INSIDE THE
NEWS + ADVICE
DoD Contracts: The Aerospace Corp., Booz Allen Hamilton, Penn State ARL, Week of 1-27-25 to 1-31-25
1/27
AIR FORCE
General Electric Co., GE Edison Works, Cincinnati, Ohio, was awarded a ceiling $3,500,000,000 indefinite-delivery/indefinite-quantity modification (P00005) to a previously awarded contract (FA8626-22-D-0010) for technology maturation and risk reduction services for the execution of the prototype phase of the Next Generation Adaptive Propulsion program. Work will be performed in Cincinnati, Ohio, and is expected to be completed by July 11, 2032. No funds are being obligated at the time of award. The Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
Raytheon Technologies Corp., Pratt & Whitney Engines, East Hartford, Connecticut, has been awarded an indefinite-delivery/indefinite-quantity modification (P00006) with a program ceiling of $3,500,000,000 to previously awarded contract FA8626-22-D-0002 for technology maturation and risk reduction services. The work includes design, analysis, rig testing, prototype engine build and testing, and weapon system integration. The contract modification is for the execution of the prototype phase of the Next Generation Adaptive Propulsion program and is focused on delivering a state-of-the-art propulsion system with a flexible architecture that can be tailored for future combat aircraft operating across various mission threads; and digitally transforming the propulsion industrial base. No funds are being obligated at the time of award. The modification brings the total cumulative face value of the contract to $3,500,000,00 from $975,000,000. The location of performance is East Hartford, Connecticut, and work is expected to be complete by July 13, 2032. This ceiling raise is the result of a planned work to be conducted within scope of the contract. Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
Aktarius LLC, Panama City, Florida (FA4877-25-D-0008); and DAP Construction Management LLC, Phoenix, Arizona (FA4877-25-D-0009), were awarded a not-to-exceed $350,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for a construction contract. The contract provides for a construction program to include maintenance, repair, alterations, mechanical, electrical, heating/air conditioning, demolition, painting, paving, and earthwork. Work will be performed at Davis-Monthan Air Force Base, Arizona; and Luke AFB, Arizona; and is expected to be completed Sept. 9, 2031. This contract was a competitive acquisition, and 31 offers were received. No funds are being obligated at the time of award. The 355th Contracting Squadron, Davis-Monthan AFB, Arizona, is the contracting activity.
DNI Emerging Technologies LLC, Oklahoma City, Oklahoma, was awarded a maximum $99,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for cyberspace operations support services. This contract provides for non-core, non-personal IT support for Air Force Material Command Systems Center for cyberspace operations and information functions. Work will be performed at Wright-Patterson Air Force Base, Ohio; Hanscom AFB, Massachusetts; Robins AFB, Georgia; Tinker AFB, Oklahoma; Hill AFB, Utah; Eglin AFB, Florida; Joint Base San Antonio, Texas; Maxwell AFB, Gunter Annex, Alabama; and Crystal City, Virginia, and is expected to be completed by Feb. 28, 2029. This contract was a sole source acquisition. Fiscal 2023 aircraft procurement funds in the amount of $2,743,365; fiscal 2023 procurement (U.S. Special Operations Command) funds in the amount of $12,486; fiscal 2024 aircraft procurement funds in the amount of $1,079,341; fiscal 2024 research, development, test and evaluation funds in the amount of $554,731; fiscal 2025 aircraft procurement funds in the amount of $327,262; and fiscal 2025 operations and maintenance (U.S. Special Operations Command) funds in the amount of $225,221, are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8604-25-D-B001).
Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $24,000,000 firm-fixed-price modification (P00002) to a previously awarded contract (FA8682-24-C-B001) for joint air-to-surface standoff missile and long-range anti-ship missile large lot procurement Lot 22 tooling, training, and maintenance. The modification brings the total cumulative face value of the contract to $3,254,277,127. Work will be performed in Orlando, Florida, and is expected to be completed by Jan. 31, 2028. This modification involves Foreign Military Sales (FMS) to Poland, Netherlands, Finland, and Japan. FMS funds in the amount of $24,000,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.
Northrop Grumman Systems Corp., Rolling Meadows, Illinois, was awarded a $22,103,279 cost-plus-incentive-fee task order for the large aircraft infrared countermeasures automated test environment effort. This contract provides for the establishment of the test environment for automated formal qualification testing at the software and system levels to support diminishing manufacturing sources activities. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed by Jan. 31, 2028. This contract is a sole-source acquisition. Fiscal 2024 procurement funds in the amount of $10,261,185 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.
NAVY
Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $502,188,416 indefinite-delivery/indefinite-quantity, cost-plus-fixed fee, cost-plus-incentive-fee, fixed-price-incentive-fee, firm-fixed-price, and cost only contract for Hypervisor Technology Zero Surface Ship Undersea Warfare combat systems and spares, engineering labor, program management, and engineering other direct costs, travel, and material in support of AN/SQQ-89A(V)15 combat system development, integration, manufacturing, production, and testing. This contract includes options which, if exercised, would bring the cumulative value of this contract to $1,033,395,002. Work will be performed in Syracuse, New York (27%); Manassas, Virginia (26%); Lemont Furnace, Pennsylvania (23%); Clearwater, Florida (22%); and Owego, New York (2%), and is expected to be completed by January 2029. If all options are exercised, work will continue through January 2033. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $1,205,366 (36%); fiscal 2025 other procurement (Navy) funds in the amount of $711,697 (21%); fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $543,877 (16%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $383,711 (11%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $374,700 (11%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $121,776 (4%); fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $23,304 (1%) will be obligated at the time of award to satisfy the minimum guarantee and will not at expire the end of the current fiscal year. This contract was competitively procured via the System for Award Management (SAM.gov) website, with 1 offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Kranze Technology Solutions Inc.,* Des Plaines, Illinois, is awarded a $42,902,575 cost-plus-fixed-fee, cost reimbursable order (N0042125F0043) against a previously issued basic ordering agreement (N0042124G0007). This order provides engineering technical services and contractor field services for various fleet shore and deployed activities for the purpose of informing, instructing, and training Navy and Marine Corps personnel in the installation, operation, and maintenance of the Digital Interoperability Marine Air-Ground Task Force Agile Network Gateway Link related family of systems. Work will be performed in Des Plaines, Illinois, and is expected to be completed in January 2030. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $2,535,953 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This order was not competed. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.
Vigor Marine LLC, Portland, Oregon, was awarded at $31,343,619 firm-fixed-price contract (N3220525C4115) for a 90-calendar day shipyard availability for a mid-term availability of Military Sealift Command’s fleet ordnance and dry cargo vessel USNS Matthew Perry (T-AKE 9). This contract includes a base period and three unexercised options, which if exercised, would increase cumulative value of this contract to $31,771,604. Work will be performed in Portland, Oregon, beginning Feb. 17, 2025, and is expected to be completed by May 17, 2025. Working capital funds (Navy) in the amount of $31,343,619 are obligated for fiscal 2025 and will not expire at the end of the current fiscal year. This contract was full and open competition with proposals solicited via the Government Point of Entry website and five proposals received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.
Rockwell Collins Inc., Government Systems, Cedar Rapids, Iowa, was awarded a $23,992,398 fixed-price-incentive-fee, firm-fixed-price modification (P00064) to a previously awarded cost-plus-incentive-fee contract (N6134017C0007). This modification exercises options to procure 68 airborne subsystem pods, three fixed ground subsystems, nine remote range units, three portable support equipment subsystems, and delivery of contract data requirements lists in support of full rate production three for the Navy’s Tactical Combat Training System (TCTS) II program. Additionally, this modification exercises an option to provide on-site training requirements via one training iteration for the TCTS II program. Work will be performed at Cedar Rapids, Iowa (30%); Richardson, Texas (30%); Virginia Beach, Virginia (15%); Lemoore, California (10%); Jacksonville, Florida (10%) and Cherry Point, North Carolina (5%), and is expected to be completed January 2027. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $21,336,952; fiscal 2025 other procurement (Navy) funds in the amount of $2,583,816; and operation and maintenance (Navy) funds in the amount of $71,630, will be obligated at the time of award, $71,630 of which will expire at the end of the current fiscal year. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. (Awarded on 23 Jan. 23, 2025)
Bayonne Dry Dock & Repair,* Bayonne, New Jersey, is awarded an $18,700,768 firm-fixed-price contract (N3220525C4122) for 100-calendar day shipyard availability for the regular overhaul and dry dock availability of Military Sealift Command’s fleet replenishment oiler USNS Henry J Kaiser (T-AO 187). This contract includes a base work package and four unexercised options for additional work and time, which if exercised, would increase the cumulative value of this contract to $19,364,358. Work will be performed in Bayonne, New Jersey, beginning March 31, 2025, and is expected to be completed by July 8, 2025. Working capital funds (Navy) in the amount of $18,700,768 are obligated for fiscal 2025 and will not expire at the end of the fiscal year. This contract was a small business set-aside solicited via the sam.gov website and four offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C4211).
DEFENSE FINANCE AND ACCOUNTING SERVICE
Booz Allen Hamilton, McLean, Virginia is being awarded a modification (P00014) to the previously awarded task order HQ042323F0088 in the amount of $17,564,755. This provides for enterprise local area network support, which includes application, server, storage, network, security, network management, information assurance, and voice and video teleconferencing engineering support. The modification brings the total cumulative face value of the order from $21,550,329 to $39,115,084. Work will be performed at various Defense Finance and Accounting Service (DFAS)locations with an expected completion date of Jan. 31, 2026. Fiscal 2025 operations and maintenance funds in the amount of $17,564,754 are being obligated at the time of award. DFAS Contract Services Directorate in Columbus, Ohio, is the contracting activity.
*Small business
1/28
DEFENSE LOGISTICS AGENCY
SNC Manufacturing LLC,** Orocovis, Puerto Rico, has been awarded a maximum $26,478,788 modification (P00025) exercising the fourth one-year option period of a one-year base contract (SPE1C1-21-D-1413) with four one-year option periods for various types of trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Jan. 31, 2026. Using military services are Army and Air 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.
Baxters North America Inc., Blue Ash, Ohio, has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for unitized group ration-A. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 219-day bridge contract. The ordering period end date is June 9, 2025. Using military services are Army, Navy, and Marine Corps. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-25-D-Z201). (Awarded on Nov. 2, 2024)
Ameriqual Group LLC, Evansville, Indiana, has been awarded a maximum $60,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for unitized group ration-A. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 219-day bridge contract. The ordering period end date is June 9, 2025. Using military services are Army, Navy and Marine Corps. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-25-D-Z200). (Awarded on Nov. 2, 2024)
NAVY
Insitu Inc., Bingen, Washington, was awarded a $25,667,674 firm-fixed-price order (N0001925F0180) against a previously issued basic ordering agreement (N0001921G0007). This order provides unmanned aircraft systems intelligence, surveillance, and reconnaissance support services, to include pre and post deployment support, site survey, training, and coordination and data support in support of the Department of Defense and other government agencies. Work will be performed in Bingen, Washington (20%); and various undisclosed locations outside of the continental U.S. (80%), and is expected to be completed March 2028. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $4,305,873 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. This order was competed as a limited source. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded Jan. 27, 2025)
AIR FORCE
The Aerospace Corp., El Segundo, California, has been awarded a $16,000,000 modification (P00151) to a previously awarded contract (FA8802-19-C-0001) for systems engineering support for the National Space Community. The modification brings the total cumulative face value of the contract is $1,261,899,909. Work will be performed in El Segundo, California, and is expected to be completed by Sept. 30, 2025. No funds are being obligated at the time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.
Lockheed Martin Corp., Fort Worth, Texas, has been awarded an $11,162,208 cost-plus-fixed-fee modification (P00099) to a previously awarded contract (FA8615-16-C-6048) for continued flight testing in support of the F-16 Singapore upgrade program. The modification brings the total cumulative face value of the contract to $1,112,065,721. Work will be performed in Fort Worth, Texas, and is expected to be completed by Jan. 29, 2027. This contract involves Foreign Military Sales (FMS) to Singapore. FMS funds in the amount of $11,162,208 will be obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
ARMY
Department of Human Services Hawaii, Honolulu, Hawaii, was awarded an $11,557,371 firm-fixed-price contract to procure dining facility attendants 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 Jan. 27, 2030. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W5168W-25-D-A006).
*Small business
** Small-disadvantaged business in historically underutilized business zones
1/29
AIR FORCE
L3Harris Technology Inc., Chantilly, Virginia, has been awarded an $89,996,615 cost-plus-fixed fee, cost delivery order for Advanced Tracking and Launch Analysis System (ATLAS) with a base plus two option periods. This delivery order provides for developing, integrating and delivering mission thread software within ATLAS to meet ATLAS initial operational capability and to achieve software stability. Work will be performed at Colorado Springs, Colorado; and Chantilly, Virginia, and is expected to be completed by Oct. 31, 2027, if all options are exercised. This delivery order was a sole source acquisition. Fiscal 2025, research, development, test, and evaluation funds in the amount of $5,436,602 is being obligated at time of award. Space Systems Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity (FA8806-25-F-B003). (Awarded Jan. 28, 2025)
L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $65,615,810 contract modification (P00314) to a previously awarded contract (FA8823-20-C-0004) for the Space Surveillance Telescope Option Year Six sustainment, Space Fence sustainment, Ground-Based Electro-Optical Surveillance Option Year Six sustainment, and Agile Portfolio Engineering Option Year 6 sustainment. This change will result in a follow-on for depot-level maintenance (both scheduled and unscheduled), mission software support, hardware modification support, sustaining engineering analysis, cybersecurity support, and technical data management and limited supply support. The modification brings the total cumulative face value of the contract to $1,114,989,837 from $1,049,374,027. Work will be performed in Exmouth, Western Australia; Adelaide, South Australia; and Colorado Springs, Colorado; Kwajalein Atoll, Marshall Islands; Morristown, Pennsylvania; White Sands Missile Range, New Mexico; Diego Garcia, British Indian Ocean Territories; Maui, Hawaii; and Yoder, Colorado; and is expected to be completed by Jan. 31, 2026. Fiscal 2025 operation and maintenance funds in the amount of $38,801,386 are being obligated at time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado Springs, Colorado, is the contracting activity.
Williams International Co. LLC, Pontiac, Michigan, has been awarded a $41,000,000 ceiling increase modification (P00008) to a previously awarded contract (FA8650-19-D-2064) for advanced turbine technology for affordable missions. The modification brings the total cumulative face value of the contract to $135,000,000 from $94,000,000. Work will be performed in Pontiac, Michigan, and is expected to be completed by Oct. 28, 2028. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
Lockheed Martin Space Mission Systems, King of Prussia, Pennsylvania, was awarded an $11,373,702 firm-fixed-price contract for the MARK IV-B weather program. This contract provides real-time, high resolution meteorological satellite data to users. Work will be performed at Hickam Air Force Base, Hawaii; Andersen AFB, Guam; Kadena Air Base, Japan; Ali Al Salem Air Base, Kuwait; Kapaun Air Base, Germany; Soto Cano, Honduras; Offutt AFB, Nebraska; and Elmendorf AFB, Alaska, and is expected to be completed by Jan. 31, 2032. Fiscal 2025 operations and maintenance funds in the amount of $1,532,813; operation and maintenance spectrum relocation funds in the amount of $558,256; and other procurement spectrum relocation funds in the amount of $437,488, are being obligated at the time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado Springs, Colorado, is the contracting activity (FA8820-25-C-B001).
DEFENSE LOGISTICS AGENCY
Goodwill Industries of South Florida Inc.,** Miami, Florida, has been awarded a maximum $76,761,450 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for unisex coats and trousers. This is a five-year contract with no option periods. The ordering period end date is Jan. 28, 2030. Using military service is Army. 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-N003).
Valneva USA Inc.,* Bethesda, Maryland, has been awarded a maximum $49,297,248 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Japanese encephalitis virus vaccine. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in the Federal Acquisition Regulation 6.302-1. This is a one-year contract with no option periods. Location of performance is Scotland, with a Jan. 28, 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 (SPE2DP-25-D-0002).
NAVY
Cheroenhaka Nottoway Enterprises LLC,* Courtland, Virginia, is awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for construction of facilities within the Public Works Department Maine area of responsibility. Work will be performed in Maine and is expected to be completed by March 2026. Fiscal 2024 military construction funds in the amount of $7,347,435 will be obligated at time of award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy) funds. This contract was sole sourced under the 8(a) program to a certified tribally owned company. The Naval Facilities Engineering Systems Command Mid-Atlantic, Kittery, Maine, is the contracting activity (N40085-25-D-2512).
Marine Ventures International Inc.,* Stuart, Florida, is awarded a $15,000,000 modification to previously awarded contract N39430-21-D-2229. This modification provides for an increase in contract capacity to support operation, maintenance, and repair of the Motor Vessel Independence. This award brings the cumulative face value of the contract to $55,156,061. Work will be performed at various locations within the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) area of operations and will be completed by September 2026. No funds will be obligated at time of award. Task orders issued in the future under this contract will be primarily funded by operation and maintenance, Navy and research, development, test and evaluation funds. NAVFAC EXWC, Naval Base Ventura County, Port Hueneme, California, is the contracting activity.
Valiant/Alca JV LLC, Clarksville, Tennessee, is awarded a $9,244,868 indefinite-delivery/ indefinite-quantity contract for base operations support services at Naval Support Activity Naples, Italy; and outlying areas. Work will be performed at Naval Support Activity Naples, Italy; and outlying areas, and will be completed by September 2033. The maximum dollar value, including the base period and nine option periods, is $78,354,223. Fiscal 2025 operation and maintenance, (Navy) contract funds in the amount of $7,625,675 for recurring work will be obligated on individual task orders issued during the base period. No funds will be obligated at time of award. This contract was competitively procured via the System for Award Management (SAM) Contract Opportunities website with seven offers received. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-25-D-9000).
General Dynamics, Bath Iron Works, Bath, Maine, is awarded a $9,165,174 cost-plus-award-fee order (N6278625F0003) against the previously awarded basic ordering agreement N00024-25-G-2305 to provide planning, management, and emergent availability support for USS Harvey C. Barnum Jr. (DDG 124). Work will be performed in Mayport, Florida (70%); and Bath, Maine (30%), and is expected to be completed by April 2027. Funding in the amount of $8,588,730 will be obligated at time of award. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $8,588,730 (94%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.
ARMY
BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $19,349,931 modification (P00021) to contract W56HZV-23-C-0024 for cold start kits and reactive armor kits. Work will be performed in York, Pennsylvania, with an estimated completion date of March 31, 2027. Fiscal 2025 weapons and tracked combat vehicle procurement, Army funds in the amount of $19,349,931 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.
Argenio Bros Inc.,* New Windsor, New York, was awarded a $19,031,028 firm-fixed-price contract for the repaving and installing roads. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 14, 2030. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911SD-25-D-A004).
Pine Bluff Sand and Gravel Co., White Hall, Arizona, was awarded a $9,119,024 firm-fixed-price contract to furnish equipment, materials, supplies and manpower for dredging. 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. 30, 2026. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-25-F-0035).
JR Merit Inc.,* Vancouver, Washington, was awarded an $8,173,172 firm-fixed-price contract for the upgrade of the sump pumps and controls. Bids were solicited via the internet with two received. Work will be performed in Bridgeport, Washington, with an estimated completion date of July 23, 2027. Fiscal 2025 civil construction funds in the amount of $2,558,775 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-25-C-0007).
*Small business
** Mandatory Source
1/30
AIR FORCE
BAE Systems Technology Solutions & Services, Rockville, Maryland, has been awarded an increased ceiling modification (P00790) of $1,192,897,112 to a previously awarded contract (FA8214-13-C-0001) for sustaining engineering services. The modification brings the total cumulative face value of the contract to $3,134,640,338 from $1,941,743,226. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by July 31, 2027. Fiscal 2025 operation and maintenance funds, research and development funds, and production funds will be obligated with the associated modification. The Air Force Nuclear Weapon Center, Hill AFB, Utah, is the contracting activity.
CAE USA Inc., Arlington, Texas, has been awarded a not-to-exceed $18,374,865 hybrid fixed-price, cost reimbursement, undefinitized contract action for the F16 Block 20 Training Simulators program for the Taiwan Air Force (TAF). This contract provides for the procurement of hardware and software development, integration, testing, and delivery of software for the TAF Block 20V F-16 Mission Training Centers. The location of performance is Arlington, Texas, and work is expected to be completed Dec. 31, 2026. This contract involves Foreign Military Sales (FMS) to Taiwan. This award is the result of a directed sole source acquisition. FMS funds in the amount of $8,833,970 are being obligated at the time of award. Air Force Life Cycle Management Center, Training Directorate, Simulators Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-25-C-B007).
Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $14,199,543 firm-fixed-price modification (P00013) to a previously awarded contract (FA8682-23-C-B001) for long range anti-ship missile Lots Seven and Eight. The modification brings the total cumulative face value of the contract to $1,024,920,115. Work will be performed in Orlando, Florida, and is expected to be completed by July 31, 2027. Fiscal 2024 (Air Force) missile procurement funds in the amount of $4,333,690; and fiscal 2025 (Navy) weapon funds in the amount of $9,865,853, are being obligated at time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.
Moog Military Aircraft LLC, Elma, New York, was awarded a $13,012,605 requirements contract B-2 flight control actuators. This contract provides for the remanufacturing of the B-2 flight control actuators. Work will be performed at Elma, New York, and is expected to be completed by Nov. 27, 2027. This contract was a sole source acquisition. Fiscal 2025 working capital funds in the amount of $13,012,605 are being obligated at time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8118-25-F-0009).
Tapestry Solutions Inc., San Diego, California, has been awarded a $9,290,646 modification (P00007) to a previously awarded contract (FA2860-22-C-0011) for flight dispatch services. The modification brings the total cumulative face value of the contract to $41,977,632. Work will be performed at Joint Base Andrews-Naval Air Facility, Washington D.C., and is expected to be completed by Jan. 31, 2027. Fiscal 2025 operation and maintenance funds in the amount of $9,290,646 are being obligated at the time of award. The 316th Contracting Squadron, Services Flight, Joint Base Andrews, Maryland, is the contracting activity.
ARMY
Perini Management Services Inc., Framingham, Massachusetts (W912DY-25-D-0030); Robins & Morton Group, Birmingham, Alabama (W912DY-25-D-0031); StructSure Projects Inc., Kansas City, Missouri (W912DY-25-D-0032); Walsh Construction Co. II LLC, Chicago, Illinois (W912DY-25-D-0033); Valiant Government Services LLC, Fayetteville, North Carolina (W912DY-25-D-0034); ESA South Inc., Cantonment, Florida (W912DY-25-D-0018); Frontline King George JV LLC,* Silver Spring, Maryland (W912DY-25-D-0019); G1/ESA South JV LLC,* Atlanta, Georgia (W912DY-25-D-0020); Global Engineering & Construction LLC,* Renton, Washington (W912DY-25-D-0021); HDD JV,* Leesburg, Virginia (W912DY-25-D-0022); Spectrum Solutions Inc.,* Madison, Alabama (W912DY-25-D-0023); Valiant Construction LLC,* Louisville, Kentucky (W912DY-25-D-0023); Centennial Contractors Enterprises Inc., Reston, Virginia (W912DY-25-D-0024); DPR-RQ Construction LLC, Carlsbad, California (W912DY-25-D-0026); Facility Services Management Inc., Clarksville, Tennessee (W912DY-25-D-0027); J&J Maintenance Inc., doing business as J&J Worldwide Services, Austin, Texas (W912DY-25-D-0028); and John C. Grimberg Co. Inc., Rockville, Maryland (W912DY-25-D-0028), will compete for each order of the $259,999,400 firm-fixed-price contract for quick response for medical facility repair, renovation, conversion, alteration, additions, construction, and equipment procurement and installation. Bids were solicited via the internet with 39 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 29, 2032. U.S Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.
Northrop Grumman Systems Corp., Plymouth, Minnesota, was awarded a $23,516,359 modification (P00102) 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 $23,516,359 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity.
Ahtna Logistics LLC,* Anchorage, Alaska, was awarded a $14,529,519 firm-fixed-price contract for security guard and patrol services. Bids were solicited via the internet with 15 received. Work will be performed in White Sands, New Mexico, with an estimated completion date of Jan. 31, 2030. Fiscal 2025 operation and maintenance, Army funds in the amount of $2,143,330 were obligated at the time of the award. Army 418th Contracting Support Brigade, Fort Bliss, Texas, is the contracting activity (W911SG-25-C-0002).
Speegle Construction Inc., Niceville, Florida, was awarded a $13,108,600 firm-fixed-price contract to construct a Projectile Penetration Research Facility. Bids were solicited via the internet with three received. Work will be performed in Vicksburg, Mississippi, with an estimated completion date of Jan. 30, 2027. Fiscal 2023 military construction, Army funds in the amount of $13,108,600 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Mississippi, is the contracting activity (W91278-25-C-0010).
BCSS LLC,* Tempe, Arizona, was awarded a $10,097,097 firm-fixed-price contract for road improvements. Bids were solicited via the internet with four received. Work will be performed in Fargo, North Dakota, with an estimated completion date of Sept. 8, 2027. Fiscal 2025 civil construction funds in the amount of $10,097,097 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity (W912ES-25-C-0004).
NAVY
BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, is awarded an $88,152,377 modification (P00001) to a previously awarded firm-fixed-price contract (N0001924C0003). This modification exercises the option to procure 1,540 radio frequency countermeasures in support of the U.S. and Foreign Military Sales (FMS) Fighter aircraft. Work will be performed in Nashua, New Hampshire (40%); Elkton, Maryland (16%); Chatsworth, California (7%); Rosamond, California (4%); Dover, New Hampshire (4%); Rochester, New York (4%); Topsfield, Massachusetts (3%); Poughkeepsie, New York (1%); and other various locations within the continental U.S. (21%), and is expected to be completed in February 2028. Fiscal 2023 procurement of ammunition (Navy/Marine Corps) funds in the amount of $11,293,951; fiscal 2024 procurement of ammunition (Navy/Marine Corps) funds in the amount of $9,723,509; fiscal 2025 procurement of ammunition (Navy/Marine Corps) funds in the amount of $8,110,222; fiscal 2025 aircraft procurement (Air Force) funds in the amount of $19,877,354; and FMS funds in the amount of $39,147,341, will be obligated at the time of award, $11,293,951 of which will expire at the end of the current fiscal year. This contract modification was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Kay and Associates Inc.,* Buffalo Grove, Illinois, is awarded a $79,368,571 modification (P00010) to a previously awarded cost-plus-fixed-fee, cost reimbursement contract (N0042122C0013). This modification exercises an option and increases the contract ceiling to provide contractor maintenance and support services for the country of Kuwait, in support of the Kuwait F/A-18 organizational level and missile maintenance repair facility organizations. Work will be performed in Kuwait and is expected to be completed January 2026. Fiscal 2025 Foreign Military Sales funds in the amount of $79,368,571 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 Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.
Coastal Enterprises, Jacksonville, North Carolina, is awarded a $23,011,514 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for custodial services. This contract provides for custodial services in support of the Marine Corps, Navy, and Department of Defense (DOD) customers at Camp Lejeune, North Carolina. Work will be performed at Marine Corps Base Camp Lejeune, North Carolina; Marine Corps Air Station New River, North Carolina; and outlying areas supported by these installations, and will be completed by January 2026. Fiscal 2025 operations and maintenance, (Marine Corps) funds in the amount of $3,438,116; fiscal 2025 operations and maintenance, (Navy) funds in the amount of $365,065; and fiscal 2025 operations and maintenance, other (DOD) funds in the amount of $460,887, will be obligated at time of award and will expire at the end of the current fiscal year. This contract was sole source procured under Federal Acquisitions Regulation (FAR) 8.002 mandatory sources utilizing FAR 8.7 AbilityOne program with one offer received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N4008525D2526).
BAE Systems, Nashua, New Hampshire, is being awarded a $20,600,926 firm-fixed-price requirements contract for the repairs of the ALE-55 in support of the common system. This is a four-year contract with no option periods. All work will be performed in Nashua, New Hampshire, and work is expected to be completed by December 2028. No funds will be obligated at time of award, and appropriate annual working capital (Navy) funds will be used for delivery orders at the time of their issuance. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-25-D-NH01).
Pacific Commercial Services Inc., Kapolei, Hawaii, is awarded a $12,253,852 indefinite-delivery/indefinite-quantity contract for environmental waste management services within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of responsibility. Work will be performed at various locations of Oahu, Hawaii, and is expected to be completed by November 2029. The maximum dollar value, including the base period and four option years, is $67,557,821. Fiscal 2025 operation and maintenance, (Navy) (OMN) funds in the amount of $2,500 will be obligated at time of award as a minimum guarantee and will expire at the end of the current fiscal year. Fiscal 2025 OMN contract funds in the amount of $12,251,352 will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Procurement Integrated Enterprise Environment solicitation website, with one offer received. NAVFAC Hawaii, Honolulu, Hawaii, is the contracting activity (N62478-25-D-2401).
QED Systems Inc.,* Virginia Beach, Virginia (N00189-25-D-0005); JAL Enterprises Inc.,* Hampton, Virginia (N00189-25-D-0006); and Technico Corp.,* Chesapeake, Virginia (N00189-25-D-0007), are being awarded a $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract to provide technical support in the area of professional equipment maintenance for the overhaul, repair, or replacement of galley and laundry equipment associated with Navy Aircraft Carriers and Navy Surface Ships in support of the Commander, U.S. Fleet Forces Command. Each contract will run concurrently and will include a 60-month base ordering period with no options. Work is expected to be completed by January 2030. Work will be performed in Norfolk, Virginia; and Virginia Beach, Virginia. Percentage of work for each contract cannot be determined at this time. Fiscal 2025 operations and maintenance (Navy) (O&M,N) in the amount of $3,000 will be obligated ($1,000 on each of the three contracts) to fund the contracts’ minimum amount. Funds will expire at the end of the current fiscal year. Subsequent task orders will be funded with appropriate fiscal year O&M, N funds. These contracts were competitively procured with the solicitation posted on SAM.gov, with five offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk Fleet Directorate, Norfolk, Virginia, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Bethel Yuut LLC,* Anchorage, Alaska, has been awarded a maximum $33,518,731 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for women’s green service uniform all weather coats. This was a competitive acquisition with six responses received. This is a five-year contract with no option periods. Location of performance is Puerto Rico, with a Jan. 29, 2030, ordering period end date. Using military service is Army. 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-0036).
Gil Sewing Corp.,* Chicago, Illinois, has been awarded a maximum $8,921,955 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men’s and women’s white jumpers. This was a competitive acquisition with seven responses received. This is a five-year contract with no option periods. The ordering period end date is Jan. 29, 2030. 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-0035).
UPDATE: Maryland Industrial Trucks Inc.,* Linthicum Heights, Maryland (SPE8EC-25-D-0050, $248,000,000), has been added as an awardee to the multiple award contract for trucks and trailers, issued against solicitation SPE8EC-21-R-0007 and awarded March 18, 2022. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
UPDATE: Pvilion Inc.,* Brooklyn, New York (SPE1C1-25-D-0020, $200,000,000), has been added as an awardee to the multiple award contract for commercial shelters, issued against solicitation number SPE1C1-22-R-0069 and awarded on July 17, 2023. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
MISSILE DEFENSE AGENCY
Concordia Technologies LLC, Huntsville, Alabama, is being awarded a competitive cost-plus-fixed-fee contract. The total value of this contract is valued at $9,399,969. Under this follow on contract, Concordia will continue the development, enhancement, analysis, and characterization of game-changing hypersonic threat design and engagement scenarios coupled with employment of high-performance computing capability utilized to employ the dynamic data to a traditionally static approach. The work will be performed in Huntsville, Alabama. The period of performance is from January 2025 through July 2026. This contract was competitively procured via publication on the Government wide Point of Entry website, under the Missile Defense Agency’s Innovation, Science, and Technology Broad Agency Announcement HQ0860-21-S-0001. The contract will be fully funded with fiscal 2024 research, development, test and evaluation funds. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0860-25-C-0003).
*Small business
1/31
AIR FORCE
Linquest Corp., Herndon, Virginia, was awarded a Small Business Innovation Research Phase III indefinite-delivery/indefinite-quantity contract with a ceiling of $970,000,000 for advanced solutions for collaborative engineering and digital development. This contract provides for the operationalization of the digital engineering and decision support techniques required to collect, analyze, and visualize data. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by Jan. 30, 2035. This contract was a sole source acquisition. Fiscal 2025 research, development, test and evaluation funds in the amount of $4,972 are being obligated at the time of award. The Space Systems Command, Peterson Space Force Base, Colorado, is the contracting activity (FA2553-25-D-B001).
Raytheon, Tucson, Arizona, has been awarded a $84,166,532 fixed-price-incentive-fee modification (P00001) to previously awarded (FA8672-25-C-B001) to increase quantity of all up rounds with containers, guided test vehicles, and weapon load crew trainers. The modification brings the total cumulative face value of the contract to $366,510,523 from $282,343,991. Work will be performed in Tucson, Arizona, and is expected to be completed by July 31, 2028. Fiscal 2025 (Air Force) missile procurement funds in the amount of $78,174,734; fiscal 2025 (Navy) weapons procurement funds in the amount of $2,316,876; fiscal 2025 (Air Force) operation and maintenance funds in the amount of $189,034; and fiscal 2025 (Air Force) research, development, test and evaluation funds in the amount of $3,485,888, are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.
L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $76,214,821 modification (P00315) to a previously awarded contract (FA8823-20-C-0004) for the National Space Defense Center and Distributed Space Command and Control System Option Year Six sustainment, including depot-level maintenance, mission software support, hardware modification support, sustaining engineering analysis, cybersecurity support, and technical data management and limited supply support. The modification brings the total cumulative face value of the contract to $1,191,204,658 from $1,114,989.837. Work will be performed at Eglin Air Force Base, Florida; Colorado Springs, Colorado; Vandenberg Space Force Base, California; and Dahlgren, Virginia, and is expected to be completed by Jan. 31, 2026. Fiscal 2025 operation and maintenance funds in the amount of $28,837,627 are being obligated at time of award. The Space Systems Center Directorate of Contracting, Peterson SFB, Colorado, is the contracting activity.
Plexsys Interface Products Inc., Camas, Washington, was awarded a $16,756,108 firm-fixed-price contract for the E-3G Airborne Warning and Control System. This contract provides for the operation and maintenance, active diminishing manufacturing sources management, hardware and software updates to the field systems, distributed mission operations network mission package updates, and hardware and software support to the 558th Software Engineering Squadron. Work will be performed in Camas, Washington, and is expected to be completed by Jan. 31, 2029. This contract was a sole source acquisition. Fiscal 2025 operations and maintenance funds in the amount of $16,756,108 are being obligated at the time of award. The Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2371-25-C-B001).
General Electric Co., Cincinnati, Ohio, was awarded a maximum $11,222,934 firm-fixed-price contract for procurement of initial spares and consumables. This contract provides initial provisioning of F110-GE-129 engine component spares and consumables. Work will be performed at Cincinnati, Ohio, and is expected to be completed Dec. 31, 2025. This contract involves Foreign Military Sales (FMS) to the Taiwan Air Force. This contract was a sole source acquisition. FMS funds in the amount $8,417,201 are being obligated at time of award. The Air Force Lifecycle Management Center, Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8122-25-F-0004). (Awarded Dec. 16, 2024)
Chugach Dynamics Solutions LLC, Anchorage, Alaska, was awarded a $10,065,281 firm-fixed-price, cost-plus-fixed-fee contract for the Air Force Technical Applications Center. This contract provides non-personnel services to operate and maintain seismic stations. Work will be performed in Boulder, Wyoming; Cambridge Bay, Nunavut; and Flin Flon, Saskatchewan, and is expected to be completed by Nov. 30, 2029. This contract was a sole source acquisition. Fiscal 2025 operation and maintenance funds in the amount of $1,634,709 are being obligated at the time of award. The Air Combat Command Acquisition Management and Integration Center, Patrick Space Force Base, Florida, is the contracting activity (FA7022-25-C-0005).
NAVY
Lockheed Martin Space, Titusville, Florida is being awarded a $383,139,431 cost-plus- incentive-fee and cost-plus-fixed-fee modification (P00004) to a previously awarded and announced contract (N0003024C0100) for Trident II (D5) Life Extension 2 (D5LE2) SSP Alteration (SPALT) advanced design and development program efforts. Work will be performed in Denver, Colorado (55%); Cape Canaveral, Florida (8%); Magna, Utah (4%); Titusville, Florida (3%); Elkton, Maryland (3%); Culpepper, Virginia (3%); Sunnyvale, California (2%); Orlando, Florida (2%); Clearwater, Florida (1%); and Folsom, California (1%), and locations less than 1% each totaling 18%. Work is expected to be completed Sept. 30, 2030. Fiscal 2025 weapons procurement (Navy) funds in the amount of $382,139,431 and Fiscal 2025 Research, Development, Technical, and Engineering (Navy) funds in the amount of $1,000,000 will be obligated on this modification award and no funds will expire at the end of the current fiscal year. This contract is being awarded to the Contractor on a sole source basis under 10 U.S. Code 2304(a)(1) and was previously synopsized on the Systems for Award Management (SAM) website, with one proposal received. Strategic Systems Programs, Washington, D.C., is the contracting activity.
Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is awarded a $65,000,000 firm-fixed-price contract for the procurement of a weapons system trainer for the French E-2D aircraft as well as the associated technical data and training (instructor/operator, maintenance and cyber). Work will be performed in Sterling, Virginia (70%); Tampa, Florida (20%); and Lorient, France (10%), and is expected to be completed in July 2028. Foreign Military Sales (France) funds in the amount of $65,000,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134025C0001).
Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is awarded $57,360,906 modification (P00096) to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N0001918C1037). This modification adds scope for the integration of second-generation Anti-Jam Tactical Ultra High Frequency Radio for NATO capabilities into the Japan E-2D aircraft, as well as procurement of a systems integration laboratory in support of aircraft configuration. Work will be performed in Melbourne, Florida (47.9%); West Chester, Ohio (29.5%); Cedar Rapids, Iowa (11.6%); Woodland Hills, California (5%); McLean, Virginia (1.6%); Falls Church, Virginia (1.1%), and various locations within and outside on the continental U.S (3.3%), and expected to be completed in February 2030. Foreign Military Sales funds in the amount of $57,360,906 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract modification was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a not-to-exceed $46,568,675 undefinitized cost-plus-fixed-fee and firm-fixed-price delivery order (N0001925F0103) against a previously issued basic ordering agreement (N0001922G0002). This order provides non-recurring engineering for integration and supportability of a V-22 Gearbox Vibration Monitoring/Osprey Drive System Safety and Health Information (ODSSHI) system and procures up to 91 ODSSHI kits and related spares. Work will be performed in Fort Worth, Texas (59%); Philadelphia, Pennsylvania (6%); Chatsworth, California (5%); and various locations within the continental U.S. (30%), and is expected to be completed in December 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $1,403,416; fiscal 2023 aircraft procurement (Marine Corp) funds in the amount of $12,229,624; fiscal 2024 aircraft procurement (Air Force) funds in the amount of $891,291; fiscal 2024 aircraft procurement (Navy) funds in the amount of $1,748,786; fiscal 2024 aircraft procurement (Marine Corp) funds in the amount of $3,436,022; Foreign Military Sales (government of Japan) funds in the amount of $3,545,198 will be obligated at the time of award, none 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.
Sechan Electronics Inc., Lititz, Pennsylvania, is awarded an $11,152,002 firm-fixed price modification to previously awarded contract N00024-23-C-5535 for the option exercise of the production of the Nulka MK 53 Decoy Launch System and MK 54 Decoy Launch Message Convertor subassembly. Work will be performed in Lititz, Pennsylvania (79%); and Upper Marlboro, Maryland (21%), and is expected to be completed by January 2027. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $4,560,868 (41%); fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $2,923,628 (26%); fiscal 2024 other procurement (Navy) funds in the amount of $1,637,086 (15%); fiscal 2025 other procurement (Navy) funds in the amount of $1,015,210 (9%); and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,015,210 (9%), 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.
DEFENSE LOGISTICS AGENCY
Valero Marketing and Supply Co., San Antonio, Texas, has been awarded a maximum $200,015,200 fixed-price with economic-price adjustment, indefinite-delivery/indefinite-quantity contract for EN590 diesel and JP8 jet fuel. This was a competitive acquisition with two responses received. This is a one-year base contract with a 30-day carryover and three one-year option periods. The performance completion date is Jan. 31, 2026. Using customer is Government of Israel. Type of appropriation is fiscal 2025 Army operations and maintenance and foreign military sales funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0602-25-D-0649).
Elbit Systems of America, Roanoke, Virginia (SPRBL1-25-D-0003); and L3 Technologies Inc., Tempe, Arizona (SPRBL1-25-D-0004), have each been awarded a maximum $135,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPRBL1-24-R-0013 for monocular night vision device white phosphorous image intensifier spare parts. This was a competitive acquisition with two responses received. These are five-year contracts with no option periods. The performance completion date is Jan. 30, 2030. Using military service is Army. Type of appropriation is fiscal 2025 through 2030 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland.
Avon Protection Ceradyne LLC, Salem, New Hampshire, has been awarded a maximum $39,911,250 modification (P00045) exercising the third one-year option period of a one-year base contract (SPE1C1-22-D-1516) with four one-year option periods for second generation advanced combat helmets. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Ohio, with a Feb. 6, 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.
The County of Harnett, Lillington, North Carolina, has been awarded a maximum $12,169,853 modification (P00132) to a 40-year contract (SP0600-06-C-8254) with no option periods incorporating rate changes for wastewater collection services. This is a fixed-price with prospective-price-redetermination contract. The performance completion date is Sept. 25, 2046. Using military service is Army. Type of appropriation is fiscal 2025 through 2046 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.
UPDATE: Beacon Point Associates LLC,** Cape Coral, Florida (SPE2DE-25-D-0003, $35,000,000), has been added as an awardee to the multiple award contract for dental supplies and equipment for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-20-R-0007 and awarded on June 10, 2021. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. (Awarded Jan. 29, 2025)
ARMY
Blair Remy Merrick MP JV LLC,* Oklahoma City, Oklahoma (W912BV-25-D-0001); Etegra Inc.,* Dallas, Texas (W912BV-25-D-0002); The Johnson McAdams Firm PA,* Greenwood, Mississippi (W912BV-25-D-0003); Kenall,* Houston, Texas (W912BV-25-D-0004); Yeager Architecture Inc.,* Lenexa, Kansas (W912BV-25-D-0005); Benham-Stanley LLC, Jacksonville, Florida (W912BV-25-D-0006); Black & Veatch Special Projects Corp.,* Overland Park, Kansas (W912BV-25-D-0007); Burns & McDonnell Engineering Company Inc., Kansas City, Missouri (W912BV-25-D-0008); FSB-Pond JV, Oklahoma City, Oklahoma (W912BV-25-D-0009); Larson Design Group-Mason & Hanger JV, Oklahoma City, Oklahoma (W912BV-25-D-0010); and Merrick & Co., Greenwood Village, Colorado (W912BV-25-D-0011), will compete for each order of the $99,000,000 firm-fixed-price contract for architect engineering services. Bids were solicited via the internet with 40 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 29, 2030. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity.
GM Defense LLC, Detroit, Michigan, was awarded a $17,672,298 firm-fixed-price contract for Infantry Squad Vehicles. 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 Dec. 31, 2025. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-F-0143).
General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $13,940,505 modification (P00092) to contract W56HZV-22-C-0012 for Abrams system technical support services. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 27, 2027. Fiscal 2010 Foreign Military Sales (Kuwait) funds; fiscal 2023 other procurement, Army funds; and fiscal 2025 operation and maintenance, Army funds in the amount of $13,940,505, were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.
Agile Defense Inc., Reston, Virginia, was awarded a $12,557,977 modification (P00008) to contract W9124P-22-F-0036 for information technology support services. Work will be performed at Redstone, Arsenal, with an estimated completion date of July 31, 2027. Fiscal 2025 aircraft procurement, Army funds in the amount of $12,557,977 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Three Oaks Construction Inc., North Sioux City, South Dakota, was awarded a $7,696,049 firm-fixed-price contract for river-bank stabilization. Bids were solicited via the internet with seven received. Work will be performed in Lower Brule, South Dakota, with an estimated completion date of April 13, 2026. Fiscal 2025 civil construction funds and Rivers and Harbors Contributed and Advanced funds in the amount of $7,696,049 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-25-C-0010).
CORRECTION: The $98,616,250 multiple award task order contract (W912DY-25-D-0041, W912DY-25-D-0042, W912DY-25-D-0043, W912DY-25-D-0044, W912DY-25-D-0045 and W912DY-25-D-0046) announced on Jan. 21, 2025, for medical facilities support services was actually awarded on Jan. 29, 2025.
MISSILE DEFENSE AGENCY
Sonalysts Inc., Waterford, Connecticut, is being awarded an extension on a noncompetitive firm-fixed-price, cost-plus-fixed-fee, cost contract for a mission-specific vendor plug-in stand-alone trainer. The total value of this contract is $41,386,774. Under this follow on contract, the contractor will continue to provide pivotal advancements in training capabilities, aligning with strategic objectives and reinforcing the defense infrastructure across multiple theaters of operation. The work will be performed in Waterford, Connecticut; Huntsville, Alabama; Colorado Springs, Colorado; Bellevue, Nebraska; Beale Air Force Base, California; Honolulu, Hawaii; Shaw AFB, South Carolina; and Ramstein, Germany. The extension performance period is from Feb. 4, 2025, to Feb. 3, 2030. This is a Small Business Innovation Research Phase III contract. One offer was solicited, and one offer was received. Fiscal 2024 and 2025 Research development test and evaluation funds in the amount of $583,000 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
The Pennsylvania State University Advanced Research Laboratory (Penn State ARL), State College, Pennsylvania, was awarded a $25,634,268 cost-plus-fixed-fee contract for the Advanced Innovation in Modeling and Simulation (AIMS) follow-on program. The objective of the Penn State ARL AIMS II project is to accelerate innovations of technologies for the Secure Advanced Framework for Simulation and Modeling program in classified hybrid cloud accredited Modeling and Simulation Integration Environments (MSIEs), as multiple mini MSIE sites or enclaves are established. Work will be performed in State College, Pennsylvania (20%); and Reston, Virginia (80%), with an expected completion date of February 2027. Fiscal 2025 research, development, test and evaluation funds in the amount of $5,000,000 are being obligated at time of award. This contract was a sole-source acquisition. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-25-C-0307).
*Small business
**Service-disabled veteran-owned small business