NAVY
Huntington Ingalls Inc., Pascagoula, Mississippi, was awarded a cost type modification to a previously awarded contract N00024-18-C-2307 for shipyard infrastructure investments at the shipyards and supporting a distributed shipbuilding model. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by December 2033. Fiscal 2024 shipbuilding and conversion (Navy) funds 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. (Awarded Sept. 15, 2025)
Acciona CMS Philippines LLC, Maumee, Ohio (N62742-25-D-1349); Black Construction-Tutor Perini JV, Harmon, Guam (N62742-25-D-1350); CDM, A JV, Fairfax, Virginia (N62742-25-D-1351); Core Tech-HDCC-Kajima LLC, Tamuning, Guam (N62742-25-D-1352); ECC Expeditionary Constructors LLC, Burlingame, California (N62742-25-D-1353); Gilbane Federal JV, Providence, Rhode Island (N62742-25-D-1354); Nan Inc., Honolulu, Hawaii (N62742-25-D-1355); and Parsons Government Services Inc., Pasadena, California (N62742-25-D-1356), are awarded a combined $15,000,000,000 indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build contract for construction projects in support of the Pacific Deterrence Initiative Program, which may include projects in Australia, Papua New Guinea, Timor Leste, Micronesia, Philippines, Commonwealth of Northern Marianas Island, Midway, Wake Island, and other areas under Naval Facilities Engineering Systems Command (NAVFAC) Pacific cognizance. ECC Expeditionary Constructors LLC is awarded a $116,322,244 firm-fixed-price task order to design and construct a Helicopter Sea Combat (HSC)-25 Hangar Complex that includes the main hangar facility, ancillary facilities, and various site features. Work will be performed in Andersen Air Force Base, Guam, and is expected to be completed by November 2028. Fiscal 2025 military construction (Navy) funds in the amount of $116,322,244 will be obligated on this award which will not expire at the end of the current fiscal year. All other awardees are awarded a $25,000 minimum contract guarantee. Fiscal 2024 military construction (defense-wide) funds in the amount of $175,000 will be obligated to all other awardees at time of award and will not expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. The term of the contract is not to exceed 96 months with an expected completion date of September 2033. This acquisition was competitively procured via the SAM.gov website with 13 proposals received. These eight contractors may compete for task orders under the terms and conditions of the awarded contracts. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.
Fluor Marine Propulsion LLC, Arlington, Virginia, was awarded a $2,053,636,211 cost-plus-fixed-fee modification to a previously awarded contract (N00024-18-C-2130) to exercise fiscal 2026 options for Naval Nuclear Propulsion work at the Naval Nuclear Laboratory. Work will be performed in Schenectady, New York (50%); Pittsburgh, Pennsylvania (45%); and Idaho Falls, Idaho (5%). Fiscal 2025 shipbuilding and conversion (Navy) funding in the amount of $107,302,068 (93%); fiscal 2023 other procurement (Navy) funding in the amount of $5,000,000 (4%); fiscal 2025 operation and maintenance (Navy) funding in the amount of $3,000,000 (2%); and fiscal 2024 research, development, test and evaluation in the amount of $289,701 (1%); will be obligated at time of award, of which $8,000,000 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Sept. 15, 2025)
Stark Aerospace Inc., Columbus, Mississippi, is awarded a $99,068,240 firm-fixed-price modification to a previously awarded contract (N00024-25-C-5314) for MK 41 Vertical Launching System (VLS) MK 25 Mod 1 canister production in support of fiscal 2024-2028 MK 41 VLS canister production requirements. Work will be performed in Columbus, Mississippi (54%); Clackamas, Oregon (21%); Johnstown, Pennsylvania (21%); and Fairfield, New Jersey (4%), and is expected to be completed by December 2027. Fiscal 2025 weapons procurement (Navy) funds in the amount of $65,112,672 (65%); fiscal 2025 other customer funds in the amount of $33,927,856 (34%); and Foreign Military Sales (Spain) funds in the amount $27,712 (1%), will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.
Environmental Chemical Corp., Burlingame, California (N3319125D6003); MVL USA Inc., Lansing, Michigan (N3319125D6004); Sociedad Española de Montajes Industriales S.A., Cádiz, Spain (N3319125D6005); and Michael M. Tsontos S.A., Chania Greece (N3319125D6006), are awarded a combined $75,000,000 indefinite-delivery/indefinite-quantity, multiple award design-build; design-bid-build contract for new construction, repair, alteration, and related demolition of existing infrastructure within the Naval Support Activity (NSA) Souda Bay, Malaxa Communication Site, Marathi Greek Navy Base, NATO Hellenic Navy Ammunition Command Sites, and NATO Petroleum Oil Lubricant (POL) Depot Marathi Island of Crete, Greece. Each awardee was awarded $5,000 (minimum contract guarantee per awardee) after contract award. The maximum combined dollar value, including the base period of one year and four option periods of one year, for all four contracts is $75,000,000. Work will be performed primarily within NSA Souda Bay; Malaxa Communication Site; Marathi Greek Navy Base; NATO Hellenic Navy Ammunition Command Sites; and NATO POL Depot Marathi Island of Crete, Greece, and is expected to be completed by September 2030. Future task orders will be primarily funded by operation and maintenance (O&M) (Navy) and military construction defense agencies contract funds. Fiscal 2025 O&M (Navy) funding in the amount of $20,000 will be obligated for the minimum guarantees and will expire at the end of the current fiscal year. This contract was competitively procured via Procurement Integrated Enterprise Environment website with 10 offers received. Naval Facilities Engineering System Command Europe, Africa, Central, Naples, Italy, is the contracting activity.
Northrop Grumman Systems Corp., Melbourne, Florida, was awarded a $44,541,411 cost-plus-fixed-fee order (N0001925F0955) against a previously issued basic ordering agreement (N0001925G0003). This order will provide precision approach landing capability, non-recurring engineering support that will update all documentation, and develop and test any required software modifications to meet E-2D landing capability for a contested environment in support of the Navy. Work will be performed in Liverpool, New York (37%); El Segundo, California (18%); Melbourne, Florida (13%); Greenlawn, New York (11%); various locations within the continental U.S. under 1% (8%); Largo, Florida (4%); Fall Church, Virginia (2%); Rockford, Illinois (2%); Woodland Hills, California (1%); Windsor Locks Connecticut (1%); Torrance, California (1%); and Burbank California (1%), and is expected to be completed in August 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $22,270,706 will be obligated, 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. (Awarded Sept. 15, 2025)
Raytheon Co., Tucson, Arizona, was awarded a $43,227,110 cost-plus-fixed-fee completion contract modification to previously awarded contract (N00024-25-C-5409) for the redesign of the Steering Control Section of the Standard Missile 6 (SM-6) All-Up Round. Work will be performed in Tucson, Arizona, and is expected to be completed by November 2027. Fiscal 2023 weapons procurement (Navy) funds in the amount of $36,750,525 (86%); and fiscal 2024 weapons procurement (Navy) funds in the amount of $6,112,986 (14%), were obligated at time of award, of which $36,750,525 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Sept. 4, 2025)
Lyon Shipyard Inc.,* Norfolk, Virginia (N42158-22-D-S003); Colonna's Ship Yard Inc.,* Norfolk, Virginia (N42158-22-D-S004); Fairlead Boatworks Inc.,* Newport News, Virginia (N42158-22-D-S005); QED Systems Inc.,* Virginia Beach, Virginia (N42158-22-D-S006); and East Coast Repair & Fabrication LLC,* Newport News, Virginia (N42158-23-D-S002), will each be awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity modification for a combined total of $11,500,000 to execute overhaul services to service craft, small boats, and camel systems under custodianship of Norfolk Naval Shipyard. The contracts have a base one-year ordering period with four additional optional one-year ordering periods which, if exercised, would bring the cumulative value to $43,600,000 over a five-year period to the five vendors combined. Work will be performed in surrounding cities within Hampton Roads, Virginia, and is expected to be completed by September 2026. If all options are exercised, work will continue through September 2027. No funding will be obligated at time of modification. Funding will be obligated at the time of task order award. These contracts were competitively procured via the System for Award Management website, with five offers received. Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity.
Northrup Grumman Systems Corp., Melbourne, Florida, is awarded a $9,449,029 cost-plus-fixed- fee modification (P00004) to an order (N0001924F0571) 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%); Edgewood, New York (4.46%); Aire-Sur-L'Adour, France (4.13%); Carson, California (1.96%); Menlo Park, California (1.88%); and various locations within the continental U.S. (4.13%), and is expected to be complete April 2028. Fiscal 2025 aircraft procurement, navy funds in the amount of $9,449,029 will be obligated at time of award, none of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
AIR FORCE
The Boeing Co., St. Louis, Missouri, has been awarded a $124,700,000 undefinitized contract action modification (P00034) to previously awarded (FA8634-22-C-2705) for the F-15 Japan Super Interceptor Program. This modification brings the total cumulative face value of the contract to $1,225,330,999 from $1,187,880,999. Work will be performed at St. Louis, Missouri, and is expected to be completed by Feb. 28, 2028. This modification involves Foreign Military Sales (FMS) to Japan. FMS funds in the amount of $18,294,156 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Dayton, Ohio, is the Contracting Activity. (Awarded Sept. 11, 2025)
UES Inc., Dayton, Ohio, was awarded a $25,000,000 cost-plus-fixed-fee contract for advanced development of operational performance technologies. This contract provides for technology maturation of Air Force Research Laboratory (AFRL)-developed and inspired technologies, including medical and human performance technologies, to increase transition of disruptive products. Work will be performance Wright-Patterson Air Force Base, Ohio, and work is expected to be completed by Dec. 21, 2028. This contract was a competitive acquisition and one offer was received. Fiscal 2025 research, development, test and evaluation funds and budget activity 6.2-6.3 in the amount of $1,202,446 are being obligated at the time of award. The AFRL, Wright Research Site, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-21-S-6001).
Booz Allen Hamilton Inc., Mclean, Virginia, was awarded a $23,443,939 cost-plus-fixed-fee contract for an ORACL software/hardware prototype, reports, further development, and demonstration. This contract provides for modeling, simulation, and analysis to evaluate complex wireless network scenarios, identify optimal solutions, and reduce risks in operational environments. Work will be performed at Rome, New York, and is expected to be completed by Sept. 18, 2029. This contract was a competitive acquisition and two offers were received. Fiscal 2025 research, development, test and evaluation funds in the amount of $50,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-25-C-B070).
Hamilton Sundstrand Corp., Windsor Locks, Connecticut, was awarded a $10,145,193 indefinite-delivery/indefinite-quantity and firm-fixed-price task order for NP2000 Propeller System and Electronic Propeller Control System repair. This contract provides for sustainment support such as repair, upgrade, modification, engineering, technical services, and demilitarization. Work will be performed at Windsor Locks, Connecticut, and is expected to be complete by June 29, 2026. This contract was a sole source acquisition. Fiscal 2023 procurement funding in the amount of $10,145,193 are obligated at the time of award. Air Force C-130 contracting, Robins Air Force Base, Warner Robins, Georgia, is the contracting activity (FA8504-25-F-B017/FA8504-23-D-0001). (Awarded June 30, 2025)
General Dynamics Mission Systems Inc., Dedham, Massachusetts, has been awarded a $9,738,393 firm-fixed-price contract modification (P00010) to the previously awarded Baseband Interface Group (BIG) and Airborne Variant (BIG-A) interim contractor support (FA2293-24-C-B001). The contract modification is to manufacture and produce additional BIG and BIG-A production quality line replaceable units, internal BIG and BIG-A circuit cards, and other accessory components and assemblies to support the standup of the depot source of repair. Total cumulative face value of the contract is $18,776,018.20 from $9,037,625. Work will be performed at Dedham, Massachusetts, and is expected to be completed by March 4, 2027. Fiscal 2025 Space Force procurement funds in the amount of $7,504,441; and fiscal 2025 Air Force Research Development test and evaluation funds in the amount of $1,537,519, are being obligated at time of award. The Air Force Nuclear Weapons Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. (Awarded Sept. 11, 2025)
CORRECTION: The $11,993,274 contract (FA8571-25-D-0006) announced on Sept. 16, 2025, to Ecology Mir Group, LLC, Fairfax, Virginia, was not awarded.
ARMY
General Atomics Aeronautical Systems Inc., Poway, California, was awarded an $86,392,322 cost-plus-fixed-fee contract for MQ-9 Sky Range Reapers. Bids were solicited via the internet with one received. Work will be performed in Poway, California, with an estimated completion date of Sept. 18, 2030. Fiscal 2024 research, development, test, and evaluation, defense funds in the amount of $7,967,659 were obligated at the time of the award. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-25-C-A021).
Bohemia Interactive Simulations Inc., Orlando, Florida, was awarded a $48,092,707 firm-fixed-price contract for Virtual Battle Space recurring hardware, additional software, professional services, and training. 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. 16, 2032. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-25-D-A001).
MIK Construction,* Artesia, California, was awarded a $15,960,510 firm-fixed-price contract for to Upgrade the Central Chiller Plant and DDC Controls. The amount of this action is $15,960,510. Bids were solicited via the internet with five received. Work will be performed in Long Beach, California, with an estimated completion date of April 12, 2027. Fiscal 2025 operation and maintenance construction, Veterans Affairs funds in the amount of $15,960,510 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-25-C-A009).
Northrop Grumman Systems Corp., Plymouth, Minnesota, was awarded a $13,008,975 modification (P00107) to contract W15QKN-13-C-0074 for the procurement of Precision Guidance Kits. The modification brings the total cumulative face value of the contract to $1,490,942,765. 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 $13,008,975 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-13-C-0074).
DEFENSE LOGISTICS AGENCY
Gentex Corp., Simpson, Pennsylvania, has been awarded a maximum $8,293,481 modification (P00012) exercising the fourth one-year option period of a one-year base contract (SPE1C1-21-D-1496) with four one-year option periods for aircrew integrated helmet system and components. This is a firm-fixed-price, requirements contract. The performance completion date is Sept. 21, 2026. Using military service is Army. Type of appropriation is fiscal 2026 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
*Small business