8/25
NAVY
Northrop Grumman Systems Corp., El Segundo, California, is awarded a $99,128,262 cost-plus-fixed-fee (N0042125F7048) against a previously issued basic ordering agreement (N0001925G0003). This order is to support the Department of Defense’s (DOD) Combined Joint All-Domain Command and Control vision by leveraging commercial technologies to provide resilient, interoperable and secure information dominance solutions that take advantage of higher bandwidth and low-latency data rates. Initial Providence Distributed Battle Management Command and Control System Minimum Viable Products will support the DOD use cases. The capability will be hosted in various manned and unmanned systems. Work will be performed in Patuxent River, Maryland (15%); Melbourne, Florida (15%); Fallon, California (15%); Shreveport, Louisiana (10%); Guam (10%); Washington, DC (8%);Abilene, Texas (5%); China Lake, California (5%); Hickman, Hawaii (5%); Anchorage, Alaska (3%); Oklahoma City, Oklahoma (3%); Oceanside, California (3%); and Point Mugu, California (3%), and is expected to be completed in March 2028. Fiscal 2025 research, development, test and evaluation funds in the amount of $7,471,923; and fiscal 2025 Navy working capital funds in the amount of $575,000, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This order was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Advanced Technology Systems Co.,* McLean, Virginia (N0003925DE004); Blue Ridge Tech Solutions,* Maryville, Tennessee (N0003925DE005); Global C2 Integration Technologies LLC*, Las Vegas, Nevada (N0003925DE006); Geodesicx Inc.,* Chesapeake, Virginia (N0003925DE008); INTECON LLC,* Fredericksburg, Virginia (N0003925DE009); ITC Defense,* Arlington, Virginia (N0003925DE010); and NewSat North America LLC,* Indian Harbour Beach, Florida (N0003925DE012), are each being awarded a hybrid, firm-fixed-price, cost-plus fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity, multiple award contract for command, control, communications, computers and intelligence integrated international support services in support of U.S. security assistance and security cooperation programs. No contract funds will be obligated on the basic awards. Funds in the amount of $2,000 per awardee will be obligated at the time of award on the first task order under each contract. This contract will utilize Foreign Military Sales funding from various security cooperation partners that will be identified as individual task orders are issued. Work will be performed in various overseas locations based on the requirement for each task order placed. The ordering period for each contract is five years. Throughout the duration of the awarded contracts, the total obligated amount on orders for all of the awarded contracts combined will not exceed $76,756,000. These contracts were competitively procured with small business proposals solicited with 10 offers received via SAM.gov and Naval Information Warfare Systems Command E-Commerce site. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039).
Jacobs Technology Inc., Tullahoma, Tennessee, is awarded a cost-plus-fixed-fee, cost, $50,519,533 contract for the continuation of efforts for the upgrade, redesign, and operation of the current air launch test capability and associated special test equipment, as well as provides for the conceptual design, development and operation of an underwater launch test capability in support of in-air and underwater launch testing for the new generation of weapons for the Navy. Work will be performed China Lake, California, and is expected to be completed August 2027. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $2,000,000 will be obligated at the time of award, none of which expire at the end of the current fiscal year. This contract was not competed. Naval Air Warfare Center Weapons Division, Chiba Lake, California, is the contracting activity (N6893625C0034).
Platform Systems Inc.,* Hollywood, Maryland, is being awarded a $29,607,487 firm-fixed-price, Job Order (N0016425FJ608) under the previously awarded basic ordering agreement (N0016425GJR96) for Vanilla Long Endurance Unmanned Aircraft Systems, supporting hardware, spare parts, engineering support, and logistics support. This job order includes options which, if exercised, would bring the cumulative value to $29,903,917. Work will be performed in Hollywood, Maryland, and is expected to be completed by August 2026. This contract action was not competitively procured in accordance with 15 U.S. Code 638(r)(4) Small Business Innovation Research (SBIR) Phase III derived from SBIR Phase II. Fiscal 2025 procurement (Department of Defense) funds in the amount of $29,370,487 (99%); and fiscal 2025 research, development, test and evaluation (Office of the Under Secretary of Defense) funds in the amount of $237,000 (1%), for a total of $29,607,487, will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016425FJ608).
Triumph Gear Systems Inc., Park City, Utah, is being awarded an $11,659,494 undefinitized contract action (N00383-25-F-S809), under previously awarded contract N00383-22-G-S801 for the repair of 42 pylon conversion actuators in support of V-22 aircraft. All work will be performed in Park City, Utah, and will be completed by January 2027. Fiscal 2025 annual working capital (Navy) funds in the amount of $8,744,620 will be obligated at time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive, sole-source requirement in accordance with 10 U.S. Code 2304(c)(1) with one offer received. Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.
Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded an $8,090,761 firm-fixed-price, cost-plus-fixed-fee order (N6833525F0376) against a previously issued basic ordering agreement (N0001923G0002). This order procures peculiar support equipment (PSE) end items and associated technical data packages (TDP) and technical support for the CH-53K Program. The TDPs consist of all two-dimensional drawings, field sheets, parts lists, application lists, and any other associated lists for the PSE procured under this effort. This procurement will allow for delivery and acceptance of the final depot level maintenance PSE TDPs and hardware, which includes the conversion of the TDP into an acceptable format for the government to use in future competitive procurements for production of the PSE. In addition, this effort will include technical support to resolve any government questions on the validated content, drawings, and Sikorsky specifications or standards referenced within the TDP. Work will be performed in Stratford, Connecticut, and is expected to be completed in August 2030. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $8,090,761 will be obligated at time of award, none of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.
ARMY
Ducks Unlimited Inc., Ridgeland, Mississippi, was awarded a $98,500,000 firm-fixed-price contract (W912EE-25-D-A013) for the purchase of mitigation credits representing up to 27,706 Average Annual Functional Units located in the Yazoo basin watersheds to compensate for unavoidable habitat losses caused by the construction and operation of the Yazoo Backwater Pumping Plant Project. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 24, 2030. U.S. Army Corps of Engineers, Vicksburg District, is the contracting activity.
Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a firm-fixed-price contract (W912PM-25-C-A011) for maintenance dredging. The amount of this action is $26,852,500, with a total cumulative face value of $27,649,750. Bids were solicited via the internet with one received. Work will be performed in Brunswick, Georgia; and Morehead City, North Carolina, with an estimated completion date of April 15, 2026. Fiscal 2021, 2022, 2023, 2024, and 2025 civil operation and maintenance funds in the amount of $26,852,500, were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington District, is the contracting activity.
Total Computer Solutions Inc.,* Burke, Virginia, was awarded a $14,539,626 modification (P00016) to contract W31P4Q-23-F-D001 for programmatic support services for the Utility Helicopters Project Office. The modification brings the total cumulative face value of the contract to $14,539,626. 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. 30, 2026. The Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
HDR Engineering Inc., Omaha, Nebraska, was awarded a $10,000,000 firm-fixed-price contract (W9127N-25-D-A002) for architect-engineer indefinite-delivery, indefinite-quantity pile dike services. This contract will provide survey, inspection, engineering, analysis, contract development, design, and design review services for Civil Works projects. 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 Aug. 24, 2030. The U.S. Army Corps of Engineers, Portland District, Oregon, is the contracting activity.
AIR FORCE
Radial Research and Development Ltd., Fairborn, Ohio, was awarded a ceiling $94,975,000 indefinite-delivery/indefinite-quantity task order for Science and Technology Applied RF Systems (STARS). This contract provides the STARS Program with RF Sensing on all-weather intelligence, surveillance, and reconnaissance using non-traditional modes for persistent surveillance across multiple environments from multiple environments to improve the ability of the Air Force and Tri-Service community programs. Work will be performed in Fairborn, Ohio, and is expected to be completed by Aug. 25, 2031. This contract was a competitive acquisition and 12 offers were received. Fiscal 2025 research, development, test and evaluation funds in the amount of $356,790 are being obligated at time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio is the contracting activity (FA2377-25-DB003 – FA2377-25-FB006).
The University of Dayton Research Institute, Dayton, Ohio, was awarded a $43,959,963 cost-plus-fixed-fee contract for Hybrid AI and Autonomy Research and Development Considered Operationally Relevant and Explainable. This contract provides for further development and maturation of Artificial Intelligence software, for crewed and uncrewed systems through advancements utilizing existing Air Force frameworks. Work will be performed at Dayton, Ohio, and is expected to be completed by Nov. 24, 2029. This award was a sole source acquisition. Fiscal 2025 research, development, test and evaluation funds in the amount of $1,668,161 are being obligated at the time of the award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA2391-25-C-B010).
Sea Pac Engineering Inc., Los Angeles, California, was awarded a $34,325,690 firm-fixed-price contract for the design and repair of the Rota dormitory, B25017. Work will be performed at Andersen Air Force Base, Guam, and is expected to be completed by Jan. 7, 2028. This contract was a competitive acquisition, and five offers were received. Fiscal 2025 operations and maintenance appropriations funds in the amount of $34,325,690 are being obligated at the time of award. The 36th Contracting Squadron, Andersen Air Force Base, Guam is the contracting activity (FA5240-25-C-0006).
U.S. TRANSPORTATION COMMAND
SeaCube Container Leasing International Inc., Woodcliff Lake, New Jersey (HTC71124DW028/P0005); Textainer Equipment Management (U.S.) Ltd., San Francisco, California (HTC71124DW029/P0004); and Triton Container International Ltd., Hamilton, Bermuda (HTC71124DW030/P0004), have been awarded modifications to an indefinite-delivery/indefinite-quantity, fixed-price contract, with an estimated value of $45,700,000. This brings the total cumulative face value of the program to $91,492,873. This contract is to obtain intermodal equipment leasing and transportation services, information technology management in support of leasing operations, and related container support functions to meet the government missions and exercises for peacetime, contingency, disaster, and humanitarian operations on a global basis, to include maintenance, repair, inspection, leasing, and acquisition of intermodal equipment. The option period of performance is from Sept. 1, 2025, to Aug. 31, 2026. Operations and maintenance funds 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
UPDATE: McRae Industries Inc.,* Mount Gilead, North Carolina (SPE1C1-25-D-0079, $28,807,472), has been added as an awardee to the multiple award contract for hot weather combat improved boots, issued against solicitation SPE1C1‐24‐R‐0090 and awarded June 27, 2025. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
UPDATE: Metrex Research LLC, Madison, Wisconsin (SPE2DH-25-D-0024, $24,900,000), has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R-0002 and awarded Feb. 10, 2022. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
*Small business
8/26
AIR FORCE
World Wide Technology LLC, St. Louis, Missouri, was awarded a $99,999,999 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for IT Transformation with AF CyberWorx. This contract provides for a streamlined and flexible approach to evaluating current mission system shortfalls and rapidly developing and fielding modernization and interconnection solutions to shorten sensor-to-shooter analysis and decision time and transform command and control capabilities. Work will be performed throughout the continental U.S. and outside the continental U.S., and is expected to be completed by Aug. 26, 2030. This contract was a competitive acquisition, and two offers were received. Fiscal 2025 Space Force procurement funds in the amount of $1,747,572 are being obligated at time of award. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-25-D-0010).
J&J Mechanical and Construction Group LLC, Jersey City, New Jersey (FA4484-25-D-0027); Kaser Mechanical LLC, Burlington, New Jersey (FA4484-25-D-0028); and M.E.R.I.T Inc., Newark, New Jersey (FA4484-25-D-0029), were awarded a ceiling $71,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for mechanical services. This contract provides for labor, materials, equipment, supervision necessary to inspect, test, troubleshoot, construct, install, maintain, repair and replace heating, ventilation, air conditioning, refrigeration equipment, systems, sub systems, hydraulic systems, pumps, motors, piping systems, pipe insulation, fuel systems, miscellaneous plumbing and fixtures. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be completed by Aug. 25, 2031. These contracts were competitive acquisitions, and ten offers were received. No funds are being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity.
Amentum Services Inc., Chantilly, Virginia, has been awarded a $7,891,644 modification (P00131) to a previously awarded contract (FA4610-22-C-0006) for the Aerospace Support Services Contract. Work will be performed at Vandenberg Space Force Base, California; Patrick SFB, Florida; and Cape Canaveral Space Force Station, Florida, and is expected to be completed by Sept. 30, 2026. Fiscal 2026 operations and maintenance appropriation funds in the amount of $1,969,161 are being obligated at time of award. The 30th Contracting Squadron, Vandenberg SFB, California, is the contracting activity.
NAVY
Hexagon US Federal Inc., Huntsville, Alabama, is awarded an $87,473,958 firm-fixed-price, cost-plus-fixed-fee, and cost-only modification to a previously awarded contract (N00024-19-D-4114) for the procurement of Surface Ship Situational Awareness, Boundary Enforcement and Response computing hardware production, spare parts, and engineering support. Work will be performed in Huntsville, Alabama, and is expected to be completed by November 2028. No funding will be obligated at time of award. Funds will be obligated as individual orders are issued, as the minimum guarantee was met at time of initial award. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Astraeus Operations LLC,* Springfield, Virginia, is awarded a $22,000,000 firm-fixed-price and cost-reimbursable, indefinite-delivery/indefinite-quantity contract to provide cyber operations systems engineering and technical assistance. Work will be performed in Laurel, Maryland, and is expected to be completed in August 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-0185).
RDA Inc.,* Doylestown, Pennsylvania, is awarded a $9,999,904 modification (P00007) to a previously awarded cost-plus-fixed-fee order (N6833524F0025) against a previously issued basic ordering agreement (N6833520G3039). This effort is in support of Small Business Innovation Research Topics N98-035, N04-247, and N06-011 entitled “Signal Processing and System Concepts to Exploit Passive Signals in Airborne Active ASW Missions”; “Littoral Environment Parameter Estimation from Bistatic and Multistatic Fleet Air Antisubmarine Warfare (ASW) Acoustic Reverberation Data,” and “Multi-Sensor Data Fusion for Littoral Undersea Warfare,” respectively and will expedite the digitization of legacy and future sonobuoys through the development and delivery of prototype sonobuoys for initial development test. Work will be performed in DeLeon Springs, Florida (77%); and Doylestown, Pennsylvania (23%), and is expected to be completed in August 2029. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $500,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division Lakehurst, New Jersey, is the contracting activity.
Raytheon Co., Indianapolis, Indiana, is awarded a $9,163,682 modification (P00009) to a cost-plus-fixed-fee order (N0001924F2582) against a previously issued basic ordering agreement (N0001920G0007). This modification adds scope to implement software updates associated with the compatibility of the generation six radio in the V-22 for the Navy and Air Force. Work will be performed in Indianapolis, Indiana and is expected to be completed in May 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $5,522,435; and fiscal 2024 aircraft procurement (Air Force) funds in the amount of $3,641,247, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
ARMY
Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a firm-fixed-price contract (W912DS-25-C-A012) for maintenance dredging of East Rockaway Inlet, New York. The amount of this action is $13,971,960. Bids were solicited via the internet with three received. Work will be performed in Queens, New York, with an estimated completion date of Nov. 28, 2025. Fiscal 2025 civil construction, funds in the amount of $13,971,960 were obligated at the time of the award. U.S. Army Corps of Engineers, New York District, is the contracting activity.
DEFENSE LOGISTICS AGENCY
UPDATE: Belleville Shoe Manufacturing Co.,* Belleville, Illinois (SPE1C1-25-D-0080, $24,625,378), has been added as an awardee to the multiple award contract for hot weather combat improved boots, issued against solicitation SPE1C1‐24‐R‐0090 and awarded June 26, 2025. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
*Small business
8/27
NAVY
Airborne Tactical Advantage Co. LLC, Newport News, Virginia, is awarded a $199,067,376 firm-fixed-price, indefinite-delivery/indefinite-quantity contract that provides for contractor-owned and operated Contracted Air Services Type VI, highly modified business jet aircraft, to Navy fleet customers in support of a wide variety of airborne threat simulation capabilities to train, test and evaluate shipboard and aircraft squadron weapon systems, operators and aircrew on how to counter potential enemy stand-off jamming operations in today’s electronic combat environment. Work will be performed in San Deigo, California (50%); and Virginia Capes, Virginia (50%), and is expected to be completed in October 2030. 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 competed; two offers were received. Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042125D0202).
General Dynamics Information Technology, Falls Church, Virginia, is awarded a $98,500,000 indefinite-delivery/indefinite-quantity contract (N00039-25-D-7800) to accomplish the following: to continue providing service desk as a service as the managed service provider using a knowledge-based solution, employing artificial intelligence, machine learning, and natural language processing; to continue consolidating all remaining disparate Tier zero and one IT help desks and transition them under the Naval Enterprise Service Desk (NESD) infrastructure; and to continue building out capabilities to enhance the NESD solution. Fiscal 2025 operations and maintenance (Navy) funds; and other procurement (Navy) funds, will be used for obligations at the task order level. Concurrent with the award, the first task order will be issued in order to satisfy the minimum guarantee of $5,000 per the terms and conditions of the contract. This funding will expire at the end of the fiscal year. Work will be performed in Bossier City, Louisiana (50%); and New Orleans, Louisiana (50%). Performance is expected to be completed by August 2026. If all options are exercised, performance will continue until August 2028. This contract includes a one-year base ordering period and two one-year optional ordering periods, which if exercised, would bring the estimated cumulative value to $98,500,000 million. Pursuant to the Other Transactions Authority (OTA) of 10 U.S. Code 4022(f), this contract is not competitively procured because this is a follow-on production contract following the successful completion of the OTA prototype effort that originated in 2019. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.
Charles Stark Draper Laboratories Inc., Cambridge, Massachusetts, is being awarded a $68,429,699 hybrid fixed-price-incentive-fee and cost-plus-incentive-fee modification (P00004) under a previously awarded and announced contract (N0003023C6008) to exercise optional line items for production of the Trident (D5) Guidance Subsystem. This requirement includes design analysis, testing, procurement, and manufacturing of interferometric fiber optic gyros repairs and associated material. This modification also benefits a foreign military sale to the United Kingdom. Work will be performed in Cambridge, Massachusetts (15%); Pittsfield, Massachusetts (65%); East Aurora, New York (10%); and Clearwater, Florida (10%). Work is expected to be completed Feb. 28, 2029. Fiscal 2025 weapons procurement (Navy) in the amount of $62,006,868 will be obligated at time of award. The remaining amounts will be incrementally funded. No funds will expire at the end of the current fiscal year. This contract was awarded as a sole-source acquisition pursuant to 10 U.S. Code 3204(a)(1) and was previously synopsized on the System for Award Management (SAM.gov) online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.
South Texas Lighthouse for the Blind, Corpus Christi, Texas, is being awarded a $27,459,229 modification (P00007) under a previously awarded contract (N00604-24-D-4001) to exercise Option Year One for the acquisition of miscellaneous items for the Navy Exchange Service Command Ship Store Program. The exercise of this option will bring the estimated cumulative value of the total contract to date to $54,118,675. The original contract included a 12-month base period, four 12-month options, and a six-month extension option in accordance with Federal Acquisition Regulation 52.217-8 which if exercised, the total value of this contract will be $156,541,340. Work will be performed in Norfolk, Virginia (37%); San Diego, California (24%); Oahu, Hawaii (11%); Mayport, Florida (10%); Seattle, Washington (9%); and Diego Garcia (9%). Work is expected to be completed by September 2026; if all options are exercised, work will be completed by March 2030. No funds will be obligated at time of award. Appropriate fiscal year working capital funds (Navy) will be used as individual orders are issued. This sole-source requirement was authorized or required by statute in accordance with Federal Acquisition Regulation Part 8.7 Javits-Wagner-O’Day Act (41 U.S. Code 46-48c), and the rules of the Committee for Purchase from People Who Are Blind or Severely Disabled (41 Code of Federal Regulations, chapter 51) which implements the AbilityOne Program. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity.
Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $22,662,794 cost-plus-fixed-fee order (N0001925F0264) against a previously issued basic ordering agreement (N0001924G0010). This order provides program management support to include technical, financial, and administrative data in support of identification of F-35 production and sustainment diminishing manufacturing sources and material shortages events for the Air Force, Marine Corps, Navy, and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2025. Fiscal 2023 aircraft procurement (Air Force) funds in the amount of $9,298,433; fiscal 2023 aircraft procurement (Navy) funds in the amount of $9,298,432; and non-DOD participant funds in the amount of $4,065,929, will be obligated at the time of award, $18,596,865 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.
Parker Hannifin Corp., Irvine, California, is being awarded $17,488,000 for a firm-fixed-price requirements contract for logistics, repair, and spare support covering H-53 components to include hydraulic systems and landing gear wheel assemblies. This contract includes a five-year base period with no options. Work will be performed in Cherry Point, North Carolina (65%); Kalamazoo, Michigan (20%); and Irvine, California (15%). The contract will expire Aug. 31, 2030. Fiscal 2025 working capital funds (Navy) in the full amount of $4,250,000 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. Working capital funds (Navy) will be obligated to fund subsequent delivery orders. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (a)(1) with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-25-D-P301).
Raytheon Co., Indianapolis, Indiana, is awarded a $9,490,815 cost-plus-fixed-fee order (N0001925F0056) against a previously issued basic ordering agreement (N0001920G0007). This order provides for a fleet software update release for the MV-22 for the Marine Corps, the CMV-22 for the Navy, and the CV-22 for the Air Force, to include qualification testing and integration into the air vehicle, airworthiness substantiation, flight test demonstration and validation/verification. Work will be performed in Indianapolis, Indiana, and is expected to be completed in June 2028. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $3,423,967; fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $3,076,468; and fiscal 2025 operation and maintenance (Air Force) funds in the amount of $2,990,380, will be obligated at the time of award, $6,500,435 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.
ARMY
ECS Riptide Ventures LLC,* Orlando, Florida, was awarded a $127,000,000 cost-no-fee, cost-plus-fixed-fee, firm-fixed-price contract for One-Semi Automated Forces (OneSAF) software, which supports modeling and simulation of force modernization and transformation from weapons systems to brigade and below-level combat. 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. 4, 2031. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-25-D-0047).
Marinex Construction Inc., Charleston, South Carolina, was awarded a firm-fixed-price contract for fiscal 2025 Savannah Inner Harbor Maintenance Dredging in Savannah, Georgia. The amount of this action is $27,466,000, with a total cumulative face value of $33,456,000. Bids were solicited via the internet with one received. Work will be performed in Savannah, Georgia, with an estimated completion date of Nov. 25, 2026. Fiscal 2025 construction, Corps of Engineers, civil funds in the amount of $27,466,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-25-C-5006).
TKTMJ Inc.,* Natchitoches, Louisiana, was awarded a $26,332,740 firm-fixed-price contract for constructing longitudinal peaked stone toe dikes with stone tiebacks and fill revetment for Public Law 84-99 Ouachita River Levee Bank Stabilization at five sites along the Ouachita River in Northeast Louisiana, south of Monroe, Louisiana. The work includes mobilization and demobilization, clearing and grubbing, and bank stabilization work consisting of tiebacks, excavation and backfill of graded C stone, and stormwater pollution prevention. Bids were solicited via the internet with seven received. Work will be performed in Monroe, Louisiana, with an estimated completion date of Aug. 26, 2027. Fiscal 2025 construction, Corps of Engineers, civil funds in the amount of $26,332,740 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-25-C-0004).
JG&A-TSG JV,* Marietta, Georgia, was awarded a firm-fixed-price contract for a single award task order contract providing architect/engineer indefinite-delivery/indefinite-quantity contract for master planning and related services supporting Tobyhanna Army Depot. The amount of this action is $20,000,000. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 24, 2030. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-25-D-A001).
General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $10,417,075 modification (P00110) to contract W56HZV-22-C-0012 for Abrams system technical support. The modification brings the total cumulative face value of the contract to $1,036,945,452. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 27, 2027. Fiscal 2010 Foreign Military Sales funds, research, development, test, and evaluation, Army funds, and procurement, defense-wide funds in the amount of $10,417,075 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.
The Dutra Group, San Rafael, California, was awarded a firm-fixed-price contract for fiscal year 2025 Petaluma River Channel Maintenance Dredging Project. The amount of this action is $9,165,400. Bids were solicited via the internet with two received. Work will be performed in Petaluma, California, with an estimated completion date of Nov. 29, 2025. Fiscal 2025 military construction, Army funds in the amount of $9,165,400 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-25-C-A016).
Butt Construction Co. Inc., Dayton, Ohio, was awarded a firm-fixed-price contract for the construction of an addition and renovation to Building 321 at Niagara Falls Air Reserve Station, New York, which will house a Boom Operator Weapons System Trainer. The amount of this action is $8,958,700, with a total cumulative face value of $9,115,630. Bids were solicited via the internet with five received. Work will be performed in Niagara Falls, New York, with an estimated completion date of Sept. 11, 2027. Fiscal 2023 military construction, Air Force Reserve funds in the amount of $6,326,300; and fiscal 2025 operation and maintenance, Air Force Reserve funds in the amount of $2,632,400, were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-25-C-A021).
Donjon Marine Co. Inc., Hillside, New Jersey, was awarded a firm-fixed-price contract for maintenance dredging of the Bronx River, New York, Federal Navigation Project. The amount of this action is $8,152,170, with a total cumulative face value of $9,687,790. Bids were solicited via the internet with three received. Work will be performed in Bronx, New York, with an estimated completion date of Jan. 14, 2026. Fiscal 2025 operation and maintenance, Army funds in the amount of $8,152,170 were obligated at the time of the award. U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-25-C-A009).
DEFENSE LOGISTICS AGENCY
Calca Solutions LLC, Westlake, Louisiana, has been awarded an estimated $82,030,263 fixed-price, requirements type contract for propellant hydrazine supplies. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. The performance completion date is Sept. 19, 2030. Using customers are Air Force and various federal civilian agencies. Type of appropriations is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Joint Base San Antonio, Texas (SPE601-25-D-1517).
Mount Rogers Community Services,* Atkins, Virginia (SPE1C1-25-D-N016, $76,202,871); and National Industries for the Blind,* Alexandria, Virginia (SPE1C1-25-D-B015, $76,202,871), have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE1C1-24-R-0046 for combat flame resistant type II and type III shirts. These are three-year contracts with no option periods. The ordering period end date is Aug. 26, 2028. Using military service is Army. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
Emerald Coast Utility Services Inc., Eglin Air Force Base, Florida, has been awarded an estimated $35,289,576 modification (P00085) to a 50-year contract (SP0600-16-C-8311) with no option periods incorporating both the economic-price-adjustment agreement and an adjustment to the utility service charge as a result of the water and wastewater inventory changes. This is a fixed-price with economic-price-adjustment contract. The performance completion date is June 14, 2067. Using military service is Air Force. Type of appropriation is fiscal 2025 through 2067 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.
AIR FORCE
Ranco Construction, Southampton, New Jersey (FA4484-25-D-0013); Paving Plus, Glassboro, New Jersey (FA4484-25-D-0014); The Oak Group, Camden, New Jersey (FA4484-25-D-0015); Kyle Conti Construction LLC (FA4484-25-D-0016); and Robert Nogueras Construction, Clementon, New Jersey (FA4484-25-D-0017), were awarded a ceiling $49,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for concrete and paving. This contract provides for labor, materials, equipment, transportation, fuel, supervision, and permits required for concrete and paving services. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be completed by Aug. 26, 2030. These contracts were competitive acquisitions, and 13 offers were received. No funds are being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity.
Tom Hammonds Enterprises, Valparaiso, Florida, was awarded a $24,221,869 firm fixed price contract for the upgrade of facility heating ventilation air conditioning in the guided weapons evaluation facility. This contract provides for a complete replacement of the chiller plant system and main test chamber computer room air conditioning unit system. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by Aug. 31, 2026. This contract was a competitive acquisition and two offers were received. Fiscal 2024 research, development, test, and engineering funds in the amount of $ 9,776,328 are being obligated at time of award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2823-25-C0045).
*Small business
**Mandatory source
8/28
NAVY
BAE Systems Information and Electronic Warfare Systems, Hudson, New Hampshire, is awarded a $1,743,038,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production and delivery of up to 55,000 Advanced Precision Kill Weapon System II Full Rate Production Lots 13-17 in support of upgrading the current 2.75-inch Rocket System to a semi-active laser guided precision weapon for the Navy, Army, and Foreign Military Sales customers. Work will be performed in Hudson, New Hampshire (31%); Whippany, New Jersey (22%); Plymouth, United Kingdom (16%); Austin, Texas (7%); Bristol, Pennsylvania (3%); Rochester, New York (3%); Kitchener, Ontario, Canada (2%); Westminster, Maryland (2%); Ronan, Montana (2%); Topsfield, Massachusetts (2%); Pomfret, Connecticut (2%); Danbury, Connecticut (2%); Anaheim, California (1%); Tempe, Arizona (1%); Ipswich, Massachusetts (1%); Centennial, Colorado (1%); Carson, California (1%); and Boston, Massachusetts (1%), and is expected to be in completed December 2031. No funds will be obligated at the time of award, funds will be obligated on individual orders as they are issued. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001925D0018).
Fairbanks Morse LLC, doing business as Fairbanks Morse Defense, Beloit, Wisconsin, is awarded a $35,458,068, cost-plus-fixed-fee and firm-fixed-price, indefinite-delivery/indefinite-quantity contract for diesel engine lifecycle, modernization, and in-service support and related shipboard auxiliary and support systems. Work will be performed in Beloit, Wisconsin (80%); and at ship homeport locations (20%), and is expected to be completed by August 2031. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $54,732 will be obligated at time of award, of which $54,732 will 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) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N6449825D4015).
BAE Systems Land & Armaments LP, Minneapolis, Minnesota, is awarded a $20,245,685 cost-plus-fixed-fee delivery order under previously awarded Basic Ordering Agreement N00174-23-G-0001 for maintenance, preservation, and corrosion control of the MK38 Mod 2 & 3 Machine Gun Systems (MGSs). Work will be performed in Norfolk, Virginia (51%); and San Diego, California (49%), and is expected to be completed by September 2027. Fiscal 2024 weapons procurement (Navy) funds in the amount of $1,900,000 (34%); and fiscal 2025 operations and maintenance (Navy) in the amount of $3,650,683 (66%), will be obligated at time of award, of which $3,650,683 will expire at the end of the current fiscal year. This order was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Surface Warfare Center Indian Head Division Indian Head, Maryland, is the contracting activity (N0017425F0021).
General Dynamics Mission Systems, Manassas, Virginia, is awarded a $18,249,387 cost-plus-fixed-fee and firm-fixed-price contract for the development, maintenance, and delivery of the Common Weapon Launcher and Multi-Tube Weapon Simulator. This contract includes options which, if exercised, would bring the cumulative value of this contract to $229,999,491. This contract involves Foreign Military Sales to Australia, the United Kingdom, and United States (AUKUS) partnership. Work will be performed in Manassas, Virginia (60%); Charleroi, Pennsylvania (30%); and Middletown, Rhode Island (10%), and is expected to be completed by August 2026. If all options are exercised, work will continue through August 2030. Fiscal 2025 other procurement (Navy) funds in the amount of $11,507,559 (94%); Royal Australian Navy AN/BYG-1 armament cooperative program funds in the amount of $537,727 (4%); fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $138,714 (1%); and fiscal 2025 operation and maintenance (Navy) funds in the amount of $95,000 (1%), 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 pursuant to 10 U.S. Code 3204(a)(5). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-C-6208).
Bird-Johnson Propeller Co. LLC, Walpole, Massachusetts, was awarded a $17,731,296 firm-fixed-price contract (N3220525C1204) for the procurement of fleet replenishment oiler class vessel propulsion replacement parts to include 192 blade bolts, three left hub assemblies, and three right hub assemblies. The contract does not contain an option period. The contract will be performed in Walpole, Massachusetts (100%), with a final delivery date of Nov. 30, 2026. Fiscal 2025 working capital funds (Navy) in the amount of $17,731,296 will be obligated at the time of the award, none of which will expire at the end of the current fiscal year. This contract was a sole source acquisition, under the authority of 10 U.S. Code 3204(a)(1), with a proposal solicited via the Government Point of Entry website and one proposal received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.
The Boeing Co., Seattle, Washington, is awarded a $15,649,047 modification (P00035) to a cost-plus-fixed fee order (N0001920F0647) against a previously issued basic ordering agreement (N0001916G0001). This modification exercises an option to procure two P-8A Increment 3 retrofit kit installations in support of the Anti-Submarine Warfare capabilities upgrades for the Royal Australian Air Force. Work will be performed in Jacksonville, Florida (79.6%); St. Louis, Missouri (10.9%); and Mesa, Arizona (9.5%), and is expected to be completed July 2026. Royal Australian Air Force cooperative funds in the amount of $15,649,047 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Ultra Electronics Ocean Systems Inc., Braintree, Massachusetts, is awarded a $13,744,502 cost-plus-fixed-fee modification to a previously awarded contract (N0002425C4127) for engineering support in connection with the production of AN/SPS-73(V) Next Generation Surface Search Radar systems. Work will be performed in Braintree, Massachusetts (60%); Wake Forest, North Carolina (35%); and Chantilly, Virginia (5%), and is expected to be completed by February 2026. If all options are exercised, work will continue through February 2030. Fiscal 2025 other procurement (Navy) funds in the amount of $6,999,846 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 (N00024-25-C-4127).
HII Fleet Support Group LLC, Norfolk, Virginia, is awarded a $13,062,676 cost-plus-fixed-fee delivery order (N62793-25-F-7401) as part of a previously awarded contract (N00024-21-D-4103) to provide execution for the USS John C. Stennis (CVN 74) refueling complex overhaul and carrier engineering maintenance assist team support. Work includes assistance for preparation, evaluation and execution of repairs as well as technical guidance for maintenance execution and repairs. This contract, where specified, will provide hands on instruction in fault identification and application of current maintenance/repair techniques in accordance with the contract. Work will be performed in Newport News, Virginia, and is expected to be completed on Aug. 28, 2026. Fiscal 2025 shipbuilding and conversion (Navy) – cost to complete funding in the amount of $13,062,676 was obligated at time of award and will expire at the end of fiscal 2026. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity.
CAE USA Inc., Tampa, Florida, is awarded a $11,369,499 firm-fixed-price, cost reimbursable contract for contractor operation and maintenance, engineering, courseware revision and maintenance, instructor, cyber sustainment, and configuration management support in support of MH-60R training facility for the Royal Australian Navy. Work will be performed Nowra, New South Wales, Australia, and is expected to be completed August 2026. Foreign Military Sales customer funds in the amount of $11,369,499 will be obligated at the time of the award, none of which expire at the end of the current fiscal year. This contract was not competed. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134025C0002).
Metson Marine Services Inc.,* Ventura, California, is awarded a $9,988,166 modification (P00010) to a previously awarded cost-plus-fixed-fee contract (N0042123C0032). This modification exercises options to provide continued research, development, maintenance, operation, and support of facilities, systems, and equipment in support of the engineering development testing and fleet training mission of the Atlantic Targets and Marine Operation Key West detachment of Atlantic Ranges and Targets. Work will be performed in Key West, Florida (90%); Mayport, Florida (5%); Norfolk, Virginia (3%); and Patuxent River, Maryland (2%), and is expected to be completed in August 2026. Fiscal 2025 working capital (Navy) funds in the amount of $4,738,249 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was competed. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.
General Atomics, San Diego, California, is awarded a $8,686,144 firm-fixed-price order (N0001925F0029) against a previously basic ordering agreement (N0001921G0014). This order provides logistics support as well as procures support equipment requirement data, detailed functional description document package, support equipment tools in support of the depot stand-up Phase II for the Electromagnetic Aircraft Launch System Ford Class. Work will be performed in San Diego, California (96.4%); Tupelo, Mississippi (2%); and various locations within the continental U.S. (1.6%), and is expected to be completed in October 2026. Fiscal 2025 other procurement (Navy) funds in the amount of $8,686,144 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Oasis Systems LLC, Burlington, Massachusetts, is awarded a $7,682,433 cost-plus-fixed-fee modification to previously awarded delivery order (N00024-23-F-6311) under an indefinite-delivery/indefinite-quantity contract N00024-20-D-6337 to exercise an option for Sea Hunter and Seahawk Unmanned Surface Vessel operations and sustainment. Work will be performed in San Diego, California (90%); Ventura, California (5%); Rockville, Maryland (2%); Burlington, Massachusetts (1%); and various locations across the U.S., each less than 1% (2%), and is expected to be completed by August 2026. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $2,500,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.
CarverBeth LCC,* Luray, Virginia, is being awarded a $7,658,896 blanket purchase agreement hybrid firm-fixed price and time and materials service agreement for maintenance and operational support of the Consolidated Area Telephone System Network and base telephone systems located at 23 locations throughout the San Diego area, and Southern California in support of Naval Computer and Telecommunication Station San Deigo. The contract will include a one-year base period, four one-year option periods, and a not-to-exceed six-month extension option, in accordance with Federal Acquisition Regulation 52.217-8 which, if exercised, will bring the total value of this contract to $43,753,089. All work will be performed in San Diego, California, and work is expected to be completed by August 2026; if all options are exercised, work will be completed by February 2031. Fiscal 2025 operation and maintenance (Navy) funds will be used until the expiration on Sept. 30, 2025, to cover the initial blanket purchase agreement call order. The solicitation was posted via General Services Administration and was set aside for small business with two offers received. Naval Supply Systems Command Fleet Logistics Center, San Diego, California, is the contracting activity (N00244-25-A-S002).
ARMY
Raytheon Missiles and Defense, Andover, Massachusetts, was awarded a $1,700,200,000 modification (P00008) to contract W31P4Q-24-C-0024 to support the low-rate initial production of Lower Tier Air and Missile Defense Systems. This action brings the cumulative total face value of the contract to $3,789,400,000. Work will be performed in Andover, Massachusetts, with an estimated completion date of Dec. 28, 2029. Fiscal 2025 Foreign Military Sales (Poland) funds in the amount of $397,410,000; and fiscal 2025 missile procurement, Army funds in the amount of $435,690,000, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
EA Engineering, Science, and Technology Inc. PBC,* Hunt Valley, Maryland (W912DR-25-D-0004); CAPE-SRS JV LLC,* Norcross, Georgia (W912DR-25-D-0005); HGL-Aptim Technologies JV LLC,* Reston, Virginia (W912DR-25-D-0006); Kemron Environmental Services Inc.,* Atlanta, Georgia (W912DR-25-D-0007); Environmental Chemical Corp.,* Burlingame, California (W912DR-25-D-0008); Bay West LLC,* St. Paul, Minnesota (W912DR-25-D-0009); SERES Engineering & Services LLC,* Charleston, South Carolina (W912DR-25-D-0010); Weston Solutions Inc., West Chester, Pennsylvania (W912DR-25-D-0011); Tetra Tech Inc., Pittsburgh, Pennsylvania (W912DR-25-D-0012); and AECOM Technical Services Inc., Los Angeles, California (W912DR-25-D-0013), will compete for each order of the $500,000,000 firm-fixed-price contract for environmental, technical, and management services. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 27, 2032. U.S. Army Corps of Engineers, Baltimore District, Maryland, is the contracting activity.
HDR Engineering Inc., Omaha, Nebraska (W91238-25-D-A012); West Consultants Inc.,* Salem, Oregon (W91238-25-D-A013); GEI Consultants Inc., Woburn, Massachusetts (W91238-25-D-A014); and Research Triangle Institute, Durham, North Carolina (W91238-25-D-A015), will compete for each order of the $49,990,000 firm-fixed-price contract for architectural-engineering services for water control, hydrology and hydraulic design. 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 Aug. 27, 2030. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity.
General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $26,997,899 firm-fixed-price contract for Stryker Enhanced Power Distribution Unit Version Two Line Replaceable Units. 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. 28, 2028. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-D-0050).
Commercial Contracting Corp., Auburn Hills, Michigan, was awarded a $23,475,067 firm-fixed-price contract for the construction of a tactical vehicle laboratory. Bids were solicited via the internet with four received. Work will be performed in Warren, Michigan, with an estimated completion date of Dec. 26, 2027. Fiscal 2025 military construction, Army funds in the amount of $23,475,067 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-25-C-0020).
Cashman Dredging & Marine Contracting Co. LLC, Quincy, Massachusetts, was awarded an $8,967,750 firm-fixed-price contract for maintenance dredging at Tampa Harbor. Bids were solicited via the internet with four received. Work will be performed in Tampa Harbor, Florida, with an estimated completion date of April 2, 2026. Fiscal 2022, 2023, and 2025 civil operation and maintenance funds in the amount of $8,967,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-25-C-A009).
AIR FORCE
LMRMS, Tampa, Florida, has been awarded a $98,000,000 hybrid contract action for the F16 Block 52 training simulators program for the Korean Air Force. This contract provides for the procurement of hardware and software development, integration, testing, and delivery of software for the Republic of Korea Air Force Block 52 F-16 mission training centers. Work will be performed at Orlando, Florida; Chungju, South Korea; and Seosan, South Korea, and is expected to be completed December 2031. This contract involves Foreign Military Sales (FMS) to South Korea. This contract was a sole source acquisition. FMS funds in the amount of $91,401,002 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-25-C-B010).
Leidos Inc., Reston, Virginia, has been awarded an $8,980,894 modification (P00018) to a previously awarded contract (FA9451-22-C-0002) to develop, test, and demonstrate a mature prototype based on the first-generation technology demonstrator, high-power microwave counter unmanned aerial system prototype. Work will be performed at Albuquerque, New Mexico, and is expected to be completed by December 31, 2026. Fiscal 2025 and 2026 research development, test and evaluation funds in the amount of $6,734,000 are being obligated at the time of award. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Sysco Central Alabama, Calera, Alabama, has been awarded a maximum $33,103,659 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 251-day bridge contract with no option periods. The ordering period end date is May 16, 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 (SPE300-25-D-3020).
DRS Network & Imaging Systems LLC, Melbourne, Florida, has been awarded a maximum $8,336,664 firm-fixed-price contract for distribution box bases. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. The performance completion date is Nov. 17, 2027. Using military service is Army. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7M9-25-C-0007). (Awarded April 13, 2025)
DEPARTMENT OF DEFENSE EDUCATION ACTIVITY
College Entrance Examination Board, New York, New York, is being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for nationally recognized assessments for postsecondary preparation in the amount of $9,904,837. The period of performance is a five year base period. Fiscal 2025 funding in the amount of $1,560,710 will be obligated on the delivery order award. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. The contracting activity is the Department of Defense Education Activity, Alexandria, Virginia.
*Small business
8/29
NAVY
Triquetra III JV, San Diego, California, is awarded a $240,000,000 cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract for architect-engineer services. This contract provides for environmental support services for Comprehensive Long-Term Environmental Action requirements to include environmental technical and engineering services in support of the Navy’s Environmental Restoration Program. Work will be performed at Navy and Marine Corps installations within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific region, including NAVFAC Southwest (80%); NAVFAC Northwest (5%); NAVFAC Hawaii (12%); and NAVFAC Marianas (3%). Fiscal 2025 environmental restoration (Navy) funding in the amount of $5,000 will be obligated for the minimum contract guarantee; funds will be obligated on individual task orders as they are issued. This contract was competitively procured via sam.gov website, with three proposals received. NAVFAC Southwest, San Diego, California, is the contracting activity (N6247325D3220).
SLSCO Ltd., Galveston, Texas, was awarded a $220,173,280 modification to a firm-fixed-price contract (N62742-25-C-1308) for the construction of a maintenance support facility building, armory building, an aircraft maintenance hangar, telecommunications facility, and required site improvements at the Royal Australian Air Force Base, Darwin, Australia. The total cumulative face value of the contract is $459,825,472. Work will be performed in Darwin, Australia, and is expected to be completed by May 2028. Fiscal 2025 military construction (Marine Corps) funds in the amount of $147,000,000 are obligated at time of award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-25-C-1308).
Nan Inc., Honolulu, Hawaii is awarded a $211,436,801 firm-fixed-price contract for construction of a communications center at Joint Region Marianas, Guam. Work will be performed at Andersen Air Force Base, Guam, and is expected to be completed by March 2030. The project is incrementally funded. Fiscal 2024 military construction (Navy) funds in the amount of $91,295,000 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 proposals received. The Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-25-C-1302).
Huntington Ingalls Inc. Newport News Shipbuilding, Newport News, Virginia, is awarded a $98,459,990 cost-plus-incentive fee modification to previously awarded Contract (N00024-21-C-2106) for USS John C. Stennis (CVN 74) Refueling Complex Overhaul for supplemental work and special incentives for improved facilities at Newport News Shipyard. This modification includes options which, if exercised, would bring the cumulative value of this modification to $110,959,990. Work will be performed in Newport News, Virginia, and is expected to be completed by October 2026. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $15,000,000 (55%); and fiscal 2025 operations and maintenance (Navy) funds in the amount of $12,500,000 (45%), will be obligated at time of award and funds in the amount of $27,500,000 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Raytheon Technologies, Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $57,464,883 cost-plus-fixed-fee order (N0001925F0977) against a previously issued basic ordering agreement (N0001920G0007). This order provides non-recurring engineering, to include detailed design work, integration, qualification, and verification of the redesigned Digital Scene Matching Area Correlator (DSMAC) within the DSMAC subsystem and missile assembly for the Navy and Foreign Military Sales (FMS) customers. Work will be performed in Tucson, Arizona (85%); and McKinney, Texas (15%), and is expected to be completed in December 2028. Fiscal 2024 weapons procurement (Navy) funds in the amount of $21,322,045; and FMS customer funds in the amount of $36,142,838, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This order was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
BAE Systems Information and Electronic Systems Integration Inc., Greenlawn, New York, is awarded a $37,123,252 firm-fixed-price order against a previously issued basic ordering agreement (N0016425GJW77) for combat system mission crew workstations and mission crew workstation conversion kits to support the Maritime Patrol and Reconnaissance Aircraft. Work will be performed in Greenlawn, New York, and is expected to be completed by August 2028. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $20,798,908 (56%); and Foreign Cooperative Projects (Navy) funds in the amount of $16,324,344 (44%), will be obligated at time of award. This contract was not competitively procured via the SAM.gov website, with one offer received. This is a sole source action in accordance with Federal Acquisition Regulation 6.302-1, only one responsible source. BAE Systems Information and Electronic Systems Integration Inc. is the original equipment manufacturer of the combat system mission crew workstations. No other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane Division in Crane, Indiana, is the contracting activity (N0016425FJ634).
General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $34,957,203 cost-plus-incentive-fee and cost only modification to a previously awarded contract (N00024-20-C-5603) to exercise options for the sustainment of the Littoral Combat Ship integrated combat management system and associated combat system elements. Work will be performed in Pittsfield, Massachusetts (85%); and San Diego, California (15%), and is expected to be completed by August 2029. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $1,717.916 (33%); other customer funds (Navy) in the amount of $1,623,449 (31%); fiscal 2025 other procurement (Navy) funds in the amount of $1,171,152 (23%); and fiscal 2025 operations and maintenance (Navy) funds in the amount of $670,745 (13%), 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.
Technautix, Corp.,* Houston, Texas, is awarded a $22,098,896 firm-fixed-price contract (N3220524C4135) to provide financial management support services for Military Sealift Command’s N8 Financial Directorate. The period of performance will commence on Sept. 1, 2025, and end on Feb. 28, 2031, if all options are exercised, and will be performed at the contractor’s facility. Fiscal 2025 working capital funds (Navy) in the amount of $3,801,056 will be obligated at the time of the award, none of which will expire at the end of the current fiscal year. This contract will have a 12-month base period, four one-year option periods, and an option to extend services for up to six months. This contract was a competitive 8(a) procurement with proposals solicited via the Government Point of Entry website and 15 proposals were received in response to the solicitation. Military Sealift Command, Norfolk, Virginia, is the contracting activity.
KBR Wyle Services LLC, Lexington Park, Maryland, is awarded a $21,745,437 cost-plus-fixed-fee contract to provide program management, engineering, financial, and logistics support for the F/A-18 air vehicle, subsystems, armament, engine, and airborne weapons for the Navy and Foreign Military Sales (FMS) customers, as well as provides custodian support services for the government of Switzerland. Work will be performed in Patuxent River, Maryland (83%); Whidbey Island, Washington (6%); Philadelphia, Pennsylvania (3%); North Island, California (3%); Amberley, Australia (1%); and various locations outside the continental U.S. (4%), and is expected to be completed in August 2030. FMS customer funds in the amount of $14,692,067 will be obligated at the time of the award, none of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042125C1001).
Raytheon Co., Tucson, Arizona, is awarded a $13,541,848 firm-fixed-price order (N0001925F0983) against a previously issued basic ordering agreement (N0001920G0007). This order procures various components that are going obsolete in support of future Tomahawk missile production for the Navy and Marine Corps. Work will be performed in Tucson, Arizona and is expected to be completed in April 2028. Fiscal 2024 weapons procurement (Navy) funds in the amount of $2,788,798; fiscal 2023 weapons procurement (Navy) funds in the amount of $9,096,725; and fiscal 2023 procurement (Marine Corps) Funds in the amount of $1,656,325, will be obligated at the time of award, $10,753,050 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.
Detyens Shipyards Inc.,* North Charleston, South Carolina, is awarded an $11,048,892 firm-fixed-price contract (N3220525C4150) for a 50-calendar day shipyard availability for the mid-term availability of Military Sealift Command’s fleet replenishment ship USNS Robert E. Peary (T-AKE 5). This contract includes a base work package and two unexercised options for additional work and time which, if exercised, would increase the cumulative value of this contract to $11,230,060. Work will be performed in North Charleston, South Carolina, beginning Sept. 2, 2025, and is expected to be completed by Oct. 21, 2025. Working capital funds (Navy) in the amount of $11,048,892 are obligated for fiscal 2025 and will not expire at the end of the fiscal year. This contract was a small business set-aside solicited via the Governmentwide Point of Entry website and four offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C4150).
General Dynamics Mission Systems, Pittsfield, Massachusetts, is being awarded a $10,013,674 cost-plus-incentive-fee contract modification (P00013) to exercise optional lines items under a previously awarded contract (N0003022C1005), for fiscal 2022-2025 U.S. and the United Kingdom Trident II (D-5) SSBN fire control system and SSGN attack weapon control system support. Work will be performed in Pittsfield, Massachusetts. Work is expected to be completed Sept. 30, 2025. Fiscal 2025 weapons procurement (Navy) funds in the amount of $10,013,674 are being obligated on this award. No funds will expire at the end of the current fiscal year. This contract was awarded as a sole source acquisition in accordance with the authority of 10 U.S. Code 3204(a)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity.
Vectrus Systems Corp., Colorado Springs, Colorado, is awarded a $7,853,996 modification (P00003) to a cost-plus-fixed-fee, cost-reimbursable contract (N0042123C0036). This modification exercises an option to provide continued project, program, financial management, engineering, and technical support for the MH-60R multi-mission helicopter, subsystems, armament, engines, airborne weapons, spares, and support equipment for the government of Australia. Work will be performed in Patuxent River, Maryland, and is expected to be completed in September 2026. Foreign Military Sales customer funds in the amount of $7,853,996 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract action was not competed. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.
WPC Technologies,* Fenton, Missouri, is awarded a cost-plus-fixed-fee contract for the conductive polymer-enhanced cathode active material for lithium-ion batteries effort. The total cumulative value of this contract, including a 36-month base period with no options, is $7,800,000. This project addresses the Naval Strategy Power and Energy Focus Area. This contract provides for the development of cost-effective battery materials free of critical minerals with enhanced performance and comparable safety to state-of-the-art lithium-ion battery materials to support enhanced mission capability and endurance. The proposed materials synthesis processes that are compatible with existing U.S. manufacturing capabilities would enhance Department of Defense battery materials supply chain security. Work will be performed in Fenton, Missouri, and is expected to be completed in August 2028. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $7,800,000 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) (N0001425SB001) entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals will be 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 (N0001425C1322).
DEFENSE LOGISTICS AGENCY
US Foods Inc., doing business as US Foods Lexington, Lexington, South Carolina, has been awarded a maximum $99,554,294 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 168-day bridge contract. The ordering period end date is Feb. 14, 2026. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-25-D-3023).
Wulco Inc., Cincinnati, Ohio, has been awarded a minimum $25,259,500 firm-fixed-price delivery order (SPRRA2-25-F-0177) against a three-year long-term, indefinite-delivery/indefinite-quantity contract (SPRRA2-25-D-0021) under solicitation SPRRA2-25-R-0016 for the Objective Commander’s Weapon Station. This was a competitive acquisition with ten responses received. This is a three-year contract with no option periods. The delivery order completion date is Sept. 30, 2026. Using customers are Army and federal civilian agencies. Type of appropriation is fiscal 2025 Army procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.
Carter Enterprises LLC,** Brooklyn, New York, has been awarded a maximum $11,254,960 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Forest Service shirts. This was a competitive acquisition with four responses received. This is a four-year contract with no option periods. The ordering period end date is Aug. 29, 2029. Using military service is Air Force. Type of appropriation is fiscal 2025 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-0053).
ARMY
AM General LLC, South Bend, Indiana, was awarded a $96,100,282 firm-fixed-price delivery order for vehicles, shelters, and installation services. This action brings the total cumulative face value to $608,023,680. Work locations and funding will be determined with each order, with an estimated completion date of March 30, 2029. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-F-0404).
South Carolina Commission for the Blind, Columbia, South Carolina, was awarded a $95,148,556 firm-fixed-price contract for full-food service operations at 11 dining facilities at Fort Jackson, South Carolina. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2026. The 419th Contracting Support Brigade, Fort Jackson, South Carolina, is the contracting activity (W9124C-25-D-A003).
Pond & Co., Peachtree Corners, Georgia (W9133L-25-D-A024); Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri (W9133L-25-D-A025); HDR Engineering Inc., Omaha, Nebraska (W9133L-25-D-A026); Tetra Tech M&H, Ann Arbor, Michigan (W9133L-25-D-A027); and MJ Engineering,* Halfmoon, New York (W9133L-25-D-A028), will compete for each order of the $45,000,000 firm-fixed-price contract for non-personal architect-engineer services to support horizontal design services for the Air National Guard and the Army National Guard. Bids were solicited via the web with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 28, 2030. The National Guard Bureau, Arlington, Virginia, is the contracting activity.
INK Arch LLC,* Honolulu, Hawaii (W912J6-25-D-A001); Okahara & Associates Inc.,* Hilo, Hawaii (W912J6-25-D-A002); and Bowers + Kubota Consulting Inc., Waipahu, Hawaii (W912J6-25-D-A003), will compete for each order of the $40,000,000 firm-fixed-price contract for architect-engineer services to support Air National Guard and Army National Guard. Bids were solicited via the web with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2031. The National Guard Bureau, Honolulu, Hawaii, is the contracting activity.
AIR FORCE
Sumaria Systems LLC, Peabody, Massachusetts, was awarded a $43,197,044 cost-plus-fixed-fee and cost-reimbursement contract. This contract provides the F-16 program office with a broad range of professional acquisition, engineering, scientific, research, test, intelligence, security management, and administrative capabilities to execute effective and responsive cyber resiliency for research, development, and life cycle acquisition and sustainment performance-based service activities. Work will be performed at Wright Patterson Air Force Base, Ohio; Hill AFB, Utah; Davis Monthan AFB, Arizona; Eglin AFB, Florida; and Tyndall AFB, Florida, and is expected to be completed by Jan. 31, 2026. This contract involves Foreign Military sales to Pakistan, Iraq, Oman, Morocco, Korea, Bahrain, Taiwan, Bulgaria, Slovakia, Taiwan, Singapore, Greece, Jordan, Indonesia, Chile, Argentina, and Türkiye. This contract was a sole source acquisition. Fiscal 2025 research, development, test and evaluation funds in the amount of $43,000,000 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright Patterson AFB, Ohio, is the contracting activity (FA8622-25-C-B001).
Utah State University Space Dynamics Laboratory, North Logan, Utah, was awarded a $25,825,112 firm-fixed-price contract for the Republic of Korea Air Force (ROKAF) global hawk high-altitude unmanned aircraft system and the Tasking, Collection, Processing, Exploitation, and Dissemination system (TCPED). This contract provides for sustainment support services to include system maintenance, administration, and management of the contract field service representative supporting ground system maintenance while conducting missions; and associated operational support for the ROKAF TCPED program. Work will be performed at various locations in the Republic of Korea; and North Logan, Utah, and is expected to be completed by February 29, 2028. This contract involves Foreign Military Sales (FMS) to the Republic of Korea. This contract was a source directed acquisition. FMS funds in the amount of $25,825,112 are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia is the contracting activity (FA8527-25-C-B001).
STS Systems Defense LLC, San Antonio, Texas, was awarded a $20,327,902 firm-fixed-price task order for F-22 Reversion Paint Booth. This contract provides for a new paint booth for low observable coatings application. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by May 26, 2027. This contract was a non-competitive task order against contract FA8224-23-D-0007. Fiscal 2023 procurement funds in the amount of $13,586,059; and Air Force working capital funds in the amount of $8,853,683, are being obligated at the time of award. The Air Force Sustainment Center, Hill AFB, Utah, is the contracting activity (FA8224-23-D-0007-FA8228-25-F-0014).
Infinity Technology Services LLC, Colorado Springs, Colorado, has been awarded a $7,541,278 firm-fixed-price, cost-plus-fixed-fee, cost delivery contract for 24/7 operations support. This contract provides 24/7 product support such as operational dashboard monitoring, call tree notifications, and general tier 1 support. Work will be performed at Vandenburg Space Force Base, California, and is expected to be completed by Aug. 28, 2029. This contract was a competitive acquisition and nine offers were received. Fiscal 2025 research, development, test and evaluation funds in the amount of $111,000 are being obligated at time of award. Space Systems Command, El Segundo, California, is the contracting activity (FA8806-25-F-B012).
U.S. SPECIAL OPERATIONS COMMAND
Technology Service Corp., Arlington, Virginia, was awarded a Small Business Innovative Research Phase III indefinite-delivery/indefinite-quantity contract (H9240825DE001) with a maximum ceiling value of $400,000,000 for intelligence, surveillance, and reconnaissance services and supplies. The ordering period is Sept. 1, 2025, through Aug. 31, 2030. The work is expected to be completed by Aug. 31, 2030. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.
Fincantieri Marine Group LLC, Washington, D.C., was awarded an option of contract (H9240524C0006) with a value of $22,065,582 to produce the Combatant Craft Heavy V and associated equipment. The work will be performed in Green Bay, Wisconsin, and is expected to be completed by Nov. 14, 2027. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
HRL Laboratories LLC, Malibu, California, has been awarded a $7,800,520 modification (P00007) to cost-plus-fixed-fee contract HR001124C0305 to exercise the Phase Two option of the Miniature Integrated Thermal Management Systems for 3D Heterogeneous Integration program. The modification brings the total cumulative face value of the contract to $14,713,329 from $6,912,809. Work will be performed in Malibu, California (77%); West Lafayette, Indiana (5%); Stanford, California (7%); and College Park, Maryland (11%), with an estimated completion date of August 2027. Fiscal 2025 research and development funds in the amount of $1,950,130 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.
*Small business
**Small business in historically underutilized business zones