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. 24, 2025

ARMY

Raytheon Missile Defense, Tucson, Arizona, was awarded a $578,628,020 firm-fixed-price contract for the procurement of Stinger missiles, ancillary equipment, and support. 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. 29, 2031. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-25-F-0081).

General Dynamics Ordnance & Tactical Systems, Wilkes-Barre, Pennsylvania (W15QKN-25-D-0029); and Premier Precision Machining,* Falconer, New York (W15QKN-25-D-0030), will compete for each order of the $333,935,744 firm-fixed-price contract to procure 120mm mortar shell bodies. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2030. Bids were solicited via the internet with four received. Army Contracting Command, Newark, New Jersey, is the contracting activity.

GM Defense LLC, Detroit, Michigan, was awarded a firm-fixed-price contract for Infantry Squad Vehicles, anti-lock braking systems/electronic stability control kits, and vehicles storage covers. The amount of this action is $97,052,656, with a total cumulative face value of $414,204,656. Work locations and funding will be determined with each order, with an estimated completion date of April 26, 2026. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-F-0454).

Bechtel National Inc., Reston, Virginia, was awarded a $95,665,550 modification (P00290) to contract W52P1J-09-C-0012 for phase 2 of the closure of the Pueblo Chemical Agent Destruction Pilot Plant. Work will be performed in Pueblo, Colorado, with an estimated completion date of April 3, 2028. Fiscal 2025 research, development, test, and evaluation, Army funds in the amount of $70,000,000 were obligated at the time of the award. Army Contracting Command, Rock Island, Illinois, is the contracting activity.

Valiant Global Defense Services Inc., Herndon, Virginia, was awarded an $83,875,243 modification (P00008) to contract W911S8-24-C-0004 for training support services. The modification brings the total cumulative face value of the contract to $408,720,917. Work will be performed in Fort Polk, Louisiana, with an estimated completion date of Sept. 26, 2029. Fiscal 2025 operation and maintenance, Army funds in the amount of $5,000,000 were obligated at the time of the award. Army 418th Contracting Support Brigade, Fort Polk, Louisiana, is the contracting activity.

RENK America LLC, Muskegon, Michigan, was awarded a $38,397,456 modification (P00081) to contract W56HZV-20-C-0124 for transmissions and ancillary hardware to support the Multiple Launch Rocket System and Paladin Integrated Management vehicle platform. Work will be performed in Muskegon, Michigan, with an estimated completion date of Nov. 30, 2027. Fiscal 2025 Foreign Military Sales funds (Finland) in the amount of $11,812,455; and fiscal 2024 and 2025 Army procurement funds totaling $26,585,001, were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

R.A. Burch Construction Co. Inc., Ramona, California, was awarded a $37,825,200 firm-fixed-price contract for construction of a 60,000-square-foot training support center at the National Training Center, Fort Irwin, California. Bids were solicited via the internet with two received. Work will be performed in Fort Irwin, California, with an estimated completion date of Nov. 8, 2027. Fiscal 2025 military construction, Army funds in the amount of $37,825,200 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-25-C-A019).

RADISE International L.C., Riviera Beach, Florida, was awarded a firm-fixed-price contract for quality assurance services for civil works and military/vertical construction projects in the Caribbean District Area of Responsibility. The amount of this action is $35,000,000. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2030. U.S. Army Corps of Engineers, Caribbean District, is the contracting activity.

Justin J Reeves LLC,* Houma, Louisiana, was awarded a $32,169,979 firm-fixed-price contract for the design and construction of breakwaters in Cameron Parish, Louisiana. 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. 9, 2027. U.S. Army Corps of Engineers, New Orleans District, is the contracting activity (W912P8-25-F-0110).

Weeks Marine Inc., Covington, Louisiana, was awarded a $28,128,150 firm-fixed-price contract for maintenance dredging of the Kings Bay Entrance Channel in Camden County, Georgia, and Nassau County, Florida. Bids were solicited via the internet with three received. Work will be performed in St. Marys, Georgia, with an estimated completion date of March 30, 2026. Fiscal 2025 operation and maintenance, Army funds in the amount of $28,128,150 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-25-C-A014).

City Light & Power JBLM LLC, Greenwood Village, Colorado, was awarded a firm-fixed-price contract for the construction of power generation and microgrid infrastructure. The amount of this action is $28,047,244, with a total cumulative face value of $30,031,004. Bids were solicited via the internet with one received. Work will be performed in Joint Base Lewis-McChord, Washington, with an estimated completion date of Sept. 25, 2028. Fiscal 2025 military construction, defense-wide funds in the amount of $28,047,244 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-25-C-A030).

Mike Hooks LLC, Westlake, Louisiana, was awarded a $23,771,500 firm-fixed-price contract for dredging services at Galveston Harbor and Channel. Bids were solicited via the internet with five received. Work will be performed in Galveston, Texas, with an estimated completion date of July 23, 2026. Fiscal 2025 civil operation and maintenance funds in the amount of $23,771,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-25-C-A010).

RICHARD Group LLC, Chicago, Illinois, was awarded a $17,021,678 firm-fixed-price contract for the construction of a new laundry facility at the Holston Army Ammunition Plant. Bids were solicited via the internet with four received. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Oct. 19, 2027. Fiscal 2023 ammunition procurement, Army funds in the amount of $17,021,678 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W9123625CA007).

General Dynamics OTS, Wilkes Barre, Pennsylvania, was awarded a $15,000,000 modification (P00022) to contract W15QKN-19-D-0084 for 155mm artillery M795 metal part assemblies. This modification increases the total cumulative face value to $906,165,000. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2026. Army Contracting Command, Newark, New Jersey, is the contracting activity.

Weeks Marine Inc., Covington, Louisiana, was awarded an $11,104,129 modification (P00002) to contract W912HY-24-C-0007 for dredging in the Bayport Ship Channel. This modification increases the total cumulative face value to $69,356,129. Work will be performed in La Porte, Texas, with an estimated completion date of Dec. 31, 2025. Fiscal 2025 civil operation and maintenance funds in the amount of $11,104,129 were obligated at the time of award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity.

Superior-Lidgerwood-Mundy Corp.,* Superior, Wisconsin, was awarded a $10,835,236 firm-fixed-price contract for the purchase of mooring barge winches. Work will be performed in Superior, Wisconsin, with an estimated completion date of Oct. 31, 2028. Fiscal 2025 civil works funds in the amount of $10,835,236 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis District, is the contracting activity (W912EQ-25-C-A004).

BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $10,202,786 modification (P00002) to contract W912CH-25-F-0096 for the production of Bradley-based vehicles, including M2A4 and M7A4 variants, using legacy source vehicles.  Work locations and funding will be determined with each order, with an estimated completion date of Nov. 30, 2027. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

CMS Corp., Bargersville, Indiana, was awarded a $9,377,366 firm-fixed-price contract for the construction of a sanitary sewer system at the Soo Locks Facility. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 22, 2027. U.S. Army Corps of Engineers, Detroit District, is the contracting activity.

Cottrell Contracting Corp.,* Chesapeake, Virginia, was awarded a firm-fixed-price contract for $8,255,950 to perform maintenance dredging of the Coast Guard Pier Papa and Atlantic Intracoastal Waterway. Bids were solicited via the internet with two received. Work will be performed in Charleston, South Carolina, with an estimated completion date of March 13, 2026. Fiscal 2025 civil operation and maintenance funds in the amount of $8,255,950 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-25-C-A007).

NAVY

Sabre Systems LLC, Warrington, Pennsylvania, was awarded a $199,976,987 cost reimbursable, cost-plus fixed-fee indefinite-delivery/indefinite-quantity contract. This contract provides comprehensive end-to-end IT and digital services support including modernization, cybersecurity, cloud, data and artificial intelligence, enterprise management, and transformation planning in support of the Naval Air Systems Command Digital Transformation Department's ongoing and future initiatives such as cybersecurity events, cloud adoption, emerging technologies, IT consolidation, and infrastructure improvements. Work will be performed in Patuxent River, Maryland (30%); and Warrington, Pennsylvania (70%), however the place of performance is not limited to the above locations due to the evolving, integrated and capability-focused enterprise requirements throughout Naval Air System Command and the Department of War. Therefore, specific work locations will be determined on individual orders as they are issued. Work is expected to be complete by October 2030. No funds will be obligated at the time of award, funds will be obligated on individual orders as they are issued. This contract was competed, and six offers were received. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042125D0087).

The Boeing Co., St. Louis, Missouri, was awarded a $198,023,199 modification (P00055) to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee, indefinite-delivery/indefinite-quantity contract (N0001918D0001). This modification increases the contract ceiling to provide service life modifications in support of extending F/A-18 Block II Super Hornet service life from 6,000 flight hours to 10,000 flight hours, as well as provides for integration of Block III avionics capabilities for the Navy. Work will be performed in San Diego, California (44.4%); San Antonio, Texas (43.1%); and St. Louis, Missouri (12.5%), and is expected to be completed in February 2027. 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 Systems Command, Patuxent River, Maryland, is the contracting activity.

Port Madison Construction Corp., Poulsbo, Washington, was awarded a $99,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for construction projects to include repairs, rehabilitations, demolition or alterations to existing facilities. Work will be performed in Washington (88%), Oregon (2%), Idaho (1%), Montana (1%), Alaska (2%), Iowa (1%), Minnesota (1%), North Dakota (1%), South Dakota (1%), Nebraska (1%), and Wyoming (1%). The expected completion date is September 2030. Fiscal 2025 operations and maintenance (Navy), funds in the amount of $259,600 are obligated at time of award and will expire at the end of the current fiscal year. This contract was a competitive 8(a) acquisition with five offers received. The Naval Facilities Engineering Systems Command, Facilities Engineering and Acquisition Division Bremerton, Bremerton, Washington, is the contracting activity (N44255-25-D-6000).

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, was awarded a $97,500,000 fixed-price incentive (firm-target) advanced acquisition contract to procure F-35 APG-85 Lot Six long lead time, materials, parts, components, and efforts necessary to protect the APG-85 radar delivery schedule for the Air Force, Marine Corps, and Navy. Work will be performed in Baltimore, Maryland, and is expected to be completed in March 2029. Fiscal 2025 aircraft procurement (Air Force) funding in the amount of $56,121,000; and fiscal 2025 aircraft procurement (Navy) funding in the amount of $41,379,000, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001925C0010).

AOD & RBT JV,* Texarkana, Texas (N44255-25-D-0008); AR6-Cram Construction and Roofing JV LLC,* New Braunfels, Texas (N44255-25-D-0011); P&L General Contractors Inc.,* Oak Harbor, Washington (N44255-25-D-0012); Southwest Construction & Property Management,* Bremerton, Washington (N44255-25-D-0013); Souza Construction Inc.,* Farmersville, California (N44255-25-D-0014); and Tri Coast Construction,* Kelso, Washington (N44255-25-D-0015), were each awarded a $75,000,000 firm-fixed-price, design-build/design-bid-build, indefinite-delivery/indefinite-quantity, multiple award construction contract for construction, renovation, alteration, and repair of roofing projects. Work will be performed within the Naval Facilities Engineering Systems Command Northwest area of responsibility, and is expected to be completed no later than April 2026. Fiscal 2025 operations and maintenance (Navy) (OM&N) funds in the amount of $448,714 ($443,714 for the initial project and $1,000 each for the five firms with guaranteed minimums) are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N and military construction funding. This contract is a small business set aside competitively procured via the SAM.gov with thirteen proposals received. The six contractors selected may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Systems Command, Northwest, Silverdale, Washington, is the contracting activity.

Raytheon Technologies Corp., East Hartford, Connecticut, was awarded a $59,955,436 cost-plus-incentive-fee modification (P00011) to an undefinitized contract (N0001923C0030). This modification adds scope for the production and delivery of F135 propulsion systems in support of lot 18 F-35 aircraft production for the Joint Strike Fighter program for the Air Force, Marine Corps, Navy, F-35 Cooperative Program Partners, and Foreign Military Sales customers. Work will be performed in Cromwell, Connecticut (18.78%); San Diego, California (14.82%); Portland, Oregon (13.09%); Dover, New Jersey (10%); East Hartford, Connecticut (8.45%); Coldwater, Michigan (7.6%); Whitehall, Michigan (6.52%); Red Oak, Texas (5.3%); Minerva, Ohio (3.24%); Wickliffe, Ohio (2.65%); Dayton, Ohio (2.36%); Blue Ash, Ohio (2.11%); and various locations within the continental U.S. (5.08%) and is expected to be completed in December 2027. Fiscal 2023 aircraft procurement (Air Force) funding in the amount of $24,566,326; fiscal 2023 aircraft procurement (Navy) funding in the amount of $24,566,326; and non-U.S. Department of Defense participant funds in the amount of $10,822,784, will be obligated at the time of award, $49,132,652 of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Cianbro Corp., Pittsfield, Maine, is awarded a $52,410,414 firm-fixed-price modification to previously awarded contract (N62470-25-C-4000) to provide all remaining work required to complete the Dry Dock 2 Complex, Portsmouth Naval Shipyard. This award brings the total cumulative face value of the contract to $80,992,091. Work will be performed in Kittery, Maine and is expected to be completed by July 2027. Fiscal 2025 other procurement, (Navy) funds in the amount of $52,410,414 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Atlantic, Norfolk, Virginia, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $22,737,851 cost-plus-incentive-fee modification to previously awarded contract (N00024-23-C-5123) for in-service AEGIS sustainment and fielding and product documentation in support of current configurations of the AEGIS combat system. Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2025. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $22,146,140 (97.40%); fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $380,862 (1.68%); fiscal 2025 weapon procurement, (Navy) funds in the amount of $134,898 (0.59%); fiscal 2024 other procurement, (Navy) funds in the amount of $69,950 (0.31%); and fiscal 2025 research, development, test and evaluation (OCF) $6,000 (0.03%) funding will be obligated at time of award, of which, funds in the amount of $22,146,140 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Technologies, Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $20,173,806 cost-plus-fixed-fee modification (P00006) to a contract (N0001925C0071). This modification adds scope to provide non-recurring engineering in support of the redesign of the Mid-Aft-Tail Test Set to enhance the production capacity of the Tomahawk All Up Round missile system. Work will be performed in Tucson, Arizona (82%); and Kirkland, Washington (18%), and is expected to be completed in March 2028. Fiscal 2024 missile procurement (Army) funds in the amount of $12,475,507; and fiscal 2023 weapon procurement (Navy) funds in the amount of $7,698,299, will be obligated at the time of award, $7,698,299 of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001925C0071).

Meritus Solutions Group LLC,* Titusville, Florida was awarded an $82,456,478 indefinite-delivery/indefinite-quantity contract for regional security guard services at various installations in the Naval Facilities Engineering Systems Command Northwest area of responsibility. Work will be performed in Washington (96%), and Idaho (4%), and is expected to be completed by September 2030. No funds will be obligated at time of award. Fiscal 2026 operations and maintenance, (Navy) contract funds in the amount of $14,265,768 for recurring work will be obligated on an individual task order issued during the base period. The solicitation was posted to the SAM.gov website with three offers received. The Naval Facilities Engineering Systems Command Northwest, Silverdale, Washington, is the contracting activity (N44255-25-D-0010). (Awarded Sept. 23, 2025)

Pacific Scientific Energetic Materials Co., Hollister, California, is being awarded $9,922,788 for a firm-fixed-price contract for the procurement of 9,291 shielded mild detonating cord lines used on F/A-18, AV8B, and T-45 aircraft. All work will be performed in Hollister, California, and is expected to be completed by September 2027. This announcement involves Foreign Military Sales (FMS) from Kuwait (26%), Canada (3%), Spain (2%), Finland (1%), and Malaysia (1%). Fiscal 2025 procurement of ammunition (Navy and Marine Corps) funds in the amount of $6,666,456 (67%); and FMS funds in the amount of $3,256,332 (33%), will be obligated at the time of award and funds will not expire at the end of the current fiscal year. This was a dual-source procurement and solicited as an other than full and open competition in accordance with 10 U.S. Code 2304 (c)(1) and only one offer was received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-25-C-K040).

381 Constructors, Omaha, Nebraska was awarded an $8,569,230 firm-fixed-price modification to previously awarded contract (N40085-21-C-0077) for Multi-Mission Dry Dock #1 at the Portsmouth Naval Shipyard, Kittery, Maine. This award brings the total cumulative face value of the contract to $1,912,494,439. The contract modification is for changes to the support of excavation for the utility enclosure and delay impacts due to differing site conditions. Work will be performed in Kittery, Maine, and is expected to be complete by June 2028. Fiscal 2024 military construction (Navy) funds in the amount of $8,569,230 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command Atlantic, Officer in Charge of Construction, Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity.

Sealift Inc. of Delaware,* Oyster Bay, New York, is awarded a $7,608,500 firm-fixed-price contract (N3220525C1208), for a voyage charter of one foreign flag vessel for the transportation of four Avenger Class Mine Countermeasure Vessels to support Department of Defense transportation requirements. This contract has no option periods. Work to be performed will start September 2025 in Manama, Bahrain; and end on the U.S. East Coast, and is expected to be completed by February 2026. Working capital funds (Navy) in the amount of $7,608,500 are obligated for fiscal 2025 and will expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the Government Point of Entry website and four proposals were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C1208).

MISSILE DEFENSE AGENCY

The Charles Stark Draper Laboratory Inc., Cambridge, Massachusetts, is being awarded a noncompetitive cost-plus-fixed-fee modification (P00073) to previously awarded contract HQ0147-17-C-0046. The value of this modification is $41,424,387, bringing the total contract value to $61,730,731. Under this modification, Draper will provide mission essential engineering support to implement critical process improvements for Aegis-Based Standard Missile-3 (SM-3) Bridge Chip production. Work will be performed in Cambridge, Massachusetts; and St. Petersburg, Florida, with an estimated completion date of Oct. 10, 2029. This contract permits other than full and open competition in accordance with 10 U.S. Code 3204(a)(3)(B) and Federal Acquisition Regulation 6.302-3(a)(2)(ii). Fiscal 2024 research, developmental, test and evaluation funds in the amount of $41,424,359.00 are being obligated at the time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

Lockheed Martin Corp., Moorestown, New Jersey, is being awarded a sole-source, hybrid, cost-plus-fixed-fee, and cost-plus-incentive-fee contract modification (P00136) under Aegis Ballistic Missile Defense (BMD) Weapon Systems contract HQ085121C0002. The total value of this contract modification is $44,154,973. The work will be performed in Moorestown, New Jersey; and Guam, with period of performance from time of award through April 2026. This modification will extend current contract line-item numbers for a period of up to four months. The effort continues implementation of Integrated Air and Missile Defense capabilities into the Aegis BMD Weapon Systems design for Aegis Guam System. Fiscal 2025 research, development, test and evaluation funds in the amount of $42,676,298;  fiscal 2023 procurement funds in the amount of $108,633; and fiscal 2025 procurement  funds in the amount of $1,370,042, will be obligated at the time of award. The value of the contract increases from $1,478,648,258 by $44,154,973 to $1,522,803,231. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

Lockheed Martin Rotary and Mission Systems (LMRMS), Moorestown, New Jersey, is being awarded additional scope on their existing sole-source, hybrid, cost-plus-incentive-fee, and cost contract under modification (P00097) under Aegis Ballistic Missile Defense (BMD) Weapon Systems contract HQ027619C0001. The total value of this contract modification is $14,284,076. This modification will extend current contract line-item numbers for a period of up to seven months. The effort to be performed includes an extension for LMRMS to provide the continuation of the Aegis BMD Combat Systems Engineering Agent contract support in the development, integration, test, and delivery of Aegis Weapon system capability. The work will be performed in Moorestown, New Jersey, with a performance period from September 2025 through March 2026. Fiscal 2025 and 2026 research, development, test and evaluation funds will be utilized to execute the additional scope. The value of the contract increases from $350,511,816 by $14,284,076 to $364,795,892. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Intertrade Ltd., Cedar Rapids, Iowa, has been awarded a maximum $31,707,411 firm-fixed-price contract for F-15E constant speed drives. 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 an eight-year contract with no option periods. Location of performance is Tennessee, with a Jan. 31, 2033, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-25-C-0102).

CORRECTION: The contract announced on Sept. 18, 2025, for Thomas Instrument Inc., Boerne, Texas (SPRTA1-25-D-0017), for $9,695,048 was announced with an incorrect dollar amount and an incorrect award date. The correct dollar amount is $9,863,657 and the correct award date is Sept. 23, 2025. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma.

AIR FORCE

SPARC Research LLC, Warrenton, Virginia, was awarded a $30,444,179 face value cost-plus-fixed-fee contract for extended range small solid rocket motors. This contract provides support to the Air Force Research Laboratory rocket propulsion division and mission partners in the application of emerging solid propulsion technologies to improve performance and availability of 2.75-inch form factor systems. Work will be performed at Warrenton, Virginia, and is expected to be completed by Sept. 30, 2027. This contract was awarded through a competitive broad agency announcement in which dozens of submissions were received and evaluated via government scientific peer reviews against publicized selection criteria on SAM.gov. Fiscal 2024 research and development funds in the amount of $30,444,179 are being obligated at the time of award. Edwards Air Force Base, California, is the contracting activity (FA9300-25-C-6023).

Brown International Corp., doing business as AAR Integrated Technologies, Fayetteville, North Carolina, was awarded a $21,809,681 fixed-price and indefinite-delivery/indefinite-quantity contract for the AN/MSN-7 Communication Central System contractor logistics support follow-on. This contract provides for contract logistic support of the AN/MSN-7 Communication Central System, fleet of 18. Support requirements include program management and supply of all the AN/MSN-7 parts, support equipment components, all system materials, and consumables as well as replenishment of spare parts. Work will be performed in multiple locations worldwide and is expected to be completed March 28, 2035. This contract was a competitive acquisition, and two offers were received. Fiscal 2025 operations and maintenance funds in the amount of $725,967 are being obligated at the time of award.  The Air Force Life Cycle Management Center, Air Traffic Control Contracting and Landing System, Tinker Air Force Base, Oklahoma City, Oklahoma, is the contracting activity (FA8141-25-D-0001).

DCS Corp., Alexandria, Virginia, was awarded a $14,999,681 cost-plus-fixed-fee contract for advanced vibration and impact testing for aircrew resilience. This contract provides aerospace physiology and human performance research in a wide range of areas to include aircrew protection, biodynamics, injury susceptibility, and oxygen systems related technologies. Work will be performed at Wright-Patterson Air Force Base, Ohio, and work is expected to be complete by Sept. 22, 2028. This contract was a competitive acquisition with one offer received. Fiscal 2025 research, development, test and evaluation funds in the amount of $1,302,336 are obligated at the time of award. The Air Force Research Laboratory Wright Research Site, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2384-25-C-B051).

North Wind General Contractors LLC, Idaho Falls, Idaho, was awarded an $11,826,077 firm-fixed-price contract for contract deliverable to construct an addition building and repair building interior at Nellis Air Force Base, Nevada. This contract provides for the construction of additions to the building and interior renovations. Work will be performed at Nellis Air Force Base, Nevada, and is expected to be completed by Oct. 31, 2027. This contract is the result of an invitation for bid with five offers received. Fiscal 2025 operations and maintenance funds in the amount of $11,826,077 are being obligated at the time of award. The 99th Contracting Squadron, Nellis AFB, Las Vegas, Nevada, is the contracting activity (FA4861-25-C-0030). 

*Small business