INSIDE THE

NEWS + ADVICE

DoD Contracts: GDIT, Lockheed Martin, RTX, Week of 7-28-25 to 8-1-25

Posted by Ashley Jones

7/28

MISSILE DEFENSE AGENCY

Lockheed Martin Corporation Missiles and Fire Control, Dallas, Texas, is being awarded a $2,063,197,215 modification (P00105) to a previously awarded contract (HQ0147-17-C-0032) for the production of Terminal High Altitude Area Defense (THAAD) Interceptors to support the U.S. government. The total value of this contract is increased from $8,353,586,643 to $10,416,783,858. Under this modification, the contractor will produce THAAD components under fixed-price incentive (firm-target) contract line-item numbers. The work will be performed in Dallas, Texas; Sunnyvale, California; Troy, Alabama; and Camden, Arkansas, with an expected completion date Dec. 1, 2029. One offer was solicited, and one offer was received. Fiscal 2024 and fiscal 2025 procurement funds in the amount of $284,917,283 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

General Dynamics Information Technology, Falls Church, Virginia, was awarded a $98,000,000 contract modification (P00030) to extend the ordering period and ceiling value to a previously awarded competitive, single award, indefinite-delivery/indefinite-quantity contract (HC1028-15-D-0007) to provide communications systems acquisition, integration, installation, operations, and maintenance in support of U.S. Air Forces Central Command (USAFCENT) deployed mission requirements. The ordering period is extended to Sept. 8, 2026, and the lifecycle value of this contract action is increased by $98,000,000. The total lifecycle value of the contract is $814,000,000. Performance will be at USAFCENT locations throughout Southwest Asia. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. (Awarded June 23, 2025)

ARMY

Whitman Requardt and Associates LLP, Baltimore, Maryland, was awarded a $90,000,000 modification (P00005) to contract W912DR-20-D-0006 for architect-engineer services. The modification brings the total cumulative face value of the contract to $90,000,000. 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 30, 2026. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.

Burns and McDonnell Engineering Co. Inc., Arlington, Virginia, was awarded a $90,000,000 modification (P00007) to contract W912DR-20-D-0002 for architect-engineer services. The modification brings the total cumulative face value of the contract to $90,000,000. 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 30, 2026. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.

AECOM Technical Services Inc., Los Angeles, California, was awarded a $90,000,000 modification (P00004) to contract W912DR-20-D-0001 for architect-engineer services. The modification brings the total cumulative face value of the contract to $90,000,000. 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 30, 2026. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.

Stantec Consulting Services Inc., Raleigh, North Carolina, was awarded a $90,000,000 modification (P00006) to contract W912DR-20-D-0005 for architect-engineer services. The modification brings the total cumulative face value of the contract to $90,000,000. 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 30, 2026. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.

HDR Engineering Inc., Woodcliff Lake, New Jersey, was awarded a $90,000,000 modification (P00008) to contract W912DR-20-D-0004 for architect-engineer services. The modification brings the total cumulative face value of the contract to $90,000,000. 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 30, 2026. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.

Gf-D Design Partners JV, Fairfax, Virginia, was awarded a $90,000,000 modification (P00004) to contract W912DR-20-D-0003 for architect-engineer services. The modification brings the total cumulative face value of the contract to $90,000,000. 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 30, 2026. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.

The Boeing Co., Mesa, Arizona, was awarded an $11,024,012 modification (P00010) to contract W58RGZ-24-C-0036 for maintenance augmentation team services. The modification brings the total cumulative face value of the contract to $11,024,012. Work will be performed in Mesa, Arizona, with an estimated completion date of July 31, 2026. Fiscal 2025 Foreign Military Sales funds (Qatar) in the amount of $11,024,012 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

Viasat Inc., Carlsbad, California (FA8807-25-F-B017); Northrop Grumman Space Systems, Dulles, Virginia (FA8807-25-F-B018); Astranis Space Technologies Corp., San Francisco, California (FA8807-25-F-B019); Intelsat General Communications LLC, McLean, Virginia (FA8807-25-F-B020); and The Boeing Co., El Segundo, California (FA8807-25-F-B021), have been awarded combined $37,296,196 firm-fixed-price, multiple-award, indefinite‐delivery/indefinite‐quantity contracts for the procurement of design and demonstration in support of the Protected Tactical Satellite-Global program. Work will be performed at the listed contractors’ locations and is expected to be completed by Jan. 31, 2026. These contracts were a competitive acquisition and eight offers were received. Fiscal 2025 research, development, test and evaluations funds in the amount of $37,296,196 are being obligated at the time of award. The Space Systems Command, Los Angeles Air Force Base, is the contracting activity.

Sea Pac Engineering Inc., Los Angeles, California, was awarded a $36,882,982 firm-fixed-price contract for troop housing construction. This contract provides for design and full repair of the Palau Dorm B25016, Andersen Air Force Base, Guam. Work will be performed at Andersen Air Force Base, Guam and is expected to be completed by Dec. 10, 2027. This contract was a competitive acquisition, and five offers were received. Fiscal 2025 operations and maintenance appropriations funds in the amount of $36,882,982 are being obligated at the time of award. The 36th Contracting Squadron, Andersen AFB, Guam, is the contracting activity (FA5240-25-C-0005).

University of Oklahoma, Norman, Oklahoma was awarded a $8,800,000 cost-reimbursement contract for sustainment and modernization research and development: operationalizing additive manufacturing (AM), phase two. This contract provides for development of a cross-platform AM repair framework for quality assurance and the development of a performance-based AM qualification framework along with research on advanced manufacturing techniques for avionics sustainment, ensuring a robust, scalable approach to modernizing Air Force logistics and maintenance operations. Work will be performed at Norman, Oklahoma, and is expected to be completed by Oct. 15, 2028. This contract was a competitive acquisition and one offer was received. Fiscal 2024 research and development funds in the amount of $8,800,000 are being obligated at time of award. The Air Force Laboratory, Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA2394-25-C-B029).

*Small business

7/29

AIR FORCE

Owl Cyber Defense Solutions LLC, Columbia, Maryland, was awarded a maximum $150,000,000 indefinite-delivery/indefinite-quantity contract for research and development. This contract provides for the delivery of several software releases, including completion and transition of Voice and Video Cross Domain Solution, XD Vision, and Cross Domain Full Motion Video to the Minerva user community, to include computer software, technical documentation, hardware, and installation and maintenance of the current systems located at existing customer sites. Work will be performed at Columbia, Maryland, and is expected to be completed by July 29, 2030. This contract was the result of a sole source acquisition under the Small Business Innovation Research Program. Fiscal 2025 research, development, test and evaluation funds in the amount of $10,000 are being obligated at the time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-25-D-B003).

ARMY

AM General LLC, South Bend, Indiana, was awarded a $126,531,778 modification (P00023) to contract W912CH-24-F-0229 for M1165A1B3 HMMWV vehicles. The modification brings the total cumulative face value of the contract to $3,050,585,536. Work will be performed in South Bend, Indiana, with an estimated completion date of Aug. 28, 2027. Fiscal 2025 other procurement, Army funds in the amount of $126,531,778 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. (Awarded June 28, 2025)

Amentum/DynCorp International, Fort Worth, Texas, was awarded a $70,662,146 modification (P00008) to contract W58RGZ-24-C-0026 for maintenance support services. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

cBEYONData LLC, Arlington, Virginia, was awarded a $17,732,287 firm-fixed-price contract for Enterprise Resource Planning Systems and Enterprise Business System Convergence. Bids were solicited via the internet with four received. Work will be performed at the Pentagon with an estimated completion date of July 28, 2030. Fiscal 2025 research, development, test and evaluation, Army funds in the amount of $3,300,000 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-25-C-A010). (Awarded June 28, 2025)

NAVY

DZSP 21 LLC, Chantilly, Virginia, is awarded a $115,954,444 cost-plus-award-fee modification to a previously awarded contract (N40192-23-C-5300) for base operations support services. This award brings the cumulative face value of the contract to $848,892,639. This modification provides for the exercise of Option Five for base operating support services at Navy, Marine Corps, and Air Force installations in the Joint Region Marianas area of responsibility. Work will be performed in Guam and is expected to be completed by July 2026. Fiscal 2025 operations and maintenance (O&M) (Navy) funds; fiscal 2025 O&M (Marine Corps) funds; and fiscal 2025 O&M (Defense) funds, in the amount of $53,280,434, will be obligated at time of award, and funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Marianas, Guam, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed $92,900,000 modification (P00002) to a previously awarded fixed-price incentive (firm-target) undefinitized contract (N0001925C0070). This modification adds scope to procure long lead materials, parts, components, and associated support in support of the F-35 Lot 21 production aircraft for non-U.S. Department of Defense (DOD) partners and Foreign Military Sales (FMS) customers. Work will be performed Fort Worth, Texas (59%); El Segundo, California (14%); Warton, United Kingdom (9%); Cameri, Italy (4%); Orlando, Florida (4%); Nashua, New Hampshire (3%); Baltimore, Maryland (3%); San Diego, California (2%); and other various locations outside of the continental U.S. (2%), and is expected to be completed May 2031. FMS customer funds in the amount of $74,800,000; and non-U.S. DOD partner funds in the amount of $18,100,000, 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 Systems Command, Patuxent River, Maryland, is the contracting activity

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a cost-plus-fixed-fee $72,107,096 contract to provide agile software development required to enhance the functionality of combat data systems common reprogramming tool minimum viable capability release to support F-35 Lightning II air system capabilities and configurations for the Air Force, Marine Corps, Navy, and non-U.S. Department of Defense (DOD) partners. Work will be performed Fort Worth, Texas (90%); and Eglin Air Force Base, Florida (10%), and is expected to be completed December 2028. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $2,000,002; fiscal 2025 research, development, test and evaluation (Air Force) funds in the amount of $2,000,000; and non-U.S. DOD partner funds in the amount of $890,876, 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 Systems Command, Patuxent River, Maryland, is the contracting activity (N0001925C0068).

Raytheon Co., Tucson Arizona, is awarded a $67,550,000 firm-fixed-price modification to previously awarded contract N00024-24-C-5408 for Evolved Seasparrow Missile Blk 2 guided missile assemblies. Work will be performed in Tucson, Arizona (12%); Edinburgh, Australia (11%); Mississauga, Canada (10%); San Jose, California (9%); Raufoss, Norway (9%); Hengelo OV, Netherlands (5%); Ottobrunn, Germany (5%); Cambridge, Canada (4%); Nashua, New Hampshire (4%); Koropi Attica, Greece (3%); Lystrup, Denmark (2%); Ankara, Turkey (2%); Andover, Massachusetts (2%); Torrance, California (2%); Westlake Village, California (2%); Grenaa, Denmark (2%); Eight Mile Plains Brisbane, Australia (2%); Canton, New York (1%); Camden, Arkansas (1%); Aranjuez, Spain (1%); Milwaukie, Oregon (1%); and various other locations each less than 1% (10%), and is expected to be completed by September 2030. Fiscal 2025 other customer funds in the amount of $67,550,000 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(4). Naval Sea Systems Command, Washington, D.C., is the contracting activity.

CIRCOR Naval Solutions LLC, Warren, Massachusetts, is awarded a not-to-exceed $40,000,000, for a firm-fixed-price, undefinitized contract action for the procurement of 20 trim and drain pumps used on Virginia Class submarines. This is a stand-alone contract with no options. All work will be performed in Warren, Massachusetts, and is expected to be completed by January 2029. Working capital funds (Navy) in the amount of $19,600,000 will be obligated at time of the award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-25-C-ZA19).

The Boeing Co., St. Louis, Missouri, was awarded a $37,909,683 firm-fixed-price order (N6134025F8000) against a previously issued basic ordering agreement (N0001921G0006). This order is to provide the Simulator Integration Kits (SIKs) and long lead items/hardware for the P-8A Canada Training Systems. This effort will include contractor effort to plan, coordinate, schedule, procure, package and deliver the P-8A SIKs and other long lead hardware; as well as conducting inventory events and providing facilities requirements support. These SIKs and hardware will support the development and manufacture of operational flight trainers, weapons tactics trainers, part task trainers, training systems support centers, virtual maintenance trainers, a maintenance support cabinet, and electronic classrooms. Work will be performed in Huntington Beach, California (62%); St. Louis, Missouri (25%); various other locations within the continental U.S (10%); Tampa, Florida (2%); and Greenwood, Nova Scotia, and Comox, British Columbia (1%), and is expected to be completed in November 2029. Foreign Military Sales funds in the amount of $37,909,683 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 Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

The Boeing Co., Seattle, Washington, is awarded a $19,992,491 cost-plus-fixed-fee order (N0001925F0027) against a previously issued basic ordering agreement (N0001921G0006). This order provides non-recurring engineering in support of the integration of Second Generation Antijam Tactical Ultra-High Frequency Radio Waveform on the P-8A Poseidon platform. Work will be performed in Seattle, Washington (90%); Patuxent River, Maryland (5%); and Jacksonville, Florida (5%), and is expected to be completed in December 2028. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $19,992,491 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.

Andantech Professional Corp.,* Gainesville, Florida, was awarded a $14,800,000 firm-fixed-price, indefinite-delivery/indefinite-quantity requirements contract for the development of large-scale circuit designs for various image-sensor, memory, and computation-logic components that will be used as part of a high-throughput, low-power, low-bandwidth vision sensor with reconfigurable analog processing logic called the autonomous vision sensor. Work will be performed in Gainesville, Florida, and is expected to be completed by July 2031. If all options are exercised, work will continue through July 2031. This contract will be funded from fiscal research, development, testing, and evaluation of 2026-2031 funds by delivery order with a ceiling of $14,800,000. There will be no funding assigned at the time of this award. This contract was not competitively procured via the Sam.gov, in accordance with 10 U.S. Code 3204(a)(1) and Federal Acquisition Regulation 6.302-1 — only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity (N6133125D0007).

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is awarded a $9,216,354 cost-plus-fixed-fee modification to previously awarded contract (N6339421C0008) to exercise options for design agent engineering and technical specialized support services for legacy rotating Guided Missile Launching Systems. Work will be performed in Taiwan (85%); and Minneapolis, Minnesota (15%), and is expected to be completed by July 2026. Fiscal 2025 other procurement (Navy) funds in the amount of $1,210,800 (70%); fiscal 2025 operation and maintenance (Navy) funds in the amount of $375,000 (21%); and Foreign Military Sales funds in the amount of $152,500 (9%), will be obligated at time of award; and funds in the amount of $375,000 will expire at the end of the current fiscal year. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.

DEFENSE HEALTH AGENCY

Zygos Consulting LLC, Arlington, Virginia, is awarded an $18,446,701 firm-fixed-price contract (HT001525C0003) for advisor support services that provides recommendations for support to management, assists supervision, support technical direction, and support coordination of acquisition actions, reporting, analytical activities, support reviews and support recommendations for acquisition policies, coordinates acquisition activities, analyzes and measures probable effects of various acquisition strategies, make recommendations on acquisition strategies, and streamlining on IT products and services. This is a 12-month base contract with four 12-month option periods, with a July 22, 2030, performance completion date. Base year funding is fiscal 2025 operations and maintenance funds in the amount of $2,146,418 obligated at time of award. Place of performance is San Antonio, Texas and Falls Church, Virginia. The Defense Health Agency, Enterprise Medical Services Contracting Division, San Antonio, Texas, is the contracting activity. (Awarded July 18, 2025)

*Small business

7/30

ARMY

Dynetics Inc., Huntsville, Alabama, was awarded a cost-plus-fixed-fee, firm-fixed-price contract for Indirect Fire Protection Capability weapon system requirements. The amount of this action is $264,594,352. Bids were solicited via the internet with one received. Work will be performed in Huntsville, Alabama; Dallastown, Pennsylvania; and Chanhassen, Minnesota with an estimated completion date of July 30, 2026. Fiscal 2025 research, development, test and evaluation, Army funds in the amount of $127,875,297 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-25-F-0222).

Computable Insights LLC, Herndon, Virginia, was awarded a firm-fixed-price contract for an Enterprise License Agreement with computable Insights/Salesforce for Salesforce Software Licenses. The amount of this action is $99,697,753. Bids were solicited via the internet with one received. Work will be performed on Fort Belvoir, Virginia, with an estimated completion date of June 26, 2030. Fiscal 2025 operation and maintenance, Army funds in the amount of $9,071,430 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-C-0037).

Amentum Services Inc., Chantilly, Virginia, was awarded a $31,742,028 modification (P00127) to contract W58RGZ23-C-0029 to increase contract ceiling. The modification brings the total cumulative face value of the contract to $978,296,891. Work will be performed in Chantilly, Virginia, with an estimated completion date of Jan. 15, 2030. Fiscal 2010 operation and maintenance, Army funds in the amount of $31,742,028 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Day & Zimmermann Lone Star LLC, Texarkana, Texas, was awarded a firm-fixed-price contract for Production of M82A1 Percussion Primers. The amount of this action is $30,912,513. 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 April 30, 2028. Army Contracting Command, Rock Island Arsenal is the contracting activity (W519TC250-F-0323).

FSCX Inc., Lawton, Oklahoma, was awarded a $13,570,300 modification (P00007) to contract W9124G-24-C-0001 for Survival, Evasion, Resistance and Escape (SERE) Instruction and Support Services. The modification brings the total cumulative face value of the contract to $25,266,709. Work will be performed on Fort Rucker, Alabama, with an estimated completion date of Aug. 25, 2029. Fiscal 2025 operation and maintenance, Army funds in the amount of $3,387,020 were obligated at the time of the award. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity.

Security Signals Inc., Cordova, Tennessee, was awarded a $10,654,852 firm-fixed-price contract for production of the M82A1 Percussion Primer. 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 Feb. 28, 2029. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-F-0325).

DigiFlight Inc., Columbia, Maryland, was awarded a $9,493,651 modification (P00091) to contract W31P4Q-19-F-E002 for Apache Attack Helicopter Project Office logistics support services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Oct. 31, 2025. Fiscal 2025 other procurement, Army; and Foreign Military Sales funds, in the amount of $9,493,651, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Loc Performance Products LLC, St. Marys, Ohio, was awarded a firm-fixed-price contract for track pad repair kit. The amount of this action is $9,247,996. 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 29, 2030. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-D-0037).

US Facilities Inc., Philadelphia, Pennsylvania, was awarded a $7,721,940 modification (P00002) to contract W91236-24-C-5000 to conduct all services for the Atlantic Intracoastal Waterway bridges, structures, and facilities. The modification brings the total cumulative face value of the contract to $20,898,995. Work will be performed in Norfolk, Virginia, with an estimated completion date of Sept. 29, 2026. Fiscal 2025 civil operation and maintenance funds in the amount of $7,721,940 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Sysco Seattle Inc., Kent, Washington, has been awarded a maximum $175,625,908 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food and beverage items. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The ordering period end date is Sept. 28, 2030. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-25-D-3018).

Sysco Montana Inc., Billings, Montana, has been awarded a maximum $13,695,844 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food and beverage items. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. The ordering period end date is July 27, 2030. Using military services are Army and Air Force. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-25-D-3019).

LOC Performance Products LLC, Saint Marys, Ohio, has been awarded a maximum $9,553,677 firm-fixed-price delivery order (SPRDL1-25-F-0177) against a five-year indefinite-delivery/indefinite-quantity contract (SPRDL1-24-D-0009) for Vehicular Track Shoe units. This was a competitive acquisition with three responses received. The ordering period end date is Feb. 24, 2029. Using military service is Army. Type of appropriation is fiscal 2029 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

AM General LLC, South Bend, Indiana, has been awarded a maximum $8,645,046 firm-fixed-price delivery order (SPRDL1-25-F-0162) against a three-year firm-fixed-price requirements contract (SPRDL1-24-D-0034) for A2 and Up Armored High Mobility Multi-Purpose Wheeled Vehicle hydraulic transmission units. This was a sole-source acquisition using justification 10 U.S. Code 3204 (2)(1), as stated in Federal Acquisition Regulation 6.302-1. The ordering period end date is May 1, 2027. Using military service is Army. Type of appropriation is fiscal 2025 through 2026 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

Pomp’s Tire Service Inc., New Berlin, Wisconsin, has been awarded a maximum $8,095,156 firm-fixed-price delivery order (SPRDL1-25-F-0146) against a three-year basic ordering agreement (SPRDL1-22-D-0051) contract for M1076 load handling system wheel and tire assembly units. This was a competitive acquisition with three responses received. The ordering period end date is Sept. 1, 2025. Using military service is Army. Type of appropriation is fiscal 2025 through 2026 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

CORRECTION: The contract announced on July 18, 2025, for Northrop Grumman Systems Corp., Annapolis, Maryland (SPE4A5-25-C-0040), for $14,027,974 was announced with an incorrect award date.  The correct award date is July 25, 2025. The contracting activity is the Defense Logistics Agency Aviation at Richmond, Virginia.

NAVY

Teledyne Brown Engineering Inc., Huntsville, Alabama, is being awarded $126,687,633 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price ordering provisions for support services to include designing and developing IT applications, developing medical manpower analytical methodologies, implementing algorithms, mapping capabilities, optimizing simulation engines, migration of tools to a cloud environment, delivering training and providing help-desk services in support of the medical modeling, simulation and mission support department at the Naval Health Research Center. The contract will include a five-year ordering period with no options. The ordering period is expected to begin August 2025 and be completed by August 2030. Work will be performed in Huntsville, Alabama (80%); and San Diego, California (20%). Fiscal 2025 research, development, test and evaluation (RDT&E) (Navy) funds in the amount of $1,000 will be obligated to fund the contract’s minimum amount and funds will not expire at the end of the current fiscal year. Subsequent task orders will be funded with appropriate fiscal year operations and maintenance (Navy) or RDT&E (Navy) funds. The contract was competitively procured electronically through the Navy Electronic Commerce Online and the System for Award Management (sam.gov) websites with three offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia, Pennsylvania, is the contracting activity (N00189-25-D-Z018).

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $21,681,442 cost-plus-incentive-fee modification to a previously awarded contract (N00024-20-C-6117) to exercise options for Foreign Military Sales (FMS) engineering design and development in support of sound navigation and ranging systems. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by September 2026. FMS funds in the amount of $3,716,552 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. 

L3Harris Corp., Millersville, Maryland, is awarded a $16,000,000 firm-fixed-price modification to a previously awarded contract N00024-16-C-6251. This modification is to procure spares parts and components. Work will be performed in Ashaway, Rhode Island (85%); and Syracuse, New York (15%), and is expected to be completed by January 2029. Fiscal 2025 other procurement (Navy) spares funds in the amount of $5,910,105 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.  

SyQwest Inc.,* Cranston, Rhode Island, is awarded an undefinitized contract action with a not-to-exceed amount of $7,925,190 for source and sensor kits. This is an eight-month contract with no option periods. Work will be performed in Cranston, Rhode Island, and is expected to be completed by January 2026. Fiscal 2024 weapons procurement (Navy) funds in the amount of $3,883,343 (49%) will be obligated on the award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 3204(a)(7). Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-25-C-0562). 

AIR FORCE

Mercury Mission Systems, LLC, Gulf Breeze, Florida, has been issued a ceiling $25,000,000 value increase modification (P00004) to previously awarded (FA8615-20-D-6070) for F-16 cockpit communications control panel organizer units and associated support. The modification brings the total cumulative face value of the contract to $70,000,000. Work will be performed in Gulf Breeze, Florida, and is expected to be completed on Sept. 29, 2032. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

L3Harris Technologies, Integrated Systems L.P, Greenville, Texas, was awarded an $11,017,782 firm-fixed-price contract for the procurement of contractor management services. This contract provides for program management and project engineering support for the Tactical Airborne Surveillance System program. Work will be performed at Greenville, Texas, and is expected to be completed by July 30, 2026. This contract involves foreign military sales. This contract was a sole source acquisition. Foreign Military Sales funds in the amount of $11,017,782 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-25-F-B051).

Open X Education Inc., Layton, Utah, was awarded a $9,000,000 ceiling firm-fixed-price modification (P00002) to a previously awarded contract (FA3020-21-A-0007) for Innovation Sherpas. This modification brings the total cumulative face value of the contract to $9,000,000 from $1,900,000. Work will be performed throughout the Department of Defense based on individual calls and is expected to be completed by August 31, 2026. No funds are being obligated at the time of award. The 82nd contracting squadron, Sheppard Air Force Base, Texas, is the contracting activity.

Lockheed Martin, Littleton, Colorado, has been awarded a $8,133,823 modification (P00805) to a previously awarded contract (FA8807‐08‐C‐0010) for Global Positioning System III non-flight single board computers. The modification brings the total cumulative face value of the contract to $4,696,831,149. Work will be performed at Littleton, Colorado, and is expected to be completed by January 2028. Fiscal 2025 missile procurement funds in the amount of $8,133,823 are being obligated at time of award. The Space Systems Command, Military Communication and Positioning, Los Angeles Air Force Base, California, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Vane Line Bunkering LLC, Baltimore, Maryland (HTC71125CE120), has been awarded a firm-fixed-price contract with a face value of $11,863,942. This contract is to obtain transportation fuel by tug and barge between all ordered U.S. ports and points on the Atlantic and Gulf Coasts, and their connecting, inland, and coastal waterways and tributaries. The base period of performance is from Sep. 1, 2025, through Aug. 31, 2026. Working capital funds (Defense) will be obligated for fiscal 2025. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

*Small business

7/31

AIR FORCE

Vertex Aerospace LLC, Madison Mississippi, was awarded a maximum $4,322,844,989 value, indefinite-delivery/indefinite-quantity contract for the contractor operated and maintained supply service contract for the T-6 aircraft. This contract provides support for safe flyable aircraft to meet users’ daily flight schedule and depot requirements consistent with Department of Defense and commercial sector best practices in procuring, producing, and delivering products and services to customers. Work will be performed at a variety of military bases across the continental U.S., and is expected to be completed by July 31, 2034. This contract was a competitive source selection with three offers received. Fiscal 2025 operation and maintenance funds in the amount of $5,324,080 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-25-D-B002).

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $4,288,108,296 firm-fixed-price definitization modification (PZ0007) to a previously awarded contract (FA8682-24-C-B001) for the Joint Air-To-Surface Standoff Missile (JASSM) and Long-Range, Anti-Ship Missile (LRASM) large lot procurement for JASSM Lots 22-26 and LRASM Lots 9-12. This modification brings the total cumulative face value of the contract to $9,485,190,471. Work will be performed at Orlando, Florida; and Troy, Alabama, and is expected to be completed by Jan. 31, 2033. This contract action involves Foreign Military Sales (FMS) to Poland, Netherlands, Japan, and Finland. Fiscal 2023 (Air Force) missiles procurement funds in the amount $3,015,000; Fiscal 2024 (Air Force) missiles procurement funds in the amount of $634,523,930; fiscal 2025 (Air Force) missiles procurement funds in the amount of $418,007,325; fiscal 2025 (Air Force) research, development, test and evaluation funds in the amount of $7,944,999; fiscal 2024 (Navy) weapons procurement funds in the amount of $60,524,996; fiscal 2025 (Navy) weapons procurement funds in the amount of $44,349,985; and FMS funds in the amount of $238,899,984, are being obligated at time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Raytheon, Division of Raytheon Technologies Corp., Tucson, Arizona, was awarded a not-to-exceed $3,500,000,000 firm-fixed-price incentive, undefinitized contract action for Advanced Medium Range Air-to-Air Missile (AMRAAM) Production Lots 39 and 40. This contract provides for the production of AMRAAM missiles, AMRAAM Telemetry System, initial and field spares, and other production engineering support activities. This contract involves Foreign Military Sales (FMS) to: Denmark, Belgium, Japan, Netherlands, Canada, Finland, Germany, Hungary, Spain, Poland, Sweden, Taiwan, Lithuania, the United Kingdom, Australia, Switzerland, Ukraine, Isreal, and Kuwait. Work will be performed in Tucson, Arizona, and is expected to be completed in the third quarter of fiscal 2031. This contract was a sole source acquisition. Fiscal 2024 Navy weapons procurement funds in the amount of  $113,000,000; fiscal 2025 Navy weapons procurement funds in the amount of  $190,000,000; fiscal 2023 Air Force missile procurement funds in the amount of $1,300,000; fiscal 2024 Air Force missile procurement funds in the amount of $116,000,000; fiscal 2025 Air Force missile procurement funds in the amount of $472,000,000; fiscal 2025 Air Force research, development, test and evaluation funds in the amount of $507,000; fiscal 2024 Air Force operation and maintenance funds in the amount of $253,936; and FMS funds in the amount of  $621,000,000, are being obligated at the time of award. The Air Force Life Cycle Management Center, Air Dominance Division Contracting Office, Eglin Air Force Base, Florida, is the contracting activity. (FA8659-25-C-B003)

The University of Dayton Research Institute, Dayton, Ohio, was awarded a $98,500,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for counter-targeting enhancement research. This contract provides for the advancement and maturation of promising technologies for intelligence, surveillance and reconnaissance (ISR), and counter-targeting/counter-ISR. Work will be performed at Dayton, Ohio, and is expected to be completed July 31, 2030. This contract was a competitive acquisition and one offer was received. An initial task order totaling $22,700,000 will be awarded concurrently. Fiscal 2025 research, development, test and evaluation funds in the amount of are being obligated to the task order at the time of award. The Air Force Research Laboratory Wright Research Site, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $79,349,247 option modification (P00009) to a previously awarded contract (FA8105-23-D-0002) for KC-135 engineering sustainment support. The modification brings the total cumulative face value of the contract to $154,538,133. Work will be performed at Oklahoma City, Oklahoma; San Antonio, Texas; Huntsville, Alabama; Houston, Texas; Pleasanton, California; Long Beach, California; Mesa, Arizona; Tukwila, Washington; St. Louis, Missouri; Fort Walton Beach, Florida; and Vancouver, Canada, and is expected to be complete by June 30, 2033. This modification involves unclassified Foreign Military Sales to Chile, France, and Turkey. Fiscal 2025 operations and maintenance appropriation funds in the estimated amount of $21,200,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. 

Montana State University, Bozeman, Montana, was awarded a $31,518,010 cost-type contract for Expand Q-CORE. This contract provides for expanding the capabilities of applied quantum capacity, operational resilience, and regional equity test-bed facility to include heterogeneous entanglement capabilities, to further foster a collaborative industry-facing workforce development program, including a hands-on training facility, exploring fidelity definitions and processes, benchmarking in partnership with the Quantum Economic Development Consortium, and establishing an accelerator to facilitate regional economic development with industrial partners. Work will be performed in Bozeman, Montana, and is expected to be completed by July 30, 2028. This contract was a competitive acquisition and two offers were received. Fiscal 2025 research, development, test and evaluation funds in the amount of $15,752,203 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-25-C-B027).

L3Harris Technologies Integrated Systems L.P., Greenville, Texas, has been awarded a $9,306,234 firm-fixed-price, cost-plus-fixed-fee, and cost-reimbursement-no fee definitizing modification (PZ00001) to a previously awarded contract (FA8555-25-C-0001) for the Integrated Broadcast Service – Common Interactive Broadcast – Uplink Site Sustainment Program. Work will be performed in multiple locations in the contiguous U.S. and outside the contiguous U.S. and is expected to be completed Feb. 28, 2026, if all options are exercised. This contract was a sole source acquisition. Fiscal 2025 operation and maintenance funds in the amount of $336,757 will be obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

NAVY

General Dynamics, Bath Iron Works, Bath, Maine, is awarded a fixed-price incentive (firm-target) modification to a previously awarded contract (N00024-23-C-2305) to exercise the fiscal 2025 option for construction of an Arleigh Burke-class ship (DDG 148). This modification also includes options for engineering change proposals, design budgeting requirements, and post-delivery availabilities. Work will be performed in Bath, Maine (69%); Cincinnati, Ohio (4%); Walpole, Massachusetts (4%); York, Pennsylvania (2%); South Portland, Maine (1%); Falls Church, Virginia (1%); and other locations (< 1% (totaling 19%), and is expected to be completed by August 2032. Fiscal 2025 shipbuilding and conversion (Navy) funds will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an undefinitized contract action with a not-to-exceed value of $578,729,839, firm-fixed-price order (N0001925F0090) against a previously issued basic ordering agreement (N0001924G0010). This order procures fiscal 2025 F-35 air vehicle initial spares. The subject contract procures basic spares pool and global spares pool spares shared between the customers involved, customer specific afloat spares pool and deployable spares pool, and support labor. These initial spares are necessary to meet immediate maintenance needs and ensure the U.S. services, Collaborative Program Partner nations, and Foreign Military Sales (FMS) customers have mission capable aircraft.  Work will be performed in Fort Worth, Texas (100%), and is expected to be completed in June 2030. Fiscal 2025 aircraft procurement (Air Force) funds in the amount of $148,743,106; fiscal 2025 aircraft procurement (Marine Corps) funds in the amount of $58,473,883; fiscal 2025 aircraft procurement (Navy) funds in the amount of $21,551,619; fiscal 2024 aircraft procurement (Air Force) funds in the amount of $8,519,727; fiscal 2024 aircraft procurement (Marine Corps) funds in the amount of $3,495,556; fiscal 2024 aircraft procurement (Navy) funds in the amount of $1,876,609; fiscal 2023 aircraft procurement (Air Force) funds in the amount of $4,306,095; fiscal 2023 aircraft procurement (Navy) funds in the amount of $7,061,999; international partner funding in the amount of $43,292,470; and FMS funds in the amount of $241,095,906, will be obligated at the time of award, $11,360,000 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

The Boeing Co., St. Louis, Missouri, is being awarded a not-to-exceed delivery of $65,060,600, (N00383-25-F-YY2E) under a previously awarded basic ordering agreement (N00383-22-G-YY01) for the manufacture of 54 spares; 27 of each on the left and right hand, outer wing panel used on the 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%), and is expected to be completed by December 2029. Working capital funds (Navy) funds in the amount of $31,879, 694 will be obligated at the time of the award as an undefinitized contract action, and funds will not expire at the end of the 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.

Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $57,258,872 cost-plus-fixed-fee and firm-fixed-price contract for engineering and technical support and production of submarine multifunction modular masts on new construction and in-service submarines. This contract includes options which, if exercised, would bring the cumulative value of this contract to $202,772,544. Work will be performed in Syracuse, New York, and is expected to be completed by July 2030. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $38,683,770 (71%); fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $15,490,815 (28%); and fiscal 2025 other procurement (Navy) funds in the amount of $100,000 (1%), will be obligated and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-C-6202).

EA Engineering, Science, and Technology Inc. PBC, Hunt Valley, Maryland, is awarded a $45,000,000 indefinite-delivery/indefinite-quantity contract for environmental services. Work will be performed at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Northwest area of operations and is expected to be completed by January 2031. Fiscal 2025 Environmental Restoration, Navy (ERN) funds in the amount of $10,000 will be obligated at time of award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance, Navy, and ERN funds. This contract was competitively procured via SAM.gov with two proposals received. NAVFAC Northwest, Silverdale, Washington, is the contracting activity (N44255-25-D-0004).

Framaco-Bozdemir JV LLC, Rye Brook, New York, is awarded a $38,186,062 firm-fixed-price contract for renovations and upgrades to three existing facilities at Keflavik Air Station, Iceland. Work will be performed in Keflavik, Iceland, and is expected to be completed by February 2027.  Fiscal 2025 operations and maintenance (Navy) contract funds in the amount of $38,186,062 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Solicitation Module in the Procurement Integrated Enterprise Environment, with three proposals received. The Naval Facilities Engineering Systems Command, Europe Africa Central, Naples, Italy, is the contracting activity (N33191-25-C-6007).

Fighter Jet Metals Inc.,* Lake Worth Beach, Florida (N6893625D0017); Rache Corp.,* Camarillo, California (N6893625D0018); Rickard Metals Inc.,* Santa Fe Springs, California (N6893625D0019); and T & T Materials Inc.,* Rochester, New York (N6893625D0020), are awarded combined $19,300,000 firm-fixed-price, multiple-award, indefinite‐delivery/indefinite‐quantity contracts for the procurement of commercially available types of materials such as metals, alloys, acrylic, delrin, fiberglass, plastic, polyvinyl chloride, rubber, and fluoropolymer. Work will be performed at the listed contractor’s locations and is expected to be completed by July 2030. These contracts were a competitive acquisition and five offers were received. Funding will be obligated as individual orders are placed. No funding is being obligated at the time of award. Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.

L3Harris Corp., Millersville, Maryland, is awarded a $15,363,176 firm-fixed-price modification to a previously awarded contract (N00024-16-C-6239). This modification is to procure spares parts and components. Work will be performed in Ashaway, Rhode Island (85%); and Syracuse, New York (15%), and is expected to be completed by January 2029. Fiscal 2025 other procurement (Navy) spares funds in the amount of $7,725,875 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.

StraCon Services Group LLC,* Fort Worth, Texas, is awarded a $12,185,713 cost-plus-fixed-fee order (N6134025F0094) against a previously awarded indefinite-delivery/indefinite-quantity contract (N6134020D0024). This order provides engineering, logistics, and program management support to the Navy and Foreign Military Sales (FMS) customers. Work will be performed in Orlando, Florida, and is expected to be completed in March 2026. Fiscal 2025 aircraft procurement (Navy) funding in the amount of $2,913,642; fiscal 2025 working capital (Navy) funds in the amount of $2,481,149; fiscal 2025 operations and maintenance (Navy) funds in the amount of $936,716; fiscal 2025 operations and maintenance (Air Force) funds in the amount of $137,602; fiscal 2025 other procurement (Navy) funds in the amount of $233,964; fiscal 2025 Royal Australian Air Force (unique) funds in the amount of $246,277; fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $598,668; and FMS customer funds in the amount of $1,650,810, will be obligated at award, $3,555,467 of which will expire at the end of the current fiscal year. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

Countrywide Quality Services,* Pasadena, Texas, is awarded an $11,706,592 firm-fixed-price contract (N3904025C2937) for rental of single-occupancy efficiency lodging to accommodate members of a Portsmouth Naval Shipyard project team assigned to temporary duty to support the Docking Selected Restricted Availability of a Los Angeles-class submarine. Work will be performed in Groton, Connecticut, and is expected to be completed by July 2026. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $11,706,592 will be obligated at the time of award. This contract was competitively procured via the SAM.gov website, with 17 offers received. Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity.

DRS Laurel Technologies Inc., Johnstown, Pennsylvania, is awarded a not-to-exceed $11,526,652 firm-fixed-price contract modification to previously awarded contract (N00024-17-C-4109) for the procurement of AN/USQ-82(V) Gigabit Ethernet Data Multiplex System hardware and spare parts in support of Arleigh Burke-class destroyer new construction and modernization. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by March 2027. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $121,489 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.

Northrop Grumman Systems Corp., McLean Virginia, is awarded a $7,558,892 cost-plus-incentive-fee modification to a previously awarded contract (N00024-23-C-6110) to exercise year two options for operation of the progressive depot level repair facility and torpedo maintenance and support at the Navy Submarine Torpedo Facility in support of the MK48 Heavyweight Torpedo efforts. Work will be performed in Yorktown, Virginia, and is expected to be completed by July 2026. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $3,745,750 will be obligated at the time of award and will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

ARMY

Conco Inc., Louisville, Kentucky, was awarded a $329,435,528 modification (P00015) to contract W15QKN-20-D-0003 to manufacture, inspect, test, and deliver metal containers and covers for the M231 and M232 series for the Modular Artillery Charge Systems. The modification brings the total cumulative face value of the contract to $628,655,767. 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 Dec. 12, 2026. Army Contracting Command, Newark, New Jersey, is the contracting activity.

ACC Construction Co. Inc., Augusta, Georgia, was awarded a firm-fixed-price contract to construct a new standard design Automation-Aided Instructional area. The amount of this action is $165,948,726. Bids were solicited via the internet with three received. Work will be performed on Fort Gordon, Georgia with an estimated completion date of March 24, 2029. Fiscal 2024 military construction, Army funds in the amount of $165,948,726 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-25-C-4002).

A&H-Ambica JV LLC,* Livonia, Michigan (W912CH-25-D-A018); Angels General Construction,* Detroit, Michigan (W912CH-25-D-A019); B&B Industries,* Frasier, Michigan (W912CH-25-D-A023) CAVU Construction,* Virginia Beach, Virginia (W912CH-25-D-A024); DCR Services & Construction,* Detroit, Michigan (W912CH-25-D-A025); DMC Consultants,* Detroit, Michigan (W912CH-25-D-A026); Enfield Enterprises LLC,* Springfield, Massachusetts (W912CH-25-D-A027); Erie Affiliates,* Cleveland, Ohio (W912CH-25-D-A028); Nisou Enterprises,* Farmington Hills, Michigan (W912CH-25-D-A029); Pontiac Drywall Systems Inc.,* Pontiac, Michigan (W912CH-25-D-A031); RB Construction Co.,* Mt. Clemens, Michigan (W912CH-25-D-A032); and Sanalil Construction,* Fort Lauderdale, Florida (W912CH-25-D-A033), will compete for each order of the $96,200,000 firm-fixed-price contract for construction. The total combined face value of the contract is $96,200,000. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug 2, 2030. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Loc Performance Products LLC, Plymouth, Michigan, was awarded a $69,805,302 modification (P00033) to contract W15QKN-18-C-0073 for Improved Armored Cab production kits and IAC Integration Spares kits for the M270A2 Multiple Launcher Rocket System. The modification brings the total cumulative face value of the contract to $334,927,813. Work will be performed in Plymouth, Michigan, with an estimated completion date of Aug. 31, 2029. Fiscal 2024 M270 Cooperative Partner (Italy, United Kingdom); 2025 missile procurement, Army funds; and 2025 Foreign Military Sales (Finland) funds, in the amount of $69,805,302 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Conti Federal Services LLC, Orlando, Florida, was awarded a firm-fixed-price contract for construction. The amount of this action is $64,998,730. Bids were solicited via the internet with four received. Work will be performed in Israel with an estimated completion date of July 17, 2028. Fiscal 2025 Foreign Military Sales (Israel) funds in the amount of $64,998,730 were obligated at the time of the award. U.S. Army Corps of Engineers, Middle East District, is the contracting activity (W912ER-25-C-0007).

Donjon Marine Co. Inc., Hillside, New Jersey, was awarded a firm-fixed-price contract to perform maintenance dredging of portions of the Newark Bay, New Jersey, Federal Navigation Project. The amount of this action is $53,624,500. Bids were solicited via the internet with three received. Work will be performed in Newark Bay, New Jersey with an estimated completion date of Jan. 25, 2026. Fiscal 2025 civil operation and maintenance funds in the amount of $53,624,500 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-A003).

Emerson Construction Co. Inc., Temple, Texas, was awarded a firm-fixed-price contract for construction. The amount of this action is $ $26,704,000. Bids were solicited via the internet with five received. Work will be performed in Abilene, Texas, with an estimated completion date of Feb. 1, 2027. Fiscal 2025 military construction, defense-wide funds in the amount of $26,704,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-25-C-0010).

Precision Build Solutions, Gibsonton, Florida, was awarded a firm-fixed-price contract to fabricate and supply a Miter Gate to Greenup Lock and Dam. The amount of this action is $19,112,957. Bids were solicited via the internet with two received. Work will be performed in Greenup, Kentucky, with an estimated completion date of Aug. 31, 2028. Fiscal 2025 civil operation and maintenance funds in the amount of $19,112,957 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-25-F-A074).

Direct Viz Solutions, Chantilly, Virginia, was awarded a $13,643,328 modification (P00054) to contract W91RUS-19-C-0014 for enterprise-level Command, Control, Communications, Computers, and Information Management common-user services. The modification brings the total cumulative face value of the contract to $242,465,411. Work will be performed on Fort Huachuca, Arizona, with an estimated completion date of Oct. 31, 2025. Fiscal 2025 operation and maintenance, Army funds in the amount of $13,643,328 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $11,501,017 modification (P00108) to contract W56HZV-22-C-0012 to add labor hours and funding. The modification brings the total cumulative face value of the contract to $1,024,379,235. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 27, 2027. Fiscal 2010 Foreign Military Sales (Kuwait) funds; 2024 and 2025 other procurement, Army funds; and 2025 research, development, test, and evaluation Army funds, in the amount of $11,501,017 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Southwest Shipyard Lip, Channelview, Texas, was awarded a firm-fixed-price contract for welded steel revetment barges. The amount of this action is $7,800,000. Bids were solicited via the internet with three received. Work will be performed in Galveston, Texas with an estimated completion date of March 3, 2027. Fiscal 2025 revolving funds in the amount of $7,800,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-25-C-A012).

DEFENSE LOGISTICS AGENCY

ASRC Federal Facilities Logistics LLC,** as successor-in-interest to Science Applications International Corp., Beltsville, Maryland, has been awarded a maximum $90,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 336-day bridge contract with no option periods. Locations of performance are Colorado, New Mexico, Oklahoma, Kansas, and Arkansas, with a July 2, 2026, ordering period end date. 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 (SPE8E3-25-D-0022).

Amsted Graphite Materials LLC, Anmoore, West Virginia, has been awarded a maximum $9,996,800 firm-fixed-price contract for Iso-statically Molded Synthetic Graphite. This was a competitive acquisition with three responses received. This is a three-year contract with no option years. The performance completion date is July 31, 2028. Using military services are Army, Marine Corps, Navy, Air Force, and Space Command. Type of appropriation is fiscal 2025 transaction funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus Division #3, Columbus, Ohio (SP8000-25-C-0007)

Pomp’s Tire Service Inc., New Berlin, Wisconsin, has been awarded an estimated $8,448,334 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for wheel and tire assemblies. A delivery order (SPRDL1-25-F-0204) was also executed at the time of award. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. The ordering period end date is July 31, 2030. Using military service is Army. Type of appropriation is fiscal 2025 through 2030 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-25-D-0064).

UPDATE: Combat Medical Systems LLC,** Huntersville, North Carolina (SPE2DH-25-D-0023, $20,000,000) has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R-0002 and awarded Feb. 10, 2022. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

U.S. SPECIAL OPERATIONS COMMAND

Jadin Tech LLC,*** Anchorage, Alaska, is being awarded a single award, indefinite-delivery/indefinite-quantity contract for Tactical Local Area Network family of systems accessory cases and ancillary items with a five-year ordering period beginning July 31, 2025, and ending July 30, 2030.  This contract, with a ceiling value of $45,250,000, is in support of U.S. Special Operations Command (USSOCOM), Special Operations Forces Acquisition, Technology, and Logistics, Tactical Information Systems’ Program Executive Office. Fiscal 2025 procurement funds are being obligated on the first delivery order at time of award. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity (H9241525DE001).

DEFENSE INFORMATION SYSTEMS AGENCY

Enterprise Resource Planning International Inc., Laurel, Maryland, was awarded a non-competitive contract modification (P00016) to a single-award, indefinite-delivery/indefinite-quantity vehicle for a ceiling increase. The face value of this action is $20,000,000 and will be funded via orders made to the vehicle. The total cumulative face value of the contract is $85,000,000. Places of performance for this contract vary and are specified within each task order. Performance under this contract is expected to be completed Sept. 23, 2026. Proposals were not solicited, and a Notice of Intent to Sole Source was posted to SAM.gov on June 27, 2025. The Defense Information Technology Contracting Organization, Fort Meade, Maryland, is the contracting activity (HC104720D2045).

*Small business
**Small-disadvantaged business
***Alaska Native Corporation

8/1

DEFENSE LOGISTICS AGENCY

RTX Corp., Arlington, Virginia, has been awarded a maximum $50,000,000,000 terms and conditions umbrella contract for RTX systems and end-item production, spare parts, services and other types of support. This umbrella is comprised of basic terms and conditions allowing for indefinite-delivery/indefinite-quantity and “C” type subsumable contracts for negotiated pricing. This contract 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 20-year contract with no option periods. Locations of performance are inside and outside the continental U.S., with a July 31, 2045, performance completion date. Using customers are Army, Defense Logistics Agency and Defense Department. Using customers are solely responsible for funding the subsumable contracts and vary in appropriations type and fiscal year. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-25-D-0006).

Valiant Technical Services Inc., Fayetteville, North Carolina, has been awarded an estimated $22,545,627 hybrid firm-fixed-price, fixed price with economic-price-adjustment, time-and-material contract for Chemical Management Services/Third Party Logistics services. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. Location of performance is Georgia, with a July 31, 2026, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300‐25-C-5002).

The Source Group Inc., Signal Hill, California, has been awarded an estimated $26,513,566 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for environmental restoration, compliance and facility maintenance services at Defense Fuel Support Point, Norwalk, California. This was a competitive acquisition with one response received. This is a four-year base contract with one six-month option period. The ordering period end date is July 31, 2029. Using customer is Defense Logistics Agency. Type of appropriations is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-25-D-5003).

Peckham Inc.,** Lansing, Michigan, has been awarded a maximum $12,443,328 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for fleece undershirts. This is a five-year contract with no option periods. The ordering period end date is July 31, 2030. Using military service is Marine Corps. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-N008).

Tecmotiv (USA) Inc.,* Niagara Falls, New York, has been awarded a maximum $10,416,679 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for turbo superchargers. This is a five-year contract with no option periods. This was a competitive acquisition with three responses received. The performance completion date is Aug. 1, 2030. Using military service is Army. Type of appropriation is fiscal 2025 through 2030 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-25-D-0062).

ARMY

Palantir USG Inc., Palo Alto, California, was awarded a firm-fixed-price contract transitioning existing contracts in which Palantir is currently a prime or subcontractor to this enterprise agreement. The amount of this action is $10,000,000,000. 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 31, 2035. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-D-0039). (Awarded July 31, 2025) 

The Boeing Co., Ridley Park, Pennsylvania, was awarded a cost-plus-fixed-fee contract for cargo engineering and logistics support services. The amount of this action is $883,122,870. 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 31, 2030. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-25-D-0022).

IMT Defense Corp.,* Champaign, Illinois, was awarded a $358,766,929 modification (P00009) to contract W15QKN-23-D-0009 for 155mm Artillery M795 Metal Part Assemblies. The modification brings the total cumulative face value of the contract to $749,781,969. 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 Nov. 21, 2027. Army Contracting Command, Newark, New Jersey, is the contracting activity.

BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $139,597,684 modification (P00033) to contract W56HZV-23-C-0024 for the procurement of Armored Multipurpose Vehicles. The modification brings the total cumulative face value of the contract to $2,286,486,021. Work will be performed in York, Pennsylvania, with an estimated completion date of May 31, 2028. Fiscal 2025 procurement of weapons and tracked combat vehicles, Army funds in the amount of $139,597,684 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

Systems Products and Solutions Inc.,* Huntsville, Alabama, was awarded a firm-fixed-price contract for maintenance support device version four rugged and version four light systems. The amount of this action is $74,792,859 with a total cumulative face value of $74,792,859. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2030. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-25-D-0020). 

Outside the Box,* Richmond, Virginia, was awarded a firm-fixed-price contract for construction. The amount of this action is $18,885,132 with a total cumulative face value of $18,885,132. Bids were solicited via the internet with eight received. Work will be performed in Camp Mackall, North Carolina, with an estimated completion date of Sept. 20, 2027. Fiscal 2025 military construction, defense-wide funds in the amount of $18,885,132 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-25-C-0033). 

CORRECTION: The $99,697,753 firm-fixed-price contract (W519TC-25-C-0037) announced on July 30, 2025, to Computable Insights LLC, Herndon, Virginia, for Salesforce software licenses, was actually awarded on July 31, 2025.

AIR FORCE

The MITRE Corp., Bedford, Massachusetts, has been awarded a ceiling $583,945,675 cost reimbursement continuation contract for support to the Air Force from MITRE as the administrator of the National Security Engineering Center Federally Funded Research and Development Center. This contract provides for the exercise of an option under the basic contract (FA8702-19-C-0001). This contract was a sole-source acquisition. Work will be performed at Bedford, Massachusetts; McLean, Virginia; other various locations throughout the continental U.S.; and outside the continental U.S., and is expected to be completed by Sept. 30, 2026. This contract involves Foreign Military Sales to various countries. Fiscal 2025 research and development funds in the amount of $103,511 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8702-25-C-B001).

SJ Technologies Inc., Sugar Hill, Georgia, was awarded a maximum $50,000,000 firm-fixed-price task order for software development services. This contract provides for consultation and planning, business solutions, life-cycle support services, and software engineering development services to support senior decision makers at Headquarters Air Force, including the Secretary of the Air Force, the Air Staff, and other Air Force organizations within the National Capital Region. Work will be performed at Joint Base Andrews, Maryland, and is expected to be complete by March 31, 2031 (includes a six-month extension). This contract was a competitive acquisition and 16 offers were received. Fiscal 2025 operations and maintenance appropriations in the amount of $8,797,214 are being obligated at the time of award. The Air Force District of Washington, Contracting, Joint Base Andrews, Maryland, is the contracting activity (FA7014-25-F-0232).

The Lockheed Martin Corp., Sunnyvale, California, has been awarded a $29,414,652 modification (P00014) to a previously awarded contractor (FA8807-24-C-B001) to provide risk reduction and design activities for the Mobile User Objective System Service Life Extension (MUOS SLE) Phase I prior to entering MUOS SLE Phase II. The modification will bring the total cumulative face value of the contract to $95,414,413. Work will be performed at the contractor’s facility and is expected to be completed by Aug. 1, 2026. Fiscal 2025 research, development, test and evaluation appropriation funding in the amount of $10,000,000 is being obligated at the time of modification award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

The Boeing Co., El Segundo, California, has been awarded a $29,368,714 modification (P00016) to a previously awarded contract (FA8807-24-C-B002) to provide risk reduction and design activities for the Mobile User Objective System Service Life Extension (MUOS SLE) Phase I prior to entering MUOS SLE Phase II. The modification will bring the total cumulative face value of the contract to $95,309,979. Work will be performed at the contractor’s facility and is expected to be completed by Aug. 1, 2026. Fiscal 2025 research, development, test and evaluation appropriation funding in the amount of $10,000,000 is being obligated at the time of modification award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

Benaka Inc., New Brunswick, New Jersey, was awarded a $23,881,532 firm-fixed-price contract for repairing and renovating Langley Dorm Facility 130. This contract provides for repairs of exterior closure and roof, windows and doors, damage to concrete masonry unit block walls and drywall, degradation of structural members, extensive repair of walkway overhangs and railings, sidewalks, exterior lighting, repair and replacement of plumbing, electrical, communications, fire alarm and suppression, and heating, ventilation, and air-conditioning systems, and replacement of all interior finishes and construction of a new 520 square feet utility building. Work will be performed on Langley Air Force Base, Virginia, and is expected to be completed June 10, 2027. This contract was a competitive acquisition and four offers were received. Fiscal 2025 operations and maintenance funds in the amount of $23,881,532 are being obligated at the time of award. The 633rd Contracting Squadron, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4800-25-C-0010).

NAVY

Raytheon Technologies Corp., doing business as Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $115,075,000 contract modification (P00007) to the previously awarded firm-fixed-price, cost-plus-incentive-fee and fixed-price incentive Lot 19 contract (N0001923C0030). This modification adds scope to procure long-lead time materials for the future production and delivery of F135 propulsion systems for the F-35 in support of the Joint Strike Fighter program for the Air Force, Marine Corps, Navy, F-35 Cooperative Program Partners, and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (20%); Indianapolis, Indiana (15%); Minneapolis, Minnesota (11%); Rocky Mountain, North Carolina (9%); Cleveland, Ohio (6%); Hartford, Connecticut (2%); Laconia, New Hampshire (2%); Detroit, Michigan (2%); Joplin, Missouri (2%); Redmond, Oregon (2%); Phoenix, Arizona (1%); various locations within the continental U.S. (1%); and various locations outside the continental U.S (27%), and is expected to be completed in February 2028. Fiscal 2024 aircraft procurement (Navy) funding in the amount of $1,800,000; fiscal 2024 aircraft procurement (Marine Corps) funding in the amount of $29,725,000; fiscal 2024 aircraft procurement (Marine Corps) funding in the amount of $8,400,000; FMS funds in the amount of $44,150,000; and non-U.S. Department of Defense participant funds in the amount of $31,000,000, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

TOTE Services LLC, Jacksonville, Florida, is being awarded a $49,880,134 firm-fixed-price contract (N3220525C4084) inclusive of pass-through items for the operation and maintenance of Operation Petroleum Discharge System (OPDS) vessels. OPDS will continue supporting Military Sealift Command’s pre-positioning requirements on a worldwide basis. This contract includes one 12-month base period, one 12-month option period, and one three-month option period. The contract will be performed on a worldwide basis beginning Aug. 1, 2025, and will conclude on Oct. 31, 2027, if all options are exercised. This contract will be non-competitively awarded under the authority of 10 U.S. Code 3204(a)(2), as implemented by Federal Acquisition Regulation 6.302-1(a)(2), Only One Responsible Source No Other Supplies or Services Will Satisfy Agency Requirements, as captured on the Government Point of Entry website. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Maritime Institute of Technology and Graduate Studies, Linthicum Heights, Maryland, is awarded a $43,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract (N3220525D4204) to provide a comprehensive Unlicensed Mariner to Licensed Mariner Training Program. The contract will be performed in Linthicum Heights, Maryland, with an ordering period beginning on Aug. 1, 2025, and concluding on July 31, 2035, if all options are exercised. The contract will have a five-year ordering period and an option to extend the ordering period for an additional five years. The solicitation utilized full and open competition with proposals solicited via the Government Point of Entry website and one proposal was received in response to the solicitation. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

*Small business
**Mandatory source

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 Friday, August 08, 2025 11:32 am

Leave a Reply

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

Notify me of updates to this conversation