An official website of the United States Government 
Here's how you know

Official websites use .gov

.gov website belongs to an official government organization in the United States.

Secure .gov websites use HTTPS

A lock ( lock ) or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.

Contracts For Sept. 19, 2025

DEFENSE LOGISTICS AGENCY

Sysco Hampton Roads, Suffolk, Virginia, has been awarded a maximum $388,369,787 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food and beverage items. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 518-day bridge contract. The ordering period end date is Feb. 20, 2027. Using military service is Navy. Type of appropriation is fiscal 2025 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-25-D-3021).

Alliant Enterprises LLC,* Grand Rapids, Michigan, has been awarded a maximum $363,299,918 modification (P00024) exercising the five-year option period of a five-year base contract (SPE2D1-20-D-0012) with one five-year option period for patient monitoring and capital equipment. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 20, 2030. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Hardwick Tactical Corp.,* Mayaguez, Puerto Rico, has been awarded a maximum $12,094,945 modification (P00005) exercising the first one‐year option period of a one‐year base contract (SPE1C1‐24‐D-0038) with four one‐year option periods for extreme cold weather parkas. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 25, 2026. 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.

ARMY

Dynetics Inc., Huntsville, Alabama, was awarded a $92,150,000 modification (P00001) to contract W31P4Q-25-F-0222, for the Indirect Fire Protection Capability Increment 2 weapon system. Work will be performed in Huntsville, Alabama; and Tucson, Arizona, with an estimated completion date of July 30, 2026. Fiscal 2025 Army procurement appropriations funds in the amount of $92,150,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Federal Contracting Inc., Colorado Springs, Colorado, was awarded a firm-fixed-price contract for the design-bid-build construction of environmental protection shelters. The amount of this action is $59,713,973 with a total cumulative face value of $60,222,924. Bids were solicited via the internet with four received. Work will be performed at Ellsworth Air Force Base, South Dakota, with an estimated completion date of Dec. 17, 2027. Fiscal 2025 military construction, Army funds in the amount of $59,713,973 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha District, is the contracting activity (W9128F-25-C-A050).

J.E. Dunn Construction Co., Kansas City, Missouri, was awarded a $54,517,543 firm-fixed-price contract for the design-bid-build construction of an Army Reserve center and vehicle maintenance shop. Bids were solicited via the internet with two received. Work will be performed at Dobbins Air Reserve Base, Georgia, with an estimated completion date of March 4, 2028. Fiscal 2025 military construction, Army Reserve funds in the amount of $54,517,543 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville District, is the contracting activity (W912QR-25-C-A027).

Birmingham Industrial Construction LLC,* Alabaster, Alabama, was awarded a $31,066,152 firm-fixed-price contract for the design-bid-build construction of roof replacement, expansion, and renovation. The amount of this action is $31,066,152. Bids were solicited via the internet with four received. Work will be performed at John C. Stennis Space Center, Alabama, with an estimated completion date of March 23, 2027. Fiscal 2021 Dually Funded Project funds, in the amount of $31,066,152, were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile District, is the contracting activity (W91278-25-C-A009).

Cybernet Systems Corp.,* Ann Arbor, Michigan, was awarded a $28,747,420 firm-fixed-price contract for the development, manufacture, delivery, setup, and integration of new and existing Automated Tactical Ammunition Classification System and Spent Brass Sorter units.  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, 2030. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-25-D-0045).

Far West Contractors Corp.,* Placenta, California, was awarded an $18,995,287 firm-fixed-price contract for design-bid-build construction services. Bids were solicited via the internet with two received. Work will be performed in Porterville, California, with an estimated completion date of March 13, 2027. Fiscal 2023, 2024, and 2025 civil operation and maintenance funds in the amount of $18,995,287 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento District, is the contracting activity (W91238-25-C-A015).

Manson Construction Co., Seattle, Washington, was awarded a $15,006,510 firm-fixed-price contract for the Fort Pierce Beach Renourishment project. Bids were solicited via the internet with two received. Work will be performed in Saint Lucie, Florida, with an estimated completion date of June 30, 2026. Fiscal 2024, 2025, 2022, 2020, 2017, 2016, and 2014 civil construction funds in the total amount of $15,006,510 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville District, is the contracting activity (W912EP-25-C-A010).

V Line Services LLC,* Canton, Georgia, was awarded a firm-fixed-price contract for the construction of the Rickenbacker Small Arms Range. The amount of this action is $9,338,740 with a total cumulative face value of $10,051,240. Bids were solicited via the internet with five received. Work will be performed in Columbus, Ohio, with an estimated completion date of Nov. 29, 2027. Fiscal 2010 military construction, defense-wide funds in the amount of $9,338,740 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville District, is the contracting activity (W912QR-25-C-A026).

CAM-DUTRA JV-II LLC,* Palo Alto, California, was awarded a $9,151,549 firm-fixed-price contract for annual maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Redwood City, California, with an estimated completion date of Jan. 13, 2026. Fiscal 2025 civil operation and maintenance funds in the amount of $9,151,549 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco District, is the contracting activity (W912P7-25-C-A025).

NAVY

CDM Federal Programs Corp., Fairfax, Virginia, is awarded an indefinite-delivery/indefinite-quantity contract (N62470-25-D-0007) for professional services to support Naval Facilities Engineering Systems Command (NAVFAC) Atlantic and Pacific activities worldwide to assist in the management of the Navy's electric, civil and mechanical utility systems. The contract has a maximum value of $90,000,000 and has a base period of twelve months with four one-year option periods. The term of the contract is not to exceed 60 months with an expected completion date of Sept. 18, 2030. Fiscal 2025 operations and maintenance, Navy funds in the amount of $10,000 are awarded at the time of award as a minimum guarantee. This contract was competitively procured via the sam.gov website with three offers received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity.

HDR Engineering Inc., Colorado Springs, Colorado, is awarded an indefinite-delivery/indefinite-quantity contract (N62470-25-D-0011) for professional services to support Navy public works predominantly within the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic area of operations with a concentration of work within the continental U.S., the Caribbean, Europe, Africa, and Southwestern Asia. The contract has a maximum value of $60,000,000 and has a base period of twelve months with four one-year option periods. The term of the contract is not to exceed 60 months with an expected completion date of Sept. 17, 2030.  Fiscal 2025 operations and maintenance, Navy funds in the amount of $10,000 are awarded at the time of award as a minimum guarantee. Future Task orders will be primarily funded by operations and maintenance, Navy funds. This contract was competitively procured via the sam.gov website with three offers received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity.

City Light & Power Inc., Greenwood Village, Colorado, is awarded a $44,511,436 firm-fixed-price contract for the design and construction of battery energy storage systems at two locations on Marine Corps Air Ground Combat Center, Twentynine Palms, California. All work will be performed in Twentynine Palms, California, and is expected to be completed by March 2028. Fiscal 2021 military construction (Defense) funds in the amount of $44,511,436 will be obligated at the time of award and will expire at the end of fiscal 2025. This contract was competitively procured via the SAM.gov contract opportunities website as with two offers received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-25-C-0036).

Toland & Mizell Architects Inc.,* Atlanta, Georgia, is awarded a $33,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineer design and related services at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Southeast area of operations. The work to be performed provides for professional engineering services for the preparation of design-bid-build documents and design-build request for proposals. Work will be performed at various locations within the NAVFAC Southeast area of operations and is expected to be completed by September 2030. Fiscal 2025 operations and maintenance, Navy funds in the amount of $83,917 will be obligated at time of award on a task order to satisfy the minimum guarantee. Additional funds will be obligated on individual task orders as they are issued. This contract was competitively procured via contract opportunities on Sam.gov, with 16 offers received. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity (N69450-25-D-1026).

Salmons Dredging Corp.*, Charleston, South Carolina, is awarded a maximum $12,000,000 indefinite-delivery/indefinite-quantity contract for crane rental and crane operator services. This contract provides for crane rental services with tugs and crane operator services to support work located at Nuclear Power Training Unit, Joint Base Charleston, South Carolina. The contract will include a five-year ordering period with no options. Work will be performed in Goose Creek, South Carolina, and is expected to be completed by September 2030. The maximum dollar value for the five-year ordering period is $12,000,000. Fiscal 2025 operations and maintenance, Navy funds in the amount of $1,000 will be obligated at time of award for the minimum guarantee and will expire at the end of the current fiscal year. Future task orders will primarily be funded by operation and maintenance, Navy funds. This contract was competitively procured via the sam.gov website, with one offer received. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-25-D-0043). (Awarded Sept. 18, 2025)

L3 Technologies Inc., Northampton, Massachusetts, is awarded a $10,581,108 cost-plus-fixed-fee order under a previously awarded basic ordering agreement (N00024-24-G-5317) for the retrofit, repair, refurbishment, and upgrades of the MK 20 Electro-Optical Sensor System, the MK 46 Optical Sight System, and the MK 48 and MK 34 Gun Weapon Systems. This order includes options which, if exercised, would bring the cumulative value of this order to $21,094,585. Work will be performed in Northampton, Massachusetts (66%); Cincinnati, Ohio (24%); and Orlando, Florida (10%), and is expected to be completed by September 2027. If all options are exercised, work will continue through September 2029. Fiscal 2025 other procurement (Navy) funds in the amount of $1,167,296 (56%); and fiscal 2025 operations and maintenance (Navy) funds in the amount of $901,107 (44%), will be obligated at the time of award, of which $901,107 will expire at the end of the current fiscal year. This order was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-F-5318).

Detyens Shipyard Inc.,* North Charleston, South Carolina, is awarded an $8,846,253 firm-fixed-price contract (N3220525C4149) for the 62-calendar day shipyard availability for the mid-term availability of Military Sealift Command's fleet ordinance and dry cargo vessel USNS William Mclean (T-AKE 12). This contract includes a base work package and two unexercised options for additional work and time which, if exercised, would increase the cumulative value of this contract to $8,929,987. Work will be performed in North Charleston, South Carolina, beginning Oct. 27, 2025, and is expected to be completed by Dec. 27, 2025.  Fiscal 2025 operation and maintenance (Navy) funds in the amount of $8,846,253 are obligated and will expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the sam.gov website and four offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C4149).

The Boeing Co., St. Louis, Missouri, is being awarded $8,416,553 for a firm-fixed-price delivery order (N00383-25-F-SA02) under a previously awarded basic ordering agreement (N00383-23-G-SA01) for the repair of various parts used on the F/A-18 aircraft. The delivery order does not include an option provision. Work will be performed in Lemoore, California (99%); and Philadelphia, Pennsylvania (1%). Work is expected to be completed by September 2028. Fiscal 2025 working capital funds (Navy) in the contract's full amount of $8,416,553 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this sole-source, non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1) and in accordance with Federal Acquisition Regulation 6.302-1 and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

AIR FORCE

Lockheed Martin Corp., King of Prussia, Pennsylvania, has been awarded a $29,362,427 modification (P00013) to a previously awarded contract (FA8682-24-C-B0024) for Joint Air-to-Surface Standoff Missile enterprise software contract. The modification brings the total cumulative face value of the contract to $185,412,307 from $156,049,880. Work will be performed at King of Prussia, Pennsylvania, and expected to be complete by March 21, 2029. This contract involves foreign military sales to Australia, Finland, Japan, Netherlands, and Poland. Fiscal 2025 Foreign Military Sales funds in the amount of $4,977,207 are being obligated at time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Seikitokyu Kogyo Co. Ltd, Okinawa, Japan, has been awarded a $20,000,000 ceiling, firm-fixed-price and indefinite-delivery/indefinite-quantity contract for airfield paving. This contract provides airfield pavement work as well as airfield runway rubber removal at Kadena Air Base, Okinawa, Japan. Work will be performed at Kadena Air Base, Okinawa, Japan, and is expected to be completed by Sept. 19, 2030. This contract involves foreign military sales to Japan. The contract was a competitive acquisition and four offers were received. Fiscal 2025 operation and maintenance funds in the amount of $500 are obligated at time of award. The 18th Contracting Squadron, Kadena Air Base, Okinawa, Japan, is the contracting activity (FA5270-25-D-0040).

Lockheed Martin Corp., Littleton, Colorado, has been awarded a $19,203,423 modification (P00186) to a previously awarded contract (FA8807‐18‐C‐0009) for Global Positioning System III follow-on Award Fee Period Six. The modification brings the total cumulative face value of the contract to $4,121,732,559 from $4,102,529,136. Work will be performed at Littleton, Colorado, and is expected to be completed March 4, 2025. Fiscal 2021, 2024, and 2025 research and development funds in the amount of $19,203,423 are being obligated at time of award. The Space Systems Command, Military Communication and Positioning, Navigation, and Timing, Los Angeles Air Force Base, California, is the contracting activity.

Ecology Mir Group LLC, Fairfax, Virginia, was awarded an $11,993,274 requirements contract for explosion proof human lifts. This contract provides for procurement of explosion proof scissor and bool lifts, as well as spare batteries and chargers. Work will be performed at Fairfax, Virginia, and is expected to be completed by May 15, 2029. This contract was a competitive acquisition and seven offers were received. No funds are being obligated at the time of award. The contracting activity is the Air Force Sustainment Center, Robins Air Force Base, Georgia (FA8571-25-D-0006).

FCN Inc.,* Rockville, Maryland, was awarded a maximum $10,996,871 firm-fixed-price task order for Department of Defense Enterprise Software Initiative. This contract provides for original equipment manufacturer Palo Alto Enterprise Software Licenses and support services to support the upgrade and operation of the products within the Air Force Network Operations infrastructure. Work will be performed at San Antonio, Texas, and is expected to be completed by Sept. 26, 2026. This contract was a competitive acquisition and one offer was received. Fiscal 2025 operations and maintenance funds in the amount of $10,996,871 are being obligated at time of award. Air Force Life Cycle Management, Cryptologic Cyber Systems Division/Defensive Cyber Systems branch, Joint-Base San Antonio – Lackland is the contracting activity (FA8307-25-F-B141). (Awarded Sept. 12, 2025)

Anna Lisa Luna Construction Inc., Ojai, California, was awarded a $10,969,845 firm-fixed-price contract to construct munitions igloos at Edwards Air Force Base, California. This contract provides for all management, personnel, vehicles, supplies, equipment required to construct munitions igloos as well as renovation of existing infrastructure. Work will be performed at Edwards Air Force Base, California, and is expected to be completed by Nov. 3, 2026. This contract was a competitive acquisition and one offer was received. Fiscal 2025 operations and maintenance funds in the amount of $10,969,845 are being obligated at the time of award. The Air Force Test Center Contracting Directorate, Edwards AFB, California, is the contracting activity (FA9301-25-F-0214).

Bam Technologies LLC, Arlington, Virginia, was awarded a $9,977,622 firm-fixed-price Phase III Small Business Innovation Research (SBIR) contract to deliver, further derive, enhance, extend, and sustain capabilities related to the Digital Transformation Kit effort. This contract provides additional work performed under the SBIR Phase II contract (FA8649-23-P-1107) and its modifications. Work will be performed at Arlington, Virginia, and is expected to be completed by Sept. 18, 2028. This contract was a competitive acquisition at original Phase II award and as a result a direct award in accordance with SBIR and Small Business Technology Transfer policy. Fiscal 2025 operation and maintenance funds are being used in the amount of $4,756,105 are being obligated at time of award. Joint Base Andrews Air Force Base, Maryland, is the contracting activity (FA7014-25-C-0045).

EaglePicher Technologies LLC, St. Louis, Missouri, was awarded an $8,996,085 cost-plus-fixed-fee contract for sub-zero li-ion battery technology development. This contract provides the proposed development and planned domestic production implementation of an aluminum-encased 18650 cylindrical lithium-ion zero-volt. Work will be performed in Joplin, Missouri, and is expected to be complete by June 30, 2030. This contract was a competitive acquisition and one offer was received. Fiscal 2024 research, development, test and evaluation funds in the amount of $2,173,884 are being obligated at time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-25-C-X033).

Software Information Resource Corp., Washington, D.C., was awarded an $8,336,549 firm-fixed-price contract for Informatica licenses. This contract provides for annual subscriptions for Informatica software licenses. Work will be performed in the National Capital Region and is expected to be completed by Sept. 29, 2029. This contract was a competitive acquisition and one offer was received. Fiscal 2025 operations and maintenance funds in the amount of $2,084,137 are being obligated at the time of award. Air Force District of Washington, Joint Base Andrews, Maryland, contracting directorate is the contracting activity (FA7014-25-F-0319). (Awarded Sept. 18, 2025)

*Small business