INSIDE THE
NEWS + ADVICE
DoD Contracts: SAIC, Lockheed Martin, LinQuest, Week of 3-17-25 to 3-21-25
3/17
NAVY
Applied Technology Inc.,* King George, Virginia (N0017325D2419-N0017325F2415); Cutlass Systems Engineering LLC,* Laurel, Maryland (N0017325D2420-N0017325F2416); Envisioneering Inc.,* Alexandria, Virginia (N0017325D2421-N0017325F2417); Future Technologies Inc.,* King George, Virginia (N0017325D2422-N0017325F2418); Intecon LLC,* Fredericksburg, Virginia (N0017325D2423- N0017325F2419); ISYS Inc.,* Littleton, Colorado (N0017325D2424-N0017325F2420); Remcom Inc.,* State College, Pennsylvania (N0017325D2425-N0017325F2421); and Technology Service Corp.,* Arlington, Virginia (N0017325D2426-N0017325F2422), are being awarded a $243,909,635 maximum ceiling across all vendors, indefinite-delivery/indefinite-quantity, multiple-award contract for tactical combat and electronic warfare systems research and development. These contracts do not include options and have a shared maximum ceiling of $243,909,635. Eight firm-fixed-price $2,500 task orders were issued concurrently. The task orders do not have options and have individual cumulative values of $2,500. Work will be performed at the U.S. Naval Research Laboratory, Washington, D.C. (NRL), and is expected to be completed by March 2032. Fiscal 2025 working capital funds (defense) in the amount of $20,000 ($2,500 per awardee) will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured with nine offers received via Contract Opportunities on SAM.gov. U.S. NRL, Washington, D.C., is the contracting activity.
Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $35,382,479 cost-plus-award-fee modification to previously awarded contract N00024-23-C-5117 to exercise option items supporting Systems Engineering and Software Integration (SE/SI) for the Integrated Combat System across the surface force portfolio of the Navy and Coast Guard. Work will be performed in Moorestown, New Jersey (41%); Columbia, Maryland (30%); Norfolk, Virginia (7%); Middletown, Rhode Island (6%); College Park, Maryland (5%); Mount Laurel, New Jersey (4%), Huntsville, Alabama (3%), Wallops Island, Virginia (1%); Arlington, Virginia (1%); San Diego, California (1%); and Herndon, Virginia (1%), and is expected to be completed by September 2025. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $6,840,507 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 (N00024-23-C-5117). (Awarded March 14, 2025)
Saab Inc., East Syracuse, New York, was awarded an $8,097,844 firm-fixed-price modification to previously awarded contract N00024-21-C-5414 to exercise options for fiscal 2025 MK 9 production efforts. Work will be performed in East Syracuse, New York (81%), Rancho Cordova, California (13%); Airmont, New York (3%); Mountain View, California (2%); and Ronkonkoma, New York (1%), and is expected to be completed by March 2027. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $8,097,844 were 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. (Awarded March 14, 2025)
ARMY
Lockheed Martin Corp., Liverpool, New York, was awarded a $213,001,070 modification (P00063) to contract W31P4Q-19-C-0058 for Sentinel radar systems and spares growth kits. Work will be performed in Liverpool, New York, with an estimated completion date of Sept. 13, 2027. Fiscal 2024 other procurement, Army funds in the amount of $213,001,070 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Airborne Systems North America – CA Inc., Santa Ana, California, was awarded an $11,376,079 firm-fixed-price contract for the production of T-11 parachutes. Bids were solicited via the internet with two received. Work will be performed in Santa Ana, California, with an estimated completion date of May 29, 2026. Fiscal 2025 other procurement, Army funds in the amount of $11,376,079 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-25-F-A015).
Weston Solutions Inc., Albuquerque, New Mexico, was awarded a $9,427,254 modification (P00003) to contract W912DY-24-F-0020 for maintenance and repair services for petroleum facilities. Work will be performed in Fort Campbell, Kentucky; Grand Ledge, Michigan; Shelbyville, Indiana; Springfield, Illinois; North Canton, Ohio; Alpena, Michigan; Tullahoma, Tennessee; Blue Ash, Ohio; Richmond, Kentucky; Edinburgh, Indiana; Grayling, Michigan; Port Clinton, Ohio; Whitehall, Ohio; Wright-Patterson Air Force Base, Ohio; Augusta, Michigan; Fort Knox, Kentucky; Fort Wayne, Indiana; Peoria, Illinois; Bunker Hill, Indiana; Louisville, Kentucky; Louisville, Tennessee; Memphis, Tennessee; Nashville, Tennessee; Ravenna, Ohio; Columbus, Ohio; Rock Island, Illinois; Scott AFB, Illinois; Mount Clemens, Michigan; Mansfield, Ohio; Springfield, Ohio; Swanton, Ohio; Greenville, Kentucky; Battle Creek, Michigan; and Vienna, Ohio, with an estimated completion date of April 7, 2026. Fiscal 2024 revolving funds in the amount of $9,427,254 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.
AIR FORCE
InDyne Inc., Lexington Park, Maryland, has been awarded an $89,902,563 modification (P00059) to a previously awarded contract (FA2518-22-C-0001) for Solid State Phased Array Radar Systems and Long-Range Discrimination Radar support, exercising Option Year 7. This modification brings the total cumulative face value of the contract to $384,723,485 from $294,820,922. Work will be performed at Beale Air Force Base, California; Cape Cod Space Force Station, Massachusetts; Clear SFS, Anderson, Alaska; Pituffik Space Base, Greenland; Cheyenne Mountain SFS, Colorado; and Royal Air Force Fylingdales, United Kingdom, and is expected to be complete by April 30, 2026. Fiscal 2025 operation and maintenance funds in the amount of $89,634,609; and fiscal 2025 and 2026 research and development funds in the amount of $340,038, are being obligated at the time of award. The Space Operations Command, Space Acquisition and Integration Office, Peterson SFB, Colorado, is the contracting activity.
LinQuest Corp., Herndon, Virginia, has been awarded a $36,085,193 cost-plus-incentive-fee modification (P00108) to a previously awarded contract (FA8808-19-C-0006) for additional systems engineering, integration, and test support. The modification brings the total cumulative face value of the contract to $799,951,039. Work will be performed in El Segundo, California, and is expected to be completed by Feb. 26, 2026. Fiscal 2025 operation and maintenance funds in the amount of $2,712,725; and fiscal 2025 procurement funds in the amount of $883,352, are being obligated at the time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity. (Awarded March 14, 2025)
DCS Corp., Alexandria, Virginia, has been awarded a $22,107,341 modification (P00019) to previously awarded (FA8650-22-F-2611) for teaming of humans and unmanned networked drone research. The modification brings the total cumulative face value of the contract to $30,344,598 from $8,237,257. Work will be performed at Wright Patterson Air Force Base, Ohio, and is expected to be completed by May 12, 2028. Fiscal 2025 research and development funds in the amount of $375,000 are being obligated at time of award. The Air Force Research Laboratory Aerospace Systems Directorate, Wright Patterson AFB, Ohio, is the contracting activity.
Improve Group Inc.,* Albuquerque, New Mexico, was awarded a $10,333,859 stand-alone, firm-fixed-price contract for a modular vivarium laboratory. Work will be performed at Joint Base San Antonio, Texas, and is expected to be completed by Sept. 1, 2026. This contract was a sole source acquisition. Fiscal 2024 research, development, test and evaluation funds in the amount of $5,692,238; and fiscal 2025 research, development, test and evaluation funds in the amount of $4,641,621, are being obligated at time of award. The 502d Contracting Squadron, JBSA, Texas, is the contracting activity (FA3016-25-C-0009). (Awarded March 4, 2025)
CORRECTION: The $13,081,102 contract (FA8637-25-C-B002) awarded to Sierra Nevada Corp., Fort Walton Beach, Florida, on March 4, 2025, was announced with an incorrect award date. The correct award date is March 13, 2025.
DEFENSE LOGISTICS AGENCY
Breeze-Eastern Corp., Whippany, New Jersey, has been awarded an estimated $63,106,371 firm-fixed-price, indefinite-delivery requirements contract for aircraft mount winches. This was a limited competitive acquisition with one response received. This is a five-year contract with no option periods. The performance completion date is March 31, 2030. Using military service is Army. The type of appropriation is fiscal 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-25-D-0009).
Golden State Medical Supply Inc.,* Camarillo, California, has been awarded an estimated $19,672,083 modification (P00007) exercising the third one-year option period of a one-year base contract (SPE2D2-22-D-0142) with four one-year option periods for febuxostat tablets. This is a fixed-price, requirements contract. Location of performance is Ohio, with an April 6, 2026, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard, Department of Veterans Affairs, Indian Health Services, and Federal Bureau of Prisons. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
DEFENSE HEALTH AGENCY
OptumHealth Care Solutions LLC, Eden Prairie, Minnesota, is awarded a $24,587,905 option modification to extend services on the Military Health System Global Nurse Advice Line bridge contract (HT001124C0011). The GNAL is a service to Military Health System eligible beneficiaries and provides access to telehealth registered nurses for triage services, self-care advice, and general health inquiries 24 hours a day, 7 days a week. This modification is being issued subject to the availability of fiscal year 2025 operation and maintenance appropriations through Sept. 17, 2025. The place of performance is Falls Church, Virginia. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded March 14, 2025)
Lawelawe Technology Services LLC, Kailua, Hawaii, is awarded option period three of a firm-fixed price contract (HT001122C0019) to provide information technology and telecommunication services and provide professional administrative management in support of the Defense Health Agency Joint Operational Medicine Information System program. Work will be primarily performed at Fort Sam Houston, Texas. The total award amount of this option exercise modification is $10,386,669. Operation and maintenance funds in the amount of $10,386,669 will be obligated for fiscal 2025. The total contract value is $46,498,983. The contract was a direct award through the Small Business Administration 8(a) program in accordance with 15 U.S. Code 637 as implemented by Federal Acquisition Regulation 6.302-5(b)(4) and was executed on July 21, 2022. The period of performance for this option period exercise is March 9, 2025, to March 8, 2026. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded March 6, 2025)
U.S. TRANSPORTATION COMMAND
UPDATE: Avelo Airlines Inc., Houston, Texas (HTC71125DCC35), has been added as the 31st awardee to the indefinite-delivery/indefinite-quantity, fixed price with economic-price-adjustments, multiple award contract for international long-range and short-range charter airlift services under the International Charter Airlift Services in Support of the Civil Reserve Air Fleet contract awarded on Oct. 1, 2024. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.
DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY
CORRECTION: The $13,347,865 contract (HS002125CE005) announced on March 14, 2025, for DNI Emerging Technologies, Oklahoma City, Oklahoma, was announced with the wrong award date. The correct award date is March 17, 2025.
*Small business
3/18
DEFENSE LOGISTICS AGENCY
Symmetry Energy Solutions LLC, Houston, Texas (SPE604-25-D-7507, $36,173,223); NRG Business Marketing LLC, Princeton, New Jersey (SPE604-23-D-7507, $28,569,813); Tiger Natural Gas Inc., Tulsa, Oklahoma (SPE604-25-D-7511, $20,523,130); Gas South LLC, Atlanta, Georgia (SPE604-25-D-7510, $18,638,280); and Enspire Energy LLC, Norfolk, Virginia (SPE604-25-D-7506, $9,296,834), have each been awarded a fixed-price with economic-price-adjustment, requirements contract under solicitation SPE604-24-R-0403 for pipeline quality direct supply natural gas. This was a competitive acquisition with sixteen responses received. These are two-year base contracts with one six-month option period. Locations of performance are Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, North Carolina, Oklahoma, South Carolina, Tennessee, and Texas, with a May 31, 2027, performance completion date. Using customers are Army, Air Force, Marine Corps, and federal civilian agencies. The using customers are solely responsible for funding this contract and funds vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.
AIR FORCE
Sunshine Aero Industries Inc., Crestview, Florida, has been awarded a $30,100,000 indefinite-delivery/indefinite-quantity contract for flight test support services. This contract supports flight test support services for the 96th Test Wing and 96th Cyberspace Test Group for ongoing Air Force and Department of Defense, research, development, test and evaluation efforts, as well as operational test and evaluation of communications, surveillance, and other airborne and ground based electronic systems. Work will be performed at Crestview, Florida; Eglin Air Force Base, Florida; Edwards AFB, California; and other locations as needed, and is expected to be complete by March 18, 2030. This award is the result of a sole-source acquisition. Fiscal 2025, research, development, test and evaluation funds in the amount of $572,696 are being obligated at the time of award. The Air Force Test Center, Eglin AFB, Florida, is the contracting activity (FA2486-25-D-B001).
Sierra Nevada Corp., Fort Walton Beach, Florida, was awarded a not-to-exceed $13,081,102 undefinitized contract action for A-29C fleet sustainment. This contract provides for continued support of A-29C aircraft, training devices, mission planning and debrief systems, line replaceable units, alternate mission equipment, ground support equipment, test equipment, commercial technical publications, and associated spares. Work will be performed at Edwards Air Force Base, California, and is expected to be completed Feb. 28, 2026. This contract was a sole-source acquisition. The Air Force Life Cycle Management Center, Wright Patterson AFB, Ohio, is the contracting activity (FA8637-25-C-B002). (Contract awarded March 13, 2025)
ARMY
Bell Textron, Fort Worth, Texas, was awarded a $26,032,500 firm-fixed-price contract for commercial aircraft. 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 18, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ2-5-F-0166).
*Small business
3/19
NAVY
Lockheed Martin Corp., Syracuse, New York, was awarded a $54,207,213 cost-plus-incentive-fee undefinitized delivery order (N00024-25-F-6219) under previously awarded indefinite-delivery/indefinite quantity contract (N00024-19-D-6200) for production of submarine electronic warfare systems on new construction and in-service submarines. Work will be performed in Syracuse, New York, and is expected to be completed by January 2028. Fiscal 2025 other procurement (Navy) funds in the amount of $11,112,667 (96%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $300,000 (3%); and fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $100,000 (1%), will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded March 13, 2025)
Domino Data Labs Inc., San Francisco, California, is awarded a $16,536,422 firm-fixed-price contract (N66001-25-C-0019). This contract provides software licenses and services to integrate the licenses. Work will be performed at the contractor’s facilities (90%); and at government sites in San Diego, California; and Port Hueneme, California (10%). This is a one-year contract. Procurement and research, test, development, and evaluation funds from Washington Headquarters Services in the amount of $16,536,422 will be obligated at the time of award. This contract was awarded as a sole-source acquisition under the statutory authority of 10 U.S. Code 3204(a)(1), as prescribed by Federal Acquisition Regulation 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.
NCS/EML SB JV LLC,* Louisville, Kentucky, is awarded a $13,238,945 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to a previously awarded contract (N69450-19-D-1740) for base operations support services at Naval Air Station Whiting Field and outlying areas. This modification provides for facility investment, maintenance and landscaping, utilities management, and other support services identified under the basic contract. This award brings the total cumulative value of the contract to $87,925,599. Work will be performed in Milton, Florida (67%); and outlying areas (33%), and is expected to be completed by March 2026. Fiscal 2025 operation and maintenance, (Navy); fiscal 2025 defense health program; fiscal 2025 family housing operation and maintenance, (Navy); fiscal 2025 defense working capital funds; and fiscal 2025 operation and maintenance, (Air Force) contract funds in the amount of $9,557,821, for recurring work will be obligated on an individual task order issued during the option period. No funds will be obligated at time of award. Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity.
Huntington Ingalls Industries Fleet Support Group LLC, Virginia Beach, Virginia, was awarded a $9,774,058 delivery order off of an indefinite-delivery/indefinite-quantity contract (N00024-21-D-4114) in support of the Carrier Engineering Maintenance Assist Team, Task Number 25-P117, to provide services for sanitary space repairs and to renovate the habitability material of the crew sanitary spaces and offices onboard USS Ronald Reagan (CVN-76). Work will be performed in Bremerton, Washington, and is expected to be completed by April 2026. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $9,588,457 were obligated at the time of award and will expire at the end of the current fiscal year. The overall total contract value ceiling remains unchanged on the basic contract at $272,977,437. Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-25-F-9975). (Awarded March 14, 2025)
ARMY
Defense Roofing Solutions JV,* Kansas City, Missouri (W912DQ-25-D-A006); AR6-Cram Construction & Roofing LLC,* New Braunfels, Texas (W912DQ-25-D-A007); and AAECON General Contracting LLC,* Louisville, Kentucky (W912DQ-25-D-A0080), will compete for each order of the $49,000,000 firm-fixed-price contract for roofing replacement. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of March 18, 2030. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity.
Northrop Grumman Systems Corp., Plymouth, Minnesota, was awarded a $40,509,362 modification (P00104) to contract W15QKN-13-C-0074 for precision guidance kits. Work will be performed in Plymouth, Minnesota, with an estimated completion date of May 21, 2028. Fiscal 2025 ammunition procurement, Army funds in the amount of $40,509,362 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity.
AIR FORCE
X-Bow Launch Systems Inc., Albuquerque, New Mexico, has been awarded a $9,852,180 firm-fixed-price modification (P00008) to previously awarded (FA9300-23-C-6014) for changes to specifications for additive manufacturing solid rocket motor propellant. The modification brings the total cumulative face value of the contract to $28,679,891. Work will be performed in Albuquerque, New Mexico, and is expected to be completed by Sept. 13, 2026. Foreign military sales funds in the amount of $9,852,180 are being obligated at the time of award. The Air Force Test Center, Edwards Air Force Base, California, is the contracting activity. (Awarded March 14, 2025)
Exquadrum Inc., Victorville, California, was award a $7,798,875 firm-fixed-price contract for logistics for aerospace research and development operations service contract. This contract provides for support logistics services required to sustain site research and development operations at the Air Force Research Lab. Work will be performed in Boron, California, and is expected to be completed by March 2026. This contract was a competitive small business set-aside acquisition, and four offers were received. Fiscal 2024 research, development, test and evaluation funds in the amount of $122,196 are being obligated at time of award. The Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9300-25-C-6004).
*Small business
3/20
NAVY
Raytheon Co., Tucson, Arizona, is awarded a $141,050,000 firm-fixed-price modification to a previously awarded contract (N00024-21-C-5411) to procure Standard Missile-2 (SM-2) production spares. This contract combines purchases for the governments of Japan (57%), Australia (19%), Netherlands (13%), Spain (6%), and Germany (5%) under the Foreign Military Sales (FMS) program. Work will be performed in East Camden, Arkansas (72%); and Tucson, Arizona (28%), and is expected to be completed by June 2030. Foreign Military Sales (FMS) (Japan) funds in the amount of $80,535,000 (57%); FMS (Australia) funds in the amount of $27,300,000 (19%); FMS (Netherlands) funds in the amount of $18,200,000 (13%); FMS (Spain) funds in the amount of $8,645,000 (6%); and FMS (Germany) funds in the amount of $6,370,000 (5%), 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.
The Boeing Co., St. Louis, Missouri, is awarded a $101,425,718 firm-fixed-price order (N0001925F0185) against a previously issued basic ordering agreement (N0001921G0006). This order is for the production and delivery of 96 Trailing Edge Flap (TEF) Retrofit Redesign shipsets, to include 96 each left hand and right hand TEFs, for retrofit into F/A-18E/F and EA-18G aircraft. Work will be performed in Hazelwood, Missouri (9.3%); South Gate, California (3.8%); Long Island, New York (7.9%); Hot Spring, Arizona (3.4%); Paramount, California (3.0%); Edgewood, Maryland (2.3%); Tulsa, Oklahoma (1.1%); Salt Lake City, Utah (1.0%); Philadelphia, Pennsylvania (16%); and St. Louis, Missouri (52.2%), and is expected to be completed in June 2030. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $51,142,648; and fiscal 2025 aircraft procurement (Navy) funds in the amount of $50,283,070, will be obligated at time of award, none of which will expire at the end of the fiscal year. This order was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Aery Aviation LLC, Newport News, Virginia, is awarded a $52,621,557 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides contracted air services (CAS) support. The CAS program has a requirement for contractor owned and contractor operated electronic warfare jet services. These aircraft are used to simulate a wide variety of airborne threats to train and test/evaluate shipboard and aircraft squadron weapon systems operators and aircrew on how to conduct Fleet air defense and counter potential enemy electronic warfare and electronic attack operations in today’s electronic combat environment. This support is provided in a variety of venues, from basic “schoolhouse” air intercept control training to large multinational exercises or small, single unit training exercises, including target/banner tow missions. The work will be performed in San Diego, California (50%); and Virginia Beach, Virginia (50%), and is expected to be completed May 2027. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042125D0081).
Northrop Grumman Systems Corp., Melbourne, Florida, is awarded a $33,609,725 cost-plus-fixed-fee order (N0001924F0571, P00003) against a previously issued basic ordering agreement (N0001920G0005). The purpose of this modification is to provide continued support to E-2D Advanced Hawkeye transition efforts from production to sustainment. Work will be performed in Liverpool, New York (83.44%); Carson, California (1.96%); Edgewood, New York (4.46%); Aire-Sur-L’Adour, France (4.13%); Menlo Park, California (1.88%); and various other locations less than one percent each (4.13%), and is expected to be complete May 2029. Fiscal 2023 aircraft procurement, Navy funds in the amount of $33,609,725 will be obligated at time of award, all of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
NAG Marine, LLC,* Norfolk, Virginia is awarded a $28,591,735 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for propulsion auxiliary control, damage control, ballast control, and various machinery control human-machined interfaces (HMI). The HMIs shall be used on Navy ships, Military Sealift Command, Army, Coast Guard, and foreign navy ships to control and monitor multiple systems in support of the Naval Surface Warfare Center Philadelphia Division (NSWCPD). Work will be performed at the contractor’s facility in Norfolk, Virginia, and is expected to be completed 60 months after date of award. Fiscal 2025 operations and maintenance (Navy) funding in the amount of $708,186 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management, with two offers received. NSWCPD, Norfolk, Virginia, is the contracting activity (N64498-25-D-4012).
The Boeing Co., St. Louis, Missouri, is awarded a not to exceed $18,555,398 cost-plus-fixed-fee and cost indefinite-delivery/indefinite-quantity contract. This contract provides for the procurement of engineering, training, and technical services for the Navy and various Foreign Military Sales customers. The services provided are in support of Harpoon and Standoff Land Attack Missile-Expanded Response Missile, Encapsulated Harpoon Command and Launch Systems, Advanced Harpoon Weapon Control System, Harpoon Coastal Defense System, Harpoon Coastal Defense Cruise Missile System, Encapsulated Support and the Harpoon Shipboard Command Launch Control System. Work will be performed in Saint Charles, Missouri, and is expected to be in completed December 2027. No funds will be obligated at the time of award, funds will be obligated on individual orders as they are issued. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001925D0012).
L3 Technologies Inc., L-3 Telemetry and Radio Frequency Products, San Diego, California, is awarded an $11,790,014 modification (P00021) to a previously awarded firm-fixed-price contract (N0001921C0064). This modification exercises an option for the production and delivery of 179 modernized radios. Work will be performed in San Diego, California, and is expected to be completed in March 2027. Fiscal 2024 weapons procurement (Navy) funds in the amount of $6,784,198; and fiscal 2025 weapons procurement (Navy) funds in the amount of $5,005,816, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
ARMY
Yellowstone Electric Co.,* Billings, Montana, was awarded a $29,876,694 firm-fixed-price contract to replace generator step-up unit transformers. Bids were solicited via the internet with two received. Work will be performed in Jamestown, Kentucky, with an estimated completion date of Aug. 20, 2030. Fiscal 2025 civil construction funds in the amount of $29,876,694 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity (W912P5-25-C-1001).
U.S. TRANSPORTATION COMMAND
UPDATE: Breeze Aviation Group Inc, Salt Lake City, Utah, (HTC71124DCC36) is the 24th awardee in a multiple award, indefinite/delivery-indefinite/quantity, fixed-price contract, with an estimated combined value of $873,000,000. This contract provides air charter transportation services for one-time domestic passenger, cargo, and combined movements at both military and commercial airfields. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.
*Small business
3/21
NAVY
Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $590,000,000 fixed-price incentive (firm-target) undefinitized modification (P00080) to a previously awarded contract (N0001917C0015). This modification adds scope for the production and delivery of five CMV-22B aircraft for the Navy. Work will be performed in Fort Worth, Texas (30.08%); Ridley Park, Pennsylvania (15.22%); Amarillo, Texas (12.73%);Red Oak, Texas (3.33%); East Aurora, New York (2.55%); Park City, Utah (2.20%); McKinney, Texas (1.33%); Endicott, New York (1.15%); various other locations within the continental U.S. (27.49%); and various other locations outside of the continental U.S. (3.92%), and is expected to be completed in January 2028. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $132,100,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This modification was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Lockheed Martin Corp., Missiles and Fire Control, Archbald, Pennsylvania, is awarded a $17,471,428 modification (P00004) to a previously awarded firm-fixed-price contract (N0001924C0004). This modification adds scope for the production and delivery of 2590 laser guided training rounds and associated non-recurring engineering for the Navy and Marine Corps. Work will be performed in Archbald, Pennsylvania, and is expected to be completed April 2027. Fiscal 2025 procurement of ammunition (Navy and Marine Corps) funds in the amount of $14,732,515; fiscal 2024 procurement of ammunition (Navy and Marine Corps) funds in the amount of $2,256,342; and fiscal 2023 procurement of ammunition (Navy and Marine Corps) funds in the amount of $482,570, will be obligated at the time of award, $482,570 of which will expire at the end of the current fiscal year. This modification was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
ARMY
Heil Trailer International LLC, Athens, Tennessee, was awarded a $588,594,137 hybrid (firm-fixed-price and fixed-price with economic price adjustment) contract for the Tactical Fuel Distribution System. 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 March 21, 2030. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-D-0033).
Science Applications International Corp., Reston, Virginia, was awarded a $14,989,577 modification (P00154) to contract W31P4Q-21-F-0095 for modeling and simulation and development engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 20, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
AIR FORCE
Raytheon Co., Mckinney, Texas, was awarded a $100,000,000 indefinite-delivery/indefinite-quantity contract for retrofitting and repair of the HC-130J aircraft AN/AAS-54 Electro-Optical/Infrared system and subsystems. The contract provides for addressing diminishing manufacturing sources and material shortfalls, obsolescence, reliability, and maintainability. Work will be performed in McKinney, Texas, and is expected to be completed by March 18, 2035. This contract was a sole source acquisition. Fiscal 2025 procurement funds in the amount of $29,995,590 are being obligated at the time of award. The Air Force Life Cycle Management Center Robins Air Force Base, Georgia, is the contracting activity (FA8509-25-D-B004), (Awarded March 19, 2025)
The Boeing Co., St. Louis, Missouri, was awarded an $18,231,268 cost-plus-fixed-fee contract for combat refueling and operations networked universal systems, relative navigation and boom automation. This contract provides for technology, development, demonstration, and risk reduction of relative navigation and boom automation for airborne refueling. Work will be performed at Wright Patterson Air Force Base, Ohio, and is expected to be completed by Jan. 21, 2028. This contract was a competitive acquisition, and eight offers were received. Fiscal 2025 research, development, test and evaluation funds in the amount of $3,300,000 will be obligated at time of award. The Air Force Research Laboratory, Wright Patterson AFB, Ohio, is the contracting activity (FA2391-25-C-B018).
Lockheed Martin, Littleton, Colorado, has been awarded a $10,232,906 modification (P00797) to previously awarded (FA8807‐08‐C‐0010) for the GPS III Mission 10 launch and on-orbit checkout. The modification brings the total cumulative face value of the contract to $5,623,905,059 from $5,613,672,153. Work will be performed at Littleton, Colorado, and is expected to be completed by Aug. 31, 2026. Fiscal 2025 procurement funds in the amount of $10,232,906 are being obligated at time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.
DEFENSE LOGISTICS AGENCY
UPDATE: Calca Solutions LLC, Westlake, Louisiana (SPE601-25-D-1504, $14,126,090), has been added as an awardee to the multiple award contract for monomethyl hydrazine supplies, issued against solicitation SPE601-24-R-0304 and awarded July 17, 2024. The contracting activity is the Defense Logistics Agency Energy, Joint Base San Antonio-Lackland, Texas.
*Small business
This entry was posted on Monday, March 24, 2025 1:07 pm