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. 22, 2025

AIR FORCE

ECC Expeditionary Construction LLC, Burlingame, California (FA8903-25-D-0076); Gilbane Federal JV, Providence, Rhode Island (FA8903-25-D-0077); Tutor Perini Corp., Sykmar, California (FA8903-25-D-0078); CMS COLAS Construction LLC, Maumee, Ohio (FA8903-25-D-0079); CDM Constructors Inc., Boston, Massachusetts (FA8903-25-D-0080); Flatiron Dragados Constructors Inc., Broomfield, Colorado (FA8903-25-D-0081); Parsons Government Services, Pasadena, California (FA8903-25-D-0082); Contrack Watts Inc., McLean, Virginia (FA8903-25-D-0083); SLSCO Ltd., Galveston, Texas (FA8903-25-D-0084); Bering-Weston Solutions, Anchorage, Alaska (FA8903-25-D-0085); Exp Federal Inc., Chicago, Illinois (FA8903-25-D-0086); Hensel Phelps Construction, Greeley, Colorado (FA8903-25-D-0087); and SeaPac Engineering Inc., Los Angeles, California (FA8903-25-D-0070), were awarded a ceiling of $15,000,000,000 firm-fixed-price, multiple award indefinite-delivery/indefinite-quantity contract for Air Force Civil Engineering Center construction services. This contract provides for design-build and design-bid-build construction services including sustainment maintenance, sustainment repair, restoration, modernization, minor construction, military construction, other procurement construction, and demolition located at various locations worldwide. Work will be performed globally and, if all options are exercised, is expected to be completed on Sept. 29, 2035. These contracts were competitive acquisitions with 19 offers received. Fiscal 2025 operations and maintenance funds in the amount of $39,000 are being obligated at the time of award. The 772nd Enterprise Sourcing Squadron, Joint Base Lackland-San Antonio, Texas, is the contracting activity.

The Boeing Co., St. Louis, Missouri, was awarded a $55,846,308 undefinitized contract action contract for the F-15 Qatar Program. This contract provides for the Foreign Military Sales (FMS) requirement to deliver a final operating capability on the Digital Electronic Warfare System Mission Data File Phase II on F-15 Qatar aircraft for the State of Qatar. Work will be performed at St. Louis, Missouri, and is expected to be completed by Aug. 31, 2027. The contract was a sole source acquisition. FMS in the amount of $28,272,337 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8634-18-C-2701).

Hydraulics International Inc., Chatsworth, California, was awarded an $34,484,070 fixed-price with economic price adjustment, indefinite-delivery requirements contract for the Mobile Aircraft Arresting System (MAAS). This contract provides for first article unit, testing and production/surge units of MAAS. Work will be performed at Chatsworth, California, and is expected to be completed by Sept. 21, 2027. This contract was a competitive acquisition and five offers were received. No funds are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8534-25-D-0014).

Northrop Grumman Mission Systems, San Diego, California, has been awarded a $19,805,901 modification (P00025) to a previously awarded task order (FA2291-24-F-B011) for battlefield airborne communication node operations and sustainment support. The modification brings the total cumulative face value of the contract to $293,694,239 from $273,888,338. Work will be performed at Robins Air Force, Georgia, and is expected to be completed by Oct. 30, 2027. Fiscal 2025 operation and maintenance funds in the amount of $19,805,901 are being obligated at the time of award. Hanscom AFB, Massachusetts, is the contracting activity.

Lockheed Martin Systems-Lockheed Martin Aeronautics Corp., Ft. Worth, Texas, was awarded $25,998,051 firm-fixed-price; and time and materials contract for F-16 system program office Foreign Military Sales (FMS) support. This contract was a sole source acquisition under the Falcon Enterprise indefinite-delivery/indefinite-quantity contract (FA8232-22-D-0004). This contract provides for the creation of F-16 country specific technical orders for Ukraine. Work will be performed at Ft. Worth, Texas, and is expected to be completed by May 30th, 2029. This contract involves foreign military sales to Ukraine. Building Partner Capacity Ukraine Security Assistance Initiative funds authorized by Letter of Offer and Acceptance Case KA-D-QAE in the amount of $25,998,051 are being obligated at the time of award. The Air Force Lifecycle Management Center, F-16 FMS Contracting Office, Hill Air Force Base, Utah, is the contracting activity (FA8232-25-F-B242).

Intercomp Co., Medina, Minnesota, was awarded a $9,991,905 firm-fixed-price contract (FA445225C0006) for deployable automated cargo measuring systems (DACMS). This contract provides for 67 units of DACMS systems including all necessary material, equipment, and labor. Work will be performed at Medina, Minnesota, and is expected to be completed upon delivery after receipt of award. This contract was a competitive acquisition. Fiscal 2025 operations and maintenance funds in the amount of $9,991,905 are being obligated at time of award. The 763rd Enterprise Sourcing Squadron, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Sept. 14, 2025)

Intellisense Systems Inc., Torrance, California, was awarded a $7,654,394 cost-plus-fixed-fee; engineering and manufacturing development; and low-rate initial production contract to develop Next Generation Nuclear Flash Blindness protection systems. This contract provides for ensuring aircrew can safely and effectively execute their mission in a nuclear environment by replacing EEU-2A/P and providing comprehensive protection against flash blindness and retinal burn. Work will be performed at Torrance, California, and is expected to be completed by March 26, 2027. This contract was a sole source Small Business Innovation Research Phase III acquisition. Fiscal 2025 research and development funds in the amount of $3,216,947 are being obligated at the time of award. Air Force Life Cycle Management Center, Combat Readiness, Human Systems Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8606-25-C-B007). 

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded a $0 modification (P00025) to a previously awarded contract (FA8540-19-D-0001) for the Litening Contractor Agile Targeting Pod program. The modification does not change the maximum ceiling of $1,310,000,000 on the indefinite-delivery/indefinite-quantity contract and solely extends the period of performance. Work will be performed at Rolling Meadows, Illinois, and is expected to be completed by Dec. 31, 2025. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. (Awarded on July 1, 2023)

NAVY

General Dynamics, Bath Iron Works, Bath, Maine, was awarded a cost type modification to a previously awarded contract (N00024-18-C-2305) for a shipyard infrastructure project. Work will be performed in Bath, Maine, and is expected to be completed by June 2030. Fiscal 2024 shipbuilding and conversion (Navy) funds (87%); fiscal 2015 shipbuilding and conversion (Navy) funds (10%); fiscal 2023 shipbuilding and conversion (Navy) funds (2%); and fiscal 2020 shipbuilding and conversion (Navy) funds (1%), were obligated at the time of award, and the fiscal 2015 and 2020 shipbuilding and conversion (Navy) funds will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity. (Awarded Sept. 16, 2025)

Collins Aerospace, Cedar Rapids, Iowa, is awarded a $351,213,325 modification (P00016) to a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N0042123D0001). This modification exercises an option to procure up to a maximum quantity of 9,859 AN/ARC-210(v) radios and ancillary equipment to install in over 400 strategic and tactical airborne, seaborne and land based (mobile and fixed) platforms in support of the Navy, Marine Corp, Coast Guard, Army, other government agencies, and Foreign Military Sales customers. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed September 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract action was not competed. Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Core Tech-HDCC-Kajima LLC, Tamuning, Guam, is awarded a $289,762,614 firm-fixed-price contract for the construction of P-649, a joint communications upgrade, at Naval Base Guam.  Work will be performed at Camp Blaz, Guam, and is expected to be completed by March 2029. Fiscal 2021 Military Construction (MILCON) (Navy) funds in the amount of $181,622,602; and Fiscal 2022 MILCON (Navy) funds in the amount of $37,377,398, will be obligated at time of award. Fiscal 2021 funds will expire at the end of the current fiscal year. The contract also contains four unexercised options which, if exercised, would increase the cumulative contract value to $357,006,789. This contract was competitively procured via the sam.gov website, with three proposals received. The Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-25-C-1319).

Johnson Control Navy Systems LLC, York, Pennsylvania, was awarded a $112,448,082 firm-fixed-price, indefinite-delivery/indefinite-quantity contract 350-ton high efficiency super capacity air conditioning chiller plants, auxiliary components, and related materials. This contract includes an option which, if exercised, would bring the cumulative value of this contract to $202,336,474. 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 $19,052,592 will be 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-4018). (Awarded Sept. 18, 2025)

Lumbee IT Solutions LLC,* Pembroke, North Carolina, is awarded a $99,995,410 firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract for the procurement of data management and cybersecurity technical support services. This contract provides data management and cybersecurity services that support Marine Corps Tactical Systems Support Activity's (MCTSSA) mission of testing, engineering, integration, and sustainment support of the command, control, communications, computers, cyber, intelligence, surveillance and reconnaissance. Work will be performed in Camp Pendleton, California, with an expected completion date of Sept. 21, 2030. Fiscal 2025 research, development, test, and evaluation (Marine Corps) contract funds in the amount of $1,449,780; and fiscal 2025 operations and maintenance (Marine Corps) in the amount of $554,935, for a total of $2,004,715, are being obligated at the time of award per the first task order. Contract funds in the amount of $554,935 will expire at the end of fiscal 2025; and $1,449,780 will expire at the end of fiscal 2026. This contract was not competitively procured in accordance with This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-5. MCTSSA, Camp Pendleton, California, is the contracting activity (M68909-25-D-7608).

Seemann Composites LLC,* Gulfport, Mississippi, is awarded a $92,808,324 maximum ceiling, cost-plus-fixed-fee, completion, indefinite-delivery/indefinite-quantity contract for developing and demonstrating out-of-autoclave composite fabrication processes for various marine components to improve fabrication consistency and quality and reduce the acquisition and life cycle costs of marine components and structures. Work will be performed in Gulfport, Mississippi, and is expected to be completed by September 2030. Fiscal 2025 other procurement (Navy) funds in the amount of $20,809,447 will be obligated at time of award for the first task order. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(5), (authorized or required by statute). Naval Sea Systems Command, Naval Surface Warfare Center Carderock Division, West Bethesda, Maryland, is the contracting activity (N0016725D0009).

Sauer Construction LLC, Jacksonville, Florida, is awarded a $39,092,000 firm-fixed-price construction contract to replace waterfront transformers and igloos located at Naval Station Mayport, Florida. Work will be performed in Duval County, Florida, and is expected to be completed by February 2030. Fiscal 2025 operations and maintenance (Navy) contract funds in the amount of $39,092,000 are obligated on this award and will expire at the end of the current fiscal year. The contract also contains three unexercised options, which, if exercised, would increase the cumulative contract value to $61,292,000. This contract was competitively procured on the SAM.gov website via the Procurement Integrated Enterprise Environment Solicitation Module, with three offers received. The Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-25-C-1068).

L3 Technologies Inc., Camden, New Jersey, will be awarded a $36,738,236 firm-fixed-price modification to previously awarded contract (N00024-22-C-5218) to exercise options for the AN/USG 2B system and spares. Work will be performed in Largo, Florida (69%); Salt Lake City, Utah (28%); and Lititz, Pennsylvania (3%), and is expected to be completed by August 2026. Fiscal 2025 other procurement (Navy) funds in the amount of $36,493,281 (98%); fiscal 2025 research, development, test, and evaluation (Navy) funds in the amount of $236,145 (1%); and fiscal 2023 procurement (Marine Corps) funds in the amount of $8,810 (1%), were obligated at the time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded a $22,309,643 cost-plus-fixed-fee, cost order (N0001925F2106) against a previously issued basic ordering agreement (N0001923G0002). This order provides for the CH-53K production level technical data package that meets the design disclosure requirements necessary for defining and managing the engineering, configuration management, and logistics product baseline support of the Marine Corps production aircraft. Work will be performed in Stratford, Connecticut (84.7%); Edgewood, New York (5.3%); Tucson, Arizonia (3.9%); Prescott, Arizonia (1.6%); Lebanon, New Hampshire (1%); and various locations within the continental U.S. (3.5%), and is expected to be completed in September 2028. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $22,309,643 will be obligated at the time of award, all 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.

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $16,534,395 cost-plus-fixed-fee order (N0001925F0062) against a previously issued basic ordering agreement (N0001922G0002). This order provides engineering, management, technical, and acquisition support to sustain the V-22 Tactical Software Suite in support of maintaining the operational readiness of the V-22 fleet for the Air Force, Marine Corps, and Navy. Work will be performed in Ridley Park, Pennsylvania (96.9%); Fort Worth, Texas (3%); and Albuquerque, New Mexico (0.1%), and is expected to be completed in December 2028. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $8,142,948; fiscal 2025 operations and maintenance (Air Force) funds in the amount of $3,906,813; fiscal 2025 aircraft procurement (Navy) funds in the amount of $434,866; and fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $111,000, will be obligated at the time of award, $12,049,761 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.

Lockheed Martin Space, Littleton, Colorado, is being awarded a cost-plus-fixed-fee, unpriced contract modification (P00076) under contract N00030-22-C-1025, with a not-to-exceed amount of $16,501,885, for industrial base analysis and sustainment projects supporting the Conventional Prompt Strike program. Work will be performed in Denver, Colorado (44%); Sunnyvale, California (21%); Courtland, Alabama (12%); Pittsfield, Massachusetts (7%); Cambridge, Massachusetts (5%); Huntsville, Alabama (3%); Magna, Utah (2%); Washington, D.C. (1%); Simsbury, Connecticut (1%); Cape Canaveral, Florida (1%); and various other locations at less than 1% (3% total). Work is expected to be completed on Sept. 30, 2027, once the contract is definitized. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $3,000,000 will be obligated upon award.  No funds will expire at the end of the current fiscal year. This contract was awarded as a sole source acquisition pursuant to 10 U.S. Code 3204(a)(1) and was previously synopsized on the System for Award Management (SAM.gov) online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $16,414,154 cost-plus-fixed-fee, firm-fixed-price order (N0001925F2572) against a previously issued basic ordering agreement (N0001923G0002). This order provides the required material to build and assemble the main rotor blade test articles and facilities, as well as the system test and evaluation support for ground and flight test requirements in support of the VH-92A power margin increment two rotor blades design, integration, test, and certification efforts for the Navy. Work will be performed in Stratford, Connecticut (66.4%); Newtown, Pennsylvania (15.2%); Lynn, Massachusetts (6.7%); Salt Lake City, Utah (4.2%); Norcross, Georgia (2.8%); Berlin, Connecticut (2.2%); West Chester, Ohio (1.3%); Springfield, Massachusetts (1.1%); and Plainview, New York (0.1%), and is expected to be completed in December 2027. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $3,639,848 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.

The Raytheon Co., McKinney, Texas, is being awarded $8,489,501 for firm-fixed-price delivery order (N00383-25-F-SV02) under a previously awarded basic ordering agreement (N00383-23-G-SV01) for the repair of nine APY-10 radar system weapon repairable assemblies used on the P-8A aircraft. The delivery order does not include an option provision. Work will be split between McKinney, Texas; and Jacksonville, Florida, however the exact percentage of work at each site is unable to be determined at this time. Work is expected to be completed by May 2027. Fiscal 2025 working capital funds (Navy) in the contract's full amount of $8,489,501 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 requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1) and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Northrop Grumman Systems Corp., Minneapolis, Minnesota, is awarded a $8,077,632 firm-fixed-price, Job Order (N0016425FJ656) under the previously awarded Basic Ordering Agreement (N0016423GJN16) for 30MM chain driven MK44 MOD 3 guns, supporting hardware, special tools, and spare parts. This contract does not include options. Work will be performed in Mesa, Arizona, and is expected to be completed by September 2026. This contract action was not competitively procured in accordance with 10 U.S. Code 3204(a)(1), the property needed by the agency are available from only one responsible source, and no other type of property will satisfy the needs of the agency. Fiscal 2024 defense procurement accounts funds in the amount of $467,945 (6%); fiscal 2025 defense procurement accounts funds in the amount of $998,271 (12%); fiscal 2025 weapons procurement (Navy) funds in the amount of $5,085,705 (63%); and fiscal 2023 ship building and conversion (Navy) funds in the amount of $1,525,711 (19%), will be obligated at the time of award and will not expire at the end of the current fiscal year. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016425FJ656).

The Boeing Co., St. Louis, Missouri, is awarded a $7,567,205 modification (P00001) to a cost-plus-fixed-fee order (N0001925F2096) against a previously issued basic ordering agreement (N0001921G0006). This modification exercises options to provide aircraft operations support, aircraft and support equipment maintenance, and aircraft on the job training in support of P-8A Poseidon for the government of Germany. Work will be performed in Nordholz Naval Air Base, Germany, and is expected to be completed in September 2026. Foreign Military Sales customer funds in the amount of $7,567,205 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.

ARMY

Raytheon Missile and Defense, Tucson, Arizona, was awarded a $271,377,812 modification (PZ0015) to contract W31P4Q-23-C-0026 for the full-rate production of the Tube-Launched Optically Tracked Missile Weapon System, including the TOW Obsolescence and Safety 2B missile variant. Work will be performed in Tucson, Arizona, with an estimated completion date of Feb. 29, 2028. Fiscal 2023 and 2024 missile procurement, Army funds totaling $137,338,102; and fiscal 2023, 2024, and 2025 other procurement, Army funds totaling $134,039,710, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

The Boeing Co., Mesa, Arizona, was awarded a $30,266,270 firm-fixed-price modification (P00035) to contract W58RGZ-21-C-0015 for the government of Kuwait. This contract provides for the procurement of remanufactured Apache attack helicopters (AH-64E); one new-build Longbow Crew Trainer; and associated ground support equipment, integrated logistics support, and non-recurring engineering. The modification brings the total cumulative face value of the contract to $3,470,701,757. Work will be performed in Mesa, Arizona, with an estimated completion date of July 31, 2028. Fiscal 2010 Foreign Military Sales funds (Kuwait) in the amount of $14,830,473 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Larison-Reyes JV,* Long Beach, California, was awarded a firm-fixed-price contract for revetment repair. The amount of this action is $14,518,100. Bids were solicited via the internet with eight received. Work will be performed in Point Mugu, California, with an estimated completion date of Nov. 21, 2026. Fiscal 2025 operations and maintenance, defense-wide funds in the amount of $14,518,100 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles District, is the contracting activity (W912PL-25-C-A014).   

Southern Dredging Co.,* Charleston, South Carolina, was awarded a firm-fixed-price contract for maintenance dredging. The amount of this action is $12,904,430 with a total cumulative face value of $14,448,605. Bids were solicited via the internet with two received. Work will be performed in Charleston, South Carolina, with an estimated completion date of Sept. 27, 2026. Fiscal 2025 civil operation and maintenance funds in the amount of $12,904,430 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston District, is the contracting activity (W912HP-25-C-A006).

BAE Systems Land & Armaments, York, Pennsylvania, was awarded a $12,209,830 modification (P00001) to contract W912CH-25-F-0096 for Bradley A4 vehicle production. The modification brings the total cumulative face value of the contract to $668,442,599. 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 Nov. 11, 2027. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

VGS Infrastructure Services Inc., Greenville, South Carolina, was awarded a $10,022,667 modification (P00001) to contract W912DY-24-F-0574 for the Fuels Recurring Maintenance and Minor Repair program. The modification brings the total cumulative face value of the contract to $66,114,749. Work will be performed in Birmingham, Montgomery, and Maxwell Air Force Base, Alabama; Eglin Air Force Base, Homestead, Hurlburt Field, Tampa, Avon Park Air Force Range, and Tyndall Air Force Base, Florida; Columbus, Gulfport, Biloxi, Meridian, and Jackson, Mississippi; and Carolina, Puerto Rico. Fiscal 2025 revolving funds in the amount of $10,022,667 were obligated at the time of the award. U.S. Army Corps of Engineers' Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

Environmental Compliance Consultants Inc., Anchorage, Alaska, was awarded a firm-fixed-price contract for fence-to-fence environmental services at 22 Air Force installations located in Alaska, Hawaii, and Wake Island. The amount of this action is $7,536,321 with a total cumulative face value of $53,118,883. Bids were solicited via the internet with three received. Work will be performed in Joint Base Elmendorf-Richardson, Alaska, with an estimated completion date of Sept. 21, 2030. Fiscal 2025 operation and maintenance, Army funds in the amount of $7,536,321 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-25-C-A011). 

DEFENSE LOGISTICS AGENCY

Airgas USA LLC, doing business as Airgas, Long Beach, California, has been awarded an estimated $64,327,210 fixed-price, requirements contract for gaseous nitrogen pipeline at Vandenberg Space Force Base California. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(a), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. The performance completion date is Sept. 28, 2030. Using customers are Space Force and federal civilian agencies. Type of appropriations is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Joint Base San Antonio, Texas (SPE601-25-D-1519).

Peckham Inc.,** Lansing, Michigan, has been awarded a maximum $14,735,601 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for flame-resistant undershirts. This is a five-year contract with no option periods. The ordering period end date is Sept. 21, 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-N017).

Honeywell International Inc., Phoenix, Arizona, has been awarded a maximum $14,100,000 firm-fixed-price delivery order (SPRPA1-25-F-E811) issued against a five-year basic ordering agreement (SPE4A1-22-G-0015) for P-8 Poseidon aircraft gas turbo power unit spare parts. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1). The performance completion date is Oct. 25, 2027.  Using military service is Navy. Type of appropriation is fiscal 2025 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Donatini Inc.,* Santa Cruz, California, has been awarded a maximum $8,783,622 firm-fixed-price long-term contract for distress beacons. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1 (a)(2). This is a five-year contract with no option periods. Location of performance is United Kingdom, with a Sept. 21, 2030, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-25-D-0371).

*Small business
**Mandatory source