INSIDE THE

NEWS + ADVICE

DoD Contracts: CACI, Integration Innovation Inc. (i3), Leidos, Week of 6-9-25 to 6-13-25

Posted by Ashley Jones

6/9

ARMY

AECOM Technical Services Inc., Los Angeles, California (W912DY-25-D-0072); Ameresco Inc., Framingham, Massachusetts (W912DY-25-D-0073); The Brewer-Garrett Co., Middleburg Heights, Ohio (W912DY-25-D-0074); Centrica, Malta, New York (W912DY-25-D-0075); CMTA Inc., Prospect, Kentucky (W912DY-25-D-0076); Constellation, Baltimore, Maryland (W912DY-25-D-0077); Energy Systems Group LLC, New Burgh, Indiana (W912DY-25-D-0078); Engie Services, Overland Park, Kansas (W912DY-25-D-0079); Green Generation Solutions,* Bethesda, Maryland (W912DY-25-D-0080); Honeywell International Inc., Duluth, Georgia (W912DY-25-D-0081); Johnson Controls Government Systems LLC, Rockville, Maryland (W912DY-25-D-0082); M.C. Dean, Tysons, Virginia (W912DY-25-D-0083); Noresco, Westborough, Massachusetts (W912DY-25-D-0084); CEG Solutions, LLC, Arlington, Virginia (W912DY-25-D-0085); Schneider Electric, Carrollton, Texas (W912DY-25-D-0086); Southland Industries, Garden Grove, Massachusetts (W912DY-25-D-0087); Trane, White Bear Lake, Minnesota (W912DY-25-D-0088); and Veregy LLC, Phoenix, Texas (W912DY-25-D-0089), will compete for each order of the $3,000,000,000 firm-fixed-price contract to acquire energy and water conservation services, reduce energy or water consumption and associated utility costs and reduce energy and water-related operation and maintenance costs. Bids were solicited via the internet with 19 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 9, 2035. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

Michael Baker International Inc., Moon Township, Pennsylvania, was awarded a $20,000,000 firm-fixed-price contract for general engineering and design 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 8, 2030. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-25-D-0004).

L3Harris Global Communications Inc., Rochester, New York, was awarded a $17,617,550 firm-fixed-price contract for mobile tactical command vehicle parts, integrated computer system with laptops, computers and network hardware. Bids were solicited via the internet with one received. Work will be performed in Rochester, New York, with an estimated completion date of June 9, 2026. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-25-C-5013).

AIR FORCE

Advanced Concepts Enterprises Inc., Ft. Walton Beach, Florida, was awarded a $96,699,829 task order for aircrew instruction support services to include a base period and four one-year option periods. This contract provides contractor support for on-site aircrew instructional support services to Headquarters Air Force Special Operations Command. Work will be performed at Hurlburt Field, Florida; Duke Field, Florida; Cannon Air Force Base, New Mexico; Harrisburg Air National Guard Base, Pennsylvania, Royal Air Force Mildenhall, United Kingdom; Yokota Air Base, Japan; and Kadena Air Base, Japan, and is expected to be completed by June 19, 2030. This contract was a competitive acquisition where were 263 contractors solicited, and four proposals were received. Fiscal 2025 operation and maintenance appropriations funds in the amount of $6,000,000 are being obligated at the time of award. The Air Force Installation Contracting Center, Hurlburt Field, Florida is the contracting activity (FA0021-25-F-0005).

DEFENSE LOGISTCS AGENCY

Direct Energy Business LLC, Houston, Texas, has been awarded an estimated $47,889,516 firm-fixed-price, requirements contract to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with five responses received. This is a three-year contract with no option periods. The location of performance is Illinois with a Jan. 1, 2029, performance completion date. The using customer is the Department of Energy. The using customer is solely responsible for funding this contract and funds vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-25-D-8007).

NAVY

Oceaneering Internation Inc., Chesapeake, Virginia, is awarded a $33,134,365 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N64498-25-D-4007) for Virginia-class submarine sail racetracks, payload tube loading platforms, and multiple all-up-round canister special support equipment ladder kits with shipping crates. Work will be performed in Chesapeake, Virginia, and is expected to be completed by June 2030. Fiscal 2025 other procurement (Navy) funds in the amount of $2,085,151 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management (SAM) website, with five offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.

Global PCCI, Irvine, California, is awarded a $12,200,000 cost-plus-award-fee and cost-plus-fixed-fee modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00024-19-D-4323) for the emergency ship salvage material system. This modification increases the contract ordering ceiling from $318,000,000 to $330,200,000. Work will be performed in Irvine, California, and other locations worldwide according to future delivery orders, and is expected to be completed by July 2025. No funding will be obligated at the time of award; all funding will be made available at the task or delivery order level as contracting actions occur. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

*Small business

6/10

MISSILE DEFENSE AGENCY

Integration Innovation Inc. (i3),* Huntsville, Alabama, is being awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $428,991,242. Under this competitive follow-on contract, the primary focus of the contractor is to enable the identification, collection, distribution, and analysis of critical test data needed to assess and evaluate new and updated Missile Defense System capabilities to support fielding decisions to the Warfighter. A task order in the amount of $100,000 is being issued. The work will be performed in Huntsville, Alabama and Colorado Springs, Colorado. The ordering period is from June 10, 2025, through June 9, 2030. The contract includes five one-year options for a total ordering period through June 9, 2035. This contract was competitively procured via publication on the SAM.gov website with fourteen proposals received. Fiscal 2025 research, development, test and evaluation funds in the amount of $100,000 are obligated to this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0858-25-D-E001).

AIR FORCE

Cubic Defense Acquisition Inc., San Diego, California, was awarded a ceiling $399,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for follow-on depot contractor logistic support P5CTS contract for the Air Force and Foreign Military Sales (FMS) programs. Work will be performed at San Diego, California, and is expected to be completed by June 9, 2032. This contract involves FMS to Australia, Egypt, Kuwait, Morocco, Oman, Poland, Qatar, Saudi Arabia, and Singapore. This contract was a sole-source acquisition. Fiscal 2025 FMS funds in the amount of $2,947,160 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8210-25-D-B001).

MilTrain II JV LLC, North Las Vegas, Nevada, has been awarded a $84,647,510 firm-fixed-price single-award contract for MQ-9 Aircrew Training Support. This contract provides for all personnel, equipment, tools, materials, supervision, and all other items and services required to perform and support MQ-9 remotely piloted aircraft aircrew academic instruction; courseware development; and air and ground intelligence, surveillance, and reconnaissance test and training support; and major command certified approaches/supplemental recovery procedures. Work will be performed at Holloman Air Force Base and White Sands Missile Range, New Mexico; Creech AFB, U.S. Air Force Weapons School, and 556 Test and Evaluation Squadron, Nevada; March Air Reserve Base, California; and Hancock Field Air National Guard Base, New York, and is expected to be completed by July 30, 2030. This contract was a competitive acquisition and four offers were received. Fiscal 2025 operations and maintenance funds in the amount of $833,476 are being obligated at time of award. Air Combat Command Acquisition Management and Integration Center, Hampton, Virginia, is the contracting activity (FA4890-25-C-0003).

NAVY

Nammo MAC LLC, Bay St. Louis, Mississippi, is being awarded a $95,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for the production of .50 Caliber Polymer Cased Ammunition. The contract ordering period is from June 10, 2025, to June 9, 2030. Work is to be performed at the contractor facility in Bay St. Louis, Mississippi. Fiscal 2025 procurement (Navy and Marine Corps) funds in the amount of $2,026,000 will be obligated at the time of award for delivery order one. Funding will not expire at the end of fiscal 2025. This contract is a sole source award under the authority of U.S. Code 3204(a)(7), Public Interest. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-25-D-5201).

Coherent Aerospace & Defense, Murrieta, California, is awarded a cost-plus-fixed-fee contract for the SONGBOW: Pulsed Fiber Lasers and Directed Energy Subsystems with High Bandwidth Wavefront Control Project. This contract provides for the development of pulsed fiber lasers for remote sensing and illumination and to further the development of a 400 kilowatt (kW) directed-energy subsystem by integrating a 50-kW laser with a beam-control assembly. Work will be performed in Murrieta, California, and is expected to be completed in January 2027. The total cumulative value of this contract, including a 20-month base period with one 11-month and one 18-month option periods which will run concurrently, is $29,981,651. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $12,881,201 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 (BAA) N0001424SB001 entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals were received throughout the year under the Long-Range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N0001425C1506).

GKG Contractors LLC, Isabela, Puerto Rico, is awarded an $11,093,780 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Support Activity Mid-South, Millington, Tennessee. Work will be performed in Millington, Tennessee, and is expected to be completed by September 2026. No funds will be obligated at time of award. Fiscal 2026 operation and maintenance (O&M), (Defense Agencies); fiscal 2026 civil works revolving fund, (Army Corps of Engineers); fiscal 2026 defense health program; fiscal 2026 Defense Commissary Agency account; fiscal 2026 O&M, (Army Reserve); fiscal 2026 O&M, (Army); and fiscal 2026 O&M, (Navy) contract funds, in the amount of $8,258,404 for recurring work, will be obligated on individual task orders issued during the base period. This contract was competitively procured via the SAM.gov website, with three offers received. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity  (N69450-25-D-0036).

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $8,056,338 modification to a previously awarded contract (N00024-16-C-2116) to increase the previously established requirements to support sailor infrastructure at Newport News Shipbuilding. Work will be performed in Newport News, Virginia, and is expected to be completed by April 2026. Funding will not be obligated at time of award. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTCS AGENCY

Ameriqual Group LLC, doing business as Ameriqual Packaging, Evansville, Indiana, has been awarded a maximum $52,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for unitized group ration-A. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 167-day bridge contract. The ordering period end date is Nov. 23, 2025. Using military services are Army, Navy, and Marine Corps. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-25-D-Z208).

Baxters North America Inc., doing business as The Wornick Co., Blue Ash, Ohio, has been awarded a maximum $28,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for unitized group ration-A. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 167-day bridge contract. The ordering period end date is Nov. 23, 2025. Using military services are Army, Navy, and Marine Corps. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-25-D-Z209).

ARMY

Western Marine Construction Inc.,* Seattle, Washington, was awarded a $26,950,000 firm-fixed-price contract for demolition and replacement of floating breakwaters. Bids were solicited via the internet with four received. Work will be performed in Ketchikan, Alaska, with an estimated completion date of Oct. 30, 2027. Fiscal 2022 and 2025 civil operation and maintenance funds in the amount of $26,950,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-25-C-0010).

Place Services Inc., Canton, Georgia, was awarded a $17,179,200 firm-fixed-price contract for design-bid-build construction of an indoor small arms range. Bids were solicited via the internet with six received. Work will be performed in Walton, Indiana, with an estimated completion date of Aug. 10, 2027. Fiscal 2025 military construction, Air Force Reserve funds in the amount of $17,179,200 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-25-C-0012).

*Small business

6/11

ARMY

GardaWorld Federal Services LLC, Arlington, Virginia (W519TC-25-F-0261); Triple Canopy Inc., Herndon, Virginia (W519TC25F0262); Allied Universal, Irvine, California (W519TC-25-F-0263); Acuity International LLC, Reston, Virginia (W519TC-25-F-0264); SOC LLC, Chantilly, Virginia (W519TC-25-F-0265); Patriot Group International Inc., Warrenton, Virginia (W519TC-25-F-0266); and Continuity Global Solutions LLC, Port Saint Joe, Florida (W519TC-25-F-0267), will compete for each order of the $10,336,446,197 firm-fixed-price contract for guard and protective security services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of June 15, 2035. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $792,371,847 modification (P00070) to contract W56HZV-18-D-0010 for a three-year extension to the family of Medium Tactical Vehicles A2 contract. 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 Feb. 4, 2029. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

General Dynamics Ordnance and Tactical Systems, St. Petersburg, Florida, was awarded a $706,475,429 firm-fixed-price contract for production and delivery of 120mm ammunition. 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 12, 2029. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-25-D-0006).

Cooper Tacia General Contracting Co., Raleigh, North Carolina, awarded a $23,657,005 firm-fixed-price contract for child development center construction. Bids were solicited via the internet with seven received. Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of June 30, 2028. Fiscal 2021 military construction, Army funds in the amount of $23,657,005 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-25-C-4001).

Trend Construction Inc., Deland, Florida, was awarded a $19,596,566 firm-fixed-price contract to construct a standard design automated record fire plus range. Bids were solicited via the internet with four received. Work will be performed in Fort Bragg, North Carolina, with an estimated completion date of June 15, 2027. Fiscal 2021 and 2024 military construction, Army funds in the amount of $19,596,566 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-25-C-A001).

RESPEC Co. LLC, Rapid City, South Dakota, was awarded a $15,971,580 firm-fixed-price contract for design-bid-build construction of a geothermal generation slim well. Bids were solicited via the internet with two received. Work will be performed in Cheyenne, Wyoming, with an estimated completion date of June 10, 2026. Fiscal 2023 military construction, defense-wide funds in the amount of $15,971,580 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-25-C-A020).

DEFENSE LOGISTCS AGENCY

US Foods Inc., doing business as US Foods – Los Angeles, La Mirada, California, has been awarded a maximum $187,824,608 firm-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 366-day bridge contract. The ordering period end date is June 13, 2026. Using military service is Navy. 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-3012).

S&K Electronics Inc.,** Ronan, Montana, has been awarded a maximum $10,000,000 fixed-price, indefinite-delivery/indefinite-quantity contract for electric air heaters. This was a competitive acquisition with one response received. This is a two-year base contract with three one-year option periods. The ordering period end date is June 10, 2030. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E5-25-D-0005).

AIR FORCE

US&S-Pegasus JV LLC, Greenville, South Carolina was awarded a $46,815,308 indefinite-delivery/indefinite-quantity contract for base operations and support services. This contract provides for all personnel, supervision, equipment, tools, materials, supplies, test equipment, and other items and services necessary to accomplish materiel management, ground transportation and vehicle management, traffic management, real property maintenance, and fuels management. Work will be performed at Grissom Air Reserve Base, Indiana, and is expected to be completed by May 31, 2030. This contract was a competitive acquisition, and nine offers were received. Fiscal year 2025 operation and maintenance funds in the amount of $24,000 are being obligated at time of award. The 434th Air Refueling Wing, Grissom Air Reserve Base, Indiana, is the contracting activity (FA4654-25-D-0001).

CORRECTION: The contract announced on June 10, 2025, for Cubic Defense Acquisition, Inc., San Diego, California, $399,000,000 was announced with an incorrect award date.  The correct award date is June 11, 2025.

NAVY

Epsilon C5I Inc.,* San Diego, California, is awarded an $11,959,351 cost-plus-fixed-fee order (N6893625F0340) against a previously issued basic ordering agreement (N6893621G0003). This order provides for the ongoing expansion, evolution, implementation, and to furnish VISION technology, a full motion video, multi-intelligence analysis capability that produces analytic capacity leveraging multi-source intelligence to accelerate the find, fix, track, target, engage, and assess process in support of Small Business Innovation Research Phase III topic N101-100 titled, “Multi-Source Imagery and Geopositional Exploitation (MSIGE)”. Work will be performed in San Diego, California, and is expected to be completed in June 2026. Fiscal 2025 operations and maintenance (Defense-wide) funds in the amount of $1,548,643 will be obligated at the time of award, $1,548,643 of which will expire at the end of the current fiscal year. Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.

*Small business
**Small business in historically underutilized business zones

6/12

ARMY

Brice Solutions LLC,* Anchorage, Alaska (W911K-B-25-D0018); Bristol Prime Contractors LLC,* Anchorage, Alaska (W911K-B-25-D0019); Eklutna Construction & Maintenance LLC,* Wasilla, Alaska (W911K-B-25-D0020); Orion Construction Inc.,* Wasilla, Alaska (W911K-B-25-D0021); Red Point Construction LLC,* Palmer, Alaska (W911K-B-25-D0022); and Weldin Construction LLC,* Wasilla, Alaska (W911K-B-25-D0023), will compete for each order of the $450,000,000 firm-fixed-price contract for sustainment, restoration, modernization and small construction projects at various military locations in Alaska, and Wake Island. Bids were solicited via the internet with 21 received. Work locations and funding will be determined with each order, with an estimated completion date of June 11, 2030. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity.

Recco Inc., Cheyenne, Wyoming, was awarded a $17,336,000 firm-fixed-price contract for construction of a vehicle and aircraft maintenance shop and storage complex. Bids were solicited via the internet with six received. Work will be performed in Cheyenne, Wyoming, with an estimated completion date of Aug. 2, 2026. Fiscal 2025 military construction, Army National Guard funds in the amount of $17,336,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Wyoming, is the contracting activity (W50S8W-25-C-A004).

NAVY

BAE Systems – San Diego Ship Repair, San Diego, California, is awarded a $155,886,629 firm-fixed-price contract action for maintenance, modernization and repair of USS Somerset (LPD 25) fiscal 2025 Docking Selected Restricted Availability. The scope of this acquisition includes all labor, supervision, equipment, production, testing, facilities, and quality assurance necessary to prepare for and accomplish the Chief of Naval Operations Availability for critical modernization, maintenance, and repair programs. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $178,357,238. Work will be performed in San Diego, California, and is expected to be completed by January 2027. Fiscal 2025 other procurement (Navy) funds in the amount of $144,704,806 (93%); and fiscal 2025 operation and maintenance (Navy) funds in the amount of $11,181,823 (7%), will be obligated at the time of award, of which $11,181,823 will expire at the end of the current fiscal year. This contract was competitively solicited using full and open competition via the System for Award Management website, with one offer received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002425C4415).

Thermo Fisher Scientific, Rockville, Maryland, is awarded a $94,514,992 indefinite-delivery/indefinite-quantity contract (N00167-25-D-0005) for the procurement of the Navy’s next generation dosimetry system and an updated database management software system called the Naval Radiation Exposure Management System. This contract includes a five-year ordering period, with the maximum value of $94,514,992, if the full contract ceiling is utilized. Work will be performed in Oakwood Village, Ohio (47%); the Czech Republic (25%); Spain (13%); Germany (13%); and the United Kingdom (3%). Fiscal 2025 other procurement (Navy) funds in the amount of $15,595,127 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment Solicitation Module, with two offers received. The Naval Surface Warfare System Carderock Division, Bethesda, Maryland, is the contracting activity.

Raytheon Co., Tucson, Arizona, is awarded a $18,249,602 firm-fixed-price modification to previously awarded contract (N00024-25-C-5409) to exercise an option and provide funding for manufacturing, assembly, test and delivery of Standard Missile-6 (SM-6) Tactical All-Up Rounds in support of full rate production requirements. Work will be performed in Tucson, Arizona (35%); East Camden, Arkansas (35%); Wolverhampton, United Kingdom (8%); Elma, New York (3%); Middletown, Ohio (3%); Anniston, Alabama (2%); and various other locations each less than 2% (2%), and is expected to be completed by May 2029. Fiscal 2024 weapons procurement (Army) funding in the amount of $18,249,602 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.

Acciona CMS Australia LLC, Maumee, Ohio, is awarded a $15,482,554 firm-fixed-price contract for construction of an aircraft maintenance support facility. This contract provides for new construction of a squadron operations facility. Work will be performed at Royal Australian Air Force Base Tindal, Australia and is expected to be completed by February 2027. Fiscal 2022 military construction (MILCON) (Air Force) funds in the amount of $9,008,257 will be obligated at time of award, and will not expire at the end of the current fiscal year. Fiscal 2024 MILCON (Air Force) funds in the amount of $6,474,297 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website, with three offers received. The Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor, Hawaii, is the contracting activity (N62742-25-C-1311).

Saab Inc., Syracuse, New York, is awarded a $15,012,698 firm-fixed-price and cost-plus-fixed-fee modification to a previously awarded contract (N00024-22-C-5530) to exercise an option for multi-mode radar production and engineering support. Work will be performed in Gothenburg, Sweden (51%); and Syracuse, New York (49%), and is expected to be completed by September 2028. Fiscal 2025 other procurement (Navy) funds in the amount of $15,012,698 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Saunders Engine and Equipment Co. Inc.,* Gulf Shores, Alabama, is being awarded $14,877,224 for a firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide small craft maintenance and upgrade support services in support of the Naval Oceanographic Office. The contract includes a 60-month ordering period, and one six-month option period in accordance with Federal Acquisition Regulation 52.217-8, option to extend services, which, if exercised, will bring the total estimated value to $16,490,007. All work will be performed in Gulf Shores, Alabama. Work will begin in July 2025 and expected to be completed by June 2030; if the option is exercised work will be completed by December 2030. Fiscal 2025 operation and maintenance (Navy) (O&M, N) funds in the contract’s minimum amount of $10,000 will be obligated at the time of award and funds will expire at the end of the current fiscal year. Subsequent task orders will be funded with appropriate fiscal year O&M, N funds. This contract was competitively procured through the sam.gov website as a total small business set-aside requirement with two offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Fleet Directorate, Norfolk, Virginia, is the contracting activity (N00189-25-D-0015).

North Star Scientific Corp.,* Kapolei, Hawaii, is awarded a $13,746,890 firm-fixed-price, cost-plus-fixed-fee order (N0001925F0217) against a previously issued basic ordering agreement (N0001924G0014). This order provides modeling, hardware design and construction, testing and data analysis in preparation for and execution of full-scale testing in support of Small Business Innovation Research Phase III, Topic N06-125 “L-Band Solid-State High-Power Amplifier for Airborne Platforms.” Work will be performed in Honolulu, Hawaii (44.39%); Oklahoma City, Oklahoma (44.99%); San Leandro, California (7.70%); Newark, Delaware (1.13%); and Warminster, Pennsylvania (1.79%), and is expected to be completed in June 2027. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $13,746,890 will be obligated at time of award, all of which will expire at the end of the fiscal year. Naval Air System Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is being awarded a $7,755,462 cost-plus award-fee order, N6278622F0021, against the previously awarded basic ordering agreement (N00024-19-G-2319) to provide engineering and management services for LCS 25 Post Shakedown Availability. Work will be performed in Mayport, Florida (51%); Virginia Beach, Virginia (21%); Washington, D.C. (14%); and Moorestown, New Jersey (14%). This delivery order is expected to be completed by Nov. 30, 2025. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $5,150,251 (66%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

AIR FORCE

Beyond New Horizons LLC, Arnold Air Force Base, Tennessee, has been awarded a $101,574,440 modification (P00014) to a previously awarded contract (FA9101-24-C-B002) for test operations and sustainment. This modification provides for test operations, technology development, equipment and facility sustainment, capital improvements and some support services for Arnold Engineering Development Complex. Work will be performed at Arnold AFB, Tennessee, and is expected to be completed by Sept. 30, 2036. This modification brings the overall value of the contract from $3,857,718,219 to $3,959,292,659. Fiscal 2024 research and development funds are being obligated at the time of award. Fiscal 2025 operations and maintenance and research and development funds are being obligated at the time of award. The Air Force Test Center, Arnold AFB, Tennessee, is the contracting activity.

*Small business

6/13

DEFENSE ADVANCED RESEEARCH PROJECTS AGENCY

The Johns Hopkins University Applied Physics Laboratory LLC, Laurel, Maryland,** has been awarded a ceiling $388,800,000 modification (P00007) to previously awarded, indefinite-delivery/indefinite-quantity contract HR001122D0001 with cost-plus-fixed-fee term and completion task orders contemplated for essential research, development, and engineering capabilities. The modification brings the total cumulative face value of the contract to $1,128,800,000 from $740,000,000. Work will be performed in Laurel, Maryland, with an expected completion date of November 2027 for all task orders. No funds are being obligated at the time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

DEFENSE FINANCE AND ACCOUNTING SERVICE

CACI Inc.-Federal, Chantilly, Virginia, is being awarded a maximum $84,999,720 fixed-price and labor-hour contract for Comptroller mission applications systems support. Work will be performed in Chantilly, and Arlington, Virginia, with an expected completion date of June 15, 2030. The contract has a 12-month base period with four individual one-year option periods. This contract is the result of a competitive acquisition for which one quote was received. Fiscal 2025 Office of the Undersecretary of Defense (Comptroller) defense-wide operations and maintenance funds in the amount of $15,572,255 are being obligated at the time of the award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ042325FE049).

NAVY

General Atomics Aeronautical Systems Inc., Poway, California, is awarded a $27,873,450 modification (P00002) to a firm-fixed-price, cost-plus-fixed-fee order (N0001924F5565) against a previously issued basic ordering agreement (N0001922G0006). This modification adds scope to provide for the development and integration of a Smart Sensor System capability, to include procurement of associated hardware and software in support of the successful operational capability for the MQ-9A Reaper Marine Air Ground Task Force Expeditionary Medium Altitude Long Endurance Unmanned Aerial System. Additionally, this modification procures spares for the Detect and Avoid System and Smart Sensor System. Work will be performed in Poway, California (60%); Patuxent River, Maryland (30%); and various locations outside the continental U.S. (10%), and is expected to be completed in July 2028. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $20,214,480; and fiscal 2025 research, development, test and evaluation (Defense Wide) funds in the amount of $3,242,667, 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.

Leidos Inc., Reston, Virginia, is awarded a $24,522,883 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N64498-25-D-4001) for engineering and technical services of design, development, fabrication, test, delivery, and fleet implementation of digital video surveillance system. Work will be performed in Sterling, Virginia, and is expected to be completed by January 2030. Fiscal 2025 other procurement (Navy) in the amount of $346,840; and fiscal 2023 shipbuilding and conversion (Navy) in the amount of $3,391,474, will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management (SAM) website, with one offer received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.

PPG Industries Inc., Alexander, Arkansas, is awarded an $18,893,779 indefinite-delivery/indefinite-quantity, firm-fixed-price bridge contract (N3220525D4035) to provide worldwide paints, coatings, solvents, preservation products and engineering/ technical services. The contract will contain one, six-month base period and one, six-month option period. The contract will be performed on a worldwide basis beginning June 14, 2025, and will conclude on June 13, 2026, if the option is exercised. This contract was a sole source bridge, and solicited via the Government Point of Entry website; one timely proposal was received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

BAE Systems, Information and Electronic Systems Integration Inc., Nashua, New Hampshire, is awarded a $15,888,980 modification (P00007) to a firm-fixed-price contract (N0001923C0052). This modification exercises an option for the production and delivery of seven OE-120/UPX Antenna Group Systems (three for the Navy and two each for the governments of Australia and Japan); four OE-120 retrofit kits (two each for the governments of Australia and Japan); two installation and checkout (INCO) kits (one each for the governments of Australia and Japan); and one delta INCO kit for the Navy in support of a wide range of systems, including identification of friend or foe, secondary surveillance radar, and air traffic control radar. Work will be performed in Nashua, New Hampshire, and is expected to be completed in January 2028. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $3,917,176; fiscal 2025 other procurement (Navy) funds in the amount of $192,830; fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $1,958,588; and Foreign Military Sales customer funds in the amount of $9,820,386, will be obligated at the time of award; none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Huntington Ingalls Inc., Pascagoula, Mississippi, was awarded a cost type modification to a previously awarded contract (N00024-18-C-2307) for shipyard infrastructure projects that benefit both sailor readiness and the shipbuilder workforce. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by June 2028. Fiscal 2023 shipbuilding and conversion (Navy) funds 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.

AIR FORCE

Northrop Grumman Systems Corp., Baltimore, Maryland was awarded a $16,995,686 cost-plus-fixed-fee contract for research and development. This contract provides for algorithm development for multiple sensors including but not limited to electro-optical, infra-red, and both active and passive radio frequency. Work will be performed at Baltimore, Maryland, and is expected to be complete by Sept. 1, 2030. This contract was a competitive acquisition where one solicitation was posted, and one offer was received. Fiscal 2025 research and development appropriations funds in the amount of $466,583 are being obligated at the time of award. The Air Force Research Laboratory, Sensors Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2377-25-C-B031).

Stratolaunch LLC, Mojave, California, has been awarded a $9,900,000 firm-fixed-price and cost-plus-fixed-fee modification (P00003) to previously awarded (FA9300-23-C-6019) for changes to the flight specifications, requirements and deliverables being produced under the basic contract for the Talon-A campaign 2 contract. The modification brings the total cumulative face value of the contract to $28,063,854. Work will be performed at Mojave, California, and is expected to be completed by Sept. 16, 2026. Fiscal 2024 research, development, test, and evaluation funds in the amount of $9,900,000 are being obligated at the time of award. The Air Force Test Center, Edwards Air Force Base, California, is the contracting activity.

ARMY

L.R. Costanzo Company Inc., Scranton, Pennsylvania, was awarded a $15,114,474 firm-fixed-price contract for construction. Bids were solicited via the internet with two received. Work will be performed in Wilkes Barre, Pennsylvania. with an estimated completion date of Aug. 18, 2027. Fiscal 2025 military construction, Army Reserve funds in the amount of $15,114,474 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-25-C-0016).

Western Marine Construction Inc.,* Seattle, Washington, was awarded a $12,347,000 modification (P00002) to contract W911KB-24-C-0016 for repair of breakwater dissipation reefs, construction of scour hole protection, and dredging. Work will be performed in Saint Paul Island, Alaska, with an estimated completion date of Oct. 31, 2027. Fiscal 2024 and 2025 civil operation and maintenance funds in the amount of $12,347,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity.

Perimeter Security Partner LP,* Brentwood, Tennessee, was awarded a $7,911,601 modification (P00005) to contract W912DY-24-F-0141 for preventative and corrective maintenance services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 14, 2026. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

*Small business
**Not-for-profit University Affiliated Research Center

Author

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

    View all posts
This entry was posted on Monday, June 16, 2025 12:38 pm

Leave a Reply

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

Notify me of updates to this conversation