DoD Contracts: GDIT, Google Public Sector, QED Systems, SAIC, Week of 7-14-25 to 7-18-25

Posted by Ashley Jones

7/14

DEFENSE LOGISTICS AGENCY

Stryker Sales LLC, San Jose, California, has been awarded a maximum $450,000,000 modification (P00024) exercising the five-year option period of a five-year base contract (SPE2D1-20-D-0011) 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 July 16, 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.

Danbury Mission Technologies LLC,* Danbury, Connecticut, has been awarded a maximum $95,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for AVR/2B laser detection system program support. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in the Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. The ordering period end date is July 13, 2030. Using customer is Army. Type of appropriation is fiscal 2025 Army working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Aberdeen, Maryland (SPRBL1-25-D-0005).

AIR FORCE

KTH Services JV LLC, Colorado Springs, Colorado, was awarded a $419,419,148 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for base operations and facility maintenance. This contract provides for maintenance and repair of Tinker Air Force Base facilities and infrastructure. Work will be performed at Tinker AFB, Oklahoma, and is expected to be completed by Sept. 30, 2031. This contract was a competitive acquisition and four offers were received. Fiscal 2025 operations and maintenance appropriations funds in the amount of $301,308 are being obligated at the time of award. The Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8137-25-D-0001).

Alutiiq Operations Services LLC, Anchorage, Alaska, was awarded a $464,133,579 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for base operations and facility maintenance. This contract provides for maintenance and repair of Tinker Air Force Base facilities and infrastructure. Work will be performed at Tinker AFB, Oklahoma, and is expected to be completed by Aug. 2, 2031. This contract was a competitive acquisition and four offers were received. Fiscal 2025 operations and maintenance funds in the amount of $15,000 are being obligated at the time of award. The Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8137-25-D-0001).

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, was awarded a $172,433,125 cost-plus-fixed-fee task order for systems engineering and evaluation, Systems Analysis Worldwide VIII. This contract provides for developing, enhancing, modifying, integrating and transitioning capabilities in response to critical multi-domain needs across air, space, and cyber. Work will be performed Rockville, Maryland, and is expected to be completed by Sept. 13, 2030. This contract was a competitive acquisition, and one offer was received. Fiscal 2025 research, development, test and evaluation funds in the amount of $389,438; fiscal 2025 operation and maintenance funds in the amount of $8,597,667; and fiscal 2025 funds in the amount of $325,000, are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-25-F-B021).

Lockheed Martin Corp., Herndon, Virginia, was awarded a $58,471,670 firm-fixed-price contract for relay control element sustainment. This contract provides for sustainment, modification, and modernization of the relay control element systems. Work will be performed at Herndon, Virginia, and is expected to be completed by July 14, 2030. This contract was a sole source acquisition. Fiscal 2025 and operations and maintenance appropriations funds in the amount of $5,804,134 are being obligated at the time of award. The Command, Control, Communication and Battle Management Directorate, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2398-25-C-B001).

CHIEF DIGITAL AND ARTIFICIAL INTELLIGENCE OFFICE

Anthropic PBC, San Francisco, California, has been awarded a fixed amount, prototype, other transaction agreement (HQ0883-25-9-0014) 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 across 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.

Google Public Sector LLC, Reston, Virginia, has been awarded a fixed amount, prototype, other transaction agreement (HQ0883-25-9-0013) 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 across 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.

AIQ Phase LLC, San Francisco, California, has been awarded a fixed amount, prototype, other transaction agreement (HQ0883-25-9-0015) 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 across 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.

NAVY

L3Harris Technologies Inc., North Amityville, New York, is awarded a $34,440,103 firm-fixed-price contract for the production and delivery of 31 BRU-75A and BRU-76A Bomb Rack Unit shipsets for the P-8A Lot 13 aircraft, to include 14 for the Navy; 14 for the government of Canada; and three for the government of Germany. Work will be performed in Amityville, New York, and is expected to be completed March 2030. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $15,553,595; and Foreign Military Sales customer funds in the amount of $18,886,508, will be obligated at the time of award, none 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 (N0001925C0100).

Ternion Corp.,* Huntsville, Alabama is awarded a $17,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the sustainment and upgrade of the Flexible Analysis, Modeling, and Exercise System Automated Simulation Trainer software applications in support of the Common Aviation Command and Control System software baseline. The program is managed within the portfolio of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Huntsville, Alabama, with an expected completion date of July 13, 2030. The ordering period of the contract will be for five years and will begin on July 14, 2025. No funding will be obligated on the contract. Funds will be obligated on individual task orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-25-D-0001).

Armtec Countermeasures Co., Coachella, California, is being awarded a $14,100,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture of radar reflective chaff countermeasures cartridges. This contract includes a three-year ordering period with no options. All work will be performed in Lillington, North Carolina, and all work is expected to be completed by December 2029. This contract involves Foreign Military Sales. Czech Republic (86%); Greece (1%); and fiscal 2024 (Navy) funds (13%) in the amount $301,564, will be issued for a delivery order (N00104-25-F-B001) that will be awarded concurrently with the contract. Funds will not expire at the end of the current fiscal year. This requirement was solicited as a full and open competition with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-25-D-B001).

DEFENSE HEALTH AGENCY

MicroHealth LLC, Vienna, Virginia, is awarded $11,063,288 for a firm-fixed-price modification to a previously awarded task order (HT001123F0047) for Uniformed Services Family Health Plan data integration support services. The task order provides information technology, data warehouse, and data processing support services to the Department of Defense for the Designated Provider (DP) health care delivery system in support of the Military Health System. Additionally, services are provided to collect DP-submitted data monthly, interface with Defense Enrollment and Eligibility Reporting System for the purpose of collecting enrollment and eligibility data and to send enrollment fee and catastrophic capitation information on DP beneficiaries, report monthly results for enrollment and capitation, maintain a database of all enrollment demographics for the DP population, perform audits and reviews, and report results of the data collection and comparison. Fiscal 2025 operation and maintenance funds are obligated for task order modification HT001123F0047-P00006 to exercise and fully fund Option Two contract line items 2001-2007 for 12 months from Sept. 27, 2025, through Sept. 26, 2026. The place of performance is Aurora, Colorado. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

ARMY

Imperial Construction & Electric Inc., Springfield, New Jersey, was awarded a $9,972,000 firm-fixed-price contract for building renovations. Bids were solicited via the internet with seven received. Work will be performed in Joint Base McGuire-Dix-Lakehurst, New Jersey, with an estimated completion date of Sept. 30, 2027. Fiscal 2025 research, development, test and evaluation, Army funds in the amount of $9,972,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-25-C-A001).

Triple Cities Metal Finishing Corp.,* Binghamton, New York (W51AA1-25-D-0002); and Milspray LLC,* Lakewood, New Jersey (W51AA1-25-D-0003), will compete for each order of the $9,800,000 firm-fixed-price contract for refinishing services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of July 13, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

HDD JV, Leesburg, Virginia, was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ003422D0024). The amount of this action is $8,000,000. Fiscal 2022 funds are not being obligated at the time of the award. The cumulative total of the contract is $27,010,000. The total, if all options are exercised, is $45,000,000. The purpose of this contract is to procure heavy and civil construction on the Pentagon Reservation. The work will be performed at the Pentagon Reservation, Pentagon, Washington D.C. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Addon Services LLC, Alexandria, Virginia, was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ003422D0023). The amount of this action is $8,000,000. Fiscal 2022 funds are not being obligated at the time of the award. The cumulative total of the contract is $27,010,000. The total if all options are exercised is $45,000,000.00. The purpose of this contract is to procure heavy and civil construction on the Pentagon Reservation. The work will be performed at the Pentagon Reservation, Washington D.C. Washington Headquarters Services, Arlington, Virginia, is the contracting activity. 

Cedarville Engineering Group LLC, Pottstown, Pennsylvania, was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ003422D0022). The amount of this action is $8,000,000. Fiscal 2022 funds are not being obligated at the time of the award. The cumulative total of the contract is $27,010,000. The total, if all options are exercised, is $45,000,000. The purpose of this contract is to procure heavy and civil construction on the Pentagon Reservation. The work will be performed at the Pentagon Reservation, Washington D.C. Washington Headquarters Services, Arlington, Virginia, is the contracting activity. 

Lalini Enterprise LLC, Washington D.C, was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ003422D0020). The amount of this action is $8,000,000. Fiscal 2022 funds are not being obligated at the time of the award. The cumulative total of the contract is $27,010,000. The total, if all options are exercised, is $45,000,000. The purpose of this contract is to procure heavy and civil construction on the Pentagon Reservation. The work will be performed at the Pentagon Reservation, Washington D.C. Washington Headquarters Services, Arlington, Virginia, is the contracting activity. 

*Small business

7/15

U.S. TRANSPORTATION COMMAND

Alaska Marine Lines Inc., Seattle, Washington (HTC71124DW001); American President Lines LLC, Arlington, Virginia (HTC71124DW002); American Roll-On Roll-Off Carrier LLC, Ponte Verda Beach, Florida, (HTC71124DW003); Crowley Government Services Inc., Jacksonville, Florida (HTC71124DW004); Farrell Lines Inc., Norfolk, Virginia (HTC71124DW005); Federated Maritime LLC, Boca Raton, Florida (HTC71124DW006); Foss International Inc., Seattle, Washington (HTC71124DW007); Hapag-Lloyd USA LLC, Atlanta, Georgia (HTC71124DW008); Liberty Global Logistics LLC, Lake Success, New York (HTC71124DW009); Maersk Line Ltd., Norfolk, Virginia (HTC71124DW010); Matson Navigation Co. Inc., Oakland, California (HTC71124DW011); National Shipping of America LLC, San Francisco, California (HTC71124DW012); Northcliffe Ocean Shipping & Trading Co. Inc., St. Simons Island, Georgia (HTC71124DW013); Pasha Hawaii Holdings LLC, Honolulu, Hawaii, (HTC71124DW014); Patriot Contract Services LLC, Concord, California (HTC71124DW015); Schuyler Line Navigation Co. LLC, Annapolis, Maryland (HTC71124DW016); Sealift Inc. of Delaware, Oyster Bay, New York (HTC71124DW017); SeaTac Marine Services LLC, Seattle, Washington (HTC71124DW018); Superior Maritime Services Inc., Weston, Florida (HTC71124DW019); Tote Maritime Alaska LLC, Tacoma, Washington (HTC71124DW020); Tote Maritime Puerto Rico LLC, Jacksonville, Florida (HTC71124DW021); Trailer Bridge Inc., Jacksonville, Florida (HTC71124DW022); 
US Ocean LLC, New Orleans, Louisiana (HTC71124DW023); and Young Brothers Ltd., Honolulu, Hawaii (HTC71124DW025), have been awarded option period contract modifications to an indefinite-delivery/indefinite-quantity, fixed-price with economic-price-adjustment contract. The modifications total an estimated face value of $750,000,000 bringing the total estimated cumulative face value to $1,525,000,000. These modifications allow for procurement of the following services under the Universal Services Contract – 10 (UAX-10) program: international ocean and intermodal transportation services, including time-definite, port-to-port and door-to-door transportation service using ocean common or contract carriers offering regularly scheduled commercial service, to include shipment of both containerized and breakbulk cargo. The option period of performance is from Sept. 1, 2025, to Aug. 31, 2026. Working capital funds (Transportation) will be obligated for fiscal 2025 and 2026. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Vibrant Works/San Antonio Lighthouse for the Blind,** San Antonio, Texas, has been awarded a maximum $67,851,379 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for flame resistant extreme weather outer layer trousers. This is a five-year contract with no option periods. The ordering period end date is July 14, 2030. Using military service is Army. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-B011).

NRG Business Marketing LLC, Princeton New Jersey (SPE604-25-D-7525, $21,951,299); and Sage Energy Trading Energy LLC, Tulsa, Oklahoma (SPE604-25-D-7519, $8,871,896), have each been awarded a firm-fixed-price with economic-price-adjustment contract under solicitation SPE604-25-R-0402 for direct supply of pipeline quality natural gas. This was a competitive acquisition with eight responses received. These are two-year base contracts with one six-month option period. Locations of performance are Colorado, Illinois, Indiana, Kansas, Kentucky, Michigan, Missouri, and Ohio, with a Sept. 30, 2027, performance completion date. Using customers are Army, Air Force, Navy, Space Force, Defense Department, and other federal civilian agencies. The customers are solely responsible for funding this contract and funds may vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.  

ARMY

Birdon America Inc.,* Denver, Colorado, was awarded a $25,787,618 modification (WP00045) to contract 56HZV-19-D-0093 for the procurement of an equipped bridge erection boat and support services. Work will be performed in Denver, Colorado, with an estimated completion date of Sept. 30, 2027. Fiscal 2025 other procurement, Army funds in the amount of $25,787,618 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

GMHill Baker JV LLC,* Jacksonville, Florida (W912EP-25-D-0020); CEMS-RS&H SE JV,* Jacksonville, Florida (W912EP-25-D-0020); Toland & Mizell Architects Inc.,* Atlanta, Georgia (W912EP-25-D-0020); and The Johnson-McAdams Firm P.A.,* Greenwood, Mississippi (W912EP-25-D-0023), will compete for each order of the $20,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of July 14, 2030. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity.

Guardian Construction Inc.,* Layton, Utah, was awarded a $10,272,698 firm-fixed-price contract for an aircrew readiness facility. Bids were solicited via the internet with eight received. Work will be performed in Beale Air Force Base, California, with an estimated completion date of Oct. 1, 2026. Fiscal 2023 military construction, Air Force Reserves funds; and 2025 operation and maintenance, Air Force Reserves funds, in the amount of $10,272,698, were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-25-C-A007).

Shearwater Mission Support LLC, Anchorage, Alaska, was awarded a $9,150,373 modification (P00041) to contract W911S8-18-D-0018 for installation support services. 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 March 16, 2026. Army 418th Contracting Support Brigade, Yuma Proving Ground, Arizona, is the contracting activity.

NAVY

BAE Systems Land & Armaments L.P, Minneapolis, Minnesota, was awarded a $10,332,144 firm-fixed-price modification to previously awarded contract (N00024-24-C-5324) for MK 41 Vertical Launching System canister and ancillary equipment production. Work will be performed in Aberdeen, South Dakota (90%); and Minneapolis, Minnesota (10%), and is expected to be completed by February 2028. Fiscal 2025 defense-wide procurement funds in the amount of $10,332,144 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. (Awarded July 11, 2025)

*Small business
**Mandatory source

7/16

NAVY

Bowhead Weapons Development Solutions LLC,* Springfield, Virginia, is awarded a $99,985,951 firm-fixed-price and cost-reimbursable, indefinite-delivery/indefinite-quantity contract to provide engineering, operations, and sustainment support to the sensitive compartmented information network program of record. Work will be performed in Quantico, Virginia (80.4%); Stafford, Virginia (6.4%); Albany, Georgia (2.2%); Camp Courtney, Okinawa (2.2%); Camp Lejeune, North Carolina (2.2%); Camp Pendleton, California (2.2%); Camp Smith, Hawaii (2.2%); and Washington, D.C. (2.2%), and is expected to be completed in May 2030. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-5(b)(4). Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-25-D-0051).

QED Systems Inc.,* Virginia Beach, Virginia, was awarded a single award indefinite delivery, indefinite quantity contract (N0016725D0004) with a total potential value of $43,695,727 for alteration installation team services, which encompasses the procurement and/or fabrication, storage, kitting, transportation, and installation of modernization packages on various Navy boats and combatant craft. Performance will primarily occur at military facilities, with occasional execution at commercial sites, both within and outside the continental U.S. Specific locations and requirements will be identified at the delivery order level. The contract includes a five-year ordering period with no option periods. Funding for this contract will be obligated on a delivery order basis, utilizing fiscal 2025 and subsequent year appropriations, as available. Funds will be obligated at the time of each delivery order and will expire at the end of the applicable fiscal year in accordance with appropriation law. This requirement was competitively solicited via the Procurement Integrated Enterprise Environment and SAM.gov, receiving seven offers. Naval Surface Warfare Center, Carderock Division, Detachment Norfolk, is the contracting activity. (Awarded on July 14, 2025)

Liberty Global Logistics LLC, Lake Success, New York, is awarded a $7,903,423 firm, fixed-price contract (N3220525C4031) for a voyage charter of one U.S. flag vessel for the transportation of 141,000 square feet of military cargo to support Department of Defense transportation requirements. This contract has no option periods. Work to be performed will start on the Gulf Coast and end in the Middle East and is expected to be completed by September 2025. Working capital funds (Navy) in the amount of $7,903,423 are obligated for fiscal 2025 and will expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the Government Point of Entry website and four proposals were received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C4031).

ARMY

Achuti LLC,* Raleigh, North Carolina (W50S95-25-D-A001); Brantley Construction Services LLC,* North Charleston, South Carolina (W50S95-25-D-A002); CMC Building Inc.,* Bolton, North Carolina (W50S95-25-D-A003); Collins Construction Services Inc., Savannah, Georgia (W50S95-25-D-A004); Driven Contractors LLC,* Maxton, North Carolina (W50S95-25-D-A005); Etolin Strait Development Group LLC,* Norfolk, Virginia (W50S95-25-D-A006); KMK Construction Inc.,* Jacksonville, Florida (W50S95-25-D-A007); Nisou Enterprises Inc.,* Farmington Hills, Michigan (W50S95-25-D-A008); Outside Box LLC,* Richmond, Virginia (W50S95-25-D-A009); Southern Aire Contracting Inc.,* Jacksonville, Florida (W50S95-25-D-A010); and Trend Construction Inc.,* Deland, Florida (W50S95-25-D-A011), will compete for each order of the $49,500,000 firm-fixed-price contract for maintenance, repair and construction. 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 July 14, 2030. U.S. Property and Fiscal Office, South Carolina, is the contracting activity. (Awarded July 15, 2025)

Empire Equipment Services,* Riverside, California, was awarded a $47,949,080 firm-fixed-price contract for the construction of a multi-purpose flood control, environmental restoration, and recreation project. Bids were solicited via the internet with two received. Work will be performed in Temecula, California, with an estimated completion date of July 10, 2028. Fiscal 2025 civil construction funds in the amount of $47,949,080 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-25-C-0020).

Optex Systems Inc., Richardson, Texas, was awarded a $10,182,459 firm-fixed-price contract for procurement of the infinity collimator. 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 16, 2030. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-D-0066).

*Small business

7/17

ARMY

AGM Marine Contractors Inc.,* New Bedford, Massachusetts (W912EP-25-D-0011); Ahtna Marine & Construction Co. LLC,* Boynton Beach, Florida (W912EP-25-D-0012); Atlantic & Gulf Dredging & Marine LLC,* Indiantown, Florida (W912EP-25-D-0013); Coastal Dredging Co. Inc.,* Hammond, Louisiana (W912EP-25-D-0014); Cottrell Contracting Corp.,* Chesapeake, Virginia (W912EP-25-D-0015); Next Generation Logistics LLC,* New Orleans, Louisiana (W912EP-25-D-0016); Southern Dredging Co., Inc.,* Charleston, South Carolina (W912EP-25-D-0017); Southwind Construction Corp.,* Evansville, Indiana (W912EP-25-D-0018); and Waterfront Property Services LLC, doing business as Gator Dredging,* Clearwater, Florida (W912EP-25-D-0019), will compete for each order of the $400,000,000 firm-fixed-price contract for maintenance dredging. 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 July 17, 2030. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity.

Johnson Controls Building Automation Systems LLC, Huntsville, Alabama, was awarded a $377,998,800 firm-fixed-price contract for the procurement, installation, maintenance, and service of building automation systems. 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 16, 2030. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-25-D-A008).

QED Systems LLC,* Aberdeen Proving Ground, Maryland, was awarded a $76,366,018 cost-plus-fixed-fee contract for positioning, navigation and timing product support services. Bids were solicited via the internet with five received. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Dec. 31, 2030. Fiscal 2025 other procurement, Army funds in the amount of $1,709,470 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-25-F-0102).

Water Resources Associates, Tampa, Florida (W912DY-25-D-A001); Poly Inc., Dothan, Alabama (W912DY-25-D-A003); The Mason and Hanger Group Inc., Lexington, Kentucky (W912DY-25-D-A004); Benham Design LLC, Oklahoma City, Oklahoma (W912DY-25-D-A005); and AECOM Garver CEHNC JV, Houston, Texas (W912DY-25-D-A006), will compete for each order of the $49,000,000 firm-fixed-price contract for architect-engineering services in support of range construction. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25,2030. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

Cottrell Contracting Corp.,* Chesapeake, Virginia, was awarded a $9,639,180 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Lewes, Delaware, with an estimated completion date of May 24, 2027. Fiscal 2022, 2023, and 2025 civil operation and maintenance funds in the amount of $9,639,180 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-25-C-A009).

American Mine Services LLC,* Lafayette, Colorado, was awarded a $8,439,911 firm-fixed-price contract for dam generator water cooling system rehabilitation. Bids were solicited via the internet with three received. Work will be performed in Rufus, Oregon, with an estimated completion date of July 27, 2027. Fiscal 2025 Bonneville Power Administration funds in the amount of $8,439,911 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-25-C-A041).

NAVY

EWA Government Systems Inc. (EWA GSI), Herndon, Virginia, is awarded a $63,678,054 cost-plus-fixed-fee contract (N0042125C0030). This contract provides technical support, upgrade, sustainment, and modeling and simulation support for EWA GSI proprietary stimulator and simulation systems installed in the Naval Air Systems Command (NAVAIR) ground test sites. Work will be performed in Patuxent River, Maryland (90%); and Herndon, Virginia (10%), and is expected to be completed in July 2030. Fiscal 2025 research, development, test and evaluation funds in the amount of $5,369,450 will be obligated at the time of the award. This contract was not competed pursuant to Federal Acquisition Regulation 6.302-1. NAVAIR, Patuxent River, Maryland, is the contracting activity.

Global PCCI, Irvine, California, is awarded a $36,600,000 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 $330,200,000 to $366,800,000. Work will be performed in Irvine, California; and other locations worldwide, and is expected to be completed by March 2026. 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. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded $14,475,800 for a ceiling-priced delivery order (N00383-25-F-YY26) under a previously awarded basic ordering agreement (N00383-22-G-YY01) for the manufacture of spares for 54 trailing edge flap shrouds used on the F/A-18 E/F and EA-18G aircraft. The delivery order does not include an option provision. Work will be performed in Hazelwood, Missouri (97%); and St. Louis, Missouri (3%). Work is expected to be completed by September 2029. Fiscal 2025 working capital funds (Navy) in the amount of $7,289,142 will be obligated at the time of award as an undefinitized contract action, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Northrop Grumman Systems Corp., Baltimore, Maryland, is awarded an $8,274,168 cost-plus-fixed fee modification to a previously awarded contract (N0016421GWS42); (N0016425FW016) for engineering, logistics, and repair services for the EA-18G Airborne Electronic Attack Suite and P-8A AN/ALQ-240 systems and all variants/derivatives of these systems. Work will be performed in Linthicum, Maryland (90%); Bethpage, New York (8%); and San Diego, California (2%), and is expected to be completed by December 2026. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $605,000 (32%); Foreign Military Sales (Australia) funds in the amount of $406,207 (21%); fiscal 2025 aircraft procurement (Navy) funds in the amount of $200,000 (10%); and reimbursable funds in the amount of $700,152 (37%), will be obligated at time of award, of which $605,000 will expire at the end of the current fiscal year. Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N0016421GWS42; N0016425FW016).

Bath Iron Works (BIW), Bath, Maine (N00024-22-C-2318); and Huntington Ingalls Industries Inc., Ingalls Shipbuilding (HII Ingalls), Pascagoula, Mississippi (N00024-22-C-2319), are each being awarded a cost-plus-award-fee modification to previously-awarded contracts to exercise options for the accomplishment of shipbuilder engineering and design analysis to produce design products in support of the Guided Missile Destroyer preliminary design and contract design. BIW work will be performed in Bath/Brunswick, Maine (99%); and Washington, D.C. (1%), and is expected to be completed by July 2026. HII Ingalls work will be performed in Pascagoula, Mississippi (84%); Avondale, Louisiana (12%); and Newport News, Virginia (4%), and is expected to be completed by July 2026. If all options are exercised, work will continue through July 2028 for each respective contract. Fiscal 2024 research, development, test, and evaluation (Navy) funds will be obligated at the time of award for each contract and will expire at the end of the current fiscal year; and fiscal 2025 research, development, test, and evaluation (Navy) funds, will be obligated at time of award for each contract and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

*Small business

7/18

ARMY

Longbow LLC, Orlando, Florida, was awarded a $348,312,758 modification (P00002) to contract W58RGZ-25-C-0001 for fire control radar systems. Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 30, 2025. Fiscal 2025 Foreign Military Sales funds in the amount of $348,312,758 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

ASRC Builders-Caddell LLC, Anchorage, Alaska, was awarded a $290,322,700 firm-fixed-price contract for construction of the Joint Integrated Test and Training Center flight simulator training facility. Bids were solicited via the internet with two received. Work will be performed on Joint Base Elmendorf Richardson, Alaska, with an estimated completion date of July 18, 2025. Fiscal 2025 military construction funds in the amount of $110,962,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity (W911KB-25-C-A005).

Sig Sauer Inc., Newington, New Hampshire, was awarded a $95,245,084 firm-fixed-price contract for the commercial spare parts for machine guns, special tools, and gauges. Bids were solicited via the internet with one received. Work will be performed in Epping, New Hampshire, with an estimated completion date of Apr. 18, 2026. Fiscal 2025 Foreign Military Sales funds in the amount of $95,245,084 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-25-C-0021).

C.J. Mahan Construction Co. LLC, Urbancrest, Ohio, was awarded a $26,306,940 firm-fixed-price contract for restoration of Holt Lock Monolith. Bids were solicited via the internet with two received. Work will be performed in Tuscaloosa, Alabama, with an estimated completion date of April 14, 2026. Fiscal 2025 civil construction funds in the amount of $26,306,940 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-25-C-A004).

GSE Construction Co. Inc., Livermore, California, was awarded a $9,741,900 firm-fixed-price contract for wastewater treatment plant repairs. Bids were solicited via the internet with three received. Work will be performed in Tracy, California, with an estimated completion date of Jan. 9, 2027. Fiscal 2025 operation and maintenance funds in the amount of $9,741,900 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-25-C-A001).

BAE Systems Land and Armaments L.P., York, Pennsylvania, was awarded a $9,000,000 modification (P00003) to contract W912CH-24-C-0037 for technical inspections and to convert Bradley vehicles to be fully mission capable. Work will be performed in York, Pennsylvania, with an estimated completion date of July 10, 2026. Fiscal 2025 Security Assistance Initiative funds in the amount of $9,000,000 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Michels Construction Inc., Brownsville, Wisconsin, was awarded a $7,691,140 firm-fixed-price contract for a power charging system at Caven Point Marine Terminal. Bids were solicited via the internet with seven received. Work will be performed in Jersey City, New Jersey, with an estimated completion date of June 30, 2026. Fiscal 2025 operation and maintenance, Army funds in the amount of $7,691,140 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-25-C-0008).

NAVY

Science Applications International Corp., Reston, Virginia, is awarded a $63,825,763 cost-plus-fixed-fee and firm-fixed-price indefinite-delivery/indefinite-quantity contract for warhead expansion boxes and the associated cable kits. This is a 78-month contract with no option periods. The ordering period end date is January 2032. Work will be performed in Bedford, Indiana (42%); Middletown, Rhode Island (32%); Indianapolis, Indiana (20%); Charleston, South Carolina (6%), and is expected to be completed by January 2032. Fiscal 2025 weapons procurement (Navy) funds in the amount of $1,001,642 will be obligated on the first task order immediately following award of the basic contract and will not expire at the end of the current fiscal year. This contract was competitively procured via SAM.gov, with 2 offers received. Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-25-D-T500).

Dynetics Technical Solutions, Huntsville, Alabama, is awarded a $8,441,591 firm-fixed-price and cost-plus-fixed-fee, term, indefinite-delivery/indefinite-quantity contract (N00167-25-D-0007) for Virginia-class submarine electron beam welding follow-on. Work will be performed in Huntsville, Alabama, with an ordering period up to five years from the date of the award and will not expire at the end of the current fiscal year. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $310,104 (3%) 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 under the authority of 10 U.S. Code 3204(a)(1), as implemented by Federal Acquisition Regulation 6.302-1. Naval Surface Warfare Center Carderock Division, West Bethesda, Maryland, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

General Dynamics Information Technology Inc., Falls Church, Virginia, was awarded a $52,038,567 firm-fixed-price, level-of-effort, and cost reimbursable contract (H9227725FE011) under the Defense Intelligence Agency Solutions for Intelligence Analysis 3 indefinite-delivery/indefinite-quantity vehicle. This contract provided services and expertise to support Special Operations Command Central J2 Intelligence Directorate to enhance overall mission effectiveness. The period of performance includes a base year from Aug. 1, 2025, to Feb. 28, 2026, with four option years. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

Cherokee Analytics LLC, Tulsa, Oklahoma, was awarded a $35,492,790 firm-fixed-price, level-of-effort, and cost reimbursable contract (H9227725FE010) under the Defense Intelligence Agency Solutions for Intelligence Analysis 3 indefinite-delivery/indefinite-quantity vehicle. This contract provided services and expertise to support Special Operations Command Central J3 Operations Directorate to enhance overall mission effectiveness. The period of performance includes a base year from Aug. 1, 2025, to Feb. 28, 2026, with four option years. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

AIR FORCE

General Dynamics Mission Systems, Inc., Scottsdale, Arizona, has been awarded a ceiling $34,273,921 modification (P00053) to a previously awarded contract (HQ0850-22-C-0007) for the Proliferated Warfighter Space Architecture Ground Management and Integration and Operation and Sustainment efforts. The modification brings the total cumulative face value of the contract to $ 1,106,722,296. Work will be performed at Scottsdale, Arizona; Huntsville, Alabama; and Grand Forks, North Dakota, and is expected to be completed by Sept. 30, 2029. Fiscal 2024 and 2025 research, development, test and evaluation funds in the amount of $738,697 are being obligated at time of award. The Space Development Agency, Washington, D.C., is the contracting activity. (Awarded July 17, 2025)

Microlink Devices Inc., Niles, Illinois, was awarded a space technology advanced research effort ceiling $28,232,840 cost reimbursement contract for developing lightweight advanced space power. This contract provides for six projects supporting a diverse range of space technology development, building on MicroLink’s epitaxial lift-off inverted metamorphic multijunction solar cell technology. Work will be performed in Niles, Illinois, and is expected to be completed by July 17, 2029. Fiscal 2024 and 2025 research, development, test and evaluation funds in the amount of $5,285,000 are being obligated at the time of award. The Air Force Research Lab Space Technology Branch, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-25-C-X021). (Awarded July 17, 2025)

General Dynamics Mission Systems Inc., Scottsdale, Arizona, has been awarded a not-to-exceed $20,000,000 modification (P00054) to a previously awarded contract (HQ0850-22-C-0007) for the Proliferated Warfighter Space Architecture Ground Management and Integration and Operation and Sustainment efforts. The modification brings the total cumulative face value of the contract to $1,126,722,296 from $1,106,722,296.  Work will be performed at Andøya Air Station and Ørland Air Station, Norway; and Kirtland Air Force Base, Albuquerque, New Mexico, and is expected to be completed by January 14, 2026.  Fiscal 2025 research, development, test and evaluation funds in the amount of $8,800,000 are being obligated at time of award. The Space Development Agency, Washington, D.C., is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

LMI Consulting LLC, Tysons, Virginia, was awarded a firm-fixed-price, level-of-effort for labor, and time and materials for other directed cost and travel contract (HQ003425FE232). The amount of this action is $15,625,516. Fiscal 2025 operations and maintenance funds; and research, development, test and evaluation funds in the amount of $11,675,636, are being obligated at the time of the award. The cumulative total of the contract is $116,693,128. The total, if all options are exercised, is $116,693,128. The purpose of this contract is to provide professional support services and the capability to meet existing and emerging requirements through administrative, analytical, and strategic communication in support of the Office of the Under Secretary of Defense for Acquisition and Sustainment. LMI Consulting LLC will provide day-to-day administrative, analytical, program management and strategic communications support services. The work will be performed at the Pentagon; Mark Center, Alexandria, Virginia; and Crystal City, Virginia. The estimated contract completion date is July 22, 2030. Washington Headquarters Services, Arlington, Virginia, is the contracting agency.

DEFENSE LOGISTICS AGENCY

Northrop Grumman Systems Corp., Annapolis, Maryland, has been awarded a maximum $14,027,974 firm-fixed-price, definite-quantity contract for acoustic sonar baffles. This was a sole-source acquisition using U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1(a)(ii)(A). This is a three-year contract with no option periods. The performance completion date is Dec. 17, 2028. Using military service is Navy. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation at Richmond, Virginia (SPE4A5-25-C-0040).

Infinity Fabrication, Marysville, Washington, has been awarded a maximum $9,999,999 firm-fixed-price, indefinite-quantity contract for B-52 aircraft engine hanger beams. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The performance completion date is July 17, 2030. Using military service is 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-0297).

*Small business

Author

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

    View all posts

Comment

Notify me of updates to this conversation

Author

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

    View all posts
This entry was posted on Wednesday, July 23, 2025 2:40 pm