INSIDE THE

NEWS + ADVICE

DoD Contracts: Lockheed Martin, Leidos, GDIT, Week of 6-23-25 to 6-27-25

Posted by Ashley Jones

6/23

AIR FORCE

Carnegie Mellon University, Pittsburgh, Pennsylvania, was awarded a $1,500,941,451 ceiling indefinite-delivery/indefinite-quantity contract for the operation of the Software Engineering Institute Federally Funded Research and Development Center. This contract provides for research, development, and prototyping of advanced technology to meet the Department of Defense and national security needs. Work will be performed primarily at facilities located in Pittsburgh, Pennsylvania and is expected to be complete by June 30, 2030. This award is the result of a sole-source acquisition. Fiscal 2025 research, development, test, and evaluation funds in the amount of $416,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8702-25-D-B003).

The Boeing Co., St. Louis, Missouri, was awarded a not-to exceed ceiling $49,674,035 letter contract for F-15 Foreign Military Sales (FMS) sustainment of Royal Saudi Air Force repair and return support services. This contract provides logistical support to include repair and return of unclassified items for Royal Saudi Air Force F-15 C/D/S and SA components, as well as spares, repair and return maintenance, procurement of support equipment, aircraft integration, and training. Services include repair, refurbishment, and/or replacement of Royal Saudi Air Force aerospace ground equipment, special purpose vehicles, and fire and safety vehicles. Work will be performed at St. Louis, Missouri; and Saudi Arabia, and expected to be complete by June 20, 2026. This contract involves FMS to Saudi Arabia. This contract was a sole source acquisition. No year authority non-appropriated FMS funds in the amount of $23,232,704 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8575-25-C-0004). (Awarded June 18, 2025)

The Boeing Co., El Segundo, California, has been awarded a $22,159,551 modification (P00115) to a previously awarded contract (FA8819-15-C-0007) for a one-year extension to continue RedLAN sustainment and support. The modification brings the total cumulative face value of the contract to $392,029,501. Work will be performed in Colorado Springs, Colorado, and the period of performance is through June 20, 2026. Fiscal 2025 operations and maintenance appropriations funding in the amount of $4,095,077; and fiscal 2025 research, development, test and evaluation funding in the amount of $2,000,000, is being obligated at the time of modification award. Space Systems Command, Peterson Space Force Base, Colorado is the contracting activity. (Awarded June 20, 2025)

BILT Inc., Grapevine, Texas, was awarded a $14,999,050 firm-fixed-price contract for 3D/XR training and support for the Air Combat Command Logistics, Engineering and Force Protection Directorate. This contract provides for improved training, maintenance, and operational procedures for the BILT application. Work will be performed at Grapevine, Texas; and Langley Air Force Base, Virginia, and is expected to be completed by June 30, 2029. The contract was a sole source acquisition through a Small Business Innovation Research Phase 2 direct award selection. Fiscal 2025 research, development, test and evaluation funds in the amount of $3,110,362 are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity (FA3020-25-C-0005).

ARMY

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $621,058,065 modification (P00056) to contract W31P4Q-20-D-0039 for SGT Stout systems, parts, services, and support. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2028. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Aleut O&M Services LLC, Colorado Springs, Colorado, was awarded a $25,900,127 firm-fixed-price contract for base operation support services. Bids were solicited via the internet with one received. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of March. 31, 2026. Fiscal 2025 operation and maintenance, Army funds in the amount of $6,760,491 were obligated at the time of the award. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W5168W-25-C-A003). (Awarded June 20, 2025)

McKim and Creed Inc., Raleigh, North Carolina, was awarded an $8,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of June 22, 2030. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-25-D-0003).

NAVY

PAE Government Services Inc., Chantilly, Virginia, is awarded a $34,028,721, firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract (N40084-21-D-0060) for base operation support services at Marine Corps Air Station Iwakuni, Japan. This award brings the total cumulative face value of the contract to $154,894,539. Work will be performed at Iwakuni City, Yamaguchi Prefecture, Japan, and is expected to be completed by June 2026. No funds will be obligated at time of award. Fiscal 2025 operations and maintenance (O&M) (Marine Corps); fiscal 2025 O&M (Navy); fiscal 2025 O&M (Defense Agencies); and fiscal 2025 Department of Defense working capital funds, in the amount of $18,636,510 for recurring work will be obligated on individual task orders issued during the option period, and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command Far East, Iwakuni, Japan, is the contracting activity (N40084-21-D-0060).

*Small business

6/24

U.S. SPECIAL OPERATIONS COMMAND

Sierra Nevada Corp., Sparks, Nevada, was awarded a $471,590,000 indefinite-delivery/indefinite-quantity contract (H9224125D0002) with firm-fixed-price, cost-plus-fixed-fee, and cost reimbursement terms for production, sustainment, and contractor logistics support of Degraded Visual Environment Pilotage System units without the IR camera lens sensor in support of the U.S. Special Operations Command (USSOCOM) Technology Applications Program Office. The contract has a maximum ceiling of $471,590,000. At the time of award, $52,892,515 is obligated, comprising $8,064,279 for Task Order One (contractor logistics support); and $44,828,236 for Task Order Two (B-Kits). Work will primarily be performed in Sparks, Nevada, and is expected to be completed by June 2030 with an optional six-month extension to November 2030. USSCOM, MacDill Air Force Base, Florida, is the contracting activity. (Awarded June 20, 2025)

ARMY

Mack Defense LLC, Allentown, Pennsylvania, was awarded a $221,860,919 firm-fixed-price contract for the M917A3 Heavy Dump Truck, logistics products, and engineering change proposal support. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 23, 2031. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-D-0049).

Defender Contracting & Construction 2 LLC, Kansas City, Missouri, was awarded a $83,308,500 firm-fixed-price contract for building repair and construction. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of July 8, 2030. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W5168W-25-D-A011).

L3Harris Global Communications Inc., Rochester, New York, was awarded a $11,962,602 firm-fixed-price contract for communications equipment and accessories. Bids were solicited via the internet with one received. Work will be performed in Rochester, New York, with an estimated completion date of April 28, 2028. Fiscal 2010 Foreign Military Sales (Germany) funds in the amount of $11,962,602 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-25-C-5032).

NAVY

CASS Holdings LLC,* Edmond, Oklahoma, is awarded a $53,973,001 fixed-price, indefinite-delivery/indefinite-quantity contract to procure repair and refurbishment services of AM-2 Mat Packages. AM-2 Mat is designed to interlock in a brickwork type pattern and provides for the construction of portable runways and taxiways for aircraft launch and recovery in support of the Aircraft Launch and Recovery Equipment Program, Expeditionary Airfield Division. The scope of work will include repair and refurbishment of four types of AM-2 Matting Packages: F71, F72, F73, and F78 which includes end frames, stamping/markings, end sheets and locking bars. Work will be performed in Edmond, Oklahoma (100%), and is expected to be completed in June 2030. Fiscal 2025 operations and maintenance, Navy funds in the amount of $1,246,448 will be obligated at the time of award, all of which will expire at the end of this fiscal year. This contract was competitively procured with one offer received. Naval Air Warfare Center Aircraft Division Lakehurst, New Jersey, is the contracting activity (N6833525D0018). (Awarded June 23, 2025)

CORRECTION: The $34,028,721 PAE Government Services Inc., Chantilly, Virginia, contract announced yesterday was announced with the incorrect award date. The correct date is June 24, 2025. 

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Agile Decision Sciences LLC, Huntsville, Alabama, has been awarded a $20,343,772.91 option exercise modification (P00006) to a previously awarded firm-fixed-price contract (HS0021-23-C-0012) for the Defense Counterintelligence and Security Agency (DCSA). This modification exercises Option Period Two to continue to provide cybersecurity support services to DCSA’s Program Executive Office. Work will be performed in Quantico, Virginia; and Hanover, Maryland, with an estimated completion of June 28, 2027 (with options). Fiscal 2025 DCSA working capital funds in the amount of $11,997,272 were obligated at the time of award. The cumulative face value of the contract to date is $87,294,593. DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Transaero Inc., Melville, New York, has been awarded a maximum $8,930,016 firm-fixed-price contract for TF33 engine fuel housing insert manufacturing. 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 four-year contract with no option periods. Location of performance is California with a March 30, 2029, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2025 Air Force defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-25-C-0066).

*Small business
**Certified 8(a) program participant contractor

6/25

NAVY

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $250,000,000 modification (P00006) to a previously awarded fixed-price incentive (firm-target), cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract (N0001922D0004). This modification increases the contract ceiling to provide for the ongoing production of the F-35 logistics information system, which encompasses both the Autonomic Logistics Information System and Operational Data Integrated Network (ODIN) and Mission Planning Environment (MPE) hardware, as well as associated support necessary to field the F-35 ODIN, MPE, and components of any future ODIN and MPE retrofits for the F-35A, F-35B and F-35C aircraft in support of the F-35 Joint Strike Fighter program for the Air Force, Marine Corps, Navy, Foreign Military Sales customers, and F-35 Cooperative Program Partners. Work will be performed in Orlando, Florida (95%); and Fort Worth, Texas (5%), and is expected to be completed in August 2027. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $57,800,000 undefinitized contract action under previously awarded contract (N00024-24-C-2124) in support of procurement for two Subsafe hull and back up valves. Work will be performed in Annapolis, Maryland, and is expected to be completed by December 2028. Fiscal 2025 research development test and evaluation (Navy) funds in the amount of $5,410,939 (9%) will be obligated at time of award and will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

LOGMET LLC, Austin, Texas, is awarded $27,126,316 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M0068125D0005) for motor vehicle operations support at the Marine Corps (USMC) Southwest Region Fleet Transportation Department. Work will be performed at various USMC military installations throughout California, Arizona, and Nevada, with an expected completion date of July 2030. This contract includes a five-year ordering period. Fiscal 2025 operations and maintenance (USMC) funds in the amount of $200,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management (SAM) website with two proposals received. The Marine Corps Installations West, Regional Contracting Office, Camp Pendleton, California, is the contracting activity (M0068125D0005).

Global,** Irvine, California, is awarded a $14,905,002 firm-fixed-price modification to a previously awarded contract (N0002422C4203) to exercise options for the accomplishment of the Inactive Ships Maintenance Philadelphia requirement. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed June 2026. Fiscal 2025 operations and management (Navy) funds in the amount of $3,762,529 will be obligated at the time of award and will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Marine Hydraulics International LLC – MHI Ship Repair & Service, Norfolk, Virginia, is being awarded an $11,488,745 modification to exercise options on a previously awarded contract (N00024-25-C-4431) for the USS New York (LPD 21) fiscal 2025 selected restricted availability. Work will be performed in Norfolk, Virginia, and is expected to be completed by September 2026. Fiscal 2025 operations and maintenance, (Navy) funds in the amount of $10,967,356 (96%); fiscal 2025 other procurement (Navy) funds in the amount of $274,550 (2%); and fiscal 2025 working capital funds (Navy) in the amount of $246,839 (2%), will be obligated at time of award and will not expire at the end of the current fiscal year. Mid Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

AIR FORCE

Vectrus Systems LLC, Colorado Springs, Colorado, was awarded a $118,020,690 cost-plus-fixed-fee undefinitized contract action, for base support services in support of the Iraq F-16 program. This contract provides for base operating support, base life support, and security services. Work will be performed at Martyr BG Ali Flaih Air Base (formerly Balad Air Base), Iraq, and is expected to be completed by Nov. 30, 2026. This contract involves Foreign Military Sales (FMS) to Iraq. This contract was a sole source acquisition as requested in a Letter of Request and agreed to in a Letter of Offer and Acceptance. FMS funds in the amount of $57,830,138 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8630-25-C-B017).

Colossal Contracting LLC, Annapolis, Maryland (FA8501-25-D-0001); DISYS Solutions Inc., Ashburn, Virginia (FA8501-25-D-0002); FedData Technology Solutions LLC, Annapolis Junction, Maryland (FA8501-25-D-0003); GovSmart Inc., Charlottesville, Virginia (FA8501-25-D-0004); and Sterling Computers Corp., North Sioux City, South Dakota (FA8501-25-D-0005), have been awarded a ceiling $84,556,394 firm-fixed-price, multiple award, indefinite‐delivery/indefinite‐quantity contracts for the purchase of infrastructure hardware and any incidental warranty services for the installation, sustainment, development, and expansion of Robins Air Force Base NIPR/SIPR infrastructure and its facilities. The contract provides for supporting the deployment of new technology within the Robins AFB NIPR/SIPR infrastructure. Work will be performed at Robins AFB, Georgia, and is expected to be completed by June 24, 2030. These contracts were a competitive acquisition and five offers were received. Fiscal 2025 working capital funds in the amount of $745,257 are being obligated at the time of award. The Air Force Sustainment Center, Operational Contracting Branch, Robins AFB, Georgia, is the contracting activity.

Lockheed Martin Aeronautics Co., Marietta, Georgia, was awarded a $48,809,421 cost-plus-fixed-fee and firm-fixed-price, indefinite-delivery/indefinite-quantity contract action for replacement multi-functional control display for the C-5M Super Galaxy fleet. This contract provides for development, integration, testing, kitting, pre-production, prototype installation, and development testing of an integrated design into the latest C-5 configuration. Work will be performed at Marietta, Georgia; and Greenville, South Carolina, and is expected to be completed by May 31, 2028. This contract was a sole source acquisition. Fiscal 2025 research, development, test and evaluation funds in the amount of $8,500,000 are being obligated at the time of award. The C-5 Contracting Branch, Robins Air Force Base, Georgia, is the contracting activity (FA8525-25-D-B003).

ARMY

L3Harris Global Communications Inc., Rochester, New York, was awarded a $29,635,553 firm-fixed-price contract for communications equipment and accessories. Bids were solicited via the internet with one received. Work will be performed in Rochester, New York, with an estimated completion date of April 30, 2027. Fiscal 2010 other procurement, Army funds in the amount of $29,635,553 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-25-C-5050).

*Small business
**a 1st Flagship Co.

6/26
NAVY

General Dynamics Electric Boat Corp., Groton, Connecticut is awarded a not-to-exceed $1,851,065,000 undefinitized contract action modification to a previously awarded contract (N00024-24-C-2110) for long lead time material and preliminary construction efforts associated with Virginia-class Block VI submarines. Work will be performed in Sunnyvale, California (37%); Tucson, Arizona (6%); Chesapeake, Virginia (6%); Dallas, Texas (4%); York, Pennsylvania (3%); Ashland, Virginia (3%); South El Monte, California (3%); Westminster, Massachusetts (3%); Manchester, New Hampshire (3%); Huntington, West Virginia (3%); Minneapolis, Minnesota (2%); McKeesport, Pennsylvania (2%); Spring Grove, Illinois (2%); Louisville, Kentucky (1%); Warren, Massachusetts (1%); Camden, New Jersey (1%); El Cajon, California (1%); Yaphank, New York (1%); and other locations less than 1% (18%), and is expected to be completed by September 2035. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $1,679,564,500 (91%) will be obligated at the time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Applied Cloud & Development Technologies LLC,* Washington, D.C. (N66001-25-D-0042); AtechGov LLC,* Bethesda, Maryland (N66001-25-D-0043); Bennett Adelson Professional Services,* Cleveland, Ohio (N66001-25-D-0044); ClearPro Partners LLC,* Leesburg, Virginia (N66001-25-D-0045); Client First Technologies,* Fairfax, Virginia (N66001-25-D-0046); Innovatus Technology Consulting,* San Diego, California (N66001-25-D-0047); Practical Solutions Inc,* Washington, D.C. (N66001-25-D-0048); and True Tandem LLC,* Herndon, Virginia (N66001-25-D-0049), are awarded a combined $1,494,000,000 indefinite-delivery/indefinite-quantity, multiple award contract with firm fixed pricing for the Department of Defense Enterprise Software Initiative (DOD ESI) Microsoft Enterprise Services II Small Business (MES II – SB). MES II – SB will provide the DOD with comprehensive, continuous enterprise support and engineering solutions for Microsoft products and cloud services, designed to enhance productivity and advance technology throughout the entire information technology lifecycle. This includes enterprise-wide and organization-specific architectural planning, implementation, deployment, and infrastructure optimization services. Work will be performed globally and is expected to be completed by June 2030. No funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued. This requirement was competitively procured as a total small business set-aside via a request for proposal (N66001-24-R-0048) published on the beta.SAM.gov website and the Naval Information Warfare Systems Command e-Commerce central website. 15 offers were received. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Leidos Inc., Reston, Virginia, is being awarded a $22,909,025 cost-plus-fixed-fee and cost-only modification to a previously awarded contract (N00024-22-C-5231) to exercise options for installation of the Navy’s AN/SQQ-89 surface ship undersea warfare combat systems. Work will be performed in Chesapeake, Virginia (51%); San Diego, California (37%); Yokosuka, Japan (3%); Bath, Maine (3%); Pascagoula, Mississippi (3%); Mayport, Florida (2%); and Seattle, Washington (1%), and is expected to be completed by May 2026. Fiscal 2025 other procurement (Navy) funding in the amount of $5,566,570 (50%); fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $1,222,560 (11%); fiscal 2022 shipbuilding and conversion (Navy) funding in the amount of $1,224,625 (11%); fiscal 2021 shipbuilding and conversion (Navy) funding in the amount of $1,098,791 (10%); fiscal 2023 shipbuilding and conversion (Navy) funding in the amount of $1,088,668 (9%); fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $562,700 (5%); fiscal 2023 other procurement (Navy) funding in the amount of $306,000 (3%); and fiscal 2025 operations and maintenance (Navy) funding in the amount of $30,000 (1%), will be obligated at the time of award, of which $1,434,791 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Triman Industries Inc., Morristown, New Jersey, is awarded a $14,284,767 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N64498-25-D-4035) for the procurement of digital voltage regulators for use on Navy Ships. Work will be performed in Morristown, New Jersey, and is expected to be completed by November 2026. Fiscal 2025 other procurement (Navy) funds in the amount of $340,113 (2%) will be obligated at the time of award and will not expire at the end of the fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1), only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.

Siemens Government Technologies, Reston, Virginia, was awarded a not-to-exceed $9,788,601 firm-fixed-price modification to previously awarded, third party financed contract (N39430-18-F-9924) for an increase to the energy service performance contract for Navy Europe, Africa, Central (EURAFCENT). This award brings the total cumulative face value of the contract to $235,800,315. Work will be performed at various locations across the EURAFCENT area of responsibility. Work is expected to be completed in August 2040. No funds were obligated at time of award. Private financing will be obtained by the contractor. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

AIR FORCE

Lockheed Martin Missiles and Fire Control, Orlando, Florida, was awarded a $45,900,000 firm-fixed-price undefinitized contract action modification (P00017) to previously awarded contract (FA8682-23-C-B001) for the Long-Range Anti-Ship Missile (LRASM) Lots Seven and Eight for the conversion of 10 LRASM missiles from the C-1 configuration to the C-3 configuration. This modification brings the total cumulative face value of the contract to $1,215,345,826. Work will be performed at Orlando, Florida, and is expected to be completed by Sept. 30, 2026. Fiscal 2024 and 2025 Navy weapons procurement funds in the amount of $5,400,000; and $3,150,000, are being obligated at time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Rise8 Inc., Tampa, Florida, was awarded a $19,282,821 firm-fixed-price contract for Apollo strategic funding increase. This contract provides for the deployment, management, and continuous delivery of software capabilities across cloud, hybrid, and on-premises environments. Work will be performed at Tampa, Florida; and El Segundo, California, and is expected to be completed by June 30, 2027. This contract was a competitive acquisition under the Small Business Innovative Research program and one offer was received. Fiscal 2025 research, development, test and evaluation funds in the amount of $6,577,587 are being obligated at time of award. The Space System Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity (FA8806-25-C-B003).

ARMY

Telephonics Corp., Farmindgale, New York, was awarded a $16,134,963 firm-fixed-price contract for maintenance and overhaul of the CH-47 for the interface communication unit. 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 June 27, 2028. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-25-D-0020).

Mason Construction Co., Seattle, Washington, was awarded a $14,042,000 firm-fixed-price contract for dredging services. Bids were solicited via the internet with two received. Work will be performed in Venice, Louisiana, with an estimated completion date of Sept. 7, 2026. Fiscal 2025 civil operation and maintenance funds in the amount f $14,042,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-25-C-0017).

U.S. TRANSPORTATION COMMAND

USTRANSCOM has modified contracts with 11 companies in an indefinite-delivery/indefinite-quantity, firm-fixed-price, multiple award contract, bringing the total cumulative face value of the program to $646,518,220. This contract is for continued international, commercial, and multimodal transportation service between various points and ports worldwide. Transportation services include time-definite, door to door and port to door pickup and delivery, Electronic Data Interchange, customs processing, and clearance of containerized and breakbulk cargo. The modified contracts are with: Air Transport International Inc., Wilmington, Ohio (HTC71119DW002P00014); American President Lines LLC, Arlington, Virginia (HTC71119DW003P00014); American Roll-On Roll-Off Carrier LLC, Ponte Verda Beach, Florida (HTC71119DW004P00014); Amerijet International Inc., Miami, Florida (HTC71119DW005P00014); Farrell Lines Incorporated, Norfolk, Virginia (HTC71119DW006P00015); Hawaiian Airlines Inc., Honolulu, Hawaii (HTC71119DW007P00014); Liberty Global Logistics LLC, Lake Success, New York (HTC71119DW008P00014); National Air Cargo Group Inc., Orlando, Florida (HTC71119DW009P00014); Northern Air Cargo Inc., Anchorage, Alaska (HTC71119DW010P00014); Schuyler Line Navigation Company LLC, Annapolis, Maryland (HTC71119DW011P00013); and United Airlines Inc., Chicago, Illinois (HTC71119DW012P00013). The period of performance is from July 1, 2025, to June 30, 2027. Working Capital Funds (Transportation) will be obligated for fiscal 2025 to 2027. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

*Small business

6/27

ARMY

Raytheon, Tucson, Arizona, was awarded a $279,201,818 cost-plus-fixed-fee contract to provide functional management support for the Land-Based Phalanx Weapon System. 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 7, 2030. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-25-D-0024).

Carte’s Contracting Services Inc.,* Andalusia, Alabama (W91278-25-D-A015); Speegle Construction Inc.,* Niceville, Florida (W91278-25-D-A016); South Dade Air Conditioning & Refrigeration Inc.,* Homestead, Florida (W91278-25-D-A017); 2A LLC,* Aberdeen, Maryland (W91278-25-D-A018); Southern Contracting LLC,* Biloxi, Mississippi (W91278-25-D-A019); Randy Kinder Excavating Inc.,* Dexter, Missouri (W91278-25-D-A020); Cornerstone Engineering Inc.,* Jeffersontown, Kentucky (W91278-25-D-A021); and A&M & Southwind Small Business JV,* Tulsa, Oklahoma (W91278-25-D-A022), will compete for each order of the $49,000,000 firm-fixed-price contract for construction. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of June 26, 2030. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Vision Point Systems Inc.,* Fairfax, Virginia, was awarded a $14,095,818 firm-fixed-price contract for corrosion prevention and engineering services and support. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 27, 2030. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-D-0062).

DEFENSE LOGISTICS AGENCY

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $90,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 279-day bridge contract with no option periods. Locations of performance are North Dakota, South Dakota, Ohio, Indiana, Wisconsin, Iowa, Minnesota, Missouri, Kentucky, Nebraska, and Michigan, with an April 2, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-25-D-0019).

Carter Industries Inc.,* Olive Hill, Kentucky, has been awarded a maximum $70,046,768 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for women’s maternity and men’s sage green and tan 27P flight suit coveralls. This was a competitive acquisition with six responses received. This is a four-year contract with no option periods. The ordering period end date is June 26, 2029. Using military services are Air Force and Navy. Type of appropriation is fiscal 2025 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-0069).

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 279-day bridge contract with no option periods. Locations of performance are California, Washington, Montana, Idaho, and Wyoming, with an April 2, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-25-D-0020).

Propper International Inc.,* Cabo Rojo, Puerto Rico, has been awarded a maximum $56,999,268 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for hot weather combat improved boots. This was a competitive acquisition with six responses received. This is a three-year six-month contract with no option periods. Other contracts are expected to be awarded under this solicitation (SPE1C1‐24‐R‐0090) and awardees will compete for a portion of the maximum dollar value. The ordering period end date is Dec. 26, 2028. Using military service is Army. Type of appropriation is fiscal 2025 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-0063).

KVG LLC,* Gettysburg, Pennsylvania, has been awarded an estimated $7,682,971 firm-fixed- price with economic-price-adjustment contract for fuel. This was a competitive acquisition with two responses received. This is a five-year base contract with one six-month option period. Location of performance is Australia, with an Oct. 31, 2030, performance completion date. Using customers are Army, Navy, Marine Corps, Defense Department, and Army and Air Force Exchange Service. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia, (SPE605-25-D-1008).

UnWrapped Inc.,* Lowell, Massachusetts, has been awarded a maximum $7,500,000 fixed-price, indefinite-delivery contract for flexor gloves. This was a competitive acquisition with five responses received. This is a five-year contract with no option periods. The ordering period end date is June 27, 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-5005).

CORRECTION: The contract announced on March 17, 2025, for Breeze-Eastern Corp., Whippany, New Jersey (SPRRA1-25-D-0009), for $63,106,371 was announced with an incorrect award date, dollar amount, and performance completion date. The correct award date is June 27, 2025, the correct dollar amount is $21,329,204, and the correct performance completion date is June 30, 2027. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.

CORRECTION: The contract announced on June 24, 2025, for Transaero Inc., Melville, New York (SPRTA1-25-C-0066), for $8,930,016 was announced with an incorrect award date. The correct award date is June 26, 2025. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma.

NAVY

General Dynamics NASSCO- Bremerton, Bremerton, Washington, is awarded an $89,436,849 modification to a cost-plus-incentive-fee, award fee, delivery order (N4523A25F0302), under a private sector maintenance contract (N0002419D4310). This definitizes the undefinitized contract action, awarded Jan. 17, 2025, for the USS Ronald Reagan (CVN 76) dry docking incremental planned availability in support of repair, maintenance, and alteration requirements. Work will be performed in Bremerton, Washington, and is expected to be completed by August 2026. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $89,436,849 will be obligated at the time of award and will expire at the end of the current fiscal year. Puget Sound Naval Shipyard & Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.

BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, is awarded a $40,860,000 cost-plus-incentive-fee with firm-fixed-price production line contract modification (P00009) to previously awarded contract. This modification is for the procurement of 200 Dual Band Decoy countermeasures and associated assemblies for the Navy. Work will be performed in Nashua, New Hampshire (70.8%); Wenatchee, Washington (4.5%); Fremont, California (3.7%); Hopkinton, Massachusetts (2.8%); Newark, Delaware (2.2%); Keene, New Hampshire (2.1%); Wilmington, Massachusetts (1.7%); and various locations within the continental U.S. (12.2%), and is expected to be completed in November 2027. Fiscal 2025 Procurement of Ammunition, Navy and Marine Corps funds in the amount of $40,860,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured; two offers were received. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923C0029).

General Dynamics Mission Systems, Manassas, Virginia, was awarded a $18,831,073 cost-plus-fixed-fee and cost modification to previously awarded contract (N00024-24-C-6230) to exercise options for engineering and technical support including software development, hardware and software integration to Navy submarines. Work will be performed in Manassas, Virginia (65%); Middletown, Rhode Island (25%); and San Diego, California (10%), and is expected to be completed by June 2026. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $3,291,133 (63%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,121,032 (15%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $1,121,032 (15%); and fiscal 2025 national sea-based deterrence fund funds in the amount of $510,796 (7%), 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.

GE Energy Power Conversion Naval Systems Inc., Imperial, Pennsylvania, is awarded a $10,443,255 modification (P00001) to a contract (N0001424C1320) for the rapid prototyping of the power electronics building block (PEBB) and hybrid modular multi-level converter (HMMC) Phase 3 effort. This modification provides for continuing the development and prototyping of a megawatt scale HMMC to validate, test and mature the technology readiness level for propulsion drive applications. The project will also advance the PEBB to provide future naval capabilities for low voltage direct current/alternating current applications and medium voltage direct current/alternating current applications. GE Vernova Power Conversion (GE-PC) is employing commercial off-the-shelf (COTS) devices and supporting small business in product line development for future COTS capabilities supporting the fiscal 2023 project. In the fiscal 2024 effort, GE-PC, now GE Vernova is designing and building new HMMC and PEBB hardware which is more suited and intended for Navy applications to provide high power quality and improved power density (i.e., high SWaP) based on the prior COTS approach. This effort will demonstrate a medium voltage megawatt scale HMMC and low voltage kilowatt scale PEBB line replaceable unit. Work will be performed in Imperial, Pennsylvania, and is expected to be completed in June 2027. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $10,443,255 are obligated at time of award and will expire at the end of the current fiscal year. The Office of Naval Research, Arlington, Virginia, is the contracting activity.

Nixon & Nixon Inc.,* San Antonio, Texas, is awarded a $10,337,676 firm-fixed-price contract (N39040-25-C-2936) for rental of single-occupancy efficiency lodging to accommodate members of a Portsmouth Naval Shipyard project team assigned temporary duty to support the docking selected restricted availability of a Los Angeles-class submarine. Work will be performed in Groton, Connecticut, and is expected to be completed by July 2026. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $10,337,676 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 17 offers received. Portsmouth Naval Shipyard is the contracting activity.

AIR FORCE

Chemring Energetic Devices Inc., Downers Grove, Illinois, was awarded a $65,274,191 firm-fixed-price and requirements contract for the aircrew flight equipment test equip systems. This contract provides for the production and repair of the following three systems: Joint Combined Aircrew Systems Tester, Altitude Combined Aircrew Systems Tester-High Altitude, and Digital System Communication Oxygen Tester, used solely to test and support operation and maintenance of the aircrew flight equipment for the A-10, F-15, F-16, and F-22. Work will be performed at Downers Grove, Illinois, and is expected to be completed by June 26, 2030. This contract was a sole source acquisition. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8533-25-D-0052).

General Dynamics Information Technology Inc., Falls Church, Virginia, was awarded a $41,683,803 cost-plus-fixed-fee task order issued under the Government Services Administration Alliant 2 Government Wide Acquisition Contract. This contract provides for an agile software development program to produce and integrate enterprise software for battlefield data communications, targeting, and battlespace awareness. Work will be performed at Beavercreek, Ohio, and is expected to be completed by December 2030. This contract was a sole source acquisition. Fiscal 2025 research, development, test and evaluation funds in the amount of $4,000,000 are obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8629-25-F-B020).

AT2 LLC, Severn, Maryland, was awarded a $13,597,617 contract modification (P00053) to a previously awarded contract (FA4890-18-C-0008) for Air Combat Command, Air Force Global Strike Command, and Air Education and Training Command primary training ranges operations and maintenance support services. This modification brings the total cumulative face value of the contract to $124,104,391. Work will be performed at Dare County Range (Seymour Johnson Air Force Base), Poinsett Range (Shaw AFB), Grand Bay Range (Moody AFB), Avon Park Range (Moody AFB), Snyder Range (Dyess AFB), Belle Fourche Range (Ellsworth AFB), Holloman Ranges (Holloman AFB), and Mountain Home Ranges (Mountain Home AFB), Range Operating Authority are in parenthesis, and is expected to be completed by March 31, 2026. Fiscal 2025 operations and maintenance appropriation funds are being obligated in the amount of $6,819,010 at the time of award. The Air Combat Command Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. 

University of Dayton Research Institute, Dayton, Ohio, was awarded a $9,978,638 cost-plus-fixed-fee contract for sustainment and modernization efforts supporting fielded weapon systems. This contract provides for support for identifying, evaluating, maturing, and qualifying existing, new and/or emerging materials, processes, and technologies that directly enhance weapon system performance and maintainability. Work will be performed in Dayton, Ohio, and is expected to be completed by June 30, 2026. This contract was a sole source acquisition. Fiscal 2025 operations and maintenance appropriation funds in the amount of $9,978,638 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8684-25-F-B001).

*Small business

Author

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

    View all posts
This entry was posted on Monday, June 30, 2025 6:07 pm

Leave a Reply

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

Notify me of updates to this conversation