INSIDE THE

NEWS + ADVICE

DoD Contracts: Leidos, Lockheed Martin, Vertex Aerospace, Week of 5-27-25 to 5-30-25

Posted by Ashley Jones

5/27

AIR FORCE

Pond Constructors, Peachtree Corners, Georgia, was awarded a $2,500,000,000 ceiling indefinite-quantity/indefinite-delivery contract for Department of Defense fuels infrastructure maintenance, repair, and construction. This contract provides for construction of new, additions to, repairs, or upgrades of Department of Defense petroleum, oil, and/or lubricant facilities or infrastructure, fuel facility-related utilities, and physical requirements within the fuel yard and a small amount of recurring maintenance to fuel infrastructure. Work will be performed at various federal installations worldwide as cited in each individual delivery or task order and is expected to be completed by March 25, 2035. This contract was a competitive acquisition and 23 proposals were received.  Fiscal 2025 Defense Logistics Agency working capital reimbursable funds in the amount of $3,000 are being obligated at the time of award. The 772nd Enterprise Strategic Sourcing, Joint Base San Antonio, Texas, is the contracting activity (FA8903-25-D-0071).

CYE Enterprises Inc., Jacksonville, Florida (FA4830-25-D-0004); Vet Con Souza, Farmersville, California (FA4830-25-D-0005); Pyramid Contracting LLC, Irmo, South Carolina (FA4830-25-D-0006); MSAB LLC, Perry, Georgia (FA483025-D-0007); GQS-SAC JV LLC, Jacksonville, Florida, (FA4830-25-D-0008); Standard Contractors Inc., Valdosta, Georgia (FA4830-25-D0009); Coho Construction Management LLC, Anchorage, Alaska (FA4830-25-D-0010); MULE Engineering Inc., Winter Garden, Florida (FA4830-25-D-0011); and Benecorp Inc., Gulfport, Mississippi (FA4830-25-D-0012), were awarded a maximum $150,000,000 firm-fixed-price, multiple award, construction, indefinite-delivery/indefinite-quantity contract. This contract provides for multi-discipline construction task orders that may include a broad range of design-build, bid-build projects for maintenance, repair, and minor construction. Work will be performed at Moody Air Force Base, Grand Bay Range, Grassy Pond, Spence Field, and Valdosta Regional Airport, Georgia; and Avon Park Range, Florida, and is expected to be completed by May 27, 2032. These contracts were competitive acquisitions and 40 offers were received. Fiscal 2025 operations and maintenance appropriations funds in the amount of $250 are being obligated at time of award. The 23rd Contracting Squadron, Moody AFB, Georgia, is the contracting activity.

General Atomics Aeronautical Systems Inc. Poway, California, was awarded a $99,292,613 cost-plus-fixed-fee contract for hybrid-electric propulsion ducted fan next-generation intelligence, surveillance, reconnaissance/strike unmanned aerial systems (GHOST). This contract provides for the advancement of the hybrid-electric ducted fan next-generation intelligence, surveillance, reconnaissance/strike unmanned aerial systems to provide capabilities across a spectrum of contested environments. Work will be performed at Poway, California, and is expected to be completed by Aug. 26, 2028. This contract was a sole source acquisition. Fiscal 2024 research, development, test and appropriations funds in the amount of $26,867,479 are being obligated at time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA2931-25-C-B035). 

NAVY

Andromeda Systems Inc., Virginia Beach, Virginia, is awarded a $69,110,575 cost-plus-fixed-fee and cost, indefinite-delivery/indefinite-quantity contract to provide enterprise-level reliability centered maintenance (RCM) analysis support services. The RCM will include an analysis of aircraft engines, weapons, aircrew escape systems, avionics, and electrical systems, support equipment, and depot plant equipment. RCM includes condition-based maintenance plus and integrated maintenance concept and plan support. Work will be performed in Patuxent River, Maryland (82%); Lakehurst, New Jersey (2%); Orlando, Florida (2%); China Lake, California (2%); and Point Mugu, California (2%), and is expected to be completed in June 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 with one offer received. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N6852025D0001).

Web Business Solutions Inc., Fredericksburg, Virginia, is being awarded a $49,730,618 firm-fixed-price and cost reimbursement (travel only), indefinite-delivery/indefinite-quantity contract with a five-year ordering period for training and education services in the areas of wargaming in support of the Marine Corps University. The contract ordering period is from May 27, 2025, to May 26, 2030. This contract requires multiple performance locations across the Marine Corps University Campuses. The majority of the work will be done at the Marine Corps University facilities in Quantico, Virginia. Fiscal 2025 operations and maintenance (Marine Corps) funds in the amount of $631,692 will be obligated at the time of award for task order one and will expire at the end of the current fiscal year. Subsequent task orders will utilize fiscal year operations and maintenance (Marine Corps) funds available at time of task order award. This contract was competitively procured via the SAM.gov website, with nine proposals received. The Marine Corps Installations National Capital Region-Regional Contracting Office, Quantico, Virginia, is the contracting activity (M00264-25-D-0003).

Alpha Marine Services LLC, Cut Off, Louisiana (N3220525C4019), is awarded a $14,619,710 firm-fixed-price contract for a time charter of seven continuously time-chartered tractor-like, U.S. flagged, and Jones Act compliant tugs; three in Kings Bay, Georgia, and three in Mayport, Florida. Additionally, this charter will include a one continuously time-chartered tractor-like tug that will operate out of Mayport, Florida; or Kings Bay, Georgia, to support movements requiring four tugs. This contract includes a 12-month base period with three one-year option periods, and a fourth 11-month option which, if exercised, would bring the cumulative value of this contract to $78,725,409. The contract will be performed in Kings Bay, Georgia; and Mayport, Florida. The contract is expected to be completed, if all options are exercised, by May 2030. The base period is incrementally funded. Upon award, working capital funds (Navy) in the amount of $1,241,674 are added at award, supporting 31 days of charter hire. The remaining $13,378,036 will be added when funds become available. This contract was competitively procured as full and open competition with proposals solicited via the System Award Management website and one offer was received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C4019).

Alpha Marine Services LLC, Cut Off, Louisiana, is awarded an $11,436,180 firm-fixed-price contract (N3220525C4021), for time charter of six continuously time-chartered U.S. flagged, and Jones Act compliant tugs in San Diego, California, to provide harbor support services and ship handling. This contract includes a 12-month base period with three one-year option periods, and a fourth 11-month option which, if exercised, would bring the cumulative value of this contract to $62,581,890. The contract will be performed in San Diego, California. The contract is expected to be completed if all options are exercised by June 2030. The Base Period is incrementally funded. Upon award, working capital funds (Navy) in the amount of $1,911,252 is added at award, supporting 61 days of charter hire. The remaining $9,524,928 will be added when funds become available. This contract was competitively procured as full and open competition with proposals solicited via the System Award Management website and one offer was received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C4021).

Offshore Aviation Group LLC, Piney Point, Maryland, is awarded a $8,614,170 firm-fixed-price contract with reimbursable elements (N3220525C4027), for a time charter of one U.S. flag, Jones Act vessel used primarily for training purposes, more specifically, to launch and recover SEAL Delivery Vehicles, and their supporting surface safety boats, and Navy Divers. This contract includes a 180-day base period with one 180-day option period which, if exercised, would bring the cumulative value of this contract to $16,117,139. The contract will be performed in Pearl Harbor, Hawaii, with expectation of additional worldwide possibilities, and it is expected to be completed, if all options are exercised, by May 2026. Working capital funds (Navy) in the amount of $9,417,619 are obligated for fiscal 2025, and will expire at the end of the fiscal year. This contract was competitively procured as a total small business set-aside with proposals solicited via the System Award Management website and three offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C4027).

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is being awarded a $7,967,764 cost-plus-fixed-fee term contract modification under contract (N00030-22-C-6007), for technical engineering and integrated facilities acquisition and engineering services in support of the nuclear-armed, Sea-Launched Cruise Missile Program. Work will be performed from June 1, 2025, through Sept. 30, 2026. Work will be performed in Bangor, Washington (50%); Washington, D.C. (30%); Kings Bay, Georgia (19%); and Rockville, Maryland (1%). Fiscal 2025 research, development, test and evaluation (Navy) funding in the amount of $7,967,764 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract action is being awarded on a sole source basis under 10 U.S. Code 3204(a)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

ARMY

Weeks Marine Inc., Covington, Louisiana, was awarded a $14,403,000 firm-fixed-price contract for one fully crewed and equipped cutterhead dredge. Bids were solicited via the internet with one received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Aug 25, 2025. Fiscal 2025 civil operation and maintenance funds in the amount of $14,403,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-25-C-0016).

Vertex Aerospace LLC, Madison, Mississippi, was awarded a $12,500,000 cost-plus-incentive-fee contract for mission support services. Bids were solicited via the internet with one received. Work will be performed at Fort Irwin, California, with an estimated completion date of Oct. 31, 2026. Fiscal 2025 operation and maintenance, Army funds in the amount of $12,500,000 were obligated at the time of the award. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-25-C-0012).

DEFENSE LOGISTICS AGENCY

National Industries for the Blind,** Alexandria, Virginia, has been awarded a maximum $8,815,000 modification (P00014) exercising the fourth one-year option period of a one-year base contract (SPE1C1-21-D-B112) with four one-year option periods for physical fitness uniform pants. This is an indefinite-delivery contract. Locations of performance are North Carolina and Tennessee, with a June 9, 2026, ordering period end date. 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.

Blind Industries and Services of Maryland,** Baltimore, Maryland, has been awarded a maximum $8,010,200 modification (P00005) exercising the first one-year option period of a one-year base contract (SPE1C1-24-D-B018) with four one-year option periods for physical training gear jackets. This is an indefinite-delivery contract. Location of performance is North Carolina, with a June 9, 2026, ordering period end date. Using military services are Air Force and Space Force. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-B018).

*Small business
**Mandatory source

5/28

AIR FORCE

Lockheed Martin, Littleton, Colorado, has been awarded a $509,759,501 modification (P00181) to a previously awarded contract (FA8807‐18‐C‐0009) for Global Positioning System III Follow-On Space Vehicles 21 and 22. The modification brings the total cumulative face value of the contract to $4,102,235,382. Work will be performed at Littleton, Colorado, and is expected to be completed by November 2031. Fiscal 2025 missile procurement funds in the amount of $55,035,868 are being obligated at time of award. The Space Systems Command, Los Angeles, California, is the contracting activity.

Able Aerospace Service Inc., Mesa, Arizona, was awarded a $10,553,162 firm-fixed-price, requirements contract for UH-1N helicopter maintenance. This contract provides repair and overhaul services for the UH-1N helicopter’s main rotor hub assembly. Work will be performed in Mesa, Arizona, and is expected to be complete by May 27, 2028. This contract was a competitive acquisition, and two responsive offers were received. No funds will be obligated at the time of award as funds will be obligated on individual orders as they are issued. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-25-D-0004)

ARMY

BAE Systems and Technology Solutions & Services Inc., Rockville, Maryland, was awarded a $79,588,804 modification (P00080) to contract W912DY-22-F-0105 for operations, maintenance, and management services for the Department of Defense Supercomputing Resource Center. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 17, 2027. U.S. Army Corps of Engineers’ Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity.

HydroGeologic Inc.,* Reston, Virginia, was awarded a $49,000,000 firm-fixed-price contract for environmental remediation services. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of May 27, 2030. U.S. Army Corps of Engineers, Omaha, Nebraska is the contracting activity. (W9128F-25-D-0009).

Inland Dredging Co. LLC, Dyersburg, Tennessee, was awarded a $40,000,000 firm-fixed-price contract for rental of a 24-inch cutterhead dredge with operator. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 28, 2026. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-25-D-0043).

Luhr Crosby LLC, Columbia, Illinois, was awarded a $30,000,000 firm-fixed-price contract for stone repairs to revetments and dikes. 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 March 31, 2027. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-25-D-A003).

Federal Constructors Inc., * Oklahoma City, Oklahoma, was awarded an $8,871,000 firm-fixed-price contract for the renovation of Building 1040 at Will Rogers Air National Guard Base, Oklahoma. Bids were solicited via the internet with nine received. Work will be performed in Oklahoma City, Oklahoma, with an estimated completion date of June 27, 2026. Fiscal 2025 operation and maintenance, defense-wide funds in the amount of $8,871,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Oklahoma, is the contracting activity (W50S8T-25-C-A011).

Allium US Holding LLC, Denver, Colorado, was awarded an $8,729,843 modification (P00002) to contract W519TC-24-C-0022 for subscription services for standards and specifications information. Work will be performed in Denver, Colorado, with an estimated completion date of May 28, 2027. Fiscal 2024 and 2025 operation and maintenance, Army funds, and fiscal 2024 and 2025 Army working capital funds in the amount of $8,729,843 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

NAVY

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $49,706,208 cost-plus-incentive-fee modification to a previously awarded contract (N00024-21-C-2106) for supplemental work on the USS John C. Stennis (CVN 74) Refueling Complex Overhaul. Work will be performed in Newport News, Virginia, and is expected to be completed by October 2026. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $5,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is awarded an $8,641,351 cost-plus-award-fee modification to a previously awarded contract (N00024-21-C-2451) for LPDs 28, 29, and 30 fitting out availabilities and post shakedown availabilities. Work will be performed in Norfolk, Virginia, and is expected to be completed by October 2026. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $6,108,501 (88%); and fiscal 2025 operations and maintenance (Navy) in the amount of $796,160 (12%), 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.

DEFENSE LOGISTICS AGENCY

Triman Industries, Morristown, New Jersey, has been awarded a maximum $10,830,519 firm-fixed-price, definite-quantity contract for transformer rectifier assemblies. 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 contract with no option periods. The delivery order end date is April 14, 2028. Using military service is Navy. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-25-C-0100).

*Small business

5/29

NAVY

Deloitte & Touche LLP, Arlington, Virginia, is being awarded an $81,055,361 indefinite-delivery/indefinite-quantity contract (N00189-25-D-0010) in support of Naval Information Forces to provide Navy enterprise management and technical support services. The contract will include a five-year ordering period with an additional six-month ordering period pursuant to Federal Acquisition Regulation 52.217-8 which if exercised, will bring the total estimated value of the contract to $90,000,000. Work will be completed by Aug. 2, 2030; if the option is exercised, work will be completed by Feb. 2, 2031. Work will be performed in Suffolk, Virginia (90%); and Arlington, Virginia (10%). Fiscal 2025 operation and maintenance funds (Navy) funds in the contract’s minimum amount of $500,000 will be obligated at time of award and funds will expire at the end of the current fiscal year. Subsequent task orders under the resultant contract will be funded with appropriate fiscal year operations and maintenance (Navy) funds. The requirement was competitively procured through the sam.gov website as an unrestricted, competitive procurement with 11 offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk Fleet Directorate, Norfolk, Virginia, is the contracting activity (N00189-25-D-0010).

Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri, was awarded a $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering (A-E) contract for electrical and mechanical engineering services. This contract provides for A-E 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 May 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 10 offers received. NAVFAC Southwest, San Diego, California, is the contracting activity (N62473-25-D-2713).

Helber Hastert & Fee Planners Inc.,* Honolulu, Hawaii, is awarded a $49,500,000 indefinite-delivery indefinite-quantity contract for multi-discipline architectural-engineering projects primarily in the Pacific and Indian Ocean areas. Work will be performed at various locations within the Naval Facilities Engineering Systems Command (NAVFAC), Pacific area of responsibility including, but not limited to the installations and bases belonging to: Hawaii (25%), Guam (20%), Japan (20%), Philippines (10%), Australia (10%), Micronesia (10%), Korea (3%), Singapore (1%), and Diego Garcia (1%), with an expected completion date of May 2030. Fiscal 2025 operation and maintenance (Navy) in the amount of $10,000 are obligated for the minimum guarantee of this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction and operation and maintenance funds. This contract was competitively procured via the sam.gov website with three proposals received. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-25-D-0200).

Professional Contract Services, Inc., Austin, Texas, is awarded a $20,576,632 modification to exercise an Option Year One contract line item number of a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N55236-25-D-0001) to support Southwest Regional Maintenance Center in sourcing and ordering maintenance material and parts, logistics, on-site material inventory management support, and material status reporting. The overall total contract value ceiling remains unchanged at $94,885,707. Work will be performed in San Diego, California, and will be complete by May 2026. No funds will be obligated at the time of award; funds will be obligated on individual task order level as contracting actions occur. This contract was not competitively procured via the System for Award Management; rather, through AbilityOne, a mandatory government source in accordance with Federal Acquisition Regulation 8.002 (a) (2). Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Aviation Systems Engineering Co. Inc., Lexington Park, Maryland, is awarded a $17,740,956 firm-fixed price contract to train the German Navy in both maintenance functions and flight operations for the P-8A Poseidon aircraft to assist German P-8A squadrons in achieving European military airworthiness requirements for aircraft maintainer various rates; as well as teach maintenance practices for conventional weapon loading and fiber optic wiring, teach P-8A pilots and aircrew, support the German Navy in maintaining pilot and aircrew proficiency and completing Naval Air Training and Operating Procedure Standardization check rides as well as emergency procedure check rides for the German Navy. Work will be performed in Jacksonville, Florida (50%); Nordholz, Germany (40%); and Berlin, Germany (10%), and is expected to be complete by May 2030. Foreign Military Sales funds in the amount of $7,804,612 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001925C0113).

Nagamine Okawa Engineers Inc.,* Honolulu, Hawaii, is awarded a $17,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract N62478-20-D-5038 for architect-engineer services. This award brings the total cumulative face value of the contract to $47,000,000. The contract modification is for design and engineering services for various structural projects. Work will be performed at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of responsibility, including Hawaii (95%); and other South Pacific Islands (5%), with an expected completion date of December 2025. No funds will be obligated at time of award. Task orders will be primarily funded by operation and maintenance, Navy funds. Funds will be obligated on individual task orders as they are issued. NAVFAC Hawaii, Joint Base Pearl Harbor Hickam, Hawaii, is the contracting activity (N62478-20-D-5038).

Fukunaga & Associates Inc.,* Honolulu, Hawaii, is awarded a $12,000,000 firm-fixed price, indefinite delivery/indefinite-quantity modification to previously awarded contract N62478-20-D-5037 for architect-engineer services. This award brings the total cumulative face value of the contract to $42,000,000. The contract modification is for design and engineering services for various utility projects. Work will be performed at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of responsibility, including Hawaii (95%); and other South Pacific Islands (5%), with an expected completion date of December 2025. No funds will be obligated at time of award. Task orders will be primarily funded by operation and maintenance, Navy funds. Funds will be obligated on individual task orders as they are issued. NAVFAC Hawaii, Joint Base Pearl Harbor Hickam, Hawaii, is the contracting activity (N62478-20-D-5037).

UPDATE: Kemron Environmental Services Inc., Atlanta, Georgia (N69450-25-D-0039), has been added to the multiple-award contract for remedial actions at environmentally contaminated sites at Navy and Marine Corps installations and other government agencies. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity.

MISSILE DEFENSE AGENCY

University of Rochester Laboratory for Laser Energetics, Rochester, New York is being awarded a $34,914,959 modification (P00006) to a previously awarded contract (HQ0860-23-C-6000) to increase the base period scope and add two six-month option periods. The value of this contract is increased from $14,999,266 to $49,914,225 (including options). Under this modification, the contractor will define and conduct tests to collect anchoring data to benchmark/verify physics-based pulsed laser lethality modeling. Models, simulations, and lethality toolsets developed shall support analysis against a variety of Department of Defense threats and across ground, sea, air, and space domains. Upon government direction, models of relevant threats and threat support systems shall be combined with trajectories to inform a full continuity lethality and military utility picture. The work will be performed in Rochester, New York. The period of performance is from May 31, 2023, through May 30, 2028. Fiscal 2024 research, development, test and evaluation; and Congressional Plus Up funding in the amount of $9,700,000, will be obligated on this modification; and an additional $2,375,000 fiscal 2025 Congressional Plus Up funding will be added in June 2025. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

M1 Composites Technology Inc., Quebec, Canada, was awarded a $34,283,857 firm-fixed-price, requirements contract for B-1 nose radomes new manufacturing and repair. This contract provides for new manufacturing of the B-1 nose radomes and repair service for existing B-1 nose radomes. Work will be performed in Quebec, Canada, and is expected to be completed by May 29, 2026. This contract was a competitive acquisition and two offers were received. No funds will be obligated at the time of award as funds will be obligated on individual orders as they are issued. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-25-D-0003). 

ARMY

Longbow LLC, Orlando, Florida, was awarded a $19,156,942 modification (P00018) to contract W52P1J-16-D-0055 for the LONGBOW Fire Control Radar. 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 31, 2027. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Leidos Inc., Reston, Virginia, was awarded an $8,480,647 cost-plus-fixed-fee contract for an ammunition supply point and theater storage area. Bids were solicited via the internet with three received. Work will be performed in Kuwait City, Kuwait, with an estimated completion date of Nov. 30, 2030. Fiscal 2025 operation and maintenance, Army funds in the amount of $1,500,000.00 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-C-0029).

U.S. TRANSPORTATION COMMAND

UPDATE: Avelo Airlines Inc, Houston, Texas (HTC71125DCC37), is the 25th awardee to an $873,000,000 indefinite-delivery/indefinite-quantity, fixed-price, multiple award contract, originally awarded on Jan. 29, 2024, providing air charter transportation services for one-time domestic passenger, cargo, and combined movements at both military and commercial airfields.

*Small business

5/30

NAVY

Lockheed Martin Space, Littleton, Colorado, is being awarded a cost-plus-incentive-fee and cost-plus-fixed-fee unpriced letter contract modification (P00070) with a not-to-exceed amount of $1,002,700,000 under an existing contract (N00030-22-C-1025). This effort will support program management, engineering development, systems integration, long lead material, and special tooling and equipment in support of missile and launching platform production for Conventional Prompt Strike. Work will be performed in Denver, Colorado (49%); Huntsville, Alabama (35%); Sunnyvale, California (5%); Titusville, Florida (2%); various other locations (9% total). Work under this undefintized contract is expected to be completed on Aug. 31, 2028. Fiscal 2024 research, development, test and evaluation (Army) funds in the amount of $30,000,000; and fiscal 2025 research, development, test and evaluation (Army) funds in the amount of $110,000,000, will be obligated upon award. The fiscal 2024 research, development, test and evaluation (Army) funds of $30,000,000 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.

NorthStar Maritime Dismantlement Services LLC, Vernon, Vermont, is awarded a $536,749,731 firm-fixed-price contract (N00024-25-C-4135) for the dismantling, recycling, and disposal of Ex-Enterprise (CVN 65). Under this contract CVN 65 will be dismantled in its entirety, and all resulting materials will be properly recycled or disposed of. Specifically, hazardous materials, including low-level radioactive waste, will be packaged and safely transported for disposal at authorized licensed sites. Work will be performed in Mobile, Alabama, and is expected to be completed by November 2029. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $533,749,731 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment solicitation module, with three offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Missiles and Defense, Marlborough, Massachusetts, is awarded a $536,750,202 cost-plus-fixed-fee, firm-fixed-price, and cost-only contract (N00024-25-C-5501) for Air and Missile Defense Radar AN/SPY-6(V) integration and production support efforts. This contract includes options which, if exercised, would bring the cumulative value of this contract to $2,885,607,394. This contract combines the purchases for the U.S. government (71.4%); and the government of Germany (with the potential for other countries to be added) (28.4%), under the Foreign Military Sales (FMS) program. Work will be performed in Marlborough, Massachusetts (56%); Pascagoula, Mississippi (14%); Moorestown, New Jersey (9%); Newport News, Virginia (6%); Kauai, Hawaii (5%); Wallops Island, Virginia (4%); Bath, Maine (2%); Chesapeake, Virginia (2%); Portsmouth, Rhode Island (1%); and San Diego, California (1%), and is expected to be completed by May 2026. If all options are exercised, work will continue through May 2030. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $18,222,044 (32%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $15,721,738 (27%); fiscal 2025 operations and maintenance (Navy) funds in the amount of $8,577,321 (15%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $4,016,770 (7%); FMS (Germany) funds in the amount of $3,144,959 (5%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $3,031,554 (5%); fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $1,541,294 (3%); fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $958,114 (2%); fiscal 2025 other procurement (Navy) funds in the amount of $884,520 (2%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $609,763 (1%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $429,889 (<1%); and fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $378,994 (<1%), will be obligated at time of award, of which $12,594,091 will expire at the end of the fiscal year. This contract was not competitively procured. This contract was procured under the statutory authority of 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.

Pax Environmental Inc.,* Ojai, California (N62473-25-D-0004); Alta Archaeological Consulting LLC,* Santa Rose, California (N62473-25-D-0005); ASM Affiliates,* Carlsbad, California (N62473-25-D-0006); Statistical Research Inc.,* Redlands, California (N62473-25-D-0007); and ERG-Terracon JV LLC,* Baltimore, Maryland (N62473-25-D-0008), are awarded a combined $99,991,660 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for cultural resources-related studies and archeological survey work. This contract provides for investigations, preparation of historic and archaeological documents, and implementation of plans in accordance with sections 106 and 110 of the National Historic Preservation Act of 1966, as amended. Work will be performed in the states of California (95%), Arizona (1%), Colorado (1%), Nevada (1%), New Mexico (1%), Utah (1%), and other states as needed, and is expected to be completed by April 2033. Fiscal 2025 operations and maintenance (Navy) funding in the amount of $25,000 will be obligated at time of award to satisfy the minimum guarantee of $5000 per awardee, and will expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. This contract was competitively procured via SAM.gov website with nine offers received. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, California, is awarded a $34,870,790 firm-fixed-price order (N0001925F0017) against a previously issued basic ordering agreement (N0001922G0006). This order procures Air Vehicle and Ground Control Station spares in support of the successful operational capability of the Marine Air Ground Task Force Unmanned Aircraft System Expeditionary Medium Altitude Long Endurance MQ-9 Reaper air vehicles. Work will be performed in Poway, California, and is expected to be completed in May 2028. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $33,987,774; and fiscal 2023 aircraft procurement (Navy) funds in the amount of $883,016, will be obligated at the time of award, $883,016 of which will expire at the end of the current fiscal year. This order was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $21,961,412 cost-plus-fixed-fee order (N0001925F0022) to a previously awarded basic ordering agreement (N0001922G0002). This order provides for non-recurring efforts for the engineering, component production, supportability, and management necessary to facilitate the incorporation of tailored wiring and structural improvements on the nacelle via forced retrofit at the depot level of maintenance for previously delivered MV-22 Osprey aircraft for the Marine Corps. Work will be performed in Fort Worth, Texas (98.5%); and Ridley Park, Pennsylvania (1.5%), and is expected to be completed in May 2027. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $21,961,412 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Oceaneering International Inc., Hanover, Maryland, is awarded a $15,536,422 cost-plus-fixed-fee modification to previously awarded contract (N00024-24-C-430)1 to exercise options for continued support of the Navy’s Transfer Under Pressure capability and modernization, including Surveillance Towed Array Sensor System Expeditionary support. Work will be performed in Hanover, Maryland (70%); San Diego, California (15%); and Norfolk, Virginia (15%), and is expected to be completed by June 2026. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $890,359 (96%); fiscal 2025 research development test and evaluation (Navy) funds in the amount of $32,090 (3%); and fiscal 2024 other procurement (Navy) funds in the amount of $1,412 (1%), will be obligated at time of award, and funds in the amount of $890,359 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

ARMY

Employment Source Inc., Fayetteville, North Carolina, was awarded a $54,584,903 firm-fixed-price contract for dining facility attendant services at Fort Bragg. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2030. U.S. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W5168W-25-D-A010).

Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a $35,814,600 firm-fixed-price contract for dredging. Bids were solicited via the internet with one received. Work will be performed in Galveston, Texas, with an estimated completion date of Nov. 1, 2025. Fiscal 2025 operation and maintenance, Army funds in the amount of $35,814,600 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-25-C-0002).

Sampson Construction Co. Inc., Lincoln, Nebraska, was awarded a $24,629,194 firm-fixed-price contract for construction of the United States Department of Agriculture’s Agricultural Research Service Headhouse Greenhouse Research Center. Bids were solicited via the internet with two received. Work will be performed in Lincoln, Nebraska, with an estimated completion date of Sept. 3, 2026. Fiscal 2025 Department of Agriculture funds in the amount of $24,629,194 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-25-C-A028).

B3 Enterprises LLC,* Woodbridge, Virginia, was awarded a $17,486,640 modification (P00032) to contract W9124G-19-C-0006 to provide refuel/defuel services. Work will be performed at Fort Novosel, Alabama, with an estimated completion date of June 26, 2028. Fiscal 2025 operation and maintenance, Army funds in the amount of $17,486,640 were obligated at the time of the award. The U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity.

General Dynamics Land System, Sterling Heights, Michigan, was awarded a $7,965,093 modification (P00103) to contract W56HZV-22-C-0012 for Abrams system technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 30, 2026. Fiscal 2025 Foreign Military Sales (Romania) funds in the amount of $7,965,093 were obligated at the time of the award. The U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

AIR FORCE

KTH Services JV LLC, Colorado Springs, Colorado, was awarded a $419,419,148 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for base operations and facility maintenance. This contract provides for maintenance and repair of Tinker Air Force Base facilities and infrastructure. Work will be performed at Tinker AFB, Oklahoma, and is expected to be completed by Sept. 30, 2031. This contract was a competitive acquisition and four offers were received. Fiscal 2025 operations and maintenance appropriations funds in the amount of $301,308 are being obligated at the time of award. The Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8137-25-D-0001).

Avix-Bgi Technical Services JV LLC, Yorktown, Virginia, was awarded a $59,832,664 firm-fixed-price contract for A-10C, EA-37B, EC-130H contract aircrew training and courseware development. This contract provides for all personnel, equipment, tools, materials, supervision, and all other items and services that are required to perform contract aircrew training and courseware development. Work will be performed at Davis-Monthan Air Force Base, Arizona; and Moody AFB, Georgia, and is expected to be completed by July 30, 2030. This contract was a competitive, small-business set-aside acquisition and six offers were received. Fiscal 2025 operations and maintenance appropriations funds in the amount of $5,590,688 are being obligated at the time of award. The Air Combat Command, Acquisition Management and Integration Center Contracting, Hampton, Virginia, is the contracting activity (FA4890-25-C-0003).

Leidos Inc., Reston, Virginia, was awarded a ceiling $45,000,000 indefinite-delivery/indefinite-quantity contract for research and development on the high-power electromagnetic weapon systems transitions program. This contract provides for development, test, and integration of high-power electromagnetic sub-systems for mobile, rapidly deployable ground based high-power electromagnetic weapon platforms. Work will be performed in Albuquerque, New Mexico, and is expected to be completed by May 30, 2030. This contract was a limited call request for proposal under an existing advanced research announcement with three offerors solicited, and three offers received. Fiscal 2024 research, development, test and evaluation funds in the amount of $3,603,000 will be obligated at time of award. The Air Force Research Laboratory, Contracting Branch, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-25-DX004).

DRS Sustainment Systems Inc., Bridgeton, Missouri, has been awarded a $37,940,045 modification (P00003) to a previously awarded contract (FA8534-24-D-0003) for contractor logistics support of the Halvorsen aircraft cargo loader. The modification brings the total cumulative estimated contract valued to $45,517,069 from $7,577,024. Work will be performed in West Plains, Missouri, and is expected to be completed by May 31, 2029. Fiscal operations and maintenance appropriations funds will be obligated on the individual orders as they are issued each year. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Trustees of Boston College, Chestnut Hill, Massachusetts, were awarded a $22,926,186 cost-reimbursement contract for space environment technologies and science. This contract provides for research to understand and quantify the impact of the space environment on the Department of Defense and national security systems. Work will be performed at Kirtland Air Force Base, Albuquerque, New Mexico, and is expected to be complete by Jun 03, 2030. This contract was a broad agency announcement call and multiple offers were received. Fiscal 2024 research, development, test and evaluation funds in the amount of $235,946 are being obligated at time of award. The Air Force Research Labs, Space Vehicles Directorate, Kirtland AFB, New Mexico, is the contracting activity (FA9453-25-C-X038).

The University of New Mexico COSMIAC, Albuquerque, New Mexico, was awarded a for ceiling $14,968,351 cost-reimbursement contract for advanced design and analysis of space technologies and radiation assurance. This contract provides for developing prototypes, services, and frameworks to evaluate advancing technology for the space platform in various key areas. Work will be performed in Albuquerque, New Mexico, and is expected to be completed by Aug. 30, 2030. This contract was a competitive acquisition, and one offer was received. Fiscal 2025 research, development, test and evaluation funds in the amount of $994,870 are being obligated at the time of award. The Air Force Research Lab Space Technology Branch, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-25-C-X009).

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a ceiling $8,198,239 cost-plus-fixed-fee and firm-fixed-price, undefinitized contract for Spain MQ-9A remotely piloted aircraft systems weaponization. This contract provides for hardware and support services to weaponize Spain’s MQ-9A fleet. Work will be performed at Poway, California, and is expected to be completed by June 30, 2027. This contract involves Foreign Military Sales (FMS) to Spain. This contract was a sole source acquisition. FMS funds in the amount of $4,017,137 will be obligated at the time of the award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8689-22-C-2019).

DEFENSE LOGISTICS AGENCY

Central Lake Armor Express Inc.,* doing business as Armor Express, Eden, North Carolina, has been awarded a maximum $148,869,493 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for modular scalable vest and related components. This was a competitive acquisition with nine responses received. This is a three-year contract with no option periods. The ordering period end date is April 23, 2028. Using military services are Army and Air Force. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-0065).

Hardwick Tactical Corp.,* Cleveland, Tennessee, has been awarded a maximum $35,018,488 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for broadfall trousers. This was a competitive acquisition with seven responses received. This is a five-year contract with no option periods. Location of performance is Puerto Rico, with a May 30, 2030, ordering period end date. Using military service is Navy. 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-0066). 

Honeywell International Inc., Torrance, California, has been awarded an estimated $13,787,286 firm-fixed-price delivery order (SPRTA1-25-F-0042) against a five-year basic ordering agreement (SPE4A1-22-G-0014) for J85 lubricating cooler manufacture. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. The delivery order end date is March 31, 2030. 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, Tinker Air Force Base, Oklahoma.

Collins Engine Nozzles Inc., West Des Moines, Iowa, has been awarded an estimated $9,747,683 firm-fixed-price, one-time buy contract for J-85 fuel injection nozzle manufacture. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. The delivery order end date is Sept. 30, 2028. 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, Tinker Air Force Base, Oklahoma (SPRTA1-25-C-0050).

*Small business

Author

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

    View all posts
This entry was posted on Wednesday, June 04, 2025 1:00 pm

Leave a Reply

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

Notify me of updates to this conversation