7/7
AIR FORCE
Ahtna USA-CDM JV, West Sacramento, California (FA8903-25-D-0059); Aloha ‘Aina LLC, San Antonio, Texas (FA8903-25-D-0072); Barlovento LLC, Dothan, Alabama (FA8903-25-D-0058); Bering-Weston JV LLC, Anchorage, Alaska (FA8903-25-D-0056); CCI Group LLC, Anchorage, Alaska (FA8903-25-D-0057); GMH-C JV II LLC, Jacksonville, Florida (FA8903-25-D-0068); Jack Wayte CMS JV, Alamogordo, New Mexico (FA8903-25-D-0063); Jade Creek Construction LLC, Herndon, Virginia (FA8903-25-D-0060); MH JV (FA8903-25-D-0066); North Wind General Contractors LLC, Idaho Falls, Idaho (FA8903-25-D-0064); and Reliance Construction Management Co., Cary, North Carolina (FA8903-25-D-0067), were awarded a ceiling $15,000,000,000 firm-fixed-price, multiple award, indefinite-delivery/indefinite quantity contract for Air Force Civil Engineering Center construction services. This contract provides for design-build and design-bid-build construction services including the following work classifications: sustainment maintenance, sustainment repair, restoration, modernization, minor construction, military construction, other procurement construction, and demolition located at various locations worldwide. Work will be performed globally and, if all options are exercised, is expected to be completed July 6, 2035. These contracts were competitive acquisitions with 33 offers received. Fiscal 2025 operation and maintenance appropriations funds in the amount of $33,000 ($3000 per awardee) are being obligated at the time of award. The 772nd Enterprise Sourcing Squadron, Joint Base Lackland-San Antonio, Texas, is the contracting activity.
M.J. Takisaki Inc., Seattle, Washington (FA4620-25-D-0008); Northcon Inc., Hayden, Idaho (FA4620-25-D-0009); Burton Construction Inc., Spokane, Washington (FA4620-25-D-00010); Halme Cascade General Contracting Co., Medical Lake, Washington (FA4620-25-D-0011); and National Native American Construction Inc., Coeur d’Alene, Idaho (FA4620-25-D-0012), were awarded a combined not-to-exceed $95,000,000 indefinite-delivery/indefinite-quantity, multiple award construction contract to support a wide variety of individual construction projects. This contract provides for support ranging from construct only up to full 100% design and build, renovation, and additions and upgrades, along with specific work in hazardous material survey and abatement, heating, ventilation, and air conditioning, electrical, mechanical, and other major trad. Work will be performed at Fairchild Air Force Base, Washington, and other associated sites outside the base. This contract was a competitive acquisition and sixteen offers were received. Fiscal 2025 operations and maintenance appropriations funds in the amount of $500 are being obligated to each company at time of award, and $1,126,355 being obligated to the lowest priced offeror the Seed Project. The 92nd Contracting Squadron, Fairchild AFB, Washington, is the contracting activity.
Osprey Management LLC, Marietta, Georgia, was awarded a $15,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for a simplified acquisition of base engineering requirements. This contract will provide for a streamlined means to complete minor construction projects that encompass a broad range of sustainment, maintenance and repair, and research development testing and evaluation projects on real property at Arnold Air Force Base, Tennessee. Work will be performed at Arnold AFB, Tennessee, and is expected to be completed by July 6, 2030. This contract was a competitive service-disabled veteran-owned small business set-aside acquisition utilizing a single solicitation and five offers were received. Fiscal 2025 research, development, test and evaluation funds in the amount of $4,500 are being awarded for the post award conference to meet the order minimum. The Air force Test Center, Arnold AFB, Tennessee, is the contracting activity (FA9101-25-D-B009).
NAVY
Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $24,029,656 modification (P00001) to a firm-fixed-price order (N0001924F5029) against a previously awarded basic ordering agreement (N0001922G0002). This modification exercises options to procure 124 propulsion rotor hub spring and drive link retrofit kits (120 kits for the Marine Corps, and four for the government of Japan) in support of improvement efforts for the V-22 aircraft. Work will be performed in Amarillo, Texas, and is expected to be completed in December 2028. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $17,440,880; fiscal 2023 aircraft procurement (Navy) funds in the amount of $5,813,626; and Foreign Military Sales customer funds in the amount of $775,150, will be obligated at the time of award, $5,813,627 of which will expire at the end of the current fiscal year. This contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
U.S. TRANSPORTATION COMMAND
Schuyler Line Navigation Co. LLC, Annapolis, Maryland (HTC71124DW026), is awarded a contract modification (P00005) with a face value of $15,522,568. The modification provides continued ocean liner service between Jacksonville, and Blount Island, Florida; and Naval Station Guantanamo Bay, Cuba. The modification of this firm-fixed-price with economic-price-adjustment contract brings the cumulative face value to $31,055,909. The option period of performance is from Aug. 1, 2025, to July 31, 2026. Fiscal 2025 defense working capital funds will be obligated. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.
*Small business
7/8
DEFENSE LOGISTICS AGENCY
CFM International, West Chester, Ohio, has been awarded a maximum $2,846,105,318 firm-fixed-price, requirements type contract for F108 engine supplies. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulations 6.302-1. This is a four-year four-month base contract with one five-year option period. The performance completion date is Oct. 31, 2029. Using military services are Air Force and Navy. Type of appropriation is fiscal 2025 through 2030 defense appropriated funds and working capital funds. The contracting activity is the Defense Logistics Agency Aviation at Richmond, Virginia (SPE4AX-25-D-9406).
AAR Mobility Systems, Cadillac, Michigan, has been awarded a maximum $85,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity requirements contract for specialized shipping and storage containers, shelters and accessories. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in the Federal Acquisition Regulation 6.302-1. This is a one-year base contract with four one-year option periods. The ordering period end date is July 7, 2026. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-25-D-0003).
AES Asset Acquisition Corp., doing business as Clean Earth LLC, King of Prussia, Pennsylvania, has been awarded a maximum $17,309,125 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for hazardous waste removal, transportation and disposal services. This was a competitive acquisition with six responses received. This is a two-year six-month base contract with one two-year six-month option period. Location of performance Florida, with a Jan. 14, 2028, ordering period end date. Using customers are Navy, Marine Corps, Army National Guard, Air National Guard and Defense Commissary Agency. Type of appropriation is fiscal 2025 through 2027 defense working capital funds. The contracting activity is Defense Logistics Agency Disposition Services, Battle Creek, Michigan (SP4500-25-D-0022).
AIR FORCE
DRS Leonardo, Bridgeton, Missouri, was awarded an $18,775,917 fixed-price incentive, indefinite-delivery, requirements contract for contractor logistics support of the Tunner Aircraft Cargo Loader. This contract provides for material management infrastructure, material management parts, and program engineering support for the Tunner Aircraft Cargo Loader. Work will be performed in Bridgeton, Missouri, and is expected to be completed Nov. 22, 2025. This contract was a sole-source bridge acquisition. Fiscal 2025 operations and maintenance funds will be obligated at the order level. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity for this effort (FA8534-25-D-0001). (Awarded Nov. 22, 2024)
*Small business
7/9
ARMY
AECOM – Baker Global Services JV, Arlington, Virginia (W912DW-25-D-1017); Burns & McDonnell Engineering Co., Kansas City, Missouri (W912DW-25-D-1018); HDR Engineering, Omaha, Nebraska (W912DW-25-D-1019); Jacobs Government Services Co., Arlington, Virginia (W91D2W25D1020); WSP USA Solutions, Washington, D.C. (W912DW-25-D-1021); Innova Architects,* Tacoma, Washington (W912DW-25-D-1022); Raymond Pond Federal Solutions JV,* Conyers, Georgia (W912DW-25-D-1023); WJA P.L.L.C., doing business as WJA Design Collaborative,* Seattle, Washington (W912DW-25-D-1024); and Yaeger Architecture,* Lenexa, Kansas (W912DW-25-D-1025), will compete for each order of the $249,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with 17 received. Work locations and funding will be determined with each order, with an estimated completion date of July 8, 2032. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity.
Phillips Corp.,* Hanover, Maryland, was awarded a $34,210,249 firm-fixed-price contract for the procurement of Computer Numeric Control (CNC) Mill Assemblies and CNC Lathe Assemblies. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 8, 2030. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-D-2015).
DEFENSE LOGISTICS AGENCY
AJ Wholesale Produce,* Sheboygan, Wisconsin, has been awarded a maximum $234,866,250 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables for schools and reservations. This was a competitive acquisition with two responses received. This is a four-year six-month contract with no option periods. Location of performance is Minnesota, with a Dec. 22, 2029, ordering period end date. Using customer is Department of Agriculture. Type of appropriation is fiscal 2026 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-25-D-S781).
NAVY
Kongsberg Defence & Aerospace AS, Kongsberg, Norway, was awarded a $47,387,518 firm-fixed-price/cost-plus-fixed-fee/cost contract for contract logistics support, engineering services, and prototype hardware and software development for the Weapon Control System (WCS) and Fire Control System (FCS) subsystems of the Navy/Marine Corps Expeditionary Ship Interdiction System (NMESIS) Launcher. This contract provides for the procurement of the above-mentioned services, Block 2 hardware, and Block 2 software to support the WCS and FCS subsystems of the NMESIS Launcher. Work will be performed in Kongsberg, Norway (85%); Johnstown, Pennsylvania (10%); various Department of Defense installations within the U.S (3%); and various locations outside the continental U.S. (2%), and is expected to be completed by Sept. 7, 2027. The maximum dollar value, including base and option line items, is $47,387,518. Fiscal 2025 research, development, test, and evaluation (Navy and Marine Corps) funds in the amount of $18,976,972; fiscal 2025 procurement (Marine Corps) funds in the amount of $15,330,970; and fiscal 2025 operation and maintenance (Marine Corps) funds in the amount of $38,000, will be obligated at contract award. The operation and maintenance funds will expire at the end of the current fiscal year, but the remaining funds will not. This contract was not competitively procured pursuant to Title 10 U.S. Code 3204(a)(1) and Federal Acquisition Regulation 6.302-1(a)(2). Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-25-C-1006).
Northrop Grumman Systems Corp., Melbourne, Florida, is awarded a $46,673,199 modification (P00108) to a previously awarded cost-plus-fixed-fee contract (N0001918C1037). This modification adds scope to provide production attrition capability integration support to implement, analyze and evaluate the life cycle software and hardware updates encompassing a broad spectrum of software and/or hardware engineering, design, programming, integration, manufacturing and quality, and test activities with varying levels and periods of intensity for the E-2D Advanced Hawkeye aircraft for the Navy. Work will be performed in Liverpool, New York (37.2%); El Segundo, California (18.2%); Melbourne, California (13%); Greenlawn, New York (10.8%); Largo, Florida (4.4%); Falls Church, Virginia (2.4%); Rockford, Illinois (1.6%); Torrance, California (1.4%); Windsor lock, Connecticut (1.3%); Woodland Hills, California (1.1%); Burbank, California (1%); and various location within the continental U.S. (7.6%), and is expected to be completed May 2029. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $10,000,000; and fiscal 2023 (Navy) funds in the amount of $36,673,199, will be obligated at the time of award, $36,673,199 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.
Echo Five Group LLC ,* Arlington, Virginia, is being awarded a $32,547,606 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00189-25-D-Z019) to provide the Navy with administrative, analytical and technical support services in support of the Office of Civilian Human Resources mission. The contract will include a five-year ordering period with an additional six-month option period pursuant to Federal Acquisition Regulation (FAR) 52.217-8, which if exercised will bring the total estimated value of the contract to $35,939,234. Work will be completed by July 11, 2030; if the option is exercised, work will be completed by Jan. 12, 2031. Services under the contract will be performed in Washington, D.C. (100%). Fiscal 2025 operation and maintenance funds (Navy) in the contract’s minimum amount of $10,000 will be obligated at time of award and funds will expire at the end of fiscal year 2025. Subsequent task orders under the resultant contract will be funded with appropriate fiscal year operation and maintenance funds (Navy). This contract was competitively procured through the System for Award Management website (Sam.gov) with the solicitation posted as a service-disabled veteran-owned small business set-aside pursuant to FAR Part 15 (Contracting by Negotiation) with 22 offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia, Pennsylvania, is the contracting activity (N00189-25-D-Z019).
DRS Laurel Technologies, Largo, Florida, was awarded a $26,631,470 firm-fixed-price modification to a previously awarded contract (N6339423C0006) for the manufacturing, assembling, testing and delivery of Vertical Launching System Programmable Power Supply MK 179 Mod 0, part number 7104312-39, maintenance assistance module kit, and lowest replaceable unit kit. This contract combines purchases for the U.S. government (95%); and the government of the Netherlands (5%), under the Foreign Military Sales (FMS) program. Work will be performed in Largo, Florida, and is expected to be completed by July 2026. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $11,028,710 (42%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $7,562,544 (28%); fiscal 2025 other procurement (Defense) funds in the amount of $6,117,160 (23%); FMS funds (Netherlands) in the amount of $1,292,844 (5%); fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $315,106 (1%); and fiscal 2025 other procurement (Navy) funds in the amount of $315,106 (1%), will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.
Textron Aviation Inc., Wichita, Kansas, is awarded a $8,808,211 modification (P00022) to a previously awarded firm-fixed-price contract (N0001923C0020). This modification exercises an option for the production and delivery of one T-54A aircraft for the Navy and Marine Corps, supporting the mission of Chief Naval Air Training to produce aviators and flight officers in sufficient quantity to support Naval Air Forces tasking. Work will be performed in Wichita, Kansas (99%); and Corpus Christi, Texas (1%), and is expected to be completed in September 2026. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $8,808,211 will be obligated at the time if award, none of which will expire at the end of the current fiscal year. This contract was competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
AIR FORCE
The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $34,246,819 modification (P00001) to previously awarded (FA2363-25-C-B002) for the Japan E-767 Airborne Warning and Control System Mission computing upgrade to post-delivery support. The modification brings the total cumulative face value of the contract to $35,530,249. Work will be performed in Oklahoma City, Oklahoma; and San Antonio, Texas, and is expected to be completed by May 14, 2028. This contract involves Foreign Military Sales (FMS) to Japan. FMS funds in the amount of $3,865,562 are being obligated at time of award. The Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.
CACI Inc. Federal, Chantilly, Virginia, has been awarded a $9,842,956 modification (P00031) to a previously awarded contract (FA8821-24-F-B001) for procuring two additional 7.3-meter antennas for the Satellite Control Network. The modification brings the total cumulative face value of the contract to $375,638,804. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by Sept. 30, 2027. Fiscal 2025 missile procurement funds in the amount of $9,842,956 are being obligated at the time of award. The Space Systems Command, Peterson Space Force Base, Colorado, is the contracting activity.
MISSILE DEFENSE AGENCY
Lockheed Martin Corp., Moorestown, New Jersey, is being awarded a sole-source, cost-plus-incentive-fee, cost, and cost-plus-fixed-fee contract modification (P00130) under Aegis Ballistic Missile Defense Weapon Systems contract HQ085121C0002. The total value of this contract modification is $8,859,741. This modification supports the Aegis Guam System (AGS) for Caretaker requirements, this includes initial AGS checks and test, operators and maintainers, cybersecurity efforts, and software development for Multi Vertical Launch System Launcher Farm. The work will be performed in Moorestown, New Jersey, within the current period of performance. The total value of the contract increases from $1,455,913,798 by $8,859,741 to $1,464,773,539.03. Fiscal 2025 research, development, test and evaluation funding in the amount of $8,859,741 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (Contract HQ0851-21-C-0002 P00130)
*Small business
7/10
NAVY
Global Pacific Design Builders LLC,* Tamuning, Guam, was awarded a $297,119,770 firm-fixed-price contract for the design and construction of replacement of housing units. Work will be performed at Andersen Air Force Base, Guam, and is expected to be completed by December 2028. This contract is incrementally funded. Fiscal 2025 Family Housing Construction (Navy) funds in the amount of $170,409,848 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 four offers received. The Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-25-C-1326). (Awarded July 8, 2025)
East Coast Repair & Fabrication LLC,* Portsmouth, Virginia (N50054-25-D-0012); Lyon Shipyard Inc.,* Norfolk, Virginia (N50054-25-D-0013); BayTec Marine LLC,* Chesapeake, Virginia (N50054-25-D-0014); and Colonna’s Shipyard Inc.,* Norfolk, Virginia (N50054-25-D-0015), are each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for repair, maintenance, modernization, and sustainment for messing and berthing barges as required by the Navy. East Coast Repair & Fabrication LLC is being awarded $210,443,900 inclusive of all ordering periods. Lyon Shipyard Inc. is being awarded $211,320,000 inclusive of all ordering periods. BayTec Marine LLC is being awarded $219,898,812 inclusive of all ordering periods. Colonna’s Shipyard Inc. is being awarded $262,392,000 inclusive of all ordering periods. Work will be primarily performed within a 50-mile radius of Norfolk, Virginia. The shared ceiling amongst all awardees is $262,392,000. Work will complete July 15, 2030. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $48,000 ($12,000 per contract) will be obligated for the minimum guarantee and will expire at the end of the current fiscal year. This multiple award contract was procured as a small business set-aside via the System for Award Management website with 11 offers received. Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.
Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $197,477,596 cost-plus-incentive-fee modification to a previously awarded contract (N00024-20-C-6117) to exercise options for Navy engineering design, development, and production support in support of sound navigation and ranging systems. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by September 2026. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $5,500,000 (62%); fiscal 2025 research, development, test and engineering (Navy) funds in the amount of $1,700,000 (19%); fiscal 2025 other procurement (Navy) funds in the amount of $1,120,000 (12%); and fiscal 2024 other procurement (Navy) funds in the amount of $600,000 (7%), 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.
Raytheon, Tucson, Arizona, is awarded a $74,012,074 firm-fixed-price contract modification to previously awarded contract (N00024-21-C-5401) for fiscal 2025 Rolling Airframe Missile Mod 5 Guided Missile Launching System requirements and spares. Work will be performed in Louisville, Kentucky (40%); Ottobrunn, Germany (34%); Saint Petersburg, Florida (8%); Joplin, Missouri (3%); Denison, Texas (2%); Tulsa, Oklahoma (2%); Miami, Florida (2%); and various other U.S. locations (cumulative of 9%), and is expected to be completed by September 2028. Fiscal 2025 other procurement (Navy) funds in the amount of $58,115,093 (78%); fiscal 2025 shipbuilding conversion (Navy) funds in the amount of $15,154,000 (20%); fiscal 2025 operations maintenance (Navy) funds in the amount of $456,000 (1%); and fiscal 2025 German cooperative funds in the amount of $286,980 (1%), will be obligated at time of award, of which $456,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Leidos Inc., Reston, Virginia, is being awarded a $51,233,897 single-award, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00189-25-D-Z029) for the provision of psychological health and readiness research support services for the Naval Health Research Center. The contract will include a five-year ordering period with an additional six-month option period pursuant to Federal Acquisition Regulation 52.217-8, which if exercised will bring the total estimated value of the contract to $56,682,221. Work will be completed by July 10, 2030; if the option is exercised, work will be completed by Jan. 10, 2031. Services under the contract will be performed in San Diego, California (100%). Fiscal 2025 research, development, test and evaluation funds (Navy) funds in the contract’s minimum amount of $1,000 will be obligated at time of award and funds will expire at the end of fiscal 2026. Subsequent task orders under the resultant contract will be funded with appropriate fiscal year research, development, test and evaluation funds (Navy) funds. The requirement was competitively procured through the System for Award Management website (Sam.gov) as an unrestricted, competitive procurement with three offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia, Pennsylvania, is the contracting activity (N00189-25-D-Z029).
BAE Systems Land & Armaments L.P, Minneapolis, Minnesota, is awarded a $48,035,288 firm-fixed-price modification to previously awarded contract (N00024-24-C-5324) for MK 41 Vertical Launching System canister and ancillary equipment production. This contract combines purchases for the U.S. (78%); and the governments of Australia (21%), and Japan (1%), under the Foreign Military Sales (FMS) program. Work will be performed in Aberdeen, South Dakota (90%); and Minneapolis, Minnesota (10%), and is expected to be completed by February 2028. Fiscal 2025 weapons procurement (Navy) funds in the amount of $27,451,753 (57%); FMS (Australia) funds in the amount of $10,048,768 (21%); fiscal 2024 weapons procurement (Navy) funds in the amount of $9,917,436 (20%); fiscal 2024 Defense-wide procurement funds in the amount of $411,554 (1%); and FMS (Japan) funds in the amount of $205,777 (1%), 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.
Booz Allen Hamilton Inc., McLean, Virginia (N66001-21-D-0070); Exceptional Employees for Exceptional Results Corp.,* San Diego, California (N66001-21-D-0071); G2 Software Systems Inc.,* San Diego, California (N66001-21-D-0072); KAB Laboratories Inc., San Diego, California (N66001-21-D-0073); Kratos Defense and Rocket Support Services Inc., San Diego, California (N66001-21-D-0074); M.C. Dean Inc., Tysons, Virginia (N66001-21-D-0075); Parsons Government Services Inc., Pasadena, California (N66001-21-D-0076); Science Applications International Corp., Reston, Virginia (N66001-21-D-0077); Sentar Inc.,* Huntsville, Alabama (N66001-21-D-0078); Systems Technology Forum Ltd., Fredericksburg, Virginia (N66001-21-D-0079); and Transtecs Corp.,* Arlington, Virginia (N66001-21-D-0080), are awarded a combined $30,000,000 indefinite-delivery/indefinite-quantity modification to a previously issued contract for management, engineering, technical assistance, integrated logistics, and security of wideband, narrowband, and protected communications on afloat, ashore, airborne, submerged, and space-based platforms. This modification brings the overall value of this contract to $129,788,587. Work will be performed in San Diego (80%); and outside the continental U.S. (20%), and is expected to be completed by March 2027. No funds will be obligated at the time of award. Fiscal 2025 funds will be obligated as task orders and issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy) funds. This contract was competitively procured via a Request for Proposal (N66001-20-R-3426) published on the beta.SAM.gov website. 11 offers were received and 11 were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.
Lucianos Excavation Inc.,* Taunton, Massachusetts, is being awarded an $11,012,195 firm-fixed-price contract for road repairs at Naval Computer and Telecommunications Area Master Station, Cutler, Maine. Work will be performed on Cutler Perimeter Road, Cutler, Maine, and is expected to be completed by January 2027. Fiscal 2025 operation and maintenance (Navy); funds in the amount of $11,012,195 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the www.sam.gov website with four price bids received. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-25-C-2513).
ARMY
A&M & Southwind Small Business JV,* Tulsa, Oklahoma (W91278-25-D-A025); Randy Kinder Excavating Inc.,* Dexter, Missouri (W91289-25-D-A026); Southern Contracting LLC,* Biloxi, Mississippi (W91278-25-D-A027); and Speegle Construction Inc.,* Niceville, Florida (W91278-25-D-A028), will compete for each order of the $49,000,000 firm-fixed-price contract for construction projects. 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 July 9, 2030. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.
Vanquish Worldwide LLC,* Kingsport, Tennessee, was awarded an $18,517,296 cost-plus-fixed-fee contract for support services, including maintenance, supply and transportation support. Bids were solicited via the internet with 12 received. Work will be performed at Fort Campbell, Kentucky, with an estimated completion date of Jan. 17, 2031. Fiscal 2025 operation and maintenance funds in the amount of $102,294 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-F-0278).
DEFENSE LOGISTICS AGENCY
Industries of the Blind Inc.,** Greensboro, North Carolina, has been awarded an estimated $20,790,219 modification (P00016) exercising the first one‐year option period of a two‐year base contract (SPE1C1‐23‐D‐0059) with five one‐year option periods for warehousing, storage, logistics and distribution functions. This is a firm-fixed‐price with economic‐price‐adjustment, indefinite-delivery/indefinite-quantity contract. The ordering period end date is July 10, 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.
Sikorsky Aircraft Corp., Stratford, Connecticut (SPE4AX-25-D-9409, $352,832,508); and Sikorsky Aircraft Corp., Stratford, Connecticut (SPE4AX-25-D-9408, $66,760,544), have each been awarded a firm-fixed-price, requirements type contract awarded under solicitation SPE4AX-24-R-0025 for H-60 and H-53 aircraft spare parts support. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulations 6.302-1. These are five-year base contracts with one five-year option period. The performance completion date is June 30, 2030. Using military services are Air Force, Army, and Navy. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation at Richmond, Virginia. (Awarded June 30, 2025)
CORRECTION: The contract announced on July 8, 2025, for AES Asset Acquisition Corp., doing business as Clean Earth LLC, King of Prussia, Pennsylvania (SP4500-25-D-0022) for $17,309,125 was announced with an incorrect award date. The correct award date is July 9, 2025. The contracting activity is Defense Logistics Agency Disposition Services, Battle Creek, Michigan.
AIR FORCE
GasTOPS, Inc., Huntsville, Alabama, was awarded an $18,586,285 requirements contract for the Portable Debris Analyzer ChipCheck machine. This contract provides for the procurement of 145 machines, which allow for in-the-field ability to analyze debris found in aircraft engine oil, specifically, the F-110 engine. Work will be performed in Huntsville, Alabama, and is expected to be completed by July 2029. This contract was a sole source acquisition. No funds are being obligated at the time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-25-D-0006).
DEFENSE HEALTH AGENCY
Synensys LLC, Peachtree City, Georgia, is competitively awarded a $9,164,878 five-year, plus six-month option to extend services, firm-fixed-price contract (HT001125C0076) for the Defense Health Agency (DHA) Deputy Assistant Director Medical Affairs Patient Safety Program. The contract encompasses patient safety personnel at in-patient and out-patient military treatment facilities, coupled with training materials keyed to foster a workplace-based safety cultural transformation, and guided by experts in patient safety at the DHA. Services include expertise and experience required by patient safety specialists, patient safety assistant coordinators, and patient safety data analysts. Fiscal 2025 operation and maintenance funds in the amount of $9,164,878 are obligated to establish and fully fund the 12-month base period for contract line item 1 from Aug. 1, 2025, through July 31, 2026. The place of performance is multiple military treatment facilities in both the continental United States and at overseas facilities. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.
*Small business
**Mandatory source
7/11
NAVY
Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $54,730,397 firm-fixed-price modification to previously awarded contract (N00024-25-C-2405) for production of 12 MT7 turboshaft engines, ancillary parts, and installation kits in support of the Ship to Shore Connector program, Landing Craft, Air Cushion 100 class craft. Work will be performed in Indianapolis, Indiana, and is expected to be completed by June 2029. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $54,730,397 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) as there is only responsible source, and no other type of property or services will satisfy the need of the agency. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Black Hills Ammunition Inc.,* Rapid City, South Dakota, is awarded a $42,480,300 firm-fixed price, indefinite-delivery/indefinite-quantity contract for 5.56mm Long Range, Special Ball, MK 262 MOD 1 Ammunition. This contract does not include options. Work will be performed in Rapid City, South Dakota, and is expected to be completed by July 2030. Fiscal 2025 Ammo Procurement (Coast Guard) funding in the amount of $292,644 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured on the basis of 100% Small Business Set-Aside and two offers were received via the Procurement Integrated Enterprise Environment Solicitation Module. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contract activity (N0016425DJN13).
Lockheed Martin, Orlando, Florida, was awarded a $27,397,683 undefinitized contract action delivery order (N00383-25-F-A500), under a previously awarded contract (N00383-23-G-A501), for the procurement of seven test controller processors and 10 infrared receivers in support of the F/A-18 aircraft. All work will be performed in Orlando, Florida, and work will be completed by June 2028. Aircraft procurement funds (Navy) in the amount of $13,424,865 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1), and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.
The Boeing Co., St. Louis, Missouri, is awarded a not-to-exceed $9,245,430 modification (P00004) to a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N0001922D0001). This modification increases the contract ceiling to continue to provide non-recurring engineering support to integrate the Next Generation Jammer Low Band Pod System onto the EA-18G platform. The support includes design and qualification of platform A-kit provision, aircraft/pod system physical interface analysis, wind tunnel test, ground vibration test, technical directive development and verification, and all logistics product data to support the program life cycle. Work will be performed in St. Louis, Missouri (78%); Patuxent River, Maryland (19%); and China Lake, California (3%), and is expected to be completed in November 2026. No funds will be obligated at the time of the award; funds will be obligated on individual orders as they are issued. This contract was not competed pursuant to Federal Acquisition Regulation 6.302-1. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
ARMY
General Dynamics Mission Systems Inc., Taunton, Massachusetts, was awarded a $49,883,945 cost-plus-fixed-fee contract for sustainment support services in support of Communication-Electronics Command. Work locations and funding will be determined with each order, with an estimated completion date of July 11, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-25-D-0003).
Management Concepts Inc., Tysons Corner, Virginia, was awarded a $13,657,130 firm-fixed-price contract for training support services. Bids were solicited via the internet with four received. Work will be performed in Washington, D.C., with an estimated completion date of Jan. 13, 2031. Fiscal 2025 operation and maintenance, Army funds in the amount of $13,657,130 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-25-A-A006).
Michels Construction Inc., Brownsville, Wisconsin, was awarded a $12,920,514 modification (P00010) to contract W91238-22-C-0003 for the global settlement modification for Tule Spillway. Work will be performed in Porterville, California, with an estimated completion date of July 11, 2025. Fiscal 2025 civil construction funds in the amount of $12,920,514 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity.
Varec NV, Mechelen, Belgium, was awarded an $8,782,764 firm-fixed-price contract for track pad parts. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of July 11, 2027. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-D-0067).
AIR FORCE
BAE Systems Information and Electronic Systems Integration Inc., Cedar Rapids, Iowa, has been awarded a $31,761,010 modification (P00095) to a previously awarded contract (FA8807-21-C-0003) for Military GPS User Equipment Increment 2 Miniature Serial Interface Receiver with Next Generation Application-Specific Integrated Circuit. The modification brings the total cumulative face value of the contract is $339,079,346. Work will be performed at Cedar Rapids, Iowa, and is expected to be completed by Oct. 31, 2025. Fiscal 2025 Space Force research, development, test and evaluation funds in the amount of $24,683,500 are being obligated at the time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.
DittoLive Inc., Montgomery, Alabama, was awarded with a ceiling $28,000,000 firm-fixed-price contract for the full Ditto cloud-to-edge sync platform. This contract provides for extended work performed under a Small Business Innovation Research Phase II contract to deliver the full Ditto cloud-to-edge sync platform. Work will be performed at Atlanta, Georgia; and Montgomery, Alabama, and is expected to be complete by July 10, 2028. This contract was a sole source acquisition. Fiscal 2025 research, development, test and evaluation funds in the amount of $4,188,712; and fiscal 2025 operations and maintenance appropriations funds in the amount of $1,097,000, are being obligated at the time of award. The Air Force Life Cycle Management Center, Business and Enterprise Systems Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8771-25-C-0005).
Welch Construction Inc., Marcellus, New York, was awarded a $7,793,000 firm-fixed-price contract for Repair/Replace HVAC Systems. This contract provides for the repair and replacement of heating, ventilation, and air conditioning systems in the C and D Bays of Building 3. Work will be performed at Rome, New York, and is expected to be completed by January 2026. This contract was a competitive acquisition, and five offers were received. Fiscal year 2024 research, development, test and evaluation funds are being obligated at the time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8751-25-C-0003).
U.S. TRANSPORTATION COMMAND
SSA Conventional Inc., Seattle, Washington, (HTC71125DE117) has been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a face value of $19,814,787. This contract provides stevedoring and related terminal services at the Ports of Hueneme (Ventura), San Diego, and North Island, California. The base period of performance is from Aug. 7, 2025, through Aug. 6, 2030, with an optional six-month extension through Feb. 6, 2031. The total cumulative face value, which includes a 25% ceiling, is $24,768,484.11. Working Capital Funds (Transportation) funds will be obligated for individual task orders. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Engie Resources LLC, Houston, Texas, has been awarded an estimated $11,792,954 firm-fixed-price, requirements contract to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with three responses received. This is a two-year contract with no option periods. The location of performance is New York, with a Dec. 31, 2027, performance completion date. Using customers are Department of Homeland Security, Department of Labor, and Department of Energy. The using customers are 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-8009).
*Small business