Cambridge, Canada (4%); Nashua, New Hampshire (4%); Koropi, East Attica, Greece (3%); Lystrup, Denmark (3%); Ankara, Turkey (2%); Andover, Massachusetts (2%); Torrance, California (2%); Westlake Village, California (2%); Grenaa, Denmark (2%); Eight Mile Plains, Brisbane, Australia (2%); Canton, New York (2%); Camden, Arkansas (1%); Aranjuez, Spain (1%); Milwaukie, Oregon (1%); Lawrence, Massachusetts (1%); and various other locations each less than 1% (8%), and is expected to be completed by September 2030. Fiscal 2025 weapons procurement (Navy) funds in the amount of $283,710,000 (95%); fiscal 2025 other customer funds in the amount of $7,044,336 (2%); fiscal 2024 weapons procurement (Navy) funds in the amount of $5,404,000 (2%); and fiscal 2024 other customer funds in the amount of $3,536,496 (1%), will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Dignitas Technologies LLC,* Orlando, Florida, is awarded a $99,000,000 firm-fixed-price, cost, indefinite-delivery/indefinite-quantity contract to provide lifecycle support for the Advanced Computer-based Training System II, to include updates and patches to Multipurpose Reconfigurable Training System 3D® (MRTS 3D®) training sites, acquire cybersecurity artifacts from MRTS 3D® training sites, draft, modify, and maintain a 3D computer model, game scene development guide, draft, modify, and maintain the software development guides and human-machine interface standards, develop and maintain software architecture, networking, and the instructor operating station standards, develop and maintain the software development kit for use by other developers and develop and modify Curriculum products. Additionally, this contract will provide a vehicle for producing applications, maintenance updates, capability upgrades, and other life cycle support requirements in support of MRTS 3D®, VISIT 3D™, and other training products in support of modernized, on-demand, Fleet-responsive training systems for the Navy. Work will be performed in Orlando, Florida, 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 seven offers received. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134025D0005).

HII Unmanned Systems Inc., Pocasset, Massachusetts, is awarded an $85,730,017 indefinite-delivery/indefinite-quantity contract (N61331-25-D-1001) consisting of cost-plus-fixed-fee, firm-fixed-price, and cost contract line items for engineering support services of the MK 18 Unmanned Underwater Vehicles Family of Systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $85,730,017. Work will be performed in Pocasset, Massachusetts (70%); San Diego, California (19%); Norfolk, Virginia (5%); Panama City, Florida (5%); and various overseas locations (1%), and is expected to be completed by June 2030. If all options are exercised, work will continue through June 2030. This contract will be funded from fiscal 2025 operation and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy) funds, with a ceiling of $85,730,017. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $251,462 (<1%) will be obligated at time of award of the first delivery order. This contract was not competitively procured via the Sam.gov, in accordance with 10 U.S. Code 3204(a)(1) and Federal Acquisition Regulation 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $60,000,000 cost-plus-fixed-fee modification to previously awarded contract N00024-25-C-2127 for advance planning and long-lead-time material procurement to prepare and make ready for the accomplishment of the USS Nimitz (CVN 68) inactivation and defueling. Work will be performed in Newport News, Virginia, and is expected to be completed by March 2026. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $58,645,077 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.

Signal Systems Corp.,* Millersville, Maryland, is awarded a $18,792,464 cost-plus-fixed-fee order (N6833525F0097) against a previously issued basic ordering agreement (N6833525G0016). This order provides for ongoing research, development, test, engineering, and acquisition for advanced technology maturation of spread spectrum techniques for sonar ping technologies, target localization using multi-static sonar with drifting sonobuoys, and continuous active sonar signal processing techniques and are critical to the success of the Fleet’s airborne Anti-Submarine Warfare operations and training mission for the Navy. These efforts are in support of Small Business Innovation Research Phase III for Topics N04-007 entitled, “Continuous Active Sonar”; N093-168 entitled, “Target Localization Using Multi-Static Sonar with Drifting Sonobuoys”; and N101-005 entitled, “Spread Spectrum Techniques for Sonar Ping Technology”. Work will be performed in Millersville, Maryland, and is expected to be completed in July 2030. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $690,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract action was competed. Naval Air Warfare Center, Lakehurst, New Jersey, is the contracting activity.

ARMY

L3Harris Technologies Inc., Palm Bay, Florida, was awarded a $487,300,685 cost-plus-fixed-fee for the modernization of enterprise terminals, depot and engineering services support. 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 21, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. (W15P7T-25-D-0004)

Sustainable Design Consortium Inc.,* Baltimore, Maryland (W911SA-25-D-A011); AC Lopez Construction Inc.,* San Juan Capistrano, California (W911SA-25-D-A018); Miller Electric Co. Inc.,* Reno, Nevada (W911SA-25-D-A027); Whelcon Contractors LLC,* Tucson, Arizona (W911SA-25-D-A019); and Miami Marine Services LLC,* Miami, Oklahoma (W911SA-25-D-A026), will compete for each order of the $25,000,000 firm-fixed-price contract for renovation and construction services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of June 17, 2030. Army 419th Contracting Support Brigade, Fort Bragg, North Carolina, is the contracting activity.

MGS construction Services Inc.,* Sallisaw, Oklahoma (W911SA-25-D-A020); CCS King George 2 LLC, Honolulu, Hawaii (W911SA-25-D-A021); Far West Contractors Corp.,* Placentia, California (W911SA-25-D-A022); Vet Con Souza,* Farmersville, California (W911SA-25-D-A023); and Miami Marine Services LLC,* Miami, Oklahoma (W911SA-25-D-A024), will compete for each order of the $25,000,000 firm-fixed-price contract for renovation and construction services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of June 16, 2030. Army 419th Contracting Support Brigade, Fort Bragg, North Carolina, is the contracting activity.

KGN Support Services LLC, Fort Worth, Texas, was awarded a $22,189,297 firm-fixed-price contract for the design and construction of infrastructure projects. Bids were solicited via the internet with three received. Work will be performed in Callao Naval Base, Lima, Peru, with an estimated completion date of Feb. 7, 2027. Fiscal 2025 Foreign Military Sales (Peru) funds in the amount of $22,189,297 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-25-C-0021).

cBEYONData, Arlington, Virginia, was awarded a $19,859,322 modification (P00002) to contract W91CRB-24-A-0001 for functional operations support. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 4, 2027. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Llamas Plastics Inc.,* Sylmar, California, has been awarded a maximum $11,550,000 firm-fixed-price contract for left aircraft windshield panels. This was a competitive acquisition with two responses received. This is a one-year contract with no option periods. The performance completion date is June 17, 2026. Using military service is Navy. Type of appropriation is fiscal 2025 through 2026 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-25-C-EG17).

*Small business

6/18

NAVY

Environmental Chemical Corp., Burlingame, California (N6247825D4041); Grunley Goodfellow JV*, Rockville, Maryland (N6247825D4042); Hawaii-Wake MACC Constructors, Watsonville, California (N6247825D4043); Hawaiian Dredging Construction Co. Inc., Honolulu, Hawaii (N6247825D4044); Hensel Phelps Construction Co., Honolulu, Hawaii (N6247825D4045); Kiewit Infrastructure West Co., Honolulu, Hawaii (N6247825D4046); The Korte Co., St. Louis, Missouri (N6247825D4047); Nan Inc., Honolulu, Hawaii (N6247825D4048); Nordic PCL Construction Inc., Honolulu, Hawaii (N6247825D4049); SLSCO Ltd., Galveston, Texas (N6247825D4050); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N6247825D4051), were awarded a combined $8,000,000,000 indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build contract for new construction, repair, alteration, and related demolition of existing infrastructure within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of responsibility. Each awardee was awarded $3,000 (minimum contract guarantee per awardee) after contract award. The maximum combined dollar value, including the base period of five years and one option period of three years, for all 11 contracts is $8,000,000,000. Work will be performed primarily within the NAVFAC Hawaii region, and is expected to be completed by June 2033. Future task orders will be primarily funded by operation and maintenance (O&M) (Navy) and military construction defense agencies contract funds. Fiscal 2025 O&M (Navy) funding in the amount of $33,000 will be obligated for the minimum guarantees and will expire at the end of the current fiscal year. This contract was competitively procured via SAM.gov website with 15 offers received. NAVFAC Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. (Awarded June 12, 2025)

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $986,785,825, cost-plus-fixed-fee modification to previously awarded contract N00024-17-C-2117 for additional component development, class lead yard support, and Submarine Industrial Base (SIB) supplier development enhancements supporting Columbia-class ballistic missile submarines and the nuclear shipbuilding enterprise (Virginia-class submarines and Ford-class aircraft carriers). This contract combines previously scheduled United Kingdom (U.K.) funding modification in the amount of $16,035,000, as annotated herein, for the continued support of the joint U.S. Columbia-class and U.K. Dreadnought-class common missile compartment program. The industrial base development work is for the furtherance of the Navy’s plan of serial production of Columbia-class and Virginia-class submarines. The Navy and Office of the Secretary of Defense (OSD) Cost Assessment and Program Evaluation (CAPE) conducted the fiscal 2025 SIB Study (SIB25) to determine how to successfully complete the once-in-a-generation recapitalization of the submarine force. The SIB projects in this contract modification directly support the direction of OMB, OSD CAPE, and the Navy. Pursuant to the president’s budget for fiscal 2025, the requirements are included for SIB25 investment for strategic sourcing, supplier development, and shipbuilder and supplier infrastructure. Funding is pursuant to the SIB25 and the 2025 Full-Year Continuing Appropriations and Extensions Act, 2025 (Public Law 119-4). Work will be performed in Groton, Connecticut (70%); Newport News, Virginia (15%); and Quonset Point, Rhode Island (15%), and is expected to be completed by December 2031. Fiscal 2025 national sea-based deterrence fund funds in the amount of $794,112,793 (96%); U.K. funds in the amount of $16,035,000 (2%); fiscal 2025 other procurement (Navy) funds in the amount of $9,208,683 (1%); fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $5,400,000 (<1%); and fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $641,000 (<1%), will be obligated at the time of award and will not expire at the end of the current fiscal year; and fiscal 2025 operations and maintenance (Navy) funds in the amount of $1,200,000 (<1%), will be obligated at the 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.

Chugach Logistics and Facility Services JV LLC, Anchorage, Alaska, was awarded a $149,792,218 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Base San Diego. The work to be performed provides for facilities support, supply, and environmental services. Work will be performed in San Diego, California and will be completed by November 2033. Fiscal 2025 base operating support funds in the amount of $6,062,376 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-2720). (Awarded June 16, 2025)

Reliance Test and Technology LLC, Lexington Park, Maryland, is awarded a $90,202,440 cost-plus-fixed-fee modification (P00059) to a previously awarded contract (N0042120C0033). This modification exercises an option to provide research, development, test, evaluation, engineering, fleet and management support services required to perform aircraft engineering and developmental flight tests, as well as fleet training events for the Navy and Marine Corps air vehicle systems and trainers in support of the Atlantic Ranges and Targets Department. Work will be performed in Patuxent River, Maryland (78%); Norfolk, Virginia (13%); Dam Neck, Virginia (5%); and various locations within the continental U.S. (4%), and is expected to be completed in June 2031. Fiscal 2025 research, development, test, and evaluation (Navy) funds in the amount of $11,230,525; fiscal 2025 operations and maintenance (Navy) funds in the amount of $4,019,000; fiscal 2025 working capital (Navy) funds in the amount of $3,198,907; fiscal 2025 research, development, test and evaluation (Defense Wide) funds in the amount of $649,000, will be obligated at time of award, $7,217,907 of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Integrated Defense Systems, San Diego, California, is being awarded a $52,284,995 modification to increase the contract ceiling on a previously awarded cost-plus-fixed-fee, indefinite-quantity/indefinite-delivery contract (N00039-20-D-0021) for Global Positioning System-Based Positioning, Navigation and Timing Service (GPNTS) software support services. No funding will be placed on contract and obligated at the time of award. GPNTS is used to receive, process and distribute three-dimensional position, velocity, acceleration, attitude, time and frequency in the formats required by shipboard user systems. The software support includes development, integration and test of improvements, correction of deficiencies, preparation and delivery of engineering interim/final software builds and inputs for the GPNTS software requirements and configuration baseline. Work will be performed in San Diego, California, and is expected to be completed by Nov. 14, 2029. This sole source modification award was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) – Only One Responsible Source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039).

Huntington Ingalls Inc., Pascagoula, Mississippi, was awarded an unpriced change order to a previously awarded contract (N00024-18-C-2406) to add an additional air conditioning plant in support of Landing Platform Dock (LPD) 31 and 32. The value of this unpriced change order was not-to-exceed of $30,434,468 and awarded on a fixed-price-incentive contract line-item number. The work will be performed in York, Pennsylvania (59%); Pascagoula, Mississippi (28%); and various other locations (13%). LPD 31 is scheduled for completion December 2028, and LPD 32 in June 2030. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $ 5,733,023; and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $4,888,201, were obligated at the time of the award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity. (Awarded on June 17, 2025)

Textron Systems Corp., Hunt Valley, Maryland, was awarded a $13,155,112 cost-plus-fixed-fee delivery order (N61331-24-D-0006) for mine countermeasures unmanned surface vehicle support services. Work will be performed in Hunt Valley, Maryland (50%); Panama City, Florida (40%); and Port Hueneme, California (10%), and is expected to be complete June 2026. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $490,595 (4%) will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance 10 U.S. Code 3204(a)(1) and Federal acquisition Regulation 6.302-1-only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Panama City, Florida, is the contracting activity. (Awarded on June 17, 2025)

MAST Technologies LLC, San Diego, California, is being awarded $12,021,800 for a firm-fixed-price, commercial requirements contract for the procurement of rubber tiles that support the passive countermeasure system. This is a two-year contract with three one-year option periods, in accordance with Federal Acquisition Regulation 52.217-8, option to extend services, which, if exercised, will bring the total estimated value to $31,728,760. All work will be performed in San Diego, California. Work is expected to be completed by June 2027; if all options are exercised, work will be completed by June 2030. No funding will be obligated at the time of award. Individual delivery orders will be funded with appropriate fiscal year working capital funds (Navy) at the time of their issuance, 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 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-25-D-CM01).

AIR FORCE

Clear Align LLC, Nashua, New Hampshire, was awarded a $199,000,000 indefinite-delivery/indefinite-quantity contract award for security forces tactical security system. This contract provides for a modular, scalable, tailorable, lightweight, rapidly deployable, ground-based tactical security and surveillance capability at remote deployment locations. Work will be performed at Nashua, New Hampshire, and is expected to be completed by June 2032. This contract was a sole source acquisition under the Small Business Innovation Research Phase III program. No funds are associated with the base contract. The Force Protection Division, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2381-25-D-B001).

Mercury Mission Systems LLC, Torrance, California, was awarded a $26,559,778 firm-fixed-price, cost-plus-fixed-fee, and cost-reimbursable contract for the F-15 data transfer module II, data transfer module II remote receptacle and docking station production. This contract provides for procurement of Group B kits, system engineering/program management, and interim contractor support. Work will be performed at Torrance, California, and is expected to be completed by Dec. 31, 2028. This contract was a sole source acquisition. Fiscal 2023 aircraft procurement funds in the amount of $9,342,516; and fiscal 2025 aircraft procurement funds in the amount of $237,581, are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8634-25-C-B004).

ARMY

Merrick & Co., Greenwood Village, Colorado, was awarded a $7,997,159 firm-fixed-price contract for design-bid-build construction plans and specifications. Bids were solicited via the internet with one received. Work will be performed in Greenwood Village, Colorado, with an estimated completion date of Oct. 28, 2026. Fiscal 2025 military construction, Army funds in the amount of $7,997,159 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-25-F-0096). 

DEFENSE LOGISTICS AGENCY

UPDATE: Imagine Milling Technologies LLC,** Fullerton, California (SPE2DH-25-D-0021, $25,500,000) has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R-0002 and awarded Feb. 10, 2022. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small business
**Small-disadvantaged business

6/20

DEFENSE LOGISTICS AGENCY

STERIS Corp., Mentor, Ohio, has been awarded a maximum $450,000,000 modification (P00008) exercising the five-year option period of a five-year base contract (SPE2D1-20-D-0008) with one five-year option period for patient monitoring and capital equipment. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. The ordering period end date is June 22, 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.

Reinhart Foodservice LLC, Valdosta, Georgia, has been awarded a maximum $157,513,647 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food and beverage items. 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 336-day bridge contract. The ordering period end date is May 23, 2026. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-25-D-3016).

Northrop Grumman Systems Corp., Sunnyvale, California, has been awarded a maximum $9,984,595 firm-fixed-price, definite-quantity contract for flow control 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. The delivery completion date is Dec. 11, 2028. This is a three-year contract with no option periods. Using military service is Navy. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A5-25-F-6417).

AIR FORCE

The MITRE Corp., Bedford, Massachusetts, has been awarded a $101,086,925 cost-reimbursement, ceiling increase contract modification (P00063) to a previously awarded contract (FA8702-19-C-0001) for support to the Air Force as the administrator of the National Security Engineering Center Federally Funded Research and Development Center. This modification brings the total cumulative face value of the contract to $5,280,644,705 from $5,179,557,780. Work will be performed at Bedford, Massachusetts; McClean, Virginia; and other various locations within and outside the continental U.S., and is expected to be completed by Sept. 30, 2028. This modification involves Foreign Military Sales to various countries under the basic contract. No funding will be obligated at the time of award as this is a ceiling increase action only. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a $31,850,000 firm-fixed-price contract modification (P00338) to a previously awarded contract (FA8629-14-C-2403) for implementation of updated ARC-210 Radio Receiver/Transmitter and Embedded GPS/INS Navigation System (Engineering Change Proposal 056). The modification brings the total cumulative face value of the contract to $6,400,221,545. Work will be performed at Stratford, Connecticut, and is expected to be completed by Sept. 30, 2027. Fiscal 2023 and 2024 aircraft procurement funds in the amount of $31,850,000 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.

NAVY

S&K Aerospace LLC,* St. Ignatius, Montana, is being awarded a $54,723,078 firm-fixed-price, indefinite-delivery/indefinite-quantity, long-term contract for the repair, overhaul, and upgrade of 351 commercial items used on the P-8A Poseidon maritime aircraft. Work will be performed at various contractor supplier locations (65%); and Byron, Georgia (35%). This contract includes a five-year base period with no options. Work is expected to be completed by June 2030. Working capital (Navy) funds will be obligated as individual orders are issued, and funds will not expire at the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the System for Award Management and Navy Enterprise Commerce Online websites as a 100% small business set-aside, with eight offers received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-25-D-A501).

American Petroleum Tanker LLC, Blue Bell, Pennsylvania, is awarded a $39,375,000 firm-fixed-price contract with pass through reimbursable elements (N3220525C4028), for time charter of one, clean, approved, U.S. flag Jones Act compliant tanker with segregated ballast tanks and inert gas system that is capable of carrying a minimum of 280,000 barrels of clean product (intentions F76, JP5, JP8, or JA1) within vessel’s natural segregation in designated cargo tanks with double valve isolation. This contract includes a 12-month base period with three one-year option periods, and one 11-month option which, if exercised, would bring the cumulative value of this contract to $185,163,000. The contract will be for worldwide performance, with intentions to operate along the West Coast. The contract is expected to be completed if all options are exercised by June 2030. This contract was competitively procured as full and open competition with proposals solicited via the Governmentwide point of entry and one offer was received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C4028).

Ocenco Inc., Pleasant Prairie, Wisconsin, was awarded a $37,084,430 firm-fixed-price blanket purchase agreement (BPA) (N61331-25-A-0001) for the acquisition of emergency escape breathing devices and trainers units. This agreement includes option periods which, if exercised, would bring the cumulative value of this contract to $37,084,430. Work will be performed in Pleasant Prairie, Wisconsin. If all options are exercised, work will continue through January 2031. This contract will be funded from fiscal 2026-2031 – other procurement (Navy) funds, with a ceiling of $37,084,430. Fiscal 2026 other procurement (Navy) funds will be obligated at time of award of the first BPA call. This contract was not competitively procured via the Sam.gov, in accordance with 10 U.S. Code 3204(a)(1) and Federal Acquisition Regulation 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity. (Awarded June 18, 2025)

DCSA

Agile Decision Sciences LLC,** Huntsville, Alabama, has been awarded a $29,254,675 option exercise modification (P00023) to a previously awarded firm-fixed-price contract, HS0021-22-C-0004, for the Defense Counterintelligence and Security Agency (DCSA). This modification exercises option period three to continue to provide DCSA Cybersecurity Support Services. Work will be performed at Quantico, Virginia, with an estimated completion of June 28, 2027 (with options). Fiscal 2025 DCSA defense wide working capital funds in the amount of $20,919,749 and fiscal 2025 operations and maintenance funds in the amount of $8,334,926 were obligated at the time of award. The cumulative face value of the contract to date is $175,293,693. DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.

*Small business
**Certified 8(a) program participant contractor

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, June 24, 2025 12:37 pm

Leave a Reply

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

Notify me of updates to this conversation