INSIDE THE

NEWS + ADVICE

DoD Contracts: Hewlett Packard Enterprise, Lockheed Martin, SAIC, Week of 6-30-25 to 7-3-25

Posted by Ashley Jones

6/30

ARMY

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $150,000,000 cost-plus-fixed-fee, cost-plus-incentive-fee contract for the Abrams Engineering Program. Bids were solicited via the internet with one received. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of June 30, 2027. Fiscal 2025 research, development, test and evaluation, Army funds in the amount of $150,000,000 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-C-0055).

Ernst & Young LLP, Washington, D.C., was awarded a $52,571,428 modification (P00125) to contract W91CRB-18-F-0238 for audit infrastructure. Work will be performed in Tyson, Virginia, with an estimated completion date of June 30, 2025. Fiscal 2025 operations and maintenance, Army funds in the amount of $29,447,729 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Baird-Stantec JV,* Madison, Wisconsin (W912EE-25-D-A004); Linfield, Hunter & Junius Inc.,* Metairie, Louisiana (W912EE-25-D-A005); SOL – Merrick JV,* Jackson, Mississippi (W912EE-25-D-A006); AECOM Technical Services Inc., Los Angeles, California (W912EE-25-D-A007); and Arcadis U.S. Inc., Highlands Ranch, Colorado (W912EE-25-D-A008), will compete for each order of the $49,000,000 firm-fixed-price contract for architect and engineer design services. 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 June 30, 2030. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity.

Hewlett Packard Enterprise Co., Spring, Texas, was awarded a $28,000,000 firm-fixed-price contract for the Department of Defense High Performance Computing Modernization Program. Bids were solicited via the internet with one received. Work will be performed in Stennis Space Center, Mississippi, with an estimated completion date of Sept. 10, 2023. Fiscal 2025 other procurement, Army funds in the amount of $28,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-25-F-0211).

Hewlett Packard Enterprise Co., Spring, Texas, was awarded a $28,000,000 firm-fixed-price contract for delivery, acceptance and installation of three systems. Bids were solicited via the internet with one received. Work will be performed in Wright Patterson Air Force Base, Ohio, with an estimated completion date of Aug. 25, 2033. Fiscal 2025 other procurement, Army funds in the amount of $28,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-25-F-0207).

Northrop Grumman Systems Corp., Plymouth Minnesota, was awarded a $26,948,130 modification (P00099) to contract W15QKN-13-C-0074 for the development, qualification, and production of M1156E5 precision guidance kit. Work will be performed in Plymouth Minnesota, with an estimated completion date of May 21, 2028. Fiscal 2025 ammunition procurement, Army funds in the amount of $26,948,130 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity.

City Light & Power FTR LLC, Greenwood Village, Colorado, was awarded a $23,640,765 firm-fixed-price contract for power generation and microgrid construction. Bids were solicited via the internet with one received. Work will be performed in Fort Riley, Kansas, with an estimated completion date of June 28, 2027. Fiscal 2025 military construction, defense-wide funds in the amount of $23,640,765 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-25-C-0018).

Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $17,116,750 contract for maintenance dredging. Bids were solicited via the internet with five received. Work will be performed in Wilmington, North Carolina, with an estimated completion date of March 21, 2026. Fiscal 2023 and 2024 civil operation and maintenance funds; and 2025 operation and maintenance, Recovery Act funds in the amount of $17,116,750, were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-25-C-A007).

QBS Inc.,* Alliance, Ohio, was awarded a $15,703,366 firm-fixed-price contract for construction. Bids were solicited via the internet with eight received. Work will be performed in Vienna, Ohio, with an estimated completion date of Oct. 4, 2027. Fiscal 2025 military construction, Air Force Reserve funds in the amount of $15,703,366 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-25-C-A008).

BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $9,017,616 modification (P00023) to contract W56HZV-23-F-0395 for M2A4 and M7A4 vehicles. 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. 30, 2026. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

NAVY

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $78,471,591 cost-plus-incentive-fee, fixed-price incentive (firm-target), firm-fixed-price, and cost only modification to a previously awarded contract (N00024-18-C-5218) to exercise the option and provide funding for fiscal 2025 Hypervisor Technology Zero AN/SQQ-89A(V)15 surface ship undersea warfare combat systems and spares in support of the continued AN/SQQ-89A(V)15 development, integration, manufacture, production, and testing. Work will be performed in Manassas, Virginia (70%); Lemont Furnace, Pennsylvania (15%); Syracuse, New York (13%); Clearwater, Florida (1%); and Owego, New York (1%), and is expected to be completed by February 2028. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $42,849,529 (55%); and fiscal 2025 other procurement (Navy) funds in the amount of $35,622,062 (45%), will be obligated at the time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

National Steel and Shipbuilding Co., San Diego, California, is awarded a $72,657,743 cost-plus-fixed-fee contract modification to a previously awarded contract (N00024-22-C-2505) to support the AS(X) submarine tender next generation design maturation. There will also be a $27,265,623 option for additional design maturation efforts which, if exercised, could bring the cumulative value of this contract modification to $99,923,366. Work will be performed in San Diego, California (95%); Pittsburgh, Pennsylvania (4%); various locations across the U.S. (1%); and various locations globally (<1%), and is expected to be completed by Sept. 30, 2026. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $72,657,743 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Co., Tucson, Arizona, was awarded a $49,790,954 firm-fixed-price modification to a previously awarded contract (N00024-25-C-5409) to exercise an option and provide funding for spares and manufacturing, assembly, test and delivery of standard Missile-6 (SM-6) Tactical All-Up Rounds in support of full-rate production requirements. Work will be performed in Tucson, Arizona (35%); East Camden, Arkansas (35%);Wolverhampton, United Kingdom (8%); Elma, New York (3%); Middletown, Ohio (3%); Anniston, Alabama (2%); and various other locations each less than 2% (14%), and is expected to be completed by April 2029. Fiscal 2025 weapons procurement (Navy) funding in the amount of $49,790,954 was obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded June 26, 2025)

Stratascor LLC,* doing business as StratasCorp Technologies, Chesapeake, Virginia, is awarded a $46,251,598 firm-fixed-price task order (N3220525F1292) under a previously awarded firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract (N3220519D1000) for continued command, control, communications, and computers afloat operations and sustainment support. The contractor will provide technical support services for the various C4 capabilities aboard Military Sealift Command’s (MSC) fleet of ships, the operation and sustainment of the MSC Network Operations Centers. Work under this task order will be performed at various world-wide locations beginning June 30, 2025, and will conclude by June 29, 2026. Fiscal 2025 working capital funds (Navy) in the amount of $13,070,035 are being incrementally funded for at the time of award. MSC, Norfolk, Virginia, is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, California, is awarded a $37,018,172, firm-fixed-price and cost-plus-fixed-fee contract (N0001924F5559) against a previously issued basic ordering agreement (N0001922G0006). This order procures logistics and training support, four alternating current pod kits, electronic warfare pod conversion, 10 electronic warfare aircraft kits, installation of electronic warfare aircraft kits, installation of ground control station kits, and installation of optix kits in support of the Marine Air Ground Task Force Unmanned Expeditionary Medium Altitude Long Endurance program for the Navy. Work will be performed in Greenville, Texas (45%); Poway, California (45%); and various other international locations (10%), and is expected to be completed by May 2027. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $15,322,101; and fiscal 2024 aircraft procurement (Navy) funds in the amount of $21,696,071, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Saab Inc., Orlando, Florida, is awarded a $35,427,939 firm-fixed-price and cost reimbursement, modification (P00022) to a previously awarded contract (M67854-21-C-8051) for Force-on-Force Training Systems-Next (FoFTS-Next). The FoFTS-Next is the next generation of Instrumented-Tactical Engagement Simulation System (I-TESS) for the Marine Corps. The modification provides for Contractor Logistics Support, Post Fielding Support, and Post-Deployment Software Support at all current home stations. Work will be performed in Orlando, Florida (30%); Camp Lejeune, North Carolina (18%); Camp Pendleton, California (18%); Twentynine Palms, California (17%); Marine Corps Base Hawaii, Hawaii (11%); and Oceanside, California (6%). The period of performance will end on June 30, 2026. Fiscal 2025 operations and maintenance (Marine Corps) funds in the amount of $12,900,000 will be obligated at the time of award. This contract was awarded under the authority of 10 U.S. Code 2371b using competitive procedures. Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-21-C-8051).

Oceaneering International Inc., Hanover, Maryland, is awarded a $34,800,326 cost-plus-fixed-fee modification to previously awarded contract (N00024-20-C-4315) to exercise options for continued support of the Navy’s domestic and international submarine rescue program, Submarine Rescue Operations Maintenance Contractor. Work will be performed in San Diego, California, and is expected to be completed by June 2026. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $8,534,094 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.

Schuyler Line Navigation Co. LLC,* Annapolis, Maryland, is awarded a $18,303,118 firm-fixed price, requirements contract for liquefied natural gas (LNG). This contract provides for the supply and delivery of an estimated 571,231 million British thermal units of LNG during a nine-month term. Work will be performed at Guantanamo Bay, Cuba, and is expected to be completed by April 2026. No funds will be obligated at the time of award. Fiscal 2025 and 2026 operation and maintenance, Navy contract funds for the LNG supply will be obligated on individual delivery orders issued during the base period. This contract was not competitively procured; it was negotiated pursuant to U.S. Code 3204(a)(2), Unusual and Compelling Urgency, as implemented by Federal Acquisition Regulation 6.302-2. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N6945025D1010).

Science Applications International Corp., Reston, Virginia, is awarded a $14,488,780 indefinite-quantity/indefinite-delivery, cost-plus-fixed-fee contract to obtain the required engineering, technical, program management, and administrative services that will significantly improve and maintain Airborne Threat Simulation Organization’s capabilities to provide complete operational and maintenance support to the Canadian Armed Forces. Work will be performed in Victoria, British Columbia, Canada (60%); Halifax, Nova Scotia, Canada (30%); and various other location across the continental U.S. (10%), and is expected to be completed in June 2030. No funding will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 3204(e)(4)(E). Naval Air Warfare Division, Weapons Division China Lake, California, is the contracting activity (N6893625D0016).

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $13,137,998 cost-plus-incentive-fee modification to previously awarded contract (N00024-19-C-5602) for test procedures, test sequence network, and master test plans for Guided Missile Systems. Work will be performed in Moorestown, Mt. Laurel, and Camden New Jersey (57%); as well as Virginia Beach, Virginia (24%); Marinette, Wisconsin (10%); and Washington, D.C. (9%), and is expected to be completed by June 2026. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $865,512 (22); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $905,849 (23%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $494,288 (13%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $790,183 (20%); and fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $849,952 (22%), will be obligated at time of award; and funds in the amount of $3,905,784 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Thales USA Inc., Overland Park, Kansas, is awarded an $11,648,152 firm-fixed-price contract modification (P00003) which is to exercise the option year for the production and delivery of four AN/URN-33 Beacon Kits, 17 OE-4691 tactical air navigation antenna systems, 68 high power assemblies, 17 low power assemblies, and 17 remote monitor and maintenance controllers, in support of the Navy. Work will be performed in Salt Lake City, Utah, and is expected to be completed in November 2026. Fiscal 2025 other procurement (Navy) funds in the amount of $6,373,137; fiscal 2025 other customer (U.S Coast Guard) funds in the amount of $1,279,476; fiscal 2024 other procurement (Navy) funds in the amount of $3,043,822; and fiscal 2023 other procurement (Navy) funds in the amount of $951,717, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 3204(a)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0021).

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $9,935,387 firm-fixed-price modification to previously awarded contract (N00024-23-C-5325) to exercise options for MK 41 Vertical Launching System module production and ancillary equipment. Work will be performed in Moorestown, New Jersey (31%); Indianapolis, Indiana (27%); Saginaw, Michigan (7%); Farmingdale, New York (6%); St. Peters, Missouri (3%); San Jose, California (2%); Radford, Virginia (1%) and various other locations (23%), and is expected to be completed by November 2029. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $9,935,387 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.

Centerra Construction Partners LLC, Herndon, Virginia, was awarded an $8,560,164 indefinite-delivery/indefinite-quantity modification to a contract (N62742-24-D-3601) for base operations support services at military and civilian installations in Singapore. This award brings the total cumulative face value of the contract to $14,627,350. Work will be performed in the Republic of Singapore and is expected to be completed in June 2026. Fiscal 2025 operation and maintenance (O&M), (Navy) funds; fiscal 2025 O&M, (Air Force) funds; and fiscal 2025 non-appropriated funds, in the amount of $7,789,071, was obligated for recurring work at time of award and will expire at the end of the current fiscal year. The remaining $212,618 is subject to the availability of funds for the next fiscal year. The Naval Facilities Engineering Systems Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-24-D-3601). (Awarded June 24, 2025)

Northrop Grumman Systems Corp., Weapons System Division, Northridge, California, is awarded an $8,271,501 firm-fixed-price order (P00011) against a previously issued basic ordering agreement (N0001920G0005). This order provides for the production and delivery of AN/AAR-47 Missile Warning Set weapons replaceable assemblies (154 sensors, 42 computer processors, and 11 Countermeasures Signals Simulator test gun sets) for foreign military customers. Work will be performed in Northridge, California, and is expected to be completed in November 2027. Fiscal 2025 Foreign Military Sales funds in the amount of $8,271,501 will be obligated at time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001921F0013).

AIR FORCE

Avioss LLC, Doral, Florida (FA8681-25-D-B008, FA8681-25-F-B053); Choctaw Defense Manufacturing LLC, McAlester, Oklahoma (FA8681-25-D-B009, FA8681-25-F-B054); Hydraulics International Inc., Chatsworth, California (FA8681-25-D-B010, FA8681-25-F-B055); Bigelow Family Holdings, doing business as Mettle Ops, Sterling Heights, Michigan (FA8681-25-D-B011, FA8681-25-F-B056); Willerding Acquisition Corp. doing business as WB Industries, O’Fallon, Missouri (FA8681-25-D-B012, FA8681-25-F-B057); and Zitec Inc., Niceville, Florida (FA8681-25-D-B013, FA8681-25-F-B058), were awarded a collective maximum ceiling of a $30,000,000 firm-fixed-price contract for the munition materiel handling equipment contract. This contract will provide for munition support handling and transport equipment. Work will be performed at Doral, Florida; McAlester, Oklahoma; Chatsworth, California; Sterling Heights, Michigan; O’Fallon, Missouri; and Niceville, Florida, and is expected to be completed by June 30, 2030. These contracts were a competitive acquisition and 12 offers were received. Fiscal 2024 missile procurement funds in the amount of $78,000 are being obligated at the time of award. The Air Force Life Cycle Material Command Direct Attack Division, Eglin Air Force Base, Florida, is the contracting agency.

Northrop Grumman Systems Corp., Mclean, Virginia, was awarded a ceiling $23,540,188 indefinite-delivery/indefinite-quantity contract for engineering services and technical support to meet mission requirements of the AN/ALR-56M Integrated Support Station and other interfaced systems and processes. This contract provides for the sustainment of the Integrated Support Station and the compilation of systems that create the F-15 Tactical Electronic Warfare System. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by June 29, 2035. This contract was a sole source acquisition. Fiscal 2025 operations and maintenance appropriations funds in the amount of $2,455,604 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-25-DB-002).

NXTek LLC, doing business as Istari Federal LLC, Costa Mesa, California, has been awarded an $8,999,051 fixed-price added-work modification (P00003) to a previously awarded contract (FA9300-23-C-6017) for digital-first airworthiness certification and demonstration of the impact of validation, verification, and uncertainty quantification on risk assessment and design review of an X-56A. This modification brings the total cumulative face value of the contract to $28,126,363. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by July 30, 2026. Fiscal 2024 research, development, test and evaluation funds in the amount of $8,999,051 are being obligated at the time of award. The Air Force Test Center, Edwards Air Force Base, California, is the contracting activity.

Astroscale US Inc., Denver, Colorado, was awarded an $8,749,116 firm-fixed-price contract for the Autonomous Rendezvous, Proximity Operations, and Docking program. This contract provides for capabilities that include autonomous operation during loss of communication, optimized trajectory options, and enhanced fault detection, isolation, and recovery. Work will be performed in Denver, Colorado, and is expected to be completed by March 31, 2027. This contract was a competitive acquisition, and one offer was received. Fiscal 2024 research, development, test and evaluation funds in the amount of $8,749,116 are being obligated at time of award. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-25-C-X010).

DEFENSE LOGISTICS AGENCY

Symmetry Energy Solutions LLC, Houston Texas (SPE604-25-D-7517, $20,350,726); NRG Business Marketing LLC, Princeton New Jersey (SPE604-25-D-7515, $17,308,146); and Penn Oak Services LLC, Coatesville, Pennsylvania (SPE604-25-D-7516, $9,732,203), have each been awarded a firm-fixed-price with economic-price-adjustment contract under solicitation SPE604-25-R-0401 for pipeline quality direct supply of natural gas. This was a competitive acquisition with seven responses received. These are two-year base contracts with one six-month option period. Locations of performance are Arizona, California, Nevada, New Mexico, Utah, and Washington, with a Sept. 30, 2027, performance completion date. Using customers are Army, Air Force, Navy, and other federal civilian agencies. The customers are solely responsible for funding this contract and funds vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. 

Industrial Waste Utilization Inc.,* Montclair, California, has been awarded a maximum $16,858,610 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for hazardous waste removal, transportation and disposal services. This was a competitive acquisition with five responses received. This is a two-year six-month base contract with one two-year six-month option period. Location of performance is California, with a Dec. 13, 2027, ordering period end date. Using military services are Navy and Marine Corps. Type of appropriation is fiscal 2025 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Disposition Services, Battle Creek, Michigan (SP4500-25-D-0019).

GLA Global Co.,* Chicago, Illinois, has been awarded an estimated $15,473,566 modification (P00005) to a 30-month base contract (SPE605-24-D-4506) with one six-month option period for additional petroleum. This is a three-year contract with no option periods. Locations of performance are North Dakota and Wisconsin, with a June 30, 2028, performance completion date. Using customers are Army, Air Force and National Guards. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

*Small business

7/1

MISSILE DEFENSE AGENCY

Lockheed Martin Rotary and Mission Systems (LM RMS), Moorestown, New Jersey, is being awarded a sole-source, 10-year indefinite-delivery/indefinite-quantity contract with a ceiling of $2,968,000,000. Under this follow-on contract, LM RMS will provide continuation of the Aegis Ballistic Missile Defense (BMD) Combat Systems Engineering Agent (CSEA) in order to maintain operational relevancy in support of the Missile Defense System. The Aegis BMD CSEA is the responsible Aegis BMD Weapon System design, development, integration, sustainment, and computer program source for Aegis cruisers, guided-missile destroyers, Aegis ashore variants, Aegis Guam System, and Glide Phase Intercept. LM RMS will provide execution of future studies, concepts, and computer program development to achieve capability improvements across all phases of the fire control loop (plan, detect, control, engage, and assess) in accordance with government provided interface requirements that can be delivered to the CSEA or other government designated agents for integration into the Common Source Library, and/or Integrated Combat Systems software architecture (e.g., advanced discrimination to counter advanced threats, closure of potential missile defense gaps, and enhanced defense against adversary advanced threats, improved single-ship performance of current dual tier engagement schemes, expansion to incorporate multi-tier weapons, and integration of advancements in Tactical Data Link architectures) The anticipated period of performance is July 2025 to June 2035. Research, development, test and evaluation; defense wide procurement; and operations and maintenance funds, will be utilized to execute the proposed scope. The work will be performed in Moorestown, New Jersey. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0851-25-D-E001).

Lockheed Martin Corp., Moorestown, New Jersey, is being awarded a sole-source, hybrid, cost-plus-fixed-fee and cost-plus-incentive-fee contract modification (P00128) under Aegis Ballistic Missile Defense (BMD) Weapon Systems contract HQ085121C0002. The total value of this contract modification is $41,213,885.00, inclusive of all options. The work will be performed in Moorestown, New Jersey, with period of performance from time of award through June 2026. This modification will extend current contract line-item numbers for a period of up to twelve months. The effort performed includes an extension to the Combat Systems Engineering Agent contract; to have Lockheed Martin Corp. continue as the Aegis BMD Combat System Engineering Agent; and the Aegis BMD Weapon Systems design, development, and computer program source for Aegis cruisers, destroyers, and Aegis Ashore variants. Obligations in the amount of $12,763,888 using fiscal 2025 and 2026 research, development, test and evaluation; and operations and maintenance funds, will occur at the time of award. The value of the contract increases from $1,419,229,004 by $41,213,885 to $1,460,442,889. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

Märzen Group LLC,* Nashua, New Hampshire, is being awarded an indefinite-delivery/indefinite-quantity hybrid contract (cost-plus-fixed-fee, cost reimbursement, and firm-fixed-price) with a maximum value of $31,372,000. Under this contract, the contractor will provide services to support the maintenance, transportation, set up, network connection, cybersecurity compliance, data link management & analysis and operation of the Tactical Data Analysis Connectivity System workstations. A task order in the amount of $1,767,917 is being issued immediately after award of the indefinite-delivery/indefinite-quantity contract. The work will be performed in Colorado Springs, Colorado. The ordering period, including options, is from July 1, 2025, through June 30, 2030. This contract was procured on a sole source basis. Task Order One will be awarded with the indefinite-delivery/indefinite-quantity contract with $1,370,000 in fiscal 2024 and 2025 research, development, test and evaluation funds obligated at the time of task order award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0855-25-D-E001).

NAVY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $92,188,802 cost-plus-incentive-fee modification to previously awarded contract (N00024-23-C-5123) for in-service AEGIS sustainment, capability package development and fielding, BL10 system integration and fielding, and product documentation in support of current configurations of the AEGIS combat system. Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2025. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $573,803 (8%), fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $5,695,864 (82%); and fiscal 2025 other procurement (Navy) funds in the amount of $695,000 (10%), will be obligated at time of award; and funds in the amount of $573,803 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded June 27, 2025)

Airbus Helicopters Inc., Grand Prairie, Texas, is awarded a $39,834,430 firm-fixed-price indefinite-delivery/indefinite-quantity contract to provide performance based logistic support services required to support five Navy UH-72A helicopters owned by the U.S. Naval Test Pilot School in Patuxent River, Maryland. This effort shall include all maintenance support services and equipment including sustaining engineering. Work will be performed in Patuxent River, Maryland, and is expected to be completed in July 2030. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $20,952,910; fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $8,365,230; and fiscal 2025 aircraft procurement (Navy) funds in the amount of $10,516,289, will be obligated at the time of award, $20,952,91 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 (N0042125D0051).

Alabama Shipyard LLC,* Mobile, Alabama, is awarded a $9,515,662 firm-fixed-price contract (N3220525C4030) for a 49-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 $9,619,239. Work will be performed in Mobile, Alabama, beginning Sept. 2, 2025, and is expected to be completed by Oct. 21, 2025. Working capital funds (Navy) in the amount of $9,515,662 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 (N3220525C4030).

Huntington Ingalls Inc., Pascagoula, Mississippi, was awarded a cost type modification to a previously awarded contract (N00024-18-C-2307) for shipyard infrastructure investments to improve productivity at the shipyards and support a distributed shipbuilding model. Work will be performed in Pascagoula, Mississippi (100%) and is expected to be completed by December 2033. Fiscal 2024 shipbuilding and conversion (Navy) funds (100%) will be obligated at the time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

AIR FORCE

DRS Sustainment Systems Inc., Bridgeton, Missouri, was awarded a $51,732,837 fixed-price incentive, indefinite-delivery requirements contract for overhaul of the Tunner Aircraft Cargo Loader. This contract provides for overhaul, unscheduled depot level maintenance and power pack unit overhaul for the Tunner Aircraft Cargo Loader. Work will be performed in Bridgeton, Missouri and is expected to be completed by June 29, 2030. This contract was a sole source acquisition. No funds are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8534-25-D-0003). (Awarded June 30, 2025)

Tyto Government Solutions Inc., Reston, Virginia, was awarded a $25,928,257 firm-fixed-price contract for weapon system support services primary to support the electronic warfare mission set. This contract provides for technical systems engineering, logistics, product support, and software prototyping services necessary to perform advisory and assistance services for the Space Force Space and Missile Systems Special Programs Directorate. Work will be performed at El Segundo, California, and is expected to be completed by Nov. 30, 2026. This contract was a sole source acquisition. Fiscal 2025 research, development, test and evaluation funds in the amount of $3,822,869; and fiscal 2025 operation and maintenance appropriation funds in the amount of $1,633,000, are being obligated at time of award. The Space System Command Space Superiority Systems Directorate Contracting Division, Los Angeles Air Force Base, California, is the contracting activity (FA8819-25-C-B010).

Science Applications International Corp., Reston, Virginia, has been awarded a $23,036,389 cost-plus-fixed-fee modification (P00053) to a previously awarded contract (FA7014-21-F-0108) for strategic plans and policy support services. This modification brings the total cumulative face value of the contract from $80,153,353 to $103,189,742. Work will be performed in Washington, D.C.; Hawaii; and Germany, and is expected to be completed August 25, 2026.  Fiscal 2025 operation and maintenance appropriation funds in the amount of $11,316,305 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity.

Work Services Corp., Wichita Falls, Texas, has been awarded a $21,599,152 firm-fixed contract modification (P00011) to a previously awarded contract (FA3020-23-C-0007) for food services at Sheppard Air Force Base, Texas. The modification brings the total cumulative face value of the contract to $112,035,451. Work will be performed at Sheppard AFB, Texas, and is expected to be completed by June 30, 2026. Fiscal 2025 operation and maintenance appropriations funds in the amount of $21,599,152 are being obligated at time of award. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity.

KMM-Black Wave, Lewisville, Texas, was awarded a ceiling $9,500,000 indefinite-delivery/ indefinite-quantity type contract for Simplified Acquisition of Base Engineering Requirements. This contract provides for completion of minor, non-complex construction projects requiring minimal design. Work will be performed at Rome, Newport; and Stockbridge, New York, and is expected to be completed on June 30, 2030. This contract was a competitive acquisition, and two offers were received. Fiscal 2025 research, development, test and evaluation funds are being obligated at the time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8751-25-D-0002). 

DEFENSE LOGISTICS AGENCY

Treen Box & Pallet Inc.,* Mifflintown, Pennsylvania (SPE8EF-25-D-0007); Cutter Lumber Products,* Livermore, California (SPE8EF-25-D-0008); Pinnacle Forest Products LLC,* Holland, Michigan (SPE8EF-25-D-0009); and Slone Building Supply LLC,* Santa Fe, Texas (SPE8EF-25-D-0010), are sharing a maximum $42,493,320 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE8EF-24-R-0001 for various types of wood pallets. This was a competitive acquisition with 28 responses received. These are two-year contracts with three one-year option periods. Locations of performance are Georgia and Arkansas, with a June 30, 2027, ordering period end date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2025 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ARMY

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $42,004,339 modification (P00009) to contract W31P4Q-22-D-0022 for missile support center logistics support. 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 May 25, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Pond Constructors Inc., Peachtree Corners, Georgia, was awarded a $10,641,620 modification (P00011) to contract W912DY-22-F-0266 for repair and maintenance of petroleum facilities and systems. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of July 7, 2026. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

Birmingham Industrial Construction LLC,* Alabaster, Alabama, was awarded a $9,586,604 firm-fixed-price contract for construction of a weapons range. Bids were solicited via the internet with nine received. Work will be performed in Fort Campbell, Kentucky, with an estimated completion date of July 6, 2027. Fiscal 2025 military construction, Army funds in the amount of $9,586,604 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-25-C-0008).

CORRECTION: The $52,571,428 modification (P00125) to contract W91CRB-18-F-0238 announced on June 30, 2025, to Ernst & Young LLP, Washington, D.C., for audit infrastructure was announced with an incorrect estimated completion date. The correct estimated completion date is Oct. 31, 2025

*Small business

7/2

AIR FORCE

Raytheon Co., El Segundo, California, was awarded a $77,204,209 requirements contract for Miniaturized Airborne Global Positioning System Receiver (MAGR) production and sustainment. This contract provides for the repairs, production, sustainment, and engineering services relating to the MAGR-2K and 2K-M receivers. Work will be performed in El Segundo, California; and Huntsville, Alabama, and will be completed by June 30, 2031. This contract will also allow for future Foreign Military Sales to various partner nations. This contract was a sole-source acquisition. No funds will be obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. (FA8576-25-D-0002)

Amentum Services Inc., Chantilly, Virginia, has been awarded a $47,624,250 modification (P00012) to a previously awarded contract (FA2860-23-F-0060) for executive airlift aircraft maintenance and back shop support services. The modification brings the total cumulative face value of the contract to $128,092,127. Work will be performed at Joint Base Andrews, Maryland, and is expected to be completed by June 30, 2028. Fiscal 2025 operations and maintenance appropriations funds in the amount of $41,966,123 are being obligated at the time of award. The 316th Contracting Squadron, Services Flight, Joint Base Andrews, Maryland, is the contracting activity. (Awarded June 30, 2025)

Northrop Grumman Systems Corp., Buffalo, New York, was awarded a ceiling $38,960,550 indefinite-delivery/indefinite-quantity contract for engineering services in support of the Electronic Warfare Avionics Integrated Support Facility. This contract provides for engineering services that will consist of recurring and non-recurring engineering tasks in support of the Combat Electromagnetic Environment Simulators, Real Time Infrared/electro-optic Scene Simulator, Test Control Subsystem, Simulation Network server, future Northrop Grumman Amherst Systems products and related support equipment. Work will be performed at Robins Air Force Base, Georgia; and Buffalo, New York, and is expected to be complete by March 31, 2030. This contract was a sole source acquisition. Fiscal 2025 operation and maintenance appropriation funds in the amount of $636,473 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins AFB, Georgia, is the contracting activity (FA8523-25-D-B003).

NAVY

The Boeing Co., St. Louis, Missouri, is awarded a $61,175,927 firm-fixed-price, cost-plus-fixed-fee and cost modification to previously awarded contract (N00024-22-C-6407) to exercise options for the production of High Altitude Anti-Submarine warfare weapon capability air launch accessory equipment, production support material, and related engineering and hardware support. The contract modification also establishes the value of contract options in the amount of $160,862,279 which, if exercised, would bring the cumulative value of this contract to $349,151,128. Work will be performed in St. Charles, Missouri (77%); Salt Lake City, Utah (11%); St. Louis, Missouri (6%); Minneapolis, Minnesota (2%); Joplin, Missouri (2%); Chandler, Arizona (1%); and Piedmont, Missouri (1%), and is expected to be completed by January 2028. Fiscal 2025 weapons procurement (Navy) funds in the amount of $16,108,655 (36%); fiscal 2024 weapons procurement (Navy) funds in the amount of $14,341,444 (32%); fiscal 2024 research development test and evaluation (Navy) funds in the amount of $12,837,747 (29%); and fiscal 2023 weapons procurement (Navy) funds in the amount of $1,506,238 (3%), will be obligated at the time of award; and funds in the amount of $14,343,985 will expire at the end of the fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BL Harbert International LLC, Birmingham, Alabama, is awarded a $41,381,393 firm-fixed-price construction contract for runway repairs at Barksdale Air Force Base, Bossier City, Louisiana. Work will be performed in Bossier Parish, Louisiana, and is expected to be completed by December 2026. Fiscal 2025 operation and maintenance, Air Force, contract funds in the amount of $41,381,393 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website, with three offers received. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-25-C-0037).

Power Engineers Inc., Meridian, Idaho, is awarded a $41,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to a previously awarded contract (N62742-20-D-0003) for architect-engineer services. The purpose of this contract modification is to increase the total ordering capacity to $101,000,000 for design and engineering services in support of electrical engineering projects. Work will be performed at Navy, Marine Corps, Air Force, and other government facilities within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of responsibility including, but not limited to, Guam and the Northern Marianas Islands (70%); Australia (10%); Hawaii (10%); and other areas (10%), with an expected completion date of January 2026. No funds will be obligated at time of award. Funds will be obligated on individual task orders and task order modifications from military construction (planning and design) funds as they are issued. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-20-D-0003).

L3Harris Technologies, Palm Bay, Florida, was awarded a $28,390,130 cost-plus-fixed-fee, indefinite-quantity/indefinite-delivery contract (N00039-25-D-2000) for Commercial Broadband Satellite Program (CBSP) engineering support services. The CBSP System provides terminal-to-shore, space and terrestrial connectivity to significantly increase throughput of data to improve critical Commercial Satellite Communications (COMSATCOM) capabilities to the Fleet and augments the Navy’s shipboard Military Satellite Communications. L3Harris is the original equipment manufacturer of the current AN/USC-69(V)2 FLV variant and AN/USC- 69(V)3 ULV variant. The contract will provide continued procurement of engineering services for the CBSP System to include maintenance, repair and support for CBSP required to maintain the existing systems while continuing to provide COMSATCOM capabilities to meet Navy requirements. The contract will provide continued engineering services on all CBSP Systems, terminals, components and spares. Engineering services will include engineering assistance to resolve complex technical issues on CBSP Systems, as well as repair and refurbishment services for deployed CBSP terminals within the Fleet. The contract includes a five-year ordering period. Work will be performed in San Diego, California, and is expected to be completed in June 2030. This requirement was solicited as a sole source in accordance with 10 U.S. Code 3204(a)(1) – Only One Responsible Source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, awarded the contract on behalf of its organizational partner, the PMW/A170- Communications and Global Positioning System Navigation Program Office.

Systems Planning and Analysis Inc., Washington, D.C., is being awarded a $25,313,188 cost-plus-fixed-fee modification, (P00004) to a previously awarded contract, (N0003024C7002) to provide research and development services including program office support of the Nuclear-armed, Sea-Launched Cruise Missile Program. Work will be performed in Washington D.C. (80%); Cape Canaveral, Florida (5%); Sunnyvale, California (5%); Kings Bay, Georgia (2%); Silverdale, Washington (2%); Centennial, Washington (2%); Magna, Utah (2%); and Pittsfield, Massachusetts (2%). Work is expected to be completed on July 11, 2026. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $5,484,524 will be obligated at time of award. 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.

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $14,372,285 modification (P00014) to a previously awarded firm-fixed-price, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract (N0001923D0011). This modification increases the contract ceiling to provide continued integrated logistics support, sustaining engineering, spares support, material management, component overhaul, and training activities in support of sustaining the VH-92A Patriot in-service helicopter for the Navy. Work will be performed in Stratford, Connecticut (17.07%); Sylmar, California (10.87%); Woodland, Washington (9.84%); Irvine, California (5.09%); Olathe, Kansas (4.69%); Sarasota, Florida (3.95%); Phoenix, Arizonia (3.25%); Fort Worth, Texas (2.8%); Twinsburg, Ohio (2.64%); Charlotte, North Carolina (2.51%); Berlin, Connecticut (2.21%); Fountain, California (1.96%); Johnstown, Pennsylvania (1.79%); Enfield, Connecticut (1.64%); Vergennes, Vermont (1.35%); Rockford, Illinois (1.28%); Blacksburg, Virginia (1.16%); Grand Prairie, Texas (1.03%); various locations within the continental U.S. (CONUS) (7%); and various locations outside the CONUS (17.9%), and is expected to be completed in September 2027. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The contract that is being modified was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Elma Electronic Inc., Freemont, California, is awarded a $11,355,108 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N64498-25-D-4016) for the commercial procurement of brand-name Versa Module Europa peripheral component interconnect with extents for both buses standards accessory components. Work will be performed in Freemont, California, and is expected to be completed 60 months after date of award. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $2,120,400 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management (SAM) website, with four offers received. Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-25-D-4016).

ARMY

Conti Federal Services LLC, Orlando, Florida, was awarded a $ 33,497,794 firm-fixed-price contract for design-bid-build construction. Bids were solicited via the internet with five received. Work will be performed in Ellsworth Air Force Base, South Dakota, with an estimated completion date of Jul. 2, 2027. Fiscal 2025 military construction, defense-wide funds in the amount of $33,497,794 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-25-C-A035).

City Light and Power FTR LLC, Greenwood Village, Colorado, was awarded a $23,640,765 firm-fixed-price contract for power generation and microgrid construction. Bids were solicited via the internet with one received. Work will be performed in Fort Riley, Kansas, with an estimated completion date of Jun. 28, 2027. Fiscal 2025 military construction, defense-wide funds in the amount of $23,640,765 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-25-C-0018).

Wright Tool Company LLC,* Warren, Michigan, was awarded a $ 21,947,788 firm-fixed-price contract for hand tool components. 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 Jul. 1, 2030. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-D-2023).

AM General LLC, South Bend, Indiana, was awarded a $13,033,701 modification (P00001) to contract W56HZV-25-F-0111 for chassis and shop equipment contact maintenance shelters for contact maintenance trucks. Work will be performed in Mishawaka, Indiana, with an estimated completion date of June 30, 2028. Fiscal 2023 and 2024 other procurement, Army funds in the amount of $13,033,701 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

DEFENSE LOGISTICS AGENCY

UPDATE: Airborne Medical Depot LLC,** Tucson, Arizona (SPE2DE-25-D-0014, $40,000,000), has been added as an awardee to the multiple award contract for medical and surgical supplies for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-22-R-0017 and awarded Sept. 28, 2023. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small business
**Service-disabled veteran-owned small business

7/3

AIR FORCE

The Boeing Co., El Segundo, California, was awarded a $2,838,537,105 cost-plus-incentive-award-fee contract for Evolved Strategic Satellite (ESS) communications space development and production. This contract provides for the development and production of four ESS space vehicles. Work will be performed at El Segundo, California, and is expected to be completed by Dec. 31, 2033.  This contract was a competitive acquisition and two offers were received. Fiscal 2025 research, development, test and evaluation funds in the amount of $100,000,000 are being obligated at the time of award. The Space Systems Command, Military Communication and Positioning, Navigation and Timing, Los Angeles Air Force Base, California, is the contracting activity (FA8807-25-C-B006). 

ASRC Federal Gulf State Constructors LLC., Beltsville, Maryland, has been awarded a $21,969,365 modification (P00009) to a previously awarded contract (FA300224C0009) for base maintenance services. This modification brings the total cumulative face value of the contract to $146,483,685. Work will be performed at Sheppard Air Force Base, Texas; Frederick Airfield, Oklahoma; and Sheppard Annex, Lake Texoma, Texas, and is expected to be completed by July 31, 2031. Fiscal 2025 operations and maintenance appropriations funds will be obligated at the time of modification in the amount of $3,577,136. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity.

NAVY

Textron Systems Corp., New Orleans, Louisiana, was awarded a $353,961,249 fixed price incentive-firm target contract modification to previously awarded contract (N00024-23-C-2452) to exercise the option for the construction of three Ship to Shore Connector Landing Craft air cushion 100 class craft. Work will be performed in New Orleans, Louisiana (66%); Pasadena, California (11%); Cincinnati, Ohio (7%); Gloucester, United Kingdom (4%); other locations (3%); Hunt Valley, Maryland (1%); Huntsville, Alabama (1%); Russellville, Arizona (1%); Stamford, Connecticut (1%); West Palm Beach, Florida (1%); Riverdale, Iowa (1%); Chanhassen, Minnesota (1%); Gold Beach, Oregon (1%); and Chesapeake, Virginia (1%),and is expected to be completed by July 2031. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $353,961,249 were obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded June 30, 2025)

Core Tech-HDCC-Kajima LLC, Tamuning, Guam, is awarded a $295,019,906 firm-fixed-price contract for the construction of a defense system command center in Guam. Work will be performed at Joint Region Marianas, Guam, and is expected to be completed by March 2029. The project is incrementally funded. Fiscal 2025 military construction (Defense) funds in the amount of $157,600,000 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-1301).

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $28,643,657 cost-plus-incentive-fee and cost-plus-fixed-fee modification to previously awarded contract (N00024-19-C-5102) for the extension of integrated logistics support, combat system engineering, and ship integration and test, and in-country integrated test team supports in connection with the KDX III Batch II destroyers. This contract involves Foreign Military Sales (FMS) to South Korea. Work will be performed in Ulsan, South Korea (60%); Moorestown, New Jersey (38%); and Seoul, South Korea (2%), and is expected to be completed by December 2027. FMS (Korea) funds in the amount of $7,200,000 will be obligated at the time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

ARMY

Grunley Construction Co. Inc., Rockville, Maryland, was awarded a $15,000,000 modification (P00003) to contract W912DR-22-D-0007 for a broad variety of major and minor repairs, modifications, renovations, rehabilitation, alterations, design-build, design-bid-build and new construction projects. 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. 16, 2027. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.

ONE WTE JV, Tulsa, Oklahoma, was awarded a $10,788,971 firm-fixed-price contract for hazardous materials and hazardous waste programs. Bids were solicited via the internet with one received. Work will be performed in Fort Campbell, Kentucky, with an estimated completion date of July 1, 2030. Fiscal 2025 operation and maintenance, Army funds in the amount of $10,788,971 were obligated at the time of the award. 419th Contracting Support Brigade, Fort Campbell, Kentucky, is the contracting activity (W91248-25-C-A004).

Panhandle Power Solutions LLC,* Destin, Florida, was awarded a $9,669,240 firm-fixed-price contract for construction of redundant electrical supply. Bids were solicited via the internet with three received. Work will be performed in Aurora, Colorado, with an estimated completion date of Jul. 8, 2027. Fiscal 2024 military construction, defense-wide funds in the amount of $9,669,240 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-25-C-A037).

DEFENSE LOGISTICS AGENCY

Clean Harbors Environmental Services Inc., Norwell, Massachusetts, has been awarded a maximum $10,651,365 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for hazardous waste removal, transportation and disposal services. This was a competitive acquisition with two responses received. This is a two-year six-month base contract with one two-year six-month option period. Location of performance is Alaska, with a Jan. 15, 2028, ordering period end date. Using customers are Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2025 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Disposition Services, Battle Creek, Michigan (SP4500-25-D-0021).

U.S. TRANSPORTATION COMMAND

Rampart Aviation LLC, Colorado Springs, Colorado (HTC71125CE116), has been awarded a firm-fixed-price contract with a face value of $7,835,957. The contract provides continued passenger air transportation services between Naval Air Station North Island, California, to San Clemente California. The location of performance is San Diego, California. The base period of performance is Oct. 1, 2025, to Sept. 30, 2026. Operations and Maintenance funds 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

Author

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

    View all posts
This entry was posted on Monday, July 07, 2025 1:12 pm

Leave a Reply

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

Notify me of updates to this conversation