
9/2
NAVY
Advanced Integrated Technologies LLC,* Norfolk, Virginia (N00024-25-D-4325); Auxiliary Systems Inc.,* Norfolk, Virginia (N00024-25-D-4326); BAE Systems Norfolk Ship Repair Inc., Norfolk, Virginia (N00024-25-D-4328); Colonna’s Shipyard Inc.,* Norfolk, Virginia (N00024-25-D-4329); Delphinus Engineering Inc.,* Newtown Square, Pennsylvania (N00024-25-D-4330); East Coast Repair & Fabrication LLC,* Newport News, Virginia (N00024-25-D-4331); Epsilon System Solutions Inc.,* Portsmouth, Virginia (N00024-25-D-4332); General Dynamics Information Technology Inc., Falls Church, Virginia (N00024-25-D-4334); Metro Machine Corp., Norfolk, Virginia (N00024-25-D-4335); GI Industrial Marine LLC,* Portsmouth, Virginia (N00024-25-D-4336); HII Mission Technologies Corp., McLean, Virginia (N00024-25-D-4337); IMIA LLC, Spanish Fort, Alabama (N00024-25-D-4338); MIKEL Inc.,* Middletown, Rhode Island (N00024-25-D-4339); MOOG Military Aircraft LLC, Elma, New York (N00024-25-D-4340); Neal Technologies Innovation LLC,* Daphne, Alabama (N00024-25-D-4341); Oceaneering International Inc., Chesapeake, Virginia (N00024-25-D-4342); Pacific Armada NW LLC,* San Diego, California (N00024-25-D-4344); Pacific Shipyards International LLC,* Honolulu, Hawaii (N00024-25-D-4345); Propulsion Controls Engineering LLC,* Everett, Washington (N00024-25-D-4346); QED Systems Inc.,* Virginia Beach, Virginia (N00024-25-D-4347); Riley Power Group LLC,* Rock Hill, South Carolina (N00024-25-D-4348); Southcoast Welding & Manufacturing LLC,* Chula Vista, California (N00024-25-D-4349); Standard Inspection Services,* National City, California (N00024-25-D-4350); Tecnico Corp.,* Chesapeake, Virginia (N00024-25-D-4351); and VT Milcom Inc., Virginia Beach, Virginia (N00024-25-D-4352), are awarded a combined $1,123,590,000 firm-fixed-price, cost-plus-fixed-fee, and cost-only, indefinite-delivery/indefinite-quantity, multiple award contract for discrete production, non-discrete production and other production work to support the public shipyards in accomplishing repair, maintenance, and modernization of nuclear-powered attack submarines undergoing scheduled Chief of Naval Operations maintenance availabilities. These contracts include options which, if exercised, would bring the cumulative value to $1,906,010,000 over an eight-year period to the 25 vendors combined. Work will be performed in Norfolk, Virginia (35%); Bremerton, Washington (25%); Kittery, Maine (20%); and Pearl Harbor, Hawaii (20%), and is expected to be completed by August 2030. If all options are exercised, work will continue through August 2033. No funds will be obligated at the time of the award; funds will be obligated at the delivery order level as contracting actions occur. This contract was competitively procured via the System for Award Management website, with 29 offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Raytheon Missiles and Defense, Tucson, Arizona, is awarded a not-to-exceed $380,000,000 firm-fixed-price and cost-plus-fixed-fee undefinitized contract action modification to a previously awarded contract M67854-25-C-0111 for Medium Range Intercept Capability (MRIC). The total cumulative face value of the contract is $412,519,000. The contract modification is for the full rate production scope of the MRIC requirement. This work will be performed in Tucson, Arizona, with an expected completion date of Aug 28, 2028. Fiscal 2025 procurement (Marine Corps) funds in the amount of $70,000,000 are obligated at the time of award. Contract funds in the amount of $70,000,000 will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.
Epsilon Systems Solutions Inc.,* San Diego, California, is awarded a $28,739,427 cost-plus-fixed fee contract to provide a full range of technical and repair support services for the Southwest Regional Maintenance Center’s product family divisions. This contract includes options which, if exercised, would bring the cumulative value of this contract to $164,310,172 over a five-year period. Base year work will be performed in San Diego, California, and is expected to be completed by September 2026. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $2,394,907 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was a competitive acquisition, and one offer was received following a solicitation posted to SAM.gov. Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-25-C-0007).
Aviation Systems Engineering Co. Inc., Lexington Park, Maryland, is awarded a $26,957,807 modification (P00011) to a previously awarded cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract (N0042120D0123). This modification exercises an option to provide continued program management support for airborne anti-submarine warfare legacy, new acoustic and non-acoustic sensors, systems, and subsystems for naval air platforms in support of improving existing maritime patrol and reconnaissance mission systems for the Navy. Work will be performed in Patuxent River, Maryland (90%); and Lexington Park, Maryland (10%), and is expected to be completed in March 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competed. Naval Air Warfare Center Aircraft Division Patuxent River, Maryland, is the contracting activity.
Leidos Inc., Reston, Virginia, is awarded a $12,411,208 modification (P00022) to a previously awarded cost-plus-fixed-fee contract (N0001919C0051). This modification adds scope to provide for the integration of required updates to the systems requirements document critical to the functionality of the ALQ-214 system using the Adaptive Radar Countermeasure software in support of enhancing F/A-18 survivability against modern threats Work will be performed in Reston, Virginia (47%); Clifton, New Jersey (40%); and Goleta, California (13%), and is expected to be completed in September 2026. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $9,349,290 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Aviation Systems Engineering Co. Inc., Lexington Park, Maryland, is awarded a $8,109,974 firm-fixed-price contract to provide maintenance and flight operations training support for the P-8A Poseidon aircraft in support of the Republic of Korea Navy, achieving and maintaining operational capability, as well as pilot and maintainer proficiency in addition to pilot currency. Additionally, this contract provides for the development of additional personal qualification standards, updates to outdated maintenance curriculum, and updates to aircrew courseware to include latest mission capabilities. Work will be performed in Jacksonville, Florida (75%); Pohang, South Korea (10%); and Seoul, Korea (15%), and is expected to be completed in September 2028. Foreign Military Sales customer funds in the amount of $8,109,974 will be obligated at the time of award, none of which expire at the end of the current fiscal year. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001925C0116).
US Marine Management, Norfolk, Virginia, is awarded a firm-fixed-price modification under contract N3220523C4035, which is contract for the services of the oil tanker MT Badlands Trader. The modification adds a capability to refuel USS and allied vessels at sea. The capability will be installed no later than February 2026. The place of performance is worldwide. Military Sealift Command, Norfolk, Virginia, is the contracting activity.
AIR FORCE
American Engineering Corp., Okinawa, Japan (FA5270-25-D-0024); CMS K.K., Okinawa, Japan (FA5270-25-D-0025); Fuji Construction Co. Ltd., Okinawa, Japan (FA5270-25-D-0026); Gilbane Japan GK, Tokyo, Japan (FA5270-25-D-0027); Kashiwabara Corp., Yamaguchi, Japan (FA5270-25-D-0028); Kyudenko – Yabu JV, Fukuoka, Japan (FA5270-25-D-0029); Kyunan Co. Ltd., Miyazaki, Japan (FA5270-25-D-0030); Maeda-Onaka JV, Okinawa, Japan (FA5270-25-D-0031); Nippo Corp., Tokyo, Japan (FA5270-25-D-0032); Sekitokyu Kogyo Co. Ltd, Tokyo, Japan (FA5270-25-D-0033); Sumiju Yokosuka Kogyo Co., Ltd., Kanagawa, Japan (FA5270-25-D-0034); TECC Corp., Kanagawa, Japan (FA5270-25-D-0035); TOA-KGC JV, Okinawa, Japan (FA5270-25-D-0036); Yugen Kaisha Yamauchi Gumi, Okinawa, Japan (FA5270-25-D-0037); and Sankyo Denki Ohna Denken JV (FA5270-25-D-0041), have been awarded a ceiling $995,000,000 firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contract for the Okinawa multiple award construction contract. This contract provides for a wide range of construction projects, both on and off military installations, across Okinawa, Japan. Work will be performed in Okinawa, Japan, and is expected to be completed by Sept. 1, 2030. This contract was a competitive acquisition, and 15 offers were received. Fiscal 2025 operation and maintenance funds in the amount of $500 will be obligated to each awardee at the time of award. The 18th Contracting Squadron, Kadena Air Base, Okinawa, Japan, is the contracting activity.
The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $20,610,145 contract award for the Japan E-767 Airborne Warning and Control System Multifunctional Information Distribution System – Joint Tactical Radio System. This contract provides for pilots, ferry flights, lab access and support, and testing for the Multifunctional Information Distribution System – Joint Tactical Radio System Upgrade. Work will be performed in Oklahoma City, Oklahoma, and is expected to be completed by Feb. 14, 2029. This contract involves Foreign Military Sales (FMS) to Japan. This contract was a sole source acquisition. FMS funds in the amount of $18,916,071 are being obligated at time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2363-25-C-B003).
Robbins-Gioia LLC, Alexandria, Virginia, was awarded a maximum $8,793,842 firm-fixed-price follow-on contract, including options, for the program depot maintenance scheduling system. This contract provides services for sustainment, program and status reporting, schedule collaboration, interface sustainment, end-user support at Air Logistic Complexes and the Air Force Sustainment Command Headquarters, and software requirements. Work will be performed at Alexandria, Virginia, and is expected to be completed by July 31, 2027. This contract was a sole source acquisition. Fiscal 2025 operations and maintenance funds; and working capital funds in the amount of $2,152,766, were obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA877025CB007). (Awarded Aug. 15, 2025)
DEFENSE LOGISTICS AGENCY
Lockheed Martin RMS, Owego, New York, has been awarded a maximum $56,406,399 firm-fixed-price, fixed-quantity contract for B-2 countermeasure receivers. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. This is a six-year contract with no option periods. The performance completion date is Aug. 31, 2031. Using military service is Air Force. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-25-C-0009).
Dominion Energy South Carolina Inc., Cayce, South Carolina, has been awarded an estimated $25,222,626 modification (P00062) to a 50‐year contract (SP0600‐18‐C‐8326) with no option periods to incorporate tariff rate adjustments as authorized by the South Carolina Public Service Commission. The performance completion date is Nov. 18, 2069. Using military service is Army. Type of appropriation is fiscal 2025 through 2070 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.
Michigan Church Supply Co. Inc.,* Mount Morris, Michigan, has been awarded a maximum $8,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the supply of Christian religious equipment and supplies. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. The ordering period end date is Aug. 28, 2030. Using military services are Army, Navy, Air Force, Space Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-0088). (Awarded on Aug. 29, 2025)
Airgas USA LLC, Kennesaw, Georgia, has been awarded an estimated $7,522,323 firm-fixed-price requirements contract for aviator’s breathing oxygen, liquid oxygen, liquid nitrogen, and liquid argon. This was a competitive acquisition with five responses received. This is a five-year contract with no option periods. Locations of performance are Alabama, Florida, Georgia, and Virginia, with a June 30, 2030, performance completion date. Using military services are Air Force, Army, Marine Corps, and Navy. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy Aerospace, San Antonio, Texas (SPE601-25-D-1515). (Awarded on Aug. 29, 2025)
U.S. TRANSPORTATION COMMAND
The SeaCube Leasing International Inc., Montvale, New Jersey (HTC71124DW028/P00005); Textainer Equipment Management (U.S.) Ltd., San Francisco, California (HTC71124DW029/P00004); and Triton Container International Ltd., Hamilton, Bermuda (HTC71124DW030/P00004), have been awarded modifications to an indefinite-delivery/indefinite-quantity, fixed price contract, with an estimated value of $45,700,000. This brings the total cumulative face value of the program to $91,492,873. This contract is to obtain intermodal equipment leasing and transportation services, information technology management in support of leasing operations, and related container support functions to meet the government missions and exercises for peacetime, contingency, disaster, and humanitarian operations on a global basis, to include maintenance, repair, inspection, leasing, and acquisition of intermodal equipment. The option period of performance is from Sept. 1, 2025, to Aug. 31, 2026. Operations and maintenance funds will be obligated for fiscal 2025 and 2026. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Aug. 25, 2025)
ARMY
International Communication Associates, Arlington, Virginia, was awarded a $41,000,000 time-and-materials contract to provide foreign language instructor training support for the Defense Language Institute Foreign Language Center through Defense Language Institute Washington. 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 Oct. 5, 2030. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911S0-25-D-0003).
Diplomatic Language Services, Arlington, Virginia, was awarded a $41,000,000 time-and-materials contract to provide foreign language instructor training support for the Defense Language Institute Foreign Language Center through Defense Language Institute Washington. 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 Oct. 5, 2030. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911S0-25-D-0004).
International Center for Language Studies, Washington, D.C., was awarded a $41,000,000 time-and-materials contract to provide foreign language instructor training support for the Defense Language Institute Foreign Language Center through Defense Language Institute Washington. 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 Oct. 5, 2030. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911S0-25-D-0002).
Dubuque Barge and Fleeting Service Co.,* Dubuque, Iowa (W9128F-25-D-A018); Midwest Construction Co.,* Nebraska City, Nebraska (W9128F-25-D-A019); W.A. Ellis Construction Co.,* Independence, Missouri (W9128F-25-D-A020); Western Contracting Corp.,* Sioux City, Iowa (W9128F-25-D-A021); and Bloomsdale Excavating Co. Inc.,* Bloomsdale, Missouri (W9128F-25-D-A022), will compete for each order of the $49,000,000 firm-fixed-price contract for construction in support of the Missouri River Bank Stabilization and Navigation Project. 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 Sept. 1, 2030. U.S. Army Corps of Engineers, Omaha District, is the contracting activity.
Seaside Engineering & Surveying LLC,* Baker, Florida (W9127S-25-D-A002); Consolidated Land Services Inc.,* Mountain Home, Arkansas (W9127S-25-D-A006); and RLC LLC, doing business as, Renaissance Infrastructure Consulting,* St. Simons Island, Georgia (W9127S-25-D-A007), will compete for each order of the $30,000,000 firm-fixed-price contract for architect-engineering services. 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 Aug. 31, 2030. U.S. Army Corps of Engineers, Little Rock District, is the contracting activity.
Torch Technologies Inc., Huntsville, Alabama, was awarded a $12,740,969 modification (P00022) to contract W31P4Q-23-F-B002 for Option Three under the Security Assistance Management Directorate Homing All the Way Killer Project Office. The modification brings the total cumulative face value of the contract to $12,740,969. Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of Sept. 3, 2026. Fiscal 2025 Foreign Military Sales funds from Australia, Bahrain, Egypt, Greece, Japan, Jordan, Qatar, Saudi Arabia, Spain, Taiwan, Ukraine, the United Arab Emirates, and the United Kingdom; and operations and maintenance, Army funds in the amount of $12,740,969, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Maverick Constructors LLC,* Opelousas, Louisiana, was awarded a $9,800,875 firm-fixed-price contract (W912P8-25-C-A003) for the execution of the Calcasieu River and Pass Dredged Material Management Plan. Bids were solicited via the internet with nine received. Work will be performed in Cameron Parish, Louisiana, with an estimated completion date of Oct. 30, 2026. Fiscal 2023 construction, Corps of Engineers, civil funds in the amount of $9,800,875 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans District, is the contracting activity.
DEFENSE HUMAN RESOURCES ACTIVITY
Cherokee Nation Defense Solutions LLC, Tulsa, Oklahoma, will be awarded an indefinite-delivery/indefinite-quantity and firm-fixed price contract with time-and-material contract line items for travel (H9821025DE002). The contract value is $27,426,387, which includes a five-year ordering period. The purpose of this is for the contractor to provide administrative and customer support services to ensure operational effectiveness. Service and support provided include, but are not limited to, project management oversight and administrative support, office clerical assistant support, and information management support. Work will be performed in Alexandria, Virginia; Seaside, California; and Fort Knox, Kentucky, with and period of performance of Sept. 8, 2025, through Sept. 7, 2030. The government’s requirement for enterprise administrative services was solicited as a direct 8(a) sole-source award to Cherokee Nation Defense Solutions LLC. The task orders issued under this contract will be funded with operations and maintenance dollars. As defined in Federal Acquisition Regulation 17.1, this is not a multiyear contract. Defense Human Resources Activity, Alexandria, Virginia, is the contracting activity.
U.S. SPECIAL OPERATIONS COMMAND
Guardian Defense Group, Inc., Alexandria, Virginia, was awarded a ceiling $9,324,226 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (H9223925DE003) for psychological assessment support services for U.S. Army Special Operations Command (USASOC) for a base period of 10.5 months and four 12-month ordering periods. These services shall be conducted in support of, and in coordination with, major command elements and USASOC subordinate units that include, but are not limited to, the John F. Kennedy Special Warfare Center and School, the 1st Special Forces Command, the 75th Ranger Regiment, and the 160th Special Operations Regiment, as well as other Army Special Operations Forces units as required. The contractor may also provide psychological services in support of and in coordination with other U.S. Special Operations Command components. This award consists of a guaranteed minimum of $100,000 during the base period. Fiscal 2025 Major Force Program 11 funds in the amount of $1,107,700 are obligated at the time of the award. The work will be performed at Fort Bragg, North Carolina; Fort Campbell, Kentucky; Joint Base Lewis McChord, Washington; Fort Benning, Georgia; Hunter Army Airfield, Georgia; Camp Merrill, Georgia; Richmond, Virginia; Fort Walker, Virginia; Virginia Beach, Virginia; Elgin Air Force Base, Florida; Fort Carson, Colorado; and other continental U.S. locations. This contracting action was a competitive service-disabled veteran-owned small business set-aside, best value trade-off source selection. USASOC, Fort Bragg, North Carolina, is the contracting activity.
*Small business
9/3
DEFENSE HEALTH AGENCY
International SOS Government Services Inc., Trevose, Pennsylvania, was awarded $143,056,809 for Option Period Five of the TRICARE Overseas Program indefinite-delivery/indefinite-quantity, fixed-price task order contract (HT940220D0002) for health care support services. This contract supplements the healthcare capabilities and capacities of overseas military medical treatment facilities and provides healthcare in remote overseas locations. The program is a mission to provide TRICARE services to eligible beneficiaries in locations outside the U.S. and Washington, D.C., pursuant to Title 10 U.S. Code, Chapter 55, Section 1074(c)(1); and Title 32 Code of Federal Regulations, Part 199. The option period of performance is Sept. 1, 2025, to Aug. 31, 2026. Fiscal 2025 operations and maintenance funds were obligated at the time of award. The Defense Health Agency Managed Care Contracting Division, Aurora, Colorado, is the contracting activity. (Awarded July 30, 2025)
General Dynamics Information Technology Inc., Falls Church, Virginia, was awarded a sole-source Federal Supply Schedule General Services Administration firm-fixed-price order (HT003825FE001) with a maximum value of $15,828,800. The contract includes the continued operation, maintenance, and sunsetting support of the Armed Forces Billing and Collection Utilization Solution, a Software as a Service cloud-based solution for military medical treatment facility billing and collections. The task order’s period of performance includes a six-month base period and two six-month optional periods, between Aug. 1, 2025, to Jan. 31, 2027. The primary work location will be in Falls Church, Virginia. The base period has been fully funded with fiscal 2025 operations and maintenance funds. The Defense Health Agency, Defense Healthcare Management Systems Contracting Division, Rosslyn, Virginia, is the contracting activity. (Awarded July 30, 2025)
Western Door Federal LLC, Chantilly, Virginia, is awarded $11,637,792, to exercise Option Period Two of a previously awarded firm-fixed-price contract (HT001123C0099), to provide financial analysis, accounting, and program management support services for the Defense Health Agency Direct Care Financial Management Division. Work will be primarily performed at San Antonio, Texas and Falls Church, Virginia. Fiscal 2025 operation and maintenance funds are obligated at the time of award. The contract was an 8(a) sole source award through the Small Business Administration 8(a) program, in accordance with 15 U.S. Code 637, as implemented by Federal Acquisition Regulation 6.302-5(b)(4) and was executed on Sept. 22, 2023. The period of performance for this option period exercise is Sept. 30, 2025, to Sept. 29, 2026. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded Sept. 2, 2025)
Western Door Federal LLC, Chantilly, Virginia, is awarded $8,593,763 for Option Year Four of a firm-fixed-price contract (HT001121C0021) to provide programming, budget development and execution, accounting, administrative, and training support services to the Defense Health Agency Direct Care Financial Management Division. Work will be primarily performed at Fort Sam Houston, Texas. Fiscal 2025 operations and maintenance funding was obligated at time of award. The contract was an 8(a) sole source award through the Small Business Administration 8(a) program in accordance with 15 U.S. Code 637 as implemented by Federal Acquisition Regulation 6.302-5(b)(4) and was executed on Sept. 27, 2021. The period of performance for this option period is Sept. 30, 2025, to Sept. 29, 2026. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.
NAVY
General Dynamics Mission Systems Inc., Manassas, Virginia, is awarded a $91,211,004 cost-plus-fixed-fee, cost-plus-incentive-fee, and firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engineering and technical support and production of submarine tethered expendable buoy systems on new construction and in-service submarines. Work will be performed in Manassas, Virginia, and is expected to be completed by August 2030. Fiscal 2025 other procurement (Navy) fund in the amount of $2,000,000 (67%); and fiscal 2025 research, development, test and evaluation (Navy) fund in the amount of $1,000,000 (33%), will be obligated to satisfy the minimum guarantee and begin engineering efforts under delivery order (N00024-25-F-6233) and the funds will not expire at the end of the current fiscal year. The requirement was competitively procured through full and open competition with three offerors received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-D-6231).
Weeks-Cashman JV, Omaha, Nebraska, is awarded an $87,838,740 firm-fixed-price construction contract for P-1044, Pier 31 Replacement. Work will be performed at the Naval Submarine Base New London, Groton, Connecticut, and is expected to be completed by November 2027. The maximum dollar value, including the base price and five options, is $95,573,000. Fiscal 2024 military construction funds in the amount of $87,838,740 will be obligated at the time of the award and will not expire at the end of the fiscal year. This contract was competitively procured via the www.SAM.gov website, with two offers received. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N4008525C0032).
Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a $52,966,176 cost-plus-incentive-fee, cost-plus-award-fee, and cost-only contract modification to previously awarded contract (N00024-15-C-5151) to exercise options to provide ship integration and test of the Aegis weapon system. Work will be performed in Moorestown, New Jersey (44%); San Diego, California (19%); Norfolk, Virginia (18%); Bath, Maine (10%); Pascagoula, Mississippi (9%), and is expected to be completed by September 2026. Fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $4,821,906 (35%); fiscal 2025 operations and maintenance (Navy) funds in the amount of $4,410,428 (32%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $2,385,560 (17%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $1,251,978 (9%); fiscal 2025 other procurement (Navy) funds in the amount of $736,861 (5%); and fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $238,546 (2%), will be obligated at time of award, of which $4,410,428 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
CenCore LLC,* Springville, Utah, is awarded a $43,449,980 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N6523625D3800). The commercial contract will provide for design, fabrication, delivery, assembly and installation of prefabricated secure modular buildings on existing concrete pads at Naval Information Warfare Center, Charleston, South Carolina. The contract includes a five-year ordering period with no options. The first delivery order will be awarded simultaneously with a value of $5,449,980 and a delivery date of Feb. 12, 2027. Work will be performed in Springville, Utah (87%); and Charleston, South Carolina (13%), and is expected to be completed by August 2032. Fiscal 2025 research, development, test and evaluation funds in the amount of $5,449,980 will be obligated on the first delivery order at time of award of the basic contract. Funds will not expire at the end of the current fiscal year. The contract was competitively procured as a small business set-aside via the System for Award Management website, with five offers received. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity.
Honeywell International Inc., Phoenix, Arizona, is being awarded a $24,234,992 firm-fixed-price contract for 69 auxiliary power unit spares in support of F/A-18 aircraft. All work will be performed in Phoenix, Arizona, and will be completed by November 2028. Fiscal 2025 annual working capital (Navy) funds in the full amount of $24,234,992 will be obligated at time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement in accordance with Federal Acquisition Regulation 10 U.S. Code 3204(a)(1) with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-25-C-D027).
J&J Contractors Inc., North Billerica, Maine, is awarded a $22,311,265 firm-fixed-price construction contract for P-347 perimeter security improvements at Portsmouth Naval Shipyard, Naval Computer and Telecommunications Station, Cutler, Maine. Work will be performed in Cutler, Maine, and is expected to be completed by March 2028. The base price and two options will be awarded in the amount of $22,311,265. Fiscal 2021 military construction funds in the amount of $22,311,265 will be obligated at the 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 three offers received. Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N4008525C0013).
Detyens Shipyards Inc.,* North Charleston, South Carolina, is awarded a $14,754,720 firm-fixed-price contract (N3220525C4082) for 91-calendar day shipyard availability for the mid-term availability of Military Sealift Command’s Expeditionary Mobile Base USNS Robert E. Simanek (ESB 7). This contract includes a base work package and four unexercised options for additional work and time which, if exercised, would increase the cumulative value of this contract to $16,021,595. Work will be performed in Charleston, South Carolina, beginning Oct. 18, 2025, and is expected to be completed by Jan. 16, 2026. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $14,754,720 are obligated and will expire at the end of the fiscal year. This contract was a small business set-aside solicited via the Government Point of Entry website and one proposal received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.
Northrop Grumman Systems Corp., Melbourne, Florida, is awarded an $11,631,673 cost-plus-fixed-fee modification (P00007) to an order (N0001923F0029) against a previously issued basic ordering agreement (N0001920G0005). This modification provides for the procurement of two installation data packages for the E-2D Advanced Hawkeye Fatigue Article Test and Teardown. Work will be performed in Malborne, Florida (45%); Bethpage New York (40%); and El Segundo, California (15%), and is expected to be completed in April 2028. Fiscal 2025 research, development, test and evaluation funds in the amount of $11,631,673 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.
AIR FORCE
Ranco Construction Inc., Southampton, New Jersey (FA4484-25-D-0024); OK2 Construction LLC, Cleburne, Texas (FA4484-25-D-0025); and JJS Electric Inc., Wrightstown, New Jersey (FA4484-25-D-0026), were awarded a ceiling $66,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for electrical work. This contract includes all personnel, labor, material, tools, equipment, quality control, supervision, and other items and services necessary to manage and accomplish a broad range of inspection, survey, testing, troubleshooting, constructing, calibrating, programming, maintenance, demolition, temporary power, upgrade, alteration, and repair of electrical systems. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be completed by Sept. 2, 2030. These contracts were competitive acquisitions, and nine offers were received. No funds are being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity.
Relief Enterprise Inc., Austin, Texas, was awarded a $36,342,175 indefinite-delivery/indefinite quantity contract for custodial services. This contract provides for all management, tools, equipment, and labor necessary to ensure that custodial services are performed at Joint Base San Antonio – Fort Sam Houston, Texas, in a manner that will maintain a satisfactory facility condition and present a clean, neat and professional appearance. Work will be performed at Joint Base San Antonio- Fort Sam Houston, Texas, and is expected to be completed by Aug. 31, 2029. This contract was a sole source acquisition. Fiscal 2025 funds for operations and maintenance in the amount of $740,071 are being obligated at time of award. The 502nd Contracting Squadron- Joint Base San Antonio-Lackland, Texas is the contracting activity (FA301625D0012). (Awarded Aug. 31, 2025)
Haskell Corp, Bellingham, Washington, was awarded a $21,541,787 firm-fixed-price contract for a steam generator at Air Force Research Lab. This contract provides for the design, fabrication, transport, testing, installation, and related work for one new steam generator. This generator will be utilized to replace an aging steam generation system in use at Area 1-42. The location of performance is the Air Force Research Laboratory West Area 1-42, Edwards Air Force Base, California. The work is expected to be completed by Sept. 7, 2027. This award is the result of a full and open competitive acquisition solicited on SAM.gov with 1 offer received. Fiscal 2024 research and development funds in the amount of $16,026,856 are being obligated at the time of award. The Air Force Test Center, Aerospace Systems Support Branch, Edwards AFB, California is the contracting activity (FA930025P6011).
Lockheed Martin Corp., Littleton, Colorado, was awarded a $12,155,760 fixed-price incentive (firm-target) modification (P00118) to previously awarded contract FA8823-21-C-0001 for Space Based Infrared System contractor logistics support, product support, and integration contract evolution. This modification will increase the contract value from $1,270,585,484 to $1,282,741,244 Work will be performed on Peterson Space Force Base, Buckley SFB, Greeley Air National Guard Station, and Boulder, Colorado, and is expected to be completed by Jan. 31, 2026. Fiscal 2025 operations and maintenance funds in the amount of $12,155,760 are being obligated at the time of the award. Space Systems Command, Peterson SFB, Colorado, is the contracting activity.
Goodwill Industries of San Antonio Contract Services, San Antonio, Texas, was awarded a $9,402,910 indefinite-delivery requirements contract for grounds maintenance services. This contract provides for the contractor to provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform grounds services, shrubbery/tree trimming, stump removal, grass trimming, and debris/trash pickup; services will be performed at Joint Base San Antonio-Fort Sam Houston, Texas, and is expected to be completed by Jan. 31, 2030. This contract was a sole source acquisition. Fiscal 2025 funds for operations and maintenance in the amount of $163,121 are being obligated at time of award. The 502nd Contracting Squadron-Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA301625D0023). (Awarded Aug. 30, 2025)
WR Security & Bewachungs GmbH, Kaiserslautern, Germany, has been awarded an $8,261,201 firm-fixe-price contract for passenger terminal security & baggage screening services. This contract provides for non-personal, unarmed services supporting the 721st Aerial Port Squadron, ensuring efficient passenger and baggage handling compliant with Transportation Security Administration, Air Mobility Command, and German regulations. Work will be performed on Ramstein Air Base, Germany, and is expected to be completed by Sept. 30, 2030, if all options are exercised. This contract was a competitive acquisition, and four offers were received. Fiscal 2026 working capital in the amount of $1,465,521 are subject to availability and will be obligated when available. The 700th Contracting Squadron, Kapaun Air Station, Germany, is the contracting activity (FA561325C0007).
U.S. SPECIAL OPERATIONS COMMAND
9Line LLC, Tampa, Florida, was awarded a $64,165,507 hybrid firm-fixed-price and cost reimbursement contract (H9240025CE003) for non-clinical case management and advocacy services. The work will be performed at locations in the U.S. and abroad and is expected to be completed by June 14, 2030. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.
ARMY
Specialized Materials and Chemicals LLC,* Perry, Utah, was awarded a $49,500,000 firm-fixed-price contract for ammonium perchlorate to support McAlester Army Ammunition Plant production purposes. The amount of this action is $49,500,000. Bids were solicited via the web with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 2, 2028. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-25-D-A010).
The Johns Hopkins University Applied Physics Laboratory LLC, Laurel, Maryland, was awarded a $20,000,000 cost-plus-fixed-fee contract to accelerate the development, acquisition, fielding, and sustainment of material. The amount of this action is $20,000,000. Bids were solicited via the web with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 14, 2032. Army Contracting Command, Research Triangle Park Division, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-25-D-A003).
Fulcrum Concepts LLC, Mattaponi, Virginia, was awarded a $14,853,953 modification (P00007) to contract W911W6-21-C-0041 for the Modular Effects Launcher Phase III. The modification brings the total cumulative face value of the contract to $29,731,217. Work will be performed in Mattaponi, Virginia, with an estimated completion date of Sept. 30, 2027. Fiscal 2010 research, development, test, and evaluation, Army funds in the amount of $1,443,876 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Applied Technologies Group Inc.,* Huntsville, Alabama, was awarded a $12,308,640 modification (P00038) to contract W31P4Q-23-F-E001 for logistics support for the Utility Helicopters Project Office. The modification brings the total cumulative face value of the contract to $49,371,665. Work will be performed in Huntsville, Alabama, with an estimated completion date of Oct. 12, 2026. Fiscal 2025 funds in the amount of $6,812,686 other procurement, Army funds; $3,467,957 operation and maintenance, Army funds; and $2,027,996 Foreign Military Sales funds, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Navigator Development Group Inc.,* Enterprise, Alabama, was awarded a $10,725,178 modification (P00039) to contract W31P4Q-21-F-D001 for programmatic services support for Program Executive Office Aviation Headquarters. The modification brings the total cumulative face value of the contract to $51,510,197. Work will be performed in Enterprise, Alabama, with an estimated completion date of Sept. 7, 2026. Fiscal 2025 funds in the amount of $241,882 for Foreign Military Sales administrative funds, $876,770 for operation and maintenance, Army funds, $7,715,570 for operation and maintenance, Army funds, $1,051,024 for research, development, test, and evaluation, Army funds, and $839,933 for operation and maintenance, Army funds were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Dickson Furniture Manufacturers LLC, Houston, Texas, was awarded a firm-fixed-price contract for the procurement and installation of replacement case goods under the Centralized Furnishings Program. The amount of this action is $9,009,859, with a total cumulative face value of $9,012,259. Bids were solicited via the internet with four received. Work will be performed in Pensacola, Florida, with an estimated completion date of March 20, 2026. Fiscal 2010 procurement, defense-wide funds in the amount of $9,009,859 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville Engineer and Support Center, is the contracting activity (W912DY-25-F-0323).
Theissen Training Systems Inc., Gainesville, Florida, was awarded a $7,510,805 firm-fixed-price contract for a deployable range package and associated equipment. Bids were solicited via the internet with one received. Work will be performed in Romania, with an estimated completion date of Sept. 29, 2027. Fiscal 2025 Foreign Military Sales (Romania) funds in the amount of $7,510,805 were obligated at the time of the award. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-25-C-A023). (Awarded Aug. 28, 2025)
DEFENSE LOGISTICS AGENCY
Bernard Cap LLC,* Hialeah, Florida, has been awarded a maximum $8,813,161 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for crown, dress cap, polyester, CNT, laminated, white 3006 and crown, dress, polyester/wool gabardine, laminated, green 2212. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. The ordering period end date is Sept. 2, 2030. Using military service is Marine Corps. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-5011).
*Small business
9/4
NAVY
Active Deployment Systems, San Marcos, Texas (N00023-25-D-0091); Acuity International LLC, Reston, Virginia (N00023-25-D-0092); Apex Site Services,* Waxahachie, Texas (N00023-25-D-0093); Aspen Medical USA,* Washington, D.C. (N00023-25-D-0094); Aspetto Inc. ,* Fredericksburg, Virginia (N00023-25-D-0095); Asset Protection & Security Services LP, Corpus Christi, Texas (N00023-25-D-0096); ATCO Frontec USA, Houston, Texas (N00023-25-D-0097); Beachview Logistics US Inc., Brunswick, Georgia (N00023-25-D-0098); Big Jet LLC ,* Pittsburgh, Pennsylvania (N00023-25-D-0099); Bluewater Management Group, Chesapeake, Virginia (N00023-25-D-0100); CFK Services,* Milton, Florida (N00023-25-D-0101); Cherokee Nation Government Solutions LLC ,* Tulsa, Oklahoma (N00023-25-D-0102); Continuity Global Solutions, Port St. Joe, Florida (N00023-25-D-0103); CoreCivic Inc., Brentwood, Tennessee (N00023-25-D-0104); Cotton Commercial USA Inc., Katy, Texas (N00023-25-D-0105); Crisis Response Co. LLC, Southlake, Texas (N00023-25-D-0106); Critical Contingency Solutions LLC,* Wimberley, Texas (N00023-25-D-0107); Disaster Management Group LLC, Jupiter, Florida (N00023-25-D-0108); DKW Communications Inc.,* Washington, D.C. (N00023-25-D-0109); Dynamik Inc.,* San Diego, California (N00023-25-D-0110); Ecology Mir Group LLC,* Fairfax, Virginia (N00023-25-D-0111); EDS Holdco LLC, Lexington, Kentucky (N00023-25-D-0112); EEC-Lukos JV LLC,* Haines City, Florida (N00023-25-D-0113); EFS Ebrex Inc.,* Vienna, Virginia (N00023-25-D-0114); EGA Associates LLC,* Jeannette, Pennsylvania (N00023-25-D-0115); Environmental Chemical Corp., Burlingame, California (N00023-25-D-0116); Environmental Earth-Wise Inc.,* Baytown, Texas (N00023-25-D-0117); GenStrong LLC, Wilmington, North Carolina (N00023-25-D-0118); Gothams LLC, Austin, Texas (N00023-25-D-0119); Hikina 2 Komohana Consulting Inc. ,* Boulder, Colorado (N00023-25-D-0120); Industrial Tent Systems LLC, Houston, Texas (N00023-25-D-0121); InnoVis JV LLC,* Washington, D.C. (N00023-25-D-0122); Kastel Enterprises MK LLC,* Mobile, Alabama (N00023-25-D-0123); KPB Services LLC,* Holton, Kansas (N00023-25-D-0124); KTC Solutions LLC, Houston, Texas (N00023-25-D-0125); LEMOINE Disaster Recovery LLC, Lafayette, Louisiana (N00023-25-D-0126); MCS Government Services LLC, Lewisville, Texas (N00023-25-D-0127); Monmouth Solutions Inc.,* Lowell, Massachusetts (N00023-25-D-0128); Octagon Industries, Inc.,* San Antonio, Texas (N00023-25-D-0129); Parker Tide LLC,* Washington, D.C. (N00023-25-D-0130); Parsons Government Services Inc., Centreville, Virginia (N00023-25-D-0131); Pegasus Support Services LLC, Woodstock, Georgia (N00023-25-D-0132); Rapid Deployment Inc., Mobile, Alabama (N00023-25-D-0133); Recana Solutions LLC, Houston, Texas (N00023-25-D-0134); Responsive Deployment, LLC,* Mckinney, Texas (N00023-25-D-0135); Rockwell American Services Ltd.,* Terrebonne, Oregon (N00023-25-D-0136); Safety & Security International, Greensboro, North Carolina (N00023-25-D-0137); SAKOM Services WI LLC,* Shawano, Wisconsin (N00023-25-D-0138); SK2 LLC,* San Juan, Puerto Rico (N00023-25-D-0139); SLSCO Ltd., Galveston, Texas (N00023-25-D-0140); SOC LLC, Chantilly, Virginia (N00023-25-D-0141); SOS International LLC, Reston, Virginia (N00023-25-D-0142); Target Logistics Management LLC, The Woodlands, Texas (N00023-25-D-0143); Taylors International Services Inc., Lafayette, Louisiana (N00023-25-D-0144); Team Housing Solutions, New Braunfels, Texas (N00023-25-D-0145); Trigent Solutions Inc.,* Chantilly, Virginia (N00023-25-D-0146); Universal Protection Service LP, Conshohocken, Pennsylvania (N00023-25-D-0147); USA Up Star LLC, Greenwood, Indiana (N00023-25-D-0148); and Vision Quest Solutions Inc.,* Hot Springs, South Dakota (N00023-25-D-0149), are being awarded a $10,000,000,000 multiple award, firm-fixed-price, indefinite-delivery/indefinite-quantity, Worldwide Expeditionary Multiple Award Contract (WEXMAC), Territorial Integrity of the U.S. (TITUS) contract, that will provide supplies and services in support of, but not limited to, supporting the six phases of the continuum of military operations in support of the geographic Combatant Command’s joint operations, coalition partners, and other U.S. federal agencies in setting and sustaining the theater through the following requirements: theater opening (includes reception, staging, onward-movement, and integration support; sustainment; theater distribution; and stability operations and Defense Support of Civil Authorities support. The WEXMAC TITUS description of contractual scope provides that services and supplies provided through the performance of this contract include, but are not limited to, humanitarian assistance/disaster relief, contingency, exercise, lodging, logistics, water-based, and land-based support. The contracts will run concurrently and will include a base performance period with one five-year option with individual requirements performed under task orders when specific dates and locations are identified. The base period will begin October 2025 and is expected to be completed by December 2029; if the option is exercised, the performance period will be completed by December 2034. Fiscal 2026 operations and funds in the amount of $29,500 will be obligated ($500 on each of the 59 contracts to fund the contracts’ minimum amounts) and funds will not expire at the end of the current fiscal year. Additional funds will be obligated at the task order level with the appropriate fiscal year funding as issued by the customers for each area of responsibility. If the option period is exercised, the total estimated contract maximum for each contractor could be up to $20,000,000,000. Work will be performed in the U.S. and outlying territories outlined in the original contract. Due to the fact that the specific requirements cannot be predicted at this time, more specific information about the percentage and where the work will be performed cannot be currently provided. The requirement was competitively procured as full and open competition with 109 offers received; 59 new offerors, and 37 incumbent offerors, were found compliant and responsible and will receive modifications to their existing contracts. Naval Supply Systems Command, Mechanicsburg, Pennsylvania, is the contracting activity.
Acquisition Logistics LLC,* Clint, Texas (N00023-25-D-0004); Amentum Services Inc., Chantilly, Virginia (N00023-25-D-0009); Amstability LLC,* Alexandria, Virginia (N00023-25-D-0011); Anglicotech LLC,* Arlington, Virginia (N00023-25-D-0012); Atlantic Diving Supply Inc., Virginia Beach, Virginia (N00023-25-D-0013); Centerra Group LLC, Herndon, Virginia (N00023-25-D-0016); Culmen International LLC, Alexandria, Virginia (N00023-25-D-0019); Da Defense Logistics HQ,* El Paso, Texas (N00023-25-D-0020); Delta Vector USA LLC,* Texas City, Texas (N00023-25-D-0023); Deployed Resources LLC, Rome, New York (N00023-25-D-0025); GardaWorld Federal Services, LLC, Arlington, Virginia (N00023-25-D-0032); Gemini Tech Services,* Willow Park, Texas (N00023-25-D-0034); Greenlight Group LLC,* Destin, Florida (N00023-25-D-0036); CBRE Government & Defense Services, McLean, Virginia (N00023-25-D-0044); KBR Services, LLC, Houston, Texas (N00023-25-D-0046); KUOG Corp.,* Huntsville, Alabama (N00023-25-D-0047); KVG LLC, Gettysburg, Pennsylvania (N00023-25-D-0048); Lee Eng & Construction Inc.,* Houston, Texas (N00023-25-D-0049); Loyal Source Government Services LLC, Orlando, Florida (N00023-25-D-0052); Lukos LLC, Tampa, Florida (N00023-25-D-0053); Maginot Support Services,* Flower Mound, Texas (N00023-25-D-0054); MLSUSA Corp., East Longmeadow, Massachusetts (N00023-25-D-0058); Noble Supply & Logistics LLC, Boston, Massachusetts (N00023-25-D-0064); Obera LLC,* Herndon, Virginia (N00023-25-D-0065); Pacific Defense Contracting LLC,* Bangor, Maine (N00023-25-D-0068); Palladium International LLC, Washington, D.C. (N00023-25-D-0069); Red Orange North America Inc. ,* Fort Washington, Pennsylvania (N00023-25-D-0073); Relyant Global LLC, Maryville, Tennessee (N00023-25-D-0074); Response AI Solutions LLC,* Great Falls, Virginia (N00023-25-D-0075); RMGS-Berger, a JV LLC, Virginia Beach, Virginia (N00023-25-D-0077); TechTrans International Inc., Houston, Texas (N00023-25-D-0081); Terrestris LLC,* Dumfries, Virginia (N00023-25-D-0082); Trailer Bridge Inc., Jacksonville, Florida (N00023-25-D-0084); US21 Inc., Fairfax, Virginia (N00023-25-D-0085); Vectrus Systems LLC, also known as V2X, Colorado Springs, Colorado (N00023-25-D-0086); Waypoint LLC,* Lead, South Dakota (N00023-25-D-0087); and Weston Trolley Co. LLC,* Dearborn, Missouri (N00023-25-D-0088), contracts are being modified to increase their base period contract ceiling in the amount of $10,000,000,000 to support Worldwide Expeditionary Multiple Award Contract (WEXMAC) Territorial Integrity of the U.S. (TITUS). WEXMAC TITUS will provide supplies and services in support of but not limited to supporting the six phases of the continuum of military operations in support of the geographic Combatant Command’s joint operations, coalition partners, and other U.S. federal agencies in setting and sustaining the theater through the following requirements: theater opening (includes reception, staging, onward-movement, and integration support; sustainment; theater distribution; and stability operations and Defense Support of Civil Authorities support. The WEXMAC TITUS description of contractual scope provides that services and supplies provided through the performance of this contract include but are not limited to humanitarian assistance/disaster relief, contingency, exercise, lodging, logistics, water-based, and land-based support. The base period began in January 2025 and is expected to be completed by December 2029; if all options are exercised, the performance period will be completed by December 2034. The increased contract ceiling modifications will be incorporated into the contractors’ existing base performance period with one five-year option with individual requirements performed under task orders when specific dates and locations are identified. If the option period is exercised, the total estimated contract maximum for each contractor could be $20,000,000,000. Work will be performed in the U.S. and outlying territories outlined in the original contract. Due to the fact that the specific requirements cannot be predicted at this time, more specific information about the percentage and where the work will be performed cannot be currently provided. Due to the minimum guarantee already being fulfilled, no funding will be obligated for these modifications. Additional funds will be obligated at the task order level with the appropriate fiscal year funding as issued by the customers for each area of responsibility. The requirement was competitively procured as full and open competition with 109 offers received; 59 new offerors, and 37 incumbent offerors, were found compliant and responsible, and will receive modifications to their existing contracts. Naval Supply Systems Command, Mechanicsburg, Pennsylvania, is the contracting activity.
Paradigm Mechanical Corp.,** Santee, California, is awarded a $99,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction projects at various locations within the Marine Corps Base Camp Pendleton and Naval Weapons Station Seal Beach areas of responsibility. The work to be performed provides for the construction, renovation, and repair of commercial and institutional building construction projects. All work will be performed in California and is expected to be completed by Sept. 3, 2033. Fiscal 2025 operation and maintenance, Navy funds in the amount of $5,000 will be obligated at the time of award to satisfy the minimum guarantee, and funds in the amount of $5,000 will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov Contract Opportunities website as a Small Business set-aside with six offers received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-25-D-2701).
Raytheon Technologies, Raytheon Missiles and Defense, Tucson, Arizona, is awarded a not-to exceed $95,709,783 firm-fixed-price undefinitized contract modification (P00004) for the procurement of 382 navigation and communications antenna hardware kits for tactical Tomahawk all up round recertification and 350 units for production. The procurement includes 344 for the Navy; 55 for the Army; 43 for the Marine Corps and 290 for various Foreign Military Sales (FMS) countries. Work will be performed in Boulder, Colorado (68%); Tucson, Arizona (25%); Carrollton, Texas (3%); Ontario, Canada (1%); Rocky Hill, Connecticut (1%); Valencia, California (1%); and Longmont, Colorado (1%), and is expected to be completed in April 2029. Fiscal 2024 missile procurement (Army) funds in the amount of $248,024; fiscal 2024 procurement (Marine Corps) funds in the amount of $204,428; fiscal 2024 weapon procurement (Navy) funds in the amount of $2,281,417; fiscal 2025 missile procurement (Army) funds in the amount of $206,687; fiscal 2025 procurement (Marine Corps) funds in the amount of $147,188; fiscal 2025 weapon procurement (Navy) funds in the amount of $1,005,786; and FMS funds in the amount of $2,371,366 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001925C0071).
FITT Scientific LLC, Colonial Heights, Virginia, was awarded a $35,000,000 indefinite-delivery/indefinite-quantity contract for professional support services supporting expeditionary operations and programs. Work will be performed in Naval Facilities Engineering Systems Command (NAVFAC) Atlantic and NAVFAC Pacific area of responsibility. The contract is for one base year and four one-year option periods, not to exceed a total of 60 months. The maximum dollar value, including the base period and four option years, is $35,000,000. Fiscal 2025 funds in the amount of $687,444. This contract was a competitively procured, small business set-aside solicited via the sam.gov website, with four offers received. The Naval Facilities Engineering Systems Command, Atlantic Norfolk, Virginia, is the contracting activity (N6247025D0009).
Epsilon Systems Solutions Inc., Portsmouth, Virginia; and PCCI Inc. Alexandria, Virginia, are awarded a combined $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contract for services in support of hyperbaric unmanned testing facilities. Work will be performed at various shore-based locations worldwide and is expected to be completed by March 2031. The maximum dollar value, including the base period and one option period, is $25,000,000. A minimum guarantee of $10,000 will be funded for each contract with fiscal 2025 Navy working capital funds as the first task on each of the basic contracts until the first actual task order is awarded. Future task orders will be primarily funded by other procurement, Navy funds. Based on specific requirements of the task order, some requirements may also be funded with operations and maintenance; Navy; or research, development, test, and evaluation funds. This contract was competitively procured via SAM.gov website with two offers received. These two contractors may compete for task orders under the terms and conditions of the awarded contract. Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-25-D-2036 and N39430-25-D-2037).
BAE Systems Norfolk Ship Repair Inc., Norfolk, Virginia, is awarded a $24,361,392 cost-plus-award-fee contract for the accomplishment of a Post Shakedown Availability for USS Harvey Barnum Jr. (DDG 124), with option for the accomplishment of a PSA for USS Patrick Gallagher (DDG 127). This contract includes options which, if exercised, would bring the cumulative value of this contract to $48,722,784. Work will be performed in Norfolk, Virginia, and is expected to be completed by January 2027. If all options are exercised, work will continue through September 2027. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $13,503,570 (59%); fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $6,606,284 (29%); and fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $2,710,866 (12%), 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 one offer received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-C-2301).
Huntington-Ingalls Industries-Ingalls Shipbuilding, Pascagoula, Mississippi, is awarded a not-to-exceed $15,286,013 fixed-price incentive, un-definitized change order modification to a previously awarded contract (N00024-20-C-2437) to update consolidated afloat networks and enterprise services baseline to HW2.0 AN/USQ-208C(V)7 and other associated Command, Control, Communications, Computers, and Intelligence system updates in support of Engineering Change Proposal 9AN007 on the future USS Fallujah (LHA 9). Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2029. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $6,716,119 (50%) 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.
General Atomics Aeronautical Systems Inc., Poway, California, is awarded a $7,894,266 modification (P00003) to a firm-fixed-price, cost-plus-fixed-fee order (N0001924F5559) against a previously issued basic ordering agreement (N0001922G0006). This modification exercises options to procure additional three electronic warfare aircraft a-kits, as well as to provide systems engineering support in support of the Marine Air Ground Task Force Unmanned Expeditionary Medium Altitude Long Endurance program for the Navy and Marine Corps. Work will be performed in Poway, California (50%); and Greenville, Texas (50%), and is expected to be completed by September 2027. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $7,894,266 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
ARMY
The Boeing Co., Mesa, Arizona, was awarded a $44,892,264 modification (P00030) to contract W58RGZ-21-C-0015 for the remanufacture of Apache AH-64E aircraft and a Longbow Crew Trainer. The modification brings the total cumulative face value of the contract to $3,110,603,313. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2028. Fiscal 2025 Foreign Military Sales (Egypt) funds in the amount of $44,892,264 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Range Generation Next LLC, Sterling, Virginia, was awarded a $13,829,951 modification (P00028) to contract W9113M-23-C-0062 for Reagan Test Site Engineering and Technical Services. The modification brings the total cumulative face value of the contract to $546,696,690. Work will be performed in Huntsville, Alabama, with an estimated completion date of Oct. 1, 2028. Fiscal 2010 research, development, test, and evaluation, Army funds in the amount of $13,829,951 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
CORRECTION: The $14,853,953 modification (P00007) to contract W911W6-21-C-0041 announced on Sept. 3, 2025, to Fulcrum Concepts LLC, Mattaponi, Virginia, for the Modular Effects Launcher Phase III, was announced with the incorrect funding information and award date. Fiscal 2025 research, development, test, and evaluation, Army funds were obligated at the time of the award, and it was actually awarded Sept. 4, 2025.
CORRECTION: The $9,009,859 firm-fixed-price contract (W912DY-25-F-0323) announced on Sept. 3, 2025, to Dickson Furniture Manufacturers LLC, Houston, Texas, for the procurement and installation of replacement case goods under the Centralized Furnishings Program, was announced with the incorrect funding information. Fiscal 2025 procurement, defense-wide funds in the amount of $9,009,859 were actually obligated at the time of the award.
AIR FORCE
Tutulu LLC,*** Centennial, Colorado, has been awarded a time-and-materials contract in the amount of $22,875,102 for advisory and assistance services. This contract provides for contracting and functional support associated with the entire acquisition lifecycle framework for the Space Rapid Capabilities Office. Work will be performed primarily in Albuquerque, New Mexico, with an expected completion date of Oct. 14, 2030. This award is the result of a competitive 8(a) acquisition, and 13 offers were received in response to the solicitation. Fiscal 2025 research, development, test and evaluation funds in the amount of $13,000,000 are being obligated at the time of award. The Space Rapid Capabilities Office, Kirtland Air Force Base, New Mexico, is the contracting activity (FA254825CB002).
Atec Inc., Stafford, Texas, has been awarded a $11,850,749 for the upgrade to the Royal Jordanian Air Force F100 Test Cell. This contract provides the upgrade of the current RJAF F100 Test Cell to have a dual capability to test the F100-PW-220E and the F110-GE-129 engines. The location of performance is at Muwaffaq Salti Air Base, Azraq, Jordan. The work is expected to be complete by Sept. 1, 2027. This contract involves foreign military sales to Jordan. This award is the result of a sole source acquisition and only one offer was received. Fiscal 2025 Foreign Military Sales funds in the amount of $11,850,749 are being obligated at the time of award. The Propulsion Sustainment Section, Tinker Air Force Base, Oklahoma, is the contracting activity (FA812425CB004).
*Small business
** Women-Owned Small Business
***8(a) Program Participant
9/5
ARMY
Boeing, Mesa, Arizona, was awarded a $343,988,969 modification (P00033) to a contract (W58RGZ-21-C-0015) to exercise options for remanufactured aircraft and associated support. The modification brings the total cumulative face value of the contract to $3,430,883,832. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2027. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Mike Hooks LLC, Westlake, Louisiana, was awarded a $49,000,000 firm-fixed-price contract for the rental of a cutterhead pipeline dredge with attendant plant and operators for maintenance dredging. Bids were solicited via the web with three received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 4, 2026. U.S. Army Corps of Engineers, Mobile District, is the contracting activity (W91278-25-D-A034).
Granite Construction Co., Watsonville, California, was awarded a $39,330,400 firm-fixed-price contract for levee and floodwall construction. Work will be performed in Watsonville, California, with an estimated completion date of Sept. 11, 2027. Fiscal 2022 Infrastructure Investment and Jobs Act funds in the amount of $39,330,400 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco District, is the contracting activity (W912P7-25-C-A018).
Caterpillar Inc., Irving, Texas, was awarded a $24,890,967 modification (P00016) to contract (W91CRB-20-D-0005) for the purchase of Caterpillar spare parts. The modification brings the total cumulative face value of the contract to $34,627,913. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2025. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.
4K Global – ACC MP LLC, Martinez, Georgia, was awarded a $9,618,269 firm-fixed-price contract for arms room construction. Bids were solicited via the web with two received. Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of Sept. 20, 2027. Fiscal 2025 military construction, defense-wide funds in the amount of $9,618,269 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington District, is the contracting activity (W912PM-25-C-0036).
Aleut Construction LLC,* Reston, Virginia, was awarded a $9,377,998 firm-fixed-price contract for the repair and renovation. Bids were solicited via the web with seven received. Work will be performed at Robins Air Force Base, Georgia, with an estimated completion date of April 30, 2027. Fiscal 2025 military construction, Army funds in the amount of $9,377,998 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah District, is the contracting activity (W912HN-25-C-4004).
Galvion LTD, Portsmouth, New Hampshire, was awarded a $9,150,000 firm-fixed-price contract for protective personnel equipment helmets. Bids were solicited via the web with one received. Work will be performed in Portsmouth, New Hampshire, with an estimated completion date of Aug. 24, 2026. Fiscal 2025 Foreign Military Sales (Chile) funds in the amount of $9,150,000 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-25-C-A012).
TeamGov Inc.,* Hyattsville, Maryland, was awarded a $7,839,980 firm-fixed-price contract for comprehensive equipment maintenance. The modification brings the total cumulative face value of the contract to $35,691,300. Bids were solicited via the web with four received. Work will be performed in Aberdeen, Adelphi, Fort Detrick, and Fort Meade, Maryland; Natick, Massachusetts; Warren, Michigan; Picatinny Arsenal, New Jersey; Brooklyn, Fort Drum, Watervliet, and West Point, New York; Columbus, Ohio; Carlisle, Pennsylvania; and Fort Belvoir, Fort Gregg-Adams, Fort Myer, Fort Walker, and Radford, Virginia, with an estimated completion date of Sept. 4, 2026. Fiscal 2024 operation and maintenance, Corps of Engineers, civil funds in the amount of $6,897,715 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville Engineer and Support Center, Alabama, is the contracting activity (W912DY-25-F-0343).
NAVY
Raytheon Co., Tucson, Arizona, is awarded a $205,113,738 firm-fixed-price modification to previously awarded contract (N00024-24-C-5406) for the procurement of MK 15 Close-In Weapon Systems upgrades, conversions, overhauls, and related equipment. Work will be performed in Louisville, Kentucky (34%); El Segundo, California (10%); Tucson, Arizona (5%); Andover, Massachusetts (4%); Colchester, Vermont (3%); Mason, Ohio (3%); Grand Rapids, Michigan (2%); Tempe, Arizona (2%); Palo Alto, California (2%); Norcross, Georgia (2%); San Diego, California (2%); Ottobrunn Germany (2%); Joplin, Missouri (1%); Hauppauge, New York (1%); Grantsburg, Wisconsin (1%); Exeter, New Hampshire (1%); Pomona, California (1%); Galena, Kansas (1%); and various other locations each with less than 1% (23%), and is expected to be completed by January 2029. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $66,109,126 (32%); fiscal 2025 other procurement (Army) funds in the amount of $63,000,000 (31%); fiscal 2024 weapons procurement (Navy) funds in the amount of $29,752,620 (15%); fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $16,844,270 (8%); fiscal 2025 working capital funds (Navy) in the amount of $14,500,000 (7%); fiscal 2025 other procurement (Navy) funds in the amount of $14,000,000 (6%); and fiscal 2025 weapons procurement (Navy) funds in the amount of $657,790 (1%), will be obligated at time of award, and funds in the amount of $66,109,126 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.
Lockheed Martin Space, Littleton, Colorado, is being awarded a $132,599,818 cost-plus-fixed-fee contract modification (P00103) under contract N00030-19-C-0025. This effort will support systems engineering and development and testing for Conventional Prompt Strike. Work will be performed in Denver, Colorado (44%); Courtland, Sunnyvale, California (16%); Alabama (12%); Pittsfield, Massachuestts (7%); Sunnyvale, California (5%); Cambridge, Massachusetts (5%); Huntsville, Alabama (3%); Magna, Utah (2%); Washington, D.C. (1%); Simsbury, Connecticut (1%); Cape Canaveral, Florida (1%); and various other locations (3%). Work under this contract is expected to be completed on Dec. 31, 2025. Fiscal 2025 research, development, test and Evaluation (Navy) funds in the amount of $25,000,000 will be obligated upon 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.
The Boeing Co., St. Louis, Missouri, is being awarded a not-to-exceed $96,723,000 ceiling delivery order (N00383-25-F-YY2V) under a previously awarded basic ordering agreement (N00383-22-G-YY01) for the repair of outer wing panels used on the F/A-18 E/F aircraft. The delivery order does not include an option provision. Work will be performed in Jacksonville, Florida (90%); and St. Louis, Missouri (10%). Work will be completed by December 2030. Fiscal 2025 working capital funds (Navy) in the amount of $47,394,270 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.
Mission Systems Wimborne Limited, Wimborne, Dorset, United Kingdom, is being awarded a $14,261,389 firm-fixed-price, undefinitized contract action for the repair of 19 air refueling probes in support of V-22 aircraft. All work will be performed in Davenport, Iowa, and will be completed by November 2026. Fiscal 2025 working capital funds (Navy) in the amount of $6,988,081 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. Subsequent task orders will be funded with appropriate fiscal year working capital funds (Navy) at the time of their issuance. One company was solicited for this non-competitive 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-C-B017).
Metron Inc., Reston, Virginia, is being awarded a $9,281,811 cost-plus-fixed fee and cost only contract for the development of combat system signal processing, tracking algorithms, tools, and display technologies for undersea warfare systems including the undersea warfare decision support system and advanced processing and capability builds for surface ship and submarine systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $49,364,035. Work will be performed in Reston, Virginia (95%); and Portland, Oregon (5%), and is expected to be completed by September 2026. If all options are exercised, work will continue through September 2030. Fiscal 2025 research, development, test and engineering (Navy) funding in the amount of $960,000 (88%); and fiscal 2025 other procurement (Navy) funding in the amount of $132,103 (12%); will be obligated at the 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 28 offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-C-5243).
AIR FORCE
Illumination Works LLC, Beavercreek, Ohio, was awarded a ceiling of $97,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity for digital transformation for industrial modernization. This contract provides for a hybrid approach to integrative solutions for the Industrial Internet of Things Enterprise Platforms, Data Analytics as a Service, Solution Factory, and Positive Inventory Control Fusion. Work will be performed at Oklahoma City Air Logistics Complex, Ogden Air Logistics Complex, Warner Robins Air Logistics Complex, Wright Patterson Air Force Base, and associated geographical separated units, and is expected to be completed by Aug. 31, 2036. This contract is a sole source Small Business Innovation Research Phase III acquisition. No fiscal limitations working capital funds in the amount of $4,889,109 are being obligated at time of award under the initial task order (FA810025FB013). The Enterprise Contracting Section, Oklahoma City, Oklahoma, is the contracting activity (FA810025DB005).
U.S. TRANSPORTATION COMMAND
SSA Conventional Inc., Seattle, Washington (HTC71125DE119), has been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a face value of $26,257,687. This contract provides Stevedoring and Related Terminal Services (S&RTS) in the Pacific Northwest. The locations of performance are ports in Portland, Oregon; and Tacoma, Everett, Olympia, and Grays Harbor, Washington. The base period of performance is from Oct. 1, 2025, through Sep. 30, 2030. Working capital funds (Transportation) will be obligated for fiscal 2025. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.
WASHINGTON HEADQUARTERS SERVICES
Koniag IT Systems LLC, Anchorage, Alaska, has been awarded a firm-fixed-price contract (HQ0034-25-C-E074). The amount of this action is $13,895,193. operations and maintenance funds in the amount of $8,025,290 are being obligated at the time of the award. The cumulative total of the contract is $83,268,014. The purpose of this contract is to provide expertise, personnel, equipment, materials, and other items to support analytical activities, acquire tools, and pilot activities necessary to provide for meaningful business intelligence capabilities, and to integrate the analytical capability with an existing web-based SharePoint portal, and to document the requirements to establish a cost-efficient and sustainable analytics environment for the Department’s business data. The work will be performed in on-site government facilities predominantly in the Pentagon, Mark Center, Crystal City, Rosslyn, and Ft. Belvoir. The estimated contract completion date is March 31, 2028. Washington Headquarters Services, Arlington, Virginia, is the contracting authority.
DEFENSE LOGISTICS AGENCY
Collins Aerospace, Cedar Rapids, Iowa, has been awarded a maximum $15,845,775 firm-fixed-price, definitive contract for F-15E flat panel multipurpose displays. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year four-month contract with no option periods. The performance completion date is Jan. 31, 2029. Using military service is Air Force. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency, Aviation, Warner Robins, Georgia (SPRWA1-25-C-0004). (Awarded on August 28, 2025)
RTX Corp., doing business as Pratt and Whitney, East Hartford, Connecticut, has been awarded a maximum $11,065,040 firm-fixed-price delivery order (SPE4A6-25-F-371Y) against a five-year basic ordering agreement (SPE4A1-21-G-0001) for blade compressor rotors. This was a sole-source acquisition in using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1 (a)(2). The delivery order completion date is July 22, 2026. Using military service is Air Force. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia.
CORRECTION: Carter Enterprises LLC,** Brooklyn, New York, (SPE1C1-25-D-0053) for $11,254,960 was announced with an incorrect award date. The correct award date is Sept. 3, 2025. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
*Small business
**Small business in historically underutilized business zones