AIR FORCE
ABL Technologies LLC, Madison, Alabama (FA8533-25-D-0001); Advanced Testing Technologies Inc., Hauppauge, New York (FA8533-25-D-0002); Aging Aircraft Consulting LLC, doing business as Aging Aircraft Solutions, Warner Robins, Georgia (FA8533-25-D-0003); Atec Inc., Stafford, Texas (FA8533-25-D-0005); Atlantic Diving Supply Inc., doing business as ADS, Inc., Virginia Beach, Virgina (FA8533-25-D-0006); BAE Systems Information & Electronic Systems Integration Inc., San Diego, California (FA8533-25-D-0007); Black Dog Solutions LLC, Branchville, New Jersey (FA8533-25-D-0008); Booz Allen Hamilton Inc., McLean, Virginia (FA8533-25-D-0009); CACI Inc. - Federal, Chantilly, Virginia (FA8533-25-D-0010); DCS Corp., Alexandria, Virginia (FA8533-25-D-0011); E-Spectrum Technologies, San Antonio, Texas (FA8533-25-D-0013); Innovation Defense Technologies LLC, Arlington, Virginia (FA8533-25-D-0014); KIHOMAC Inc., Reston, Virginia (FA8533-25-D-0015); Lockheed Martin Rotary and Mission Systems, Orlando, Florida (FA8533-25-D-0016); LogiSys Technical Services Inc., Huntsville, Alabama (FA8533-25-D-0017); Marvin Test Solutions Inc., Irvine, California (FA8533-25-D-0018); Northrop Grumman Systems Corp., Warner Robins, Georgia (FA8533-25-D-0019); Orbis Sibro Inc., Charleston, South Carolina (FA8533-25-D-0020); Peraton Inc., Herndon, Virginia (FA8533-25-D-0021); Photon sbFlux LLC, Huntsville, Alabama (FA8533-25-D-0022); Science and Engineering Services LLC, Huntsville, Alabama (FA8533-25-D-0023); Southwest Research Institute, San Antonio, Texas (FA8533-25-D-0024); Teradyne Inc., North Reading, Massachusetts (FA8533-25-D-00025); Testeract LLC, Draper, Utah (FA8533-25-D-0026); Tevet, LLC, Greeneville, Tennessee (FA8533-25-D-0027), Textron Systems Corp., Hunt Valley, Maryland (FA8533-25-D-0028); The Boeing Co., St. Louis, Missouri (FA8533-25-D-0029); Tyonek Engineering & Agile Manufacturing LLC, Warner Robins, Georgia (FA8533-25-D-0031); Universal Technical Resource Services Inc., Marlton, New Jersey (FA8533-25-D-0032); Vertex Modernization and Sustainment LLC, Indianapolis, Indiana (FA8533-25-D-0033); WesTest Engineering Corp., Layton, Utah (FA8533-25-D-0034); WilliamsRDM Inc., Fort Worth, Texas (FA8533-25-D-0035); and X Technologies Inc., San Antonio, Texas (FA8533-25-D-0036), were awarded a combined $980,000,000 ceiling indefinite-delivery/indefinite-quantity and multiple award contract for Automatic Test Systems (ATS) Acquisition-I. This contract provides for rapid support and sustainment of the full life cycle of legacy items and future requirements of commercial and non-commercial products and services of the ATSA-I division's portfolio. Work will be performed through identified locations at the individual order level and is expected to be completed by Sept. 18, 2035. This contract involves foreign military sales to be determined as needed on individual delivery orders. This contract is the result of a competitive acquisition, and 38 offers were received. Fiscal 2024 procurement funds in the amount of $1,000 to each awardee for a total of $33,000 to be obligated at the time of award. Robins Air Force Base, Georgia, is the contracting activity.
Salient CRGT Inc., Fairfax, Virginia, was awarded an indefinite-delivery/indefinite-quantity contract with a ceiling not-to-exceed $865,000,000 for 9th Air Force communications technical support services. This contract provides for support across multiple locations throughout the U.S. Central Command area of responsibility. Work will be performed at Shaw Air Force Base, South Carolina; Al Udeid Air Base; Al Dhafra Air Base, Abu Dhabi, United Arab Emirates; Prince Sultan Air Base, Al Kharj, Saudi Arabia; Muwaffaq Salti Air Base, Azraq, Jordan; and Al Asad Air Base, Iraq, and is expected to be completed by Sept. 16, 2025. This contract was the result of a competitive acquisition, and five offers were received. Fiscal 2024 operation and maintenance funds in the amount of $6,975,698 are being obligated at the time of award. Air Combat Command, Acquisition Management Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-24-D-0007).
STS Systems Defense LLC, San Antonio, Texas, was awarded a $21,592,419 firm-fixed-price contract for F-35 paint booths. This contract provides for the building of two new paint booths and associated equipment used for the F-35 aircraft. Work will be performed at Hill Air Force Base, Utah, and is expected to be complete by April 26, 2027. This contract was a sole source 8(a) direct award. Fiscal 2023 procurement funds in the amount of $20,692,419 and defense working capital funds in the amount of $900,000 are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8228-25-C-0005).
NAVY
Raytheon Co., Marlborough, Massachusetts, is being awarded $219,888,472 for a firm-fixed ceiling-priced delivery order (N00383-25-F-NE02) under a previously awarded performance based contract (N00383-25-D-NE01) for the fulfillment of 1,719 requirements of 62 parts used on the MK99 fire control system, and the Army Navy Joint Electronics Type Designation Systems Water/Surface Ship, Radar, Surveillance and Control Transmitter Group. Work will be performed in Andover, Massachusetts (95%); and Chesapeake, Virginia (5%). Work is expected to be completed by December 2027. Annual working capital funds (Navy) in the amount of $164,916,354 will be obligated at the time of award as an undefinitized contract action with a commitment of $54,972,118 for the remainder of the performance period. Funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.
Raytheon Co., Tucson, Arizona, was awarded a $216,388,446 cost-plus-fixed-fee completion contract modification to previously awarded contract (N00024-20-C-5405) for the procurement and development of special tooling and special test equipment to increase production capacity of the Standard Missile 6 (SM-6) All Up Round. Work will be performed in Tucson, Arizona (72%); Gilbert, Arizona (6%); Colorado Springs, Colorado (4%); North Reading, Massachusetts (4%); Suwanee, Georgia (4%); Greenville, Tennessee (2%); and various other locations each less than 1% (8%), and is expected to be completed by September 2029. Fiscal 2024 weapons procurement (Navy) in the amount of $136,093,614 was 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. (Awarded on Sept. 8, 2025)
Johnson Control Navy Systems LLC, York, Pennsylvania, was awarded a $155,980,424 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 350-ton high efficiency super capacity air conditioning chiller plants, backfit kits, auxiliary components, and related materials. This contract includes an option which, if exercised, would bring the cumulative value of this contract to $197,225,022. Work will be performed in York, Pennsylvania, and is expected to be completed by September 2028. Fiscal 2025 other procurement (Navy) funds in the amount of $95,678,001 (61%) were obligated at the time of award and will not expire at the end of the 2025 fiscal year. This contract was not competitively procured via SAM.gov in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-25-D-4036). (Awarded Sept. 12, 2025)
HDR Environmental, Operations, & Construction Inc., Englewood, Colorado, is awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $75,000,000 for the contract marine and biological resources monitoring and program management services at various locations worldwide. This contract includes options which, if exercised, would extend the period of performance to September 2030. Fiscal 2025 Navy operation and maintenance funds in the amount of $5,000 for the minimum guarantee are obligated on this award and will expire at the end of the current fiscal year. This contract was competed on an unrestricted basis on www.sam.gov with one proposal received. The Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity (N62470-25-D-0010).
BAE Systems, Green Lawn, New York, is awarded a $62,460,902 cost-plus-fixed-fee and firm-fixed-price contract for design, development and fabrication of E-2D Advanced Hawkeye, identification friend or foe, operational test program sets along with specialized test equipment, specialized repair equipment and supporting logistical data to include a technical drawing package and repair procedures. Additionally, five units under test will be delivered in support of the Navy. Work will be performed in Green Lawn, New York, and is expected to be completed September 2030. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $62,460,902 will be obligated at the time of the award, all of which expire at the end of the current fiscal year. This contract was not competed. Naval Air Systems Command, Lakehurst, New Jersey, is the contracting activity (N6833525C0498).
George Mason University, Fairfax, Virginia, is being awarded $48,731,029 for a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for contractor support for the Department of Navy Financial Management Training Academy. The contract includes a five-year ordering period with an additional six-month option period pursuant to Federal Acquisition Regulation (FAR) 52.217-8, which if exercised will bring the total estimated value of the contract to $53,539,657. The predominance of work will occur in the National Capital Region and work is expected to be completed by September 2030; if the option is exercised, work will be completed by March 2031. Support may also occur at Navy installations worldwide as needed to support individual task orders. Fiscal 2025 operations and maintenance (Navy) appropriations in the contract's minimum guaranteed amount of $25,000 will be obligated at time of award and will expire at the end of the current fiscal year on Sept. 30, 2025. Subsequent task orders under the contract will be funded with appropriate fiscal year operations and maintenance funding. The requirement was competitively procured through the System for Award Management website (Sam.gov) as an unrestricted, competitive procurement with five offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Bureau of Medicine and Surgery/Financial Management and Comptroller Directorate, Philadelphia, Pennsylvania, is the contracting activity (N00189-25-DZ034).
Northrop Grumman Systems Corp., San Diego, California is awarded a $48,367,921 firm-fixed-price modification to previously awarded contract (N00024-24-C-6400) to exercise options for Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare) Increment One Block One systems, retrofit kits and spares. This contract involves Foreign Military Sales (FMS) to Australia. Work will be performed in San Diego, California, and is expected to be complete by March 2028. Fiscal 2025 other procurement (Navy) funds in the amount $25,129,058 (52%); fiscal 2025 other procurement (Air Force) funds in the amount of $1,938,227 (4%); fiscal 2025 operations and maintenance (Air Force) funds in the amount of $2,273,172 (5%); fiscal 2025 operations and maintenance (Navy) funds in the amount of $14,442,836 (30%); fiscal 2025 operations and maintenance (FBI) funds in the amount of $3,215,221 (6%); and FMS (Australia) funds in the amount of $1,369,407 (3%), will be obligated at time of award, of which $19,931,229 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed $34,266,559 modification (P00002) to an undefinitized firm-fixed-price order (N0001925F0090) against a previously issued basic ordering agreement (N0001924G0010). This modification adds scope to provide F-35 air vehicle initial spares to meet immediate maintenance needs and ensure the Air Force, Marine Corps, and Navy have mission capable aircraft. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2030. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $20,074,884; and fiscal 2025 aircraft procurement (Air Force) funds in the amount of $14,191,675, 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.
General Atomics, San Diego, California, is awarded a $15,950,155 cost-plus-fixed-price and cost-plus-incentive fee order (N0001925F0170) against a previously basic ordering agreement (N0001921G0014). This order is for non-recurring engineering, to include studies and assessments, detailed system design and development efforts, production of prototype test articles, testing and development of all supporting technical and logistical documentation, for an electromagnetic aircraft launch system electrical isolation solution in support of the Ford Class Carriers. Work will be performed in San Diego, California (92.4%); Tupelo, Mississippi (4.3%); and Lakehurst, New Jersey (3.3%), and is expected to be completed in January 2029. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $1,151,080 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
The Boeing Co., St. Louis, Missouri, is awarded a $14,318,247 firm-fixed-price, cost-plus-fixed-fee order (N0001925F0210) against a previously issued basic ordering agreement (N0001921G0006). This order is for the production and delivery of 187 Cabin Pressure and On-Board Oxygen Generation System Monitoring System retrofit kits for the F/A-18 E/F, EA-18G, and F/A-18 C/D aircraft for the Navy. Work will be performed in San Antonio, Texas (50%); Pensacola, Florida (20%); St. Louis, Missouri (15%); and Mesa, Arizona (15%), and is expected to be completed in October 2027. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $7,063,724 and fiscal 2024 aircraft procurement (Navy) funds in the amount of $7,254,523 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.
Silver Ships, Inc.,* Theodore, Alabama, is awarded an $11,832,606 firm-fixed-price modification to previously awarded indefinite-delivery/indefinite-quantity contract (N00024-21-D-2205) to exercise options for up to two 11-meter surface support craft and up to 18 Coast Guard (USCG) Special Purpose Craft Law Enforcement Generation II (SPC-LE II) craft. Silver Ships Inc. will be awarded a $7,527,015 order at contract modification award. Work will be performed in Theodore, Alabama, and is expected to be completed by August 2028. Fiscal 2025 operations and maintenance (USCG) funds in the amount of $6,802,059 (90%); fiscal 2025 operations and maintenance (Army) funds in the amount of $365,368 (5%); and fiscal 2025 other procurement (Navy) funds in the amount of $359,588 (5%), will be obligated at time of award, of which $7,167,427 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
San Diego Gas & Electric Co., San Diego, California, is awarded a $10,500,000 firm-fixed-price, single-award utility service contract for various Department of Navy facilities in the Naval Facilities Engineering Systems Command Southwest area of responsibility. This contract provides natural gas and electrical services at various Navy and Marine Corps installations in California and is expected to be completed by Sept. 17, 2035. The maximum dollar value for the 10-year contract is $10,500,000. The contract will be incrementally funded Navy operation and maintenance funds and Marine Corps operations and maintenance funds appropriated in the fiscal year of execution. This contract is a sole source under the statutory authority 10 U.S. Code 3204(a)(1) permitting other than full and open competition, where only one responsible source and no other services will satisfy agency requirements. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-25-C-0001).
Ultra Maritime, Braintree, Massachusetts is awarded a $9,691,279 firm-fixed-price delivery order (N00024-25-F-6242) under a previously awarded indefinite-delivery/indefinite quantity contract (N00253-22-D-0002) for production of Acoustic Device Countermeasures for in-service submarines and surface ships. Work will be performed in Braintree, Massachusetts, and is expected to be completed by July 2027. Fiscal 2025 other procurement (Navy) funds in the amount of $9,616,282 (99%); and fiscal 2024 weapons procurement (Navy) funds in the amount of $74,997 (1%) 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.
Aerospace Mass Properties Analysis Inc.,* North Wales, Pennsylvania, is awarded a $9,465,493 cost-plus-fixed-fee contract to provide continued development efforts for upgrades to the ultrafast switch technology in support of Small Business Innovation Research Phase III research and development topic N093-164, titled "Holographic Optical Aperture Gate for Single-pixel and Imaging Light Detection and Ranging systems" in support of the P-8A and Joint Strike Fighter aircraft for the Navy. Additionally, this contract provides for developmental payloads, integration, manufacturing, installation, testing, repair, troubleshooting, and fielded support and fleet repair of systems utilizing the ultrafast optical switch. Work will be performed in North Wales, Pennsylvania (85%); and Patuxent River, Maryland (15%), and is expected to be completed in September 2028. Working Capital (Navy) funds in the amount of $1,219,839; fiscal 2025 aircraft procurement (Navy) funds in the amount of $180,000; fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $30,000; and foreign cooperative project (Navy) funds in the amount of $80,000, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract action was competed, one offer was received. Naval Air Warfare Center, Lakehurst, New Jersey, is the contracting activity (N6833525C0250).
The Columbia Group, Alexandria Virginia, is awarded a $7,901,165 cost-plus-fixed-fee modification to previously awarded contract (N00024-23-C-6118) to exercise year two options for Computer Optimized Batch Reconciliation Application (COBRA) and Manual Execution Tracking System (METS)/Package Action Tracking System (PATS). This procurement is for software licenses and related technical support for COBRA and METS/PATS to meet the Navy's requirements to support analysis and reconciliation of problem disbursement and contract closeout requirements. Work is expected to be completed by September 2026. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $3,625,789 (74%) will be obligated at the time of award and will expire at the end of the fiscal year. The period of performance will be extended for the operation and maintenance (Navy) funds to cover work for the period of Oct. 1, 2025, through Sept. 27, 2026. Additionally, fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $373,299 (8%); fiscal 2025 working capital fund funds in the amount of $194,286 (4%); and Foreign Military Sales Administration funds in the amount of $687,345 (14%), 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.
Raytheon Co., Largo, Florida, is awarded a $7,739,843 firm-fixed price modification to previously awarded contract (N00024-25-C-5239) to buy government purpose rights in perpetuity to Raytheon's independent research and development software enabling critical warfighting capability for the Cooperative Engagement Capability program. Work will be performed in Saint Petersburg, Florida, and is expected to be completed by July 2026. Fiscal 2025 research, development, test, and evaluation (Navy) funds in the amount of $4,739,843 (61%); and fiscal 2025 research, development, test, and evaluation funds in the amount of $3,000,000 (39%), 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.
ARMY
Harper Construction Co. Inc., San Diego, California, was awarded a $132,632,039 firm-fixed-price contract for the construction of a KC-46A Two-Bay Maintenance/Fuel Cell Hangar. The amount of this action is $132,632,039 with a total cumulative face value of $134,447,477. Bids were solicited via the internet with four received. Work will be performed at March Air Reserve Base, California, with an estimated completion date of Sept. 17, 2028. Fiscal 2024 military construction, Air Force Reserve funds in the amount of $132,632,039 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville District, is the contracting activity (W912QR-25-C-0022).
Advon Corp.,* Tallahassee, Florida (W912HP-25-D-5010); Boyer Commercial Construction Inc.,* Columbia, South Carolina (W912HP-25-D-5011); C & C Contractors LLC,* Notasulga, Alabama (W912HP-25-D-5012); Hamilton Pacific Chamberlain LLC,* Waldorf, Maryland (W912HP-25-D-5013); Harbor Services Inc.,* North Charleston, South Carolina (W912HP-25-D-5014); Paramount Construction Group LLC,* Madison, Mississippi (W912HP-25-D-5015); Red Eagle 3 JV,* Coweta, Oklahoma (W912HP-25-D-5016); Reliance Construction Management Co.,* Cary, North Carolina (W912HP-25-D-5017); and The Construction Services Group Inc.,* Charleston, South Carolina (W912HP-25-D-5018), will compete for each order of the $99,000,000 firm-fixed-price contract for general construction. Bids were solicited via the internet with 19 received. Work locations and funding will be determined with each order, with an estimated completion date of March 17, 2031. U.S. Army Corps of Engineers, Charleston District, is the contracting activity.
Allison Transmission Inc., Indianapolis, Indiana, was awarded a firm-fixed-price contract for Abrams Main Battle Tank production support, including new and upgraded transmissions, transmission kits, and system technical support services. The amount of this action is $95,147,897, bringing the total cumulative face value of the contract to $277,688,905. Bids were solicited via the internet with one received. Work will be performed in Indianapolis, Indiana, with an estimated completion date of Sept. 18, 2025. Fiscal 2024 Army procurement appropriation in the amount of $8,807,321; fiscal 2025 Army procurement appropriations in the amount of $10,059,982; fiscal 2025 Army Working Capital Funds in the amount of $47,895,098; and fiscal 2025 Foreign Military Sales funds (Poland and Romania) in the amount of $28,385,496; were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-F-0049).
EOS Inc.,* Charleston, South Carolina, was awarded a $51,250,604 firm-fixed-price contract for the procurement of diesel engine repair kits. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2025. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-D-0079).
Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $43,846,000 cost-plus-fixed-fee contract for Integrated Battle Command System component integration services. 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. 18, 2025. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-25-D-0020).
Curtin Maritime Corp., Long Beach, California, was awarded a firm-fixed-price contract for dredging. The amount of this action is $28,425,236 with a total cumulative face value of $32,590,618. Bids were solicited via the internet with six received. Work will be performed in Houston, Texas, with an estimated completion date of May 28, 2026. Fiscal 2025 civil operation and maintenance funds in the amount of $28,425,236 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston District, is the contracting activity (W912HY-25-C-A003).
The Dutra Group, San Rafael, California, was awarded a $25,739,000 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Corpus Christi, Texas, with an estimated completion date of May 18, 2026. Fiscal 2025 operation and maintenance funds in the amount of $25,739,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston District, is the contracting activity (W912HY-25-C-A006).
Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a $25,485,000 firm-fixed-price contract for maintenance dredging. The amount of this action is $25,485,000. Bids were solicited via the internet with two received. Work will be performed in Virginia Beach, Virginia, with an estimated completion date of April 15, 2026. Fiscal 2015, 2016, 2017, 2018, 2019, 2020, 2021, 2022, 2023, and 2025 civil operation and maintenance funds in the amount of $25,485,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-25-C-A010).
Lockheed Martin, Grand Prairie, Texas, was awarded a $23,600,000 cost-plus-incentive-fee contract for Phased Array Tracking to Intercept of Target (PATRIOT) Advanced Capability-3 (PAC-3), Integrated Air and Missile Defense Battle Command System ground systems maintenance and optimization engineering support. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Sept. 18, 2026. Fiscal 2025 research, development, test, and evaluation, Army funds in the amount of $6,000,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-25-F-0164).
O.F. Mossberg & Sons Inc., North Haven, Connecticut, was awarded an $18,577,500 modification (P00001) to contract W15QKN-25-D-0016 for the procurement of Mossberg M590 17-Inch 12GA BLK shotguns. The modification brings the total cumulative face value of the contract to $19,056,687. Work locations and funding will be determined with each order, with an estimated completion date of May 28, 2030. Army Contracting Command, Newark, New Jersey, is the contracting activity.
AM General LLC, South Bend, Indiana, was awarded a $13,140,694 firm-fixed-price modification (P00035) to a contract (W912CH-24-F-0229) for the procurement of M1152 High Mobility Multipurpose Wheeled Vehicles. This modification increases the total cumulative face value of the contract to $3,063,726,229. Work will be performed in South Bend, Indiana, with an estimated completion date of Sept. 30, 2026. Fiscal 2025 Foreign Military Sales (Lebanon) funds in the amount of $13,140,694 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.
EnviroSmart Inc.,* North Charleston, South Carolina, was awarded a $10,000,000 firm-fixed-price contract for natural resources treatment services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 17, 2030. 419th Contracting Support Brigade, Fort Campbell, Kentucky, is the contracting activity (W91248-25-D-A009).
Applied Research Associates Inc., Albuquerque, New Mexico, was awarded a $9,804,320 cost-plus-fixed-fee contract for research and development in advanced manufacturing of energetics. Bids were solicited via the internet with one received. Work will be performed in Albuquerque, New Mexico, with an estimated completion date of Sept. 18, 2028. Fiscal 2025 research, development, test, and evaluation, Army funds in the amount of $9,804,320 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-25-C-A058).
DEFENSE LOGISTICS AGENCY
ZOLL Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $45,279,444 modification (P00003) exercising the first one-year option period of a one-year base contract (SPE2D1-24-D-0017) with four one-year option periods for dual-aeromedical certified defibrillators and accessories. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 19, 2026. Using military services are Army, Navy, Air Force, Marine Corps and Department of Health Affairs. Type of appropriation is fiscal 2025 through 2026 war stopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a maximum $19,500,000 cost-plus fixed-fee contract for an automated fuel handling equipment system refresh and installation at Pituffik Space Force Base, Greenland. This was a competitive acquisition with three responses received. This is a three-year contract with no option periods. The performance completion date is Sept. 30, 2028. Using military services are Air Force and Space Force. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio (SP4706-25-C-0002).
Thomas Instrument Inc., Boerne, Texas has been awarded a maximum $9,695,048 firm-fixed-price, requirements contract for KC-135 mechanical transmissions. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. The performance completion date is Sept. 30, 2028. Using military service is Air Force. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-25-D-0017).
*Small business