INSIDE THE
NEWS + ADVICE
DoD Contracts: IBM, LinQuest, SAIC, Week of 2-24-25 to 2-28-25

2/24
AIR FORCE
A&M BERS JV LLC, Tulsa, Oklahoma (FA8903-25-D-0023, awarded Jan. 27, 2025); Ahtna Engineering Services, Anchorage, Alaska (FA8903-25-D-0014, awarded Jan. 22, 2025); Arcadis US Inc. Highlands Ranch, Colorado (FA8903-25-D-0025, awarded Jan. 29, 2025); AECOM Technical Services Inc. Austin, Texas (FA8903-25-D-0002, awarded Jan. 23, 2025); Aerostar SES LLC. Oak Ridge, Tennessee (FA8903-25-D-0026, awarded Jan. 9, 2025); BEM Systems Inc. Madison, New Jersey (FA8903-25-D-0022, awarded Jan. 29, 2025); Bhate Environmental Associates Inc. Birmingham, Alabama (FA8903-25-D-0024, awarded Jan. 23, 2025); Cape-Weston JV4 LLC, Norcross, Georgia (FA8903-25-D-0013, awarded Feb. 3, 2025); CTI Ayuda JV LLC, Farmington Hills, Michigan (FA8903-25-D-0028, awarded Feb. 6, 2025); EA Engineering, Science, and Technology Inc. PBC, Hunt Valley, Maryland (FA8903-25-D-0009, awarded Feb. 4, 2025); HDR Environmental, Operations, and Construction, Inc., Englewood, Colorado (FA8903-25-D-0021, awarded Jan. 29, 2025); HGL-APTIM Technologies JV LLC, Reston, Virginia (FA8903-25-D-0012, awarded Feb. 4, 2025); Jacobs Government Services Co., Arlington, Virginia (FA8903-25-D-0027, awarded Feb. 4, 2025); Leidos Inc., Reston, Virginia (FA8903-25-D-0001, awarded Jan. 22, 2025); North Wind Site Services LLC, Idaho Falls, Idaho (FA8903-25-D-0019, awarded Feb. 6, 2025); Oneida Total Integrated Enterprises LLC, Milwaukee, Wisconsin (FA8903-25-D-0020, awarded Feb. 6, 2025); Parsons Government Services LLC, Milwaukee, Wisconsin (FA8903-25-D-0018, awarded Feb. 4, 2025); Plexus-Seres JV LLC, Alexandria, Virginia (FA8903-25-D-0007 awarded Feb. 6, 2025); QRI Tetra Tech JV LLC, Baton Rouge, Louisiana (FA8903-25-D-0003 awarded Feb. 18, 2025); Stantec-Michael Baker-Sundance JV, Charlottesville, Virginia (FA8903-25-D-0005, awarded Feb. 19, 2025); Tanaq-MES 8(a) JV LLC, Anchorage, Alaska (FA8903-25-D-0010, awarded Feb. 11, 2025); Tehama Versar JV, Kansas City, Missouri (FA8903-25-D-0015, awarded Feb. 6, 2025); Tetra Tech Inc., Pasadena, California (FA8903-25-D-0004, awarded Feb. 6, 2025); Tidewater-PHE JV LLC, Elkridge, Maryland (FA8903-25-D-0008, awarded Feb. 6, 2025); Trihydro Corp., Laramie, Wyoming (FA8903-25-D-0006, awarded Feb. 18, 2025); Weston-CDM Smith JV, West Chester, Pennsylvania (FA8903-25-D-0017, awarded Feb. 6, 2025); and WSP USA Environment & Infrastructure Inc., Blue Bell, Pennsylvania (FA8903-25-D-0016, awarded Feb. 4, 2025), were awarded a $1,500,000,000 hybrid, firm-fixed-price, firm, cost-no-fee, and cost-plus-fixed-fee, multiple award, indefinite-delivery/indefinite-quantity contract for architect and engineering (A-E) services. This contract provides for support of environmental restoration, environmental conservation and planning, environmental quality, and other related environmental A-E services for Department of Defense and other government agency facilities worldwide. This contract is comprised of a base ordering period of five years with a single five-year option period for an ordering period of ten years. Work will be performed in various locations inside and outside the contiguous U.S. is expected to be completed March 5, 2035. These contracts were competitive acquisitions, and 32 offers were received. Fiscal 2025 operation and maintenance funds in the amount of $36,000; and fiscal 2025 base realignment and closure funds in the amount of $45,000 ($3,000 per awardee), are being obligated at time of award. The 772nd Enterprise Sourcing Squadron, Joint Base San Antonio Lackland, Texas, is the contracting activity.
General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a not-to-exceed $31,655,451 modification (P00027) as an undefinitized contract action to previously awarded (FA8689-22-C-2014) for Royal Netherlands Air Force contractor logistics support services. The modification brings the total cumulative face value of the contract to $92,498,910. The work will be performed in Poway, California; the Netherlands; and Romania; and is expected to be completed by Nov. 30, 2025. This contract involves Foreign Military Sales (FMS) to the Netherlands. FMS funds in the amount of $11,452,772 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.
Al-Muamroon Trading Est., Riyadh, Saudi Arabia, was awarded a ceiling $8,700,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for dining facility consumables. This contract provides essential items for daily operations. Work will be performed at Prince Sultan Air Base, Al Kharj, Saudi Arabia, and is expected to be completed by Feb. 23, 2030. This contract was a competitive acquisition, and twenty-one offers were received. Fiscal 2025 operation and maintenance funds in the amount of $516,856 are being obligated at the time of award. The 378th Expeditionary Contracting Squadron, Saudi Arabia, is the contracting activity (FA4911-25-D-0009).
CORRECTION: The $99,000,000 contract (FA2280-25-D-0001) awarded to the Anduril Industries Inc.,* Costa Mesa, California, on Feb. 14, 2025, was announced with an incorrect award date. The correct award date is Feb. 20, 2025.
NAVY
Envision Technology LLC., Roanoke, Virginia, is awarded a $249,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Squad Aiming Laser systems; Spare and Repair Parts; Contractor Logistics Support; and Test Article Refurbishment. Work will be performed in Manchester, New Hampshire, and is expected to be completed by February 2030. Fiscal 2025 research, development, test and engineering (Marine Corps) funds in the amount of $74,970 that will not expire until fiscal 2026; and fiscal 2025 procurement (Marine Corps) funds in the amount of $52,281,154 that will not expire until fiscal 2027, will be obligated on the first delivery order immediately following contract award. This contract was competitively procured via SAM.gov, with three offers received. Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-25-D-1014).
Air Combat Effectiveness Consulting Group LLC,* Lexington Park, Maryland (N0042125D0033); AM Pierce and Associates Inc.,* California, Maryland (N0042125D0034); American Electronic Warfare Associates Inc.,* California, Maryland (N0042125D0035); C4CJV LLC,* Burke, Virginia (N0042125D0036); Compendium Federal Technology, LLC,* Lexington Park, Maryland (N0042125D0037); CRL Technologies Inc.,* Lexington Park, Maryland (N0042125D0038); Coherent Technical Services Inc.,* Hollywood, Maryland (N0042125D0039); Eagle Systems Inc.,* California, Maryland (N0042125D0040); Fusion 2 Inc.,* Leonardtown, Maryland (N0042125D0041); Greenfield Engineering Corp.,* Leonardtown, Maryland (N0042125D0042); Global Technologies Management Resources Inc.,* Hollywood, Maryland (N0042125D0043); Innovation Integration Inc.,* Huntsville, Alabama (N0042125D0044); Render Security Engineering LLC,* California, Maryland (N0042125D0045); Tekla Research Inc.,* Lexington Park, Maryland (N0042125D0046); Technology Security Associates Inc.,* California, Maryland (N0042125D0047); Sabre Systems LLC, Warminster, Pennsylvania (N0042125D0052); American Systems Corp., Chantilly, Virginia (N0042125D0053); Aviation Systems Engineering Co., Inc., Lexington Park, Maryland (N0042125D0054); AVIAN LLC, Lexington Park, Maryland (N0042125D0055); BAE Systems Technology Solutions and Services Inc., Rockville, Maryland (N0042125D0056); Booz Allen Hamilton, McLean, Virginia (N0042125D0057); DCS Corp., Alexandria, Virginia (N0042125D0058); Epsilon C5I Inc., San Diego, California (N0042125D0059); FGS LLC, La Plata, Maryland (N0042125D0060); Indigenous Technologies, Oklahoma City, Oklahoma (N0042125D0061); J.F. Taylor Inc., Great Mills, Maryland (N0042125D0062); KBR Wyle Services LLC, Lexington Park, Maryland (N0042125D0063); MAG DS Corp., doing business as MAG Aerospace, Fairfax, Virginia (N0042125D0064); ManTech Advanced Systems International Inc., Herndon, Virginia (N0042125D0065); The MIL Corp., Bowie, Maryland (N0042125D0066); Modern Technology Solutions Inc., Alexandria, Virginia (N0042125D0067); Naval Systems Inc., Lexington Park, Maryland (N0042125D0068); Precise Systems Inc., Lexington Park, Maryland (N0042125D0069); Resource Management Concepts Inc., Lexington Park, Maryland (N0042125D0070); Scientific Research Corp., Atlanta, Georgia (N0042125D0071); Serco Inc., Herndon, Virginia (N0042125D0072); Smartronix LLC, Hollywood, Maryland (N0042125D0073); Systems Planning and Analysis Inc., Alexandria, Virginia (N0042125D0074); Tyto Government Solutions Inc., Herndon, Virginia (N0042125D0076); Zel Technologies LLC, Hampton, Virginia (N0042125D0077); and Tecolote Research Inc., Goleta California (N0042125D0078), are each awarded a cost-plus-fixed-fee, cost reimbursable, firm-fixed-price, indefinite-delivery/indefinite-quantity contract, with specific contract line item number contract types specified on the individual orders. The estimated aggregate ceiling for all contracts is $249,000,000 with the companies having an opportunity to compete for individual orders. These contracts procure support services at multiple classification levels, up to and to include top secret//sensitive compartmented information to support all aspects of the acquisition life cycle for various platforms and programs within the Naval Air Systems Command (NAVAIR) Enterprise, subordinate NAVAIR commands, and Program Executive Offices. Work will be performed in Patuxent River, Maryland, and various locations within the continental U.S., to include contractor facilities. Specific locations and percentages of work will be determined at award of individual orders and is expected to be completed in February 2030. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. These contracts were competitively procured; 43 offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.
Michael Baker International Inc., San Diego, California, is awarded a $99,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity, architect-engineering contract for civil engineering services. This contract provides for design and engineering services required for a design support contract. Work will be performed at various military installations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations, to include California (87%), Arizona (5%), Nevada (5%), Colorado (1%), New Mexico (1%), and Utah (1%), and is expected to be completed by February 2030. The maximum dollar value, including the base period and option period, is $99,000,000. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $5,000 (minimum contract guarantee) 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 sam.gov website with eight offers received. NAVFAC Southwest, San Diego, California, is the contracting activity (N62473-25-D-2626).
GHD-COWI JV, San Diego, California, is awarded a $50,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity, architect-engineering (A-E) contract for waterfront engineering services. This contract provides for A-E design support. Work will be performed at various military installations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations, to include California (87%), Arizona (5%), Nevada (5%), Colorado (1%), New Mexico (1%) and Utah (1%), and is expected to be completed by February 2030. The maximum dollar value, including the base period and option period, is $50,000,000. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $5,000 (minimum contract guarantee) 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 sam.gov website with two offers received. NAVFAC Southwest, San Diego, California, is the contracting activity (N62473-25-D-5216).
ARMY
G.M. HILL Baker JV LLC, Jacksonville, Florida (W9128A-25-D-0009); Okahara & Associates Inc.,* Hilo, Hawaii (W9128A-25-D-0010); SSFM-Coffman LLC, Honolulu,* Hawaii (W9128A-25-D-0011); Pryzm Consulting LLC, Honolulu,* Hawaii (W9128A-25-D-0012); AECOM Technical Services Inc., Los Angeles, California (W9128A-25-D-0013); Tetra Tech-Bowers & Kubota AE Pacific JV LLC, Honolulu, Hawaii (W9128A-25-D-0014); HDR Engineering Inc., Honolulu, Hawaii (W9128A-25-D-0015); Jacobs Government Services Co., Arlington, Virginia (W9128A-25-D-0016); and R.M. Towill Corp., Honolulu, Hawaii (W9128A-25-D-0017), will compete for each order of the $190,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 23, 2030. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity.
Corrpro Companies Inc., San Diego, California, was awarded a $19,900,000 firm-fixed-price contract for cathodic protection surveys and corrosion control actions for petroleum facilities. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 24, 2030. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-25-D-5008).
Ezekiel Bahar, West Hills, California, was awarded an $8,572,608 firm-fixed-price contract for hydroxyl-terminated polybutadiene liquid. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 25, 2028. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-D-2011).
KPH Construction Corp., Milwaukee, Wisconsin, was awarded an $8,312,950 firm-fixed-price contract for alteration of a building. Bids were solicited via the internet with six received. Work will be performed at Camp Douglas, Wisconsin, with an estimated completion date of Feb. 23, 2026. Fiscal 2023 military construction, defense-wide funds in the amount of $8,312,950 were obligated at the time of the award. U.S. Property and Fiscal Office, Wisconsin, is the contracting activity (W50S9H-25-C-A013).
Science Applications International Corp., Reston, Virginia, was awarded an $8,149,694 modification (P00150) to contract W31P4Q-21-F-0095 for hardware in the loop and modeling and simulation development support. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES
Eagle Integrated Services LLC, San Antonio, Texas, was awarded a single award firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HU000125D0003) with a maximum ceiling/face value of $49,000,000 for information management and information technology support services in support of the Chief of Information Office at the Uniformed Services University of the Health Sciences (USUHS). This contract has a five-year ordering period from Feb. 24, 2025, through Feb. 23, 2030, with a minimum award amount of $100,000 and a maximum ceiling/face value of $49,000,000. Work will be performed in Bethesda, Maryland. Operations and maintenance funds will be obligated at the task order level. This contract was a sole source acquisition awarded in accordance with Federal Acquisition Regulation 19.804-6(c). USUHS, Bethesda, Maryland, is the contracting activity.
DEFENSE HEALTH AGENCY
Carefusion Solutions LLC, San Diego, California, was awarded Option Year One of a firm-fixed-price contract (HT001124C0015) to provide continued pharmacy inpatient automation solution-enterprise support. The total contract value of this option exercise is $10,470,274. Work will be performed at San Diego, California, and at military medical treatment facilities worldwide. Operations and maintenance funds in the amount of $6,890,274 are obligated for fiscal 2025. Procurement funds in the amount of $3,580,000 are obligated for fiscal 2024. The contract was procured under 10 U.S. Code 2304(c)(1) and regulatory authority, as implemented by Federal Acquisition Regulation 6.302-1, Only One Responsible Source, and was executed on July 1, 2024. The period of performance is Feb. 1, 2025, to Jan. 31, 2026. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded Jan. 30, 2025.)
*Small business
2/25
AIR FORCE
Stocks-Mann Architects PLC, Little Rock, Arkansas (FA4460-25-D-0003); SCM Architects PLLC, Little Rock, Arkansas (FA4460-25-D-0005); Architecture Plus Inc., Fort Smith, Arkansas (FA4460-25-D-0006); and Gurri Matute Cromwell JV LLC, Miami, Florida (FA4460-25-D-0007), were awarded a $15,000,000 ceiling, firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contract for architect-engineer services. This contract provides for planning and design for maintenance, repair, alteration, and new construction projects. Work will be performed at Little Rock Air Force Base, Arkansas, and is expected to be completed by Feb. 24, 2030. These contracts were competitive acquisitions, and four offers were received. Fiscal 2025 operation and maintenance funds in the amount of $2,000 ($500 per awardee) are being obligated at time of award. The 19th Contracting Squadron, Little Rock Air Force Base, Arkansas, is the contracting activity.
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
General Dynamics Applied Physical Sciences Corp., Groton, Connecticut, was awarded a $14,006,598 modification (P00011) to cost-plus-fixed-fee contract HR001123C0054 for the Advanced Propulsor, Experimental model. The modification brings the total cumulative value of the contract from $38,238,129 to $52,244,727. Work will be performed in Groton, Connecticut (37%); Concord, Massachusetts (19%); Leander, Texas (18%); Imperial, Pennsylvania (8%); Arlington, Virginia (7%); Cheswick, Pennsylvania (7%); and San Antonio, Texas (4%), with an expected completion date of March 2026. Fiscal 2025 research, development, test and engineering funds in the amount of $5,271,524 were obligated at time of award. This contract stems from a competitive acquisition for which three proposals were received in response to Broad Agency Announcement No. HR001122S0046. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.
DEFENSE FINANCE AND ACCOUNTING SERVICE
International Business Machines Corp.,*** Bethesda, Maryland, will be awarded a modification (P00005) to the previously awarded call order HQ042324F0074 in the amount of $10,412,226 (ceiling price) for code conversion for Defense Retired and Annuitant Pay System modernization and consolidation. The modification brings the total cumulative face value of the order from $2,447,544 to $12,859,770. Work will be performed from the contractor’s facility with an expected completion date of Aug. 31, 2025. Fiscal 2025 capital funds in the amount of $10,412,226 are being obligated at the time of award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Blind Industries & Services of Maryland,** Baltimore, Maryland, has been awarded a maximum $9,798,000 modification (P00014) exercising the fourth one-year option period of a one-year base contract (SPE1C1-21-D-B107) with four one-year option periods for cold weather wind jackets. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Feb. 25, 2026. Using military service is Army. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
CORRECTION: The contract announced on Feb. 20, 2025, for Concorde Services Inc.,** Margate, Florida, (SPE605-25-D-1254) for $9,771,059 was announced with an incorrect award date and an incorrect dollar amount. The correct award date is Feb. 24, 2025, and the correct dollar amount is $28,183,588. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.
UPDATE: NAR Medical Depot, Greer, South Carolina (SPE2DH-25-D-0009, $49,000,000), 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 on Feb. 10, 2022. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
UPDATE: Solventum Orthodontics Corp., Monrovia, California (SPE2DE-25-D-0008, $12,500,000), has been added as an awardee to the multiple award contract for dental supplies and equipment for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-20-R-0007 and awarded on June 10, 2021. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
NAVY
Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $9,000,000 cost-plus-incentive-fee contract modification to a previously awarded delivery order (N00024-25-F-6260) under an indefinite-delivery/indefinite quantity contract (N00024-25-D-6211) to exercise an option for engineering and technical support for submarine electronic warfare systems on new construction and in-service submarines. Work will be performed in Syracuse, New York, and is expected to be completed by February 2026. Fiscal 2025 research, development, test, and evaluation (Navy) funds in the amount of $1,620,000 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.
CORRECTION: The Feb. 24, 2025, announcement of a $249,000,000 contract to Envision Technology LLC, Manchester, New Hampshire, included the incorrect location for the firm.
*Small business
**Mandatory source
***Other than small business
2/26
NAVY
General Dynamics NASSCO-Bremerton, Bremerton, Washington, is awarded a $654,668,551 cost-plus-fixed-fee/cost-plus-award fee/cost-plus-incentive fee, indefinite-delivery/indefinite-quantity contract for Aircraft Carrier shipyard availabilities. This contract includes a five-year base and a one year option, for a six year total ordering period which, if exercised, would bring the cumulative value of this contract to $654,668,551. Work will be performed in Bremerton, Washington, and is expected to be completed by October 2030. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured and solicited via the System for Award Management website. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-D-4110).
Huntington Ingalls Industries, Newport News Shipbuilding, Newport News, Virginia, was awarded $8,208,962 in a cost-plus-fixed-fee modification order to a previously awarded contract (N00024-02-C-2905) for the procurement of universal pylons with the ability to be mounted on host ships. The order is definitized for a value of $8,208,962. Work was performed in Newport News, Virginia. No funds were obligated at time of award. Supervisor of Shipbuilding Conversion and Repair, Newport News, Virginia, is the contracting activity. (Awarded Dec. 19, 2024)
CORRECTION: The $13,064,780 cost-plus-fixed-fee order originally announced on Feb. 21, 2025, to Huntington Ingalls Inc., Ingalls Shipbuilding Division, Pascagoula, Mississippi, for High-Speed Diesel Generator Procurement in support of the DDG(X) Guided Missile Destroyer Design, was actually announced on Feb. 24, 2025.
ARMY
Augustine Consulting Inc., Hamilton, New Jersey, was awarded a $276,049,091 cost-plus-fixed-fee contract for technical services in support of the Nett Warrior program. Bids were solicited via the internet with two received. Work will be performed in Hamilton, New Jersey, with an estimated completion date of Feb. 25, 2030. Fiscal 2025 research, development, test and evaluation, Army funds in the amount of $7,568,154 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-25-F-0068).
Raytheon Co., Andover, Massachusetts, was awarded a $93,292,974 firm-fixed-price contract for PATRIOT spares. Bids were solicited via the internet with 12 received. Work will be performed in Andover, Massachusetts, with an estimated completion date of Feb. 28, 2029. Fiscal 2010 Foreign Military Sales (Kuwait) funds in the amount of $93,292,974 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-25-C-0002).
Agile Group LLC,* Albuquerque, New Mexico (W912HQ-25-D-0001); Breakpoint Labs LLC,* Herndon, Virginia (W912HQ-25-D-0002); Crystal Management LLC,* Vienna, Virginia (W912HQ-25-D-0003); Mantech Advanced Systems International Inc., Herndon, Virginia (W912HQ-25-D-0004); 22nd Century Technologies Inc., Mclean, Virginia (W912HQ-25-D-0005); and OM Group Inc., Piscataway,* New Jersey (W912HQ-25-D-0006), will compete for each order of the $47,600,000 firm-fixed-price contract for project and program management delivery services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of March 2, 2030. U.S. Army Corps of Engineers’ Humphreys Engineer Center Support Activity, Fort Belvoir, Virginia, is the contracting activity.
MISSILE DEFENSE AGENCY
Lockheed Martin Space, Sunnyvale, California, is awarded a $211,739,333 modification (P00053) to a sole source, cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price definite contract under a Foreign Military Sales (FMS) case to the United Arab Emirates (UAE). A result of this modification increases the total value of the contract by $211,739,333, from $517,816,701 to $729,556,034. Under this modification, the contractor will provide maintenance and sustainment for two Terminal High Altitude Area Defense Batteries for UAE. The maintenance and sustainment scope of work includes providing logistics management, logistics product database, training, missile and ground repair and return, hardware/software development and sustainment, hardware in the loop, engineering services, missile field surveillance program, and country unique specialty engineering for FMS client. The work will be performed in Sunnyvale, California; Grande Prairie, Texas; Camden, Arkansas; Huntsville, Alabama; Anniston, Alabama; Troy, Alabama. The performance period is from Feb. 25, 2025, through October 31, 2027. One offer was solicited, and one offer was received. $211,739,333 of United Arab Emirates FMS funds are used to fund this effort. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-19-C-5001). (Awarded Feb. 25, 2025)
AIR FORCE
LinQuest Corp., Herndon, Virginia, has been awarded a $88,450,427 cost-plus-incentive-fee modification (P00107) to a previously awarded contract (FA8808-19-C-0006) to exercise Option Year Five for systems engineering, integration, and test support. The modification brings the total cumulative face value of the contract to $763,838,845. Work will be performed in El Segundo, California, and is expected to be completed by Feb. 26, 2026. Fiscal 2025 research, development, test and evaluation funds in the amount of $11,893,618; and fiscal 2025 missile procurement funds in the amount of $8,856,877, are being obligated at the time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.
L3Harris, Greenville, Texas, was awarded a maximum $35,765,849 firm-fixed-price and cost-type contract for the Royal Saudi Air Force King Air 350ER long term sustainment contract. This contract provides for field service representatives, core support, and diminishing manufacturing sources and material shortages. Work will be performed in Greenville, Texas; and Prince Sultan Air Base, Saudi Arabia, and is expected to be completed by April 30, 2029. This contract involves Foreign Military Sales (FMS) to the Kingdom of Saudi Arabia. This contract was a sole source acquisition. FMS funds in the amount of $2,772,433 are being obligated at time of award. The Air Force Lifecycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8691-25-C-B001).
Serco Inc., Herndon, Virginia, has been awarded a $15,916,097 modification (P00003) to previously awarded (FA4890-24-F-0002) to exercise option year one for organizational planning, program management and technical consulting supporting U.S. Air Forces Central (AFCENT). This modification brings the total cumulative face value of the contract to $86,221,339. Work will be performed in Shaw Air Force Base, South Carolina; and the AFCENT area of responsibility, and is expected to be completed Feb. 28, 2029. Fiscal 2025 operation and maintenance funds in the amount of $15,916,097 are being obligated at the time of award. The Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity.
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
Aurora Flight Sciences Corp., Manassas, Virginia, has been awarded a $24,992,979 modification (P00015) to cost-plus-fixed-fee contract HR001123C0013 to add Phase 1C work of the Liberty Lifter program. The modification brings the total cumulative face value of the contract to $67,499,597 from $42,506,618. Work will be performed in Manassas, Virginia (67%); Arlington, Virginia (24%); Auburn Hills, Michigan (4%); Fairhope, Alabama (2%); Wilmington, Delaware (2%); and Indianapolis, Indiana (1%), with an estimated completion date of October 2025. Fiscal 2025 research and development funds in the amount of $8,660,000 are being obligated at the time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Travis Association for the Blind,** Austin, Texas, has been awarded a maximum $21,125,431 modification (P00016) exercising the second one-year option period of a two-year base contract (SPE1C1-22-D-B123) with three one-year option periods for warehousing, storage, logistics, and distribution functions. This is a firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Feb. 28, 2026. Using military services are Air Force and Marine Corps. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
*Small business
**Mandatory source
2/27
AIR FORCE
Tyonek Technical Services LLC, Madison, Alabama, was awarded a $98,115,620 firm-fixed-price level of effort contract for cyber operations formal training support. This contract provides for subject matter expertise and other essential capabilities to augment and support the mission of 39th Information Operations Squadron. Work will be performed at Hurlburt Field, Florida; Joint Base San Antonio, Texas; and Keesler Air Force Base, Mississippi, and is expected to be completed by Feb. 28, 2027. This contract was a sole source acquisition. Fiscal 2025 operation and maintenance funds in the amount of $7,580,000 are being obligated at the time of award. The Acquisition Management and Integration Center, Detachment 2, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8773-25-C-0001).
Nihon Meccs Co. Ltd., Irifune, Tokyo, Japan (FA5270-25-D-0006); Okinawa Sobi Kogyo, K.K., Naha, Okinawa, Japan (FA5270-25-D-0007); Witco Industries Ltd., Ginowan, Okinawa, Japan (FA5270-25-D-0008); and Rim Engineering Co. Ltd., Urasoe, Okinawa, Japan (FA5270-25-D-0009), were awarded a program ceiling of $50,0000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for the Okinawa Interior and Exterior Paint Program. This contract is for interior and exterior painting along with surface preparation and repairs required prior to painting on real property located on U.S. Forces Japan installations. Work will be performed on Okinawa, Japan, and is expected to be completed by February 2032. These contracts were competitive acquisitions, and six offers were received. Fiscal 2025 operations and maintenance funds in the amount of $2,000 ($500 per awardee) will be awarded at the time of award. The 18th Contracting Squadron, Kadena Air Base, Okinawa, Japan, is the contracting activity.
L3 Harris Technologies Inc., Melbourne, Florida, was awarded a $33,496,610 fixed-price-incentive-fee contract for Counter Communication System Meadowlands development. This contract updates changes in the design and will procure instructor managed training suites, remote operations suites, and additional spares. Work will be performed at Cape Canaveral Space Force Station, Florida; Colorado Springs, Colorado; Greeley, Colorado; and Vandenberg Space Force Base, California, and is expected to be completed by November 2028. This contract was a competitive acquisition, and two offers were received. Fiscal 2025 research, development, test and evaluation funds in the amount of $2,704,595; and fiscal 2024 procurement funds in the amount of $30,792,015 are being obligated at time of award. The Space Domain Awareness and Combat Directorate, Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity (FA8819-22-C-0001).
ARMY
Morsecorp Inc.,* Cambridge, Massachusetts, was awarded a $97,509,340 firm-fixed-price contract for research and development on the value of artificial intelligence solutions. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 26, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-25-D-0007).
Leidos Inc., Reston, Virginia, was awarded a $50,485,603 cost-plus-fixed-fee contract for the Formerly Utilized Sites Remedial Action Program. Bids were solicited via internet with two received. Work will be performed in St. Louis, Missouri, with an estimated completion date of Feb. 26, 2030. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-25-C-0005).
L3 Technologies Inc. Communication Systems-West, Salt Lake City, Utah, was awarded a $48,317,039 modification (P00003) to contract W58RGZ-24-F-0375 for procurement of hardware and software. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
KRI at Northeastern University LLC, Burlington, Massachusetts, was awarded a $30,000,000 cost-no-fee contract for research and development for military communication technology. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 26, 2030. Army Contracting Command, Adelphi, Maryland, is the contracting activity (W911QX-25-D-0004).
Veranox Corp,* Annandale, Virginia, was awarded a $24,882,272 firm-fixed-price contract for cybersecurity assurance services for artificial intelligence/machine learning programs and products. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 27, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-25-D-0009).
Conti Federal Services LLC, Orlando, Florida, was awarded a $10,157,873 firm-fixed-price contract for repair and renovation work. Bids were solicited via the internet with three received. Work will be performed in Okinawa, Japan, with an estimated completion Oct. 1, 2026. Fiscal 2025 operation and maintenance, Marine Corps funds in the amount of $10,157,873 were obligated at the time of the award. U.S. Army Corps of Engineers, Japan, is the contracting activity (W912HV-25-C-0002).
Booz Allen Hamilton Inc., McLean, Virginia, was awarded a $9,424,474 modification (P0007) to contract W31P4Q-21-F B004 for technical support for prototype integration facility. Work will be performed at Joint Base Andrews, Maryland, with an estimated completion date of Feb. 24, 2026. Fiscal 2025 operation and maintenance, Air Force funds in the amount of $9,424,474 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Science Applications International Corp., Reston, Virginia, was awarded an $8,319,635 modification (P00170) to contract W31P4Q-21-F-0033 for engineering services for high fidelity aviation system simulators. 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 Jan. 5, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Cycle Construction Co. LLC,* Kenner, Louisiana, was awarded a $7,994,120 firm-fixed-price contract for auxiliary power pump generator, fuel tank, access platforms and related equipment. Bids were solicited via the internet with four received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Aug. 20, 2026. Fiscal 2025 civil construction funds in the amount of $7,994,120 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-25-D-0008).
NAVY
Q.E.D. Systems Inc.,* Virginia Beach, Virginia, is awarded a $54,181,740 cost-plus-award-fee modification to previously awarded contract (N0002424C4201) for specification development and availability execution support requirements for the DDG, CG, LPD, LSD, LHA, LHD, and LCS Navy ship classes. Work will be performed in Virginia Beach, Virginia, in the amount of $27,090,870 (50%); San Diego, California, in the amount of $16,254,522 (30%); Marysville, Washington, in the amount of $5,418,174 (10%); and Atlantic Beach, Florida, in the amount of $5418,174 (10%), and is expected to be completed February 2026. Total funds in the amount of $6,136,274 will be obligated at the time of award as follows: fiscal 2023 other procurement (Navy) funds in the amount of $3,525,676 (57%) that will not expire at the end of the fiscal year; fiscal 2025 operations and maintenance (Navy) funds in the amount of $2,515,000 (41%) that will expire at the end of the current fiscal year; fiscal 2025 other procurement (Navy) funds in the amount of $52,097 (0.8%) that will not expire at the end of the fiscal year; and fiscal 2024 other procurement (Navy) funds in the amount of $43,500 (0.7%) that will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-4201).
The Whiting-Turner Contracting Co., Marlborough, Massachusetts, is awarded a $24,142,729 firm-fixed-price construction contract for the total interior renovation of Building 14. Work will be performed at the Portsmouth Naval Shipyard, Kittery, Maine, and is expected to be completed by October 2026. The maximum dollar value, including the base price and six options, is $25,537,633. Fiscal 2025 operations and maintenance, Navy funds in the amount of $24,142,729 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 www.SAM.gov website, with five offers received. Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N4008525C2506).
Advanced Acoustic Concepts LLC,* Washington, D.C., is awarded a $21,202,473 cost-plus-fixed-fee, cost reimbursement, and firm-fixed-price contract for the manufacture, test, and delivery of MK48 Sonar Signal Transmitters, MK48 Warhead Electronic System assemblies, and test sets. This contract includes an option which, if exercised, would bring the cumulative value of this contract to $21,327,473. This contract combines procurements for various Foreign Military Sales (FMS) programs (country names withheld per agreements). Work will be performed in Lemont Furnace, Pennsylvania (83%); Johnstown, Pennsylvania (14%); Reston, Virginia (2%); and Keyport, Washington (1%); and is expected to be completed by November 2027. If the option is exercised, work will continue through November 2027. FMS funds in the amount of $21,202,473 (100%) will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-25-C-0203).
Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is being awarded a $12,312,904 cost-plus-incentive-fee modification to previously awarded contract (N00024-20-C-6117) to exercise options for Navy hardware spares to support SONAR 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 2030. Fiscal 2025 other procurement (Navy) funds in the amount of $12,312,904 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.
Triumph Actuation Systems–Yakima LLC, Yakima, Washington, is being awarded $8,635,770 for a spares delivery order (N00383-25-F-AV02), under a basic ordering agreement (N00383-24-G-AV01), for the procurement of 117 repeatable release holdback bar assemblies in support of the F-18 aircraft. All work will be performed in Yakima, Washington. Work is expected to be completed by September 2029. Annual working capital funds (Navy) in the full amount of $8,635,770 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.
DEFENSE LOGISTICS AGENCY
ReadyWise Inc.,* Salt Lake City, Utah, has been awarded a maximum $14,641,536 fixed-priced, indefinite-delivery/indefinite-quantity contract for dehydrated menu items. This was a competitive acquisition with ten responses received. This is a five-year contract with no option periods. The ordering period end date is Feb. 26, 2030. Using military services are Army, Navy 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 (SPE3S1-25-D-Z202).
UPDATE: Easy Street JD&S LLC,* Carol Stream, Illinois (SPE8EC-19-D-004, $255,000,000), has been added as an awardee to the multiple award contract for material handling equipment, issued against solicitation SPE8EC-21-R-0001 and awarded July 22, 2022. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
*Small business
2/28
NAVY
Corvid Technologies LLC,* Mooresville, North Carolina, is awarded a $268,443,030 firm-fixed-price contract for the design, manufacture, and delivery of short/medium range sub-orbital vehicles configurations, including provision of ground test hardware, special test equipment, materials and required engineering support and launch support services. This contract includes options which, if exercised, would bring the cumulative value of this contract to $268,443,030. This contract combines purchases for the Navy (90%); and the governments of Australia (5%), and United Kingdom (5%), under the Foreign Military Sales program. Work will be performed in Moorestown, North Carolina (37%); White Sands Missile Range, New Mexico (24%); Glen Burnie, Maryland (20%); Benbecula, Scotland (6%); Las Cruces, New Mexico (4%); Woomera, Australia (3%); Conroe, Texas (2%); Huntsville, Alabama (1%); San Nicolas Island, California (1%); Kekaha, Hawaii (1%); and Wallops Island, Virginia (1%), and is expected to be completed by February 2026. If all options are exercised, work will continue through February 2030. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $80,000 will be obligated at time of award, of which $80,000 will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website, with one offer received. The Naval Surface Warfare Center, Port Hueneme, White Sands Detachment, Port Hueneme, California, is the contracting activity (N6339425C0003).
East Coast Repair & Fabrication LLC* of Portsmouth, Virginia (N3220525D4053); Fairlead Boatworks Inc.,* Newport News, Virginia (N3220525D4049); Gulf Copper & Manufacturing Corp.,* Port Arthur, Texas (N3220525D4050); GMD Shipyard Corp.,* Brooklyn, New York (N3220525D4051); and Rhoads Industries Inc.,* Philadelphia, Pennsylvania (N3220525D4052), are each being awarded a $128,728,618 maximum ceiling across all vendors, firm-fixed-price, multiple-award contract with an indefinite-delivery/indefinite-quantity ordering type for a five-year base period to provide lay-berthing services to Military Sealift Command Expeditionary Fast Transport vessels. The contract will be performed in Newport News, Virginia; Port Arthur, Texas; Brooklyn, New York; and Philadelphia, Pennsylvania, beginning on Feb. 28, 2025 and will conclude on Feb. 27, 2030. This contract was a competitive small business set aside with proposals solicited via SAM.gov website; with five timely proposals received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.
Hexagon US Federal Inc., Huntsville, Alabama, is awarded a $30,793,403 firm-fixed-price modification (P00014) to a previously awarded firm-fixed-price contract (M67854-23-C-4902) for sustainment of the Consolidated Emergency Response System (CERS) to provide hardware, software, and services to sustain and maintain CERS at Marine Corps installations. The total cumulative face value of this contract is $34,732,868. The contract modification is to exercise Option Year Two for the sustainment of the existing CERS. Work will be performed at Iwakuni, Japan (8.8%); Cherry Point, North Carolina (7.6%); Quantico, Virginia (7.6%); Camp Butler, Okinawa, Japan (7.6%); Beaufort, South Carolina (7.6%); Parris Island, South Carolina (7.6%); Albany, Georgia (7.6%); Camp Pendleton, California (7.6%); Barstow, California (7.6%); Twentynine Palms, California (7.6%); Miramar, Florida (7.6%); Camp Lejeune, North Carolina (7.6%); and Yuma, Arizona (7.6%), with an expected completion date of March 31, 2027. Fiscal 2025 operations and maintenance (Marine Corps) funds in the amount of $8,781,053 are obligated at time of award. Contract funds in the amount of $8,781,053 will expire at the end of the current fiscal year. This procurement is a sole source award to a large business in accordance with Federal Acquisition Regulation 6.302-1, authorized or required by statue. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.
General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $35,005,318 cost-plus fixed-fee undefinitized contract action modification to a previously awarded contract (N00024-20-C-2120) for lead yard support and development studies and design efforts related to Virginia-class submarines. Work will be performed in the continental United States and is expected to be completed by December 2027. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $3,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Textron Systems Corp., Hunt Valley, Maryland, is awarded a $29,959,409 cost-plus-fixed-fee contract for Mine Countermeasure Unmanned Surface Vehicle software development, payload integration, and sustainment support. This contract includes options which, if exercised, would bring the cumulative value of this contract to $100,123,335. Work will be performed in Hunt Valley, Maryland (60%); Panama City, Florida (30%); and Arlington, Virginia (10%), and will complete December 2025. If all options are exercised, work will continue through December 2027. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $4,719,886 will be obligated at time of award and will not expire at the end of the fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-C-6309).
Moog Inc., Blacksburg, Virginia, is being awarded $28,923,732 for a firm-fixed-price, long-term contract for the repair of the slip ring assembly in support of V-22 aircraft. This is a three-year contract with no option periods and work will be completed by February 2028. All work will be performed in Blacksburg, Virginia. Annual working capital funds (Navy) in the amount of $5,282,478 will be obligated for a delivery order (N00383-25-F-NU00) that will be awarded concurrently with the contract. Funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-25-D-NU01).
Lockheed Martin Rotary Mission Systems, Moorestown, New Jersey, is awarded a $13,211,525 cost-plus-fixed-fee modification to exercise Option Year One under a previously awarded contract (N6339424C0003) for in service engineering agent services in support of Command, Control, Communications, Computers, Combat Systems and Intelligence system elements specific to the Freedom variant of the Littoral Combat Ship. This award brings the total cumulative value of the contract to $25,950,779. Work will be performed in Mayport, Florida (50%); Moorestown, New Jersey (20%); San Diego, California (10%); Baltimore, Maryland (5%); Oldsmar, Florida (5%); Orlando, Florida (5%); and Virginia Beach, Virginia (5%), and is expected to be completed in February 2026. Fiscal 2023 other procurement (Navy) funds in the amount of $178,705 (56%), of which $178,705 will expire at the end of the current fiscal year; fiscal 2025 operation maintenance (Navy) funds in the amount of $100,000 (31%), of which $100,000 will expire at the end of the current fiscal year; fiscal 2025 other procurement (Navy) funds in the amount of $25,000 (8%); and defense working capital funds in the amount of $15,000 (5%), will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity (N6339424C0003).
UPDATE: Ratcliff Construction Inc., Orange Park, Florida (N6945025D0021), has been added to the multiple-award contract for construction projects at Naval Station Guantanamo Bay, Cuba.
Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity.
ARMY
Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $184,193,497 firm-fixed-price contract for Upturned Exhaust System II Kits. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of March 1, 2030. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-25-D-0017).
Harper Construction Co. Inc., San Diego, California, was awarded a $106,317,555 firm-fixed-price contract for maintenance hangar construction. Bids were solicited via the internet with one received. Work will be performed on Tinker Air Force Base, Oklahoma, with an estimated completion date of March 30, 2027. Fiscal 2025 military construction, defense-wide funds in the amount of $106,317,555 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-25-C-0007).
Tiya Services LLC, Baton Rouge, Louisiana, was awarded a $90,266,543 cost-plus-fixed-fee contract for various maintenance and repair services. Bids were solicited via the internet with one received. Work will be performed on Fort Moore, Georgia, with an estimated completion date of Feb. 27, 2026. Fiscal 2025 operation and maintenance, Army funds in the amount of $7,639,399 were obligated at the time of the award. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911SF-25-C-A004).
Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $19,999,800 cost-plus-incentive-fee contract for PATRIOT missile software support services. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of March 31, 2028. Fiscal 2025 research, development, test and evaluation, Army funds in the amount of $4,000,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-25-F-0061).
Airtronics LLC, Tucson, Arizona, was awarded a $7,941,037 firm-fixed-price contract for the overhaul of UH-60 Black Hawk helicopter modulating valves. 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 Feb. 27, 2030. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-25-D-0018)
AIR FORCE
Space Dynamics Laboratory, North Logan, Utah, was awarded a $150,000,000 indefinite-delivery/indefinite-quantity contract action for Virtual Image Processing Capability (VIP-C). This contract provides for sustainment, modification, and modernization of the VIP-C system. Work will be performed in North Logan, Utah, and is expected to be completed by Feb. 29, 2028. This contract was a sole source acquisition. Fiscal 2025 operation and maintenance funds in the amount of $1,800,000 are being obligated at the time of award. The Command, Control, Communication and Battle Management Directorate, Hanscom Air Force Base, Massachusetts, is the contracting activity.
HumanIT Solutions LLC, Dayton, Ohio, was awarded a $42,000,000 ceiling indefinite-delivery/indefinite-quantity contract for Contracting-Information Technology (CON-IT) Cloud and Lifecycle Modernization Support. This contract provides for technical and enhancement support required to navigate the CON-IT cloud expansion effort. Work will be performed in Kettering, Ohio, and is expected to be completed by July 27, 2028. This contract was a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $2,104,032; and fiscal 2024 research, development, test and evaluation funds in the amount of $879,472, are being obligated at time of award. The Air Force Lifecycle Management Center, Kettering, Ohio, is the contracting activity (FA877024DB002).
Tecolote Research Institute, Goleta, California, has been awarded a $23,327,809 firm-fixed-price modification (P00060) to a previously awarded contract (FA8807-19-F-0008) for Space and Mission Systems Center acquisition and financial support efforts. The modification brings the total cumulative face value of the contract to $205,339,838. Work will be performed in El Segundo, California, and is expected to be completed by Oct. 31, 2025. Fiscal 2025 research, development, test and evaluation funds in the amount of $2,495,862; fiscal 2025 procurement funds in the amount of $842,563; fiscal 2025 operation and maintenance funds in the amount of $121,427; fiscal 2024 procurement funds in the amount of $1,003,088; and Foreign Military Sales funds in the amount of $80,511are being obligated at the time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.
Impulse Space Inc., Redondo Beach, California, was awarded a $15,000,000 firm-fixed-price contract for the Helios kick stage. This contract provides the Space Force with a high-energy kick-stage to be used on the Victus Surgo mission. Work will be performed in Redondo Beach, California, and is expected to be completed by September 2026. This contract was a sole source acquisition under a Phase II Small Business Innovative Research effort. Fiscal 2024 research and development funds in the amount of $12,750,000 are being obligated at the time of award. The Space Systems Command, Kirtland Air Force Base, New Mexico, is the contracting activity (FA8809-25-C-B007).
L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $7,833,520 modification (P00320) to previously awarded (FA8823-20-C-0004) to exercise option year six for Distributed Space Command and Control System Software Version Release. The modification brings the total cumulative face value of the contract to $1,422,483,142 from $1,414,649,622. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by Feb. 28, 2026. Fiscal 2025 operation and maintenance funds in the amount of $7,833,520 are being obligated at time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Lord Corp., Erie, Pennsylvania, has been awarded a maximum $10,880,530 firm-fixed-price, one-time buy contract for rod end plain bearings conducted in accordance with Federal Acquisition Regulation 13.5. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1 and conducted in accordance with Federal Acquisition Regulation 13.5. This is a one-year contract with no option periods. The delivery completion date is March 27, 2028. Using military service is Army. Type of appropriations is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A6-25-P-E048).
Raytheon Technologies Corp., East Hartford, Connecticut, has been awarded an estimated $9,287,830 modification (P00001) to a delivery order (SPRTA1-21-F-0344) issued against a five-year subsumable contract (SPE4AX-20-D-R001) with no option periods for the manufacture of TF-33 combustion chambers. This is a firm-fixed-price contract. The performance completion date is Feb. 28, 2027. Using military service is Air Force. Type of appropriation is fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma.
*Small business
This entry was posted on Thursday, March 06, 2025 12:48 pm