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. 25, 2025

ARMY

SAP National Security Services Inc., Newtown Square, Pennsylvania, was awarded a firm-fixed-price contract for an end user license agreement for the SAP RISE portfolio. The amount of this action is $1,000,000,000 with a total cumulative face value of $1,000,000,000. 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. 14, 2035. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-D-A011). (Awarded Sept. 15, 2025)

Armtec Defense Products Co., Coachella, California, was awarded a $998,643,443 modification (P00004) to contract W15QKN-21-D-0005 for Modular Artillery Charge System M231 and M232-series Combustible Case Assemblies. The modification brings the total cumulative face value of the contract to $1,897,930,975. Work locations and funding will be determined with each order, with an estimated completion date of March 4, 2026. Army Contracting Command, Newark, New Jersey, is the contracting activity.

BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $396,078,918 modification (P0004) to contract W912CH-25-F0096 to definitize the contract action for the production of Bradley-based A4 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.

Textron Systems Corp., New Orleans, Louisiana, was awarded a $163,378,441 firm-fixed-price contract for procurement of mobile fire support vehicles, spare parts, special tools, and test equipment. Bids were solicited with one received. Work will be performed in Slidell, Louisiana, with an estimated completion date of Nov. 30, 2028. Fiscal 2024 Ukraine Security Assistance Initiative funds in the amount of $163,378,441 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-C-0088).

DRS Sustainment Systems Inc., Bridgeton, Missouri, was awarded a $91,250,000 modification (P00005) to contract W56HZV-24-C-0020 for heavy duty tank trailers. The modification brings the total cumulative face value of the contract to $106,624,999. Work will be performed in Bridgeton, Missouri, with an estimated completion date of Feb. 28, 2029. Fiscal 2025 Foreign Military Sales (Israel) funds in the amount of $91,250,000 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Illinois, is the contracting activity.

Walsh-Western Wood JV, Chicago, Illinois, was awarded a $79,357,000 firm-fixed-price contract for unaccompanied enlisted personnel housing at Joint Base Lewis-McChord, Washington. Bids were solicited via the internet with two received. Work will be performed in Joint Base Lewis-McChord, Washington, with an estimated completion date of Sept. 25, 2027. Fiscal 2025 military construction, Army funds in the amount of $79,357,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-25-C-0031).

Design Alaska Inc.,* Fairbanks, Alaska (W50SK6-25-D-A001); and HDR RIM NGB JV, Anchorage, Alaska (W50SK6-25-D-A002), will compete for each order of the $60,000,000 firm-fixed-price contract for architect-engineer services for Air National Guard and Army National Guard offices within the state of Alaska. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of March 30, 2031. U.S. National Guard Bureau's Directorate of Acquisitions, Operational Contracting Division, Arlington, Virginia, is the contracting activity.

Haloa Construction LLC,* Ewa Beach, Hawaii (W912J6-25-D-A004); HCG-NKC LLC,* Honolulu, Hawaii (W912J6-25-D-A005); Amethyst Builders LLC,* Ewa Beach, Hawaii (W912J6-25-D-A006); D&D Construction Inc.,* Waipahu, Hawaii (W912J6-25-D-A007); Elite Pacific Construction Inc.,* Kaneohe, Hawaii (W912J6-25-D-A008); and Next Construction Inc.,* Honolulu, Hawaii (W912J6-25-D-A009), will compete for each order of the $49,500,000 firm-fixed-price contract for construction, repair, and maintenance services in support of National Guard activities in Hawaii. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2030. U.S. Property and Fiscal Office, Hawaii, is the contracting activity.

Applied Information Sciences, Reston, Virginia, was awarded a $49,000,000 firm-fixed-price contract for research and software engineering support for cloud enablement. 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. 30, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-25-D-A004).

The Haskell Co., Jacksonville, Florida, was awarded a firm-fixed-price contract for design/build construction of an Army Reserve Center training building, vehicle maintenance shop and unheated storage on Marine Corps Logistics Base Albany, Georgia. The amount of this action is $34,384,000, with a total cumulative face value of $35,022,000. Bids were solicited via the internet with five received. Work will be performed in Albany, Georgia, with an estimated completion date of April 30, 2027. Fiscal 2025 military construction, Army Reserve funds in the amount of $34,384,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-25-C-A029).

TRAX International Inc., Las Vegas, Nevada, was awarded a $33,614,850 modification (P00119) to contract W9124R-18-C-0001 for non-personal test support services at Yuma Proving Ground, Arizona. The modification brings the total cumulative face value of the contract to $822,012,749. Work will be performed in Yuma Proving Ground, Arizona; and Greely, Alaska, with an estimated completion date of Jan. 14, 2026. Fiscal 2026 research, development, test and evaluation, Army funds in the amount of $10,095,480 were obligated at the time of the award. 418th Contracting Support Brigade, Yuma Proving Ground, Arizona, is the contracting activity.

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $26,851,116 modification (P00113) to contract W56HZV-22-C-0012 for Abrams system technical support, bringing the total cumulative face value of the contract to $1,062,843,268. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 27, 2027. Fiscal 2025 other procurement, Army funds; fiscal 2023 other procurement, Army funds; fiscal 2025 Foreign Military Sales funds (Australia, Egypt, Iraq, Kuwait, Morocco, Poland, Saudi Arabia, and Taiwan); and fiscal 2025 revolving funds in the amount of $26,851,116, were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-C-0012 P00113). 

BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $25,591,719 modification (P00127) to contract W56HZV-22-C-0072 for Bradley systems technical support and sustainment systems technical support. This modification brings the total cumulative face value to $363,779,275. Work will be performed in San Jose, California, with an estimated completion date of Sept. 24, 2027. Fiscal 2025 weapons and tracked combat vehicle procurement, Army funds in the amount of $25,591,719 were obligated at the time of award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Knight's Armament Co.,* Titusville, Florida, was awarded a $21,252,597 firm-fixed-price contract for production and delivery of the M110 Semi-Automatic Sniper System. Bids were solicited with one received. Work will be performed in Titusville, Florida, with an estimated completion date of Jan. 30, 2027. Fiscal 2024 Ukraine Security Initiative/Building Partner Capacity funds in the amount of $21,252,597 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-25-C-0033).

Pacwest-Korte JV,* Lake Elsinore, California, was awarded a $20,515,863 firm-fixed-price contract for design and construction, maintenance and repair. Bids were solicited via the internet with 12 received. Work will be performed in New Cumberland, Pennsylvania, with an estimated completion date of Jan. 3, 2028. Fiscal 2025 military construction, Army Reserve funds in the amount of $20,515,863 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-25-C-A033).

Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a $19,180,000 firm-fixed-price contract for shoreline renourishment. Bids were solicited via the internet with two received. Work will be performed in Delray Beach, Florida, with an estimated completion date of April 30, 2026. Fiscal 2025 Disaster Relief Supplemental Appropriations Act and county funds in the amount of $19,180,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-25-C-A012).

Mountain Horse LLC,* Colorado Springs, Colorado, was awarded an $18,306,600 firm-fixed-price contract for the production of M548 metal ammunition containers. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2030. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-D-0043).

Messer Construction Co., Cincinnati, Ohio, was awarded a $16,042,500 firm-fixed-price contract design-bid-build construction services. Bids were solicited via the internet with two received. Work will be performed in Wright-Patterson Air Force Base, Ohio, with an estimated completion date of March 13, 2028. Fiscal 2025 research, development, test and evaluation, defense-wide funds in the amount of $16,042,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-25-C-0021).

Robertson & Penn Inc., DBA Cusseta Laundry,* Rolla, Missouri, was awarded a $14,000,000 firm-fixed-price contract for operation and management of laundry distribution and collection points. Bids were solicited via the internet with 25 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2030. 419th Contracting Support Brigade, Fort Jackson, South Carolina, is the contracting activity (W9124C-25-D-A005).

Weeks Marine Inc., Covington, Louisiana, was awarded a $10,692,500 firm-fixed-price contract for emergency construction of a saltwater barrier sill on the Mississippi River. The total cumulative face value is $31,460,000. Work will be performed in Venice, Louisiana, with an estimated completion date of Oct. 27, 2025. Fiscal 2025 civil operation and maintenance, funds in the amount of $10,692,500 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans District, is the contracting activity (W912P8-25-C-A008). (Awarded Sept. 22, 2025)

Washington Equipment Manufacturing Co. Inc., Spokane, Washington, was awarded a $10,464,000 firm-fixed-price contract for intake crane replacement. Bids were solicited via the internet with three received. Work will be performed in Crofton, Nebraska, with an estimated completion date of Aug. 10, 2028. Fiscal 2025 Western States Power Corporation funds in the amount of $10,334,000 and fiscal 2025 civil operation and maintenance funds in the amount of $130,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-25-C-A056).

Applied Research Associates Inc., Albuquerque, New Mexico, was awarded a cost-plus-fixed-fee contract for research and development in advanced manufacturing of energetics. The amount of this action is $9,804,320. Work will be performed in Albuquerque, New Mexico, with an estimated completion date of Sept. 25, 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).

HME Construction Inc.,* Vancouver, Washington, was awarded a $9,073,938 modification (P00007) to contract W9127N-25-C-A040 for incremental mobilization/demobilization of dredge equipment and additional dredging of anchorage locations. Work will be performed in Portland, Oregon, with an estimated completion date of Jan. 31, 2026. Fiscal 2025 civil construction funds in the amount of $9,073,938 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland District, is the contracting activity.

DiGiFlight Inc., Columbia, Maryland, was awarded a $9,040,952 modification (P00093) to contract W31P4Q-19-F-E002 for integrated logistics services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Dec. 31, 2025. Fiscal 2025 other procurement, Army funds in the amount of $7,264,026; and fiscal 2010 Foreign Military Sales (Ashmore and Cartier Islands, Egypt, Morocco, Niue, Poland, United Arab Emirates, United Kingdom) funds in the amount of $1,776,926, were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Sikorsky, A Lockheed Martin Co., Stratford, Connecticut, was awarded a $7,934,962 modification (P00058) to contract W58RGZ-22-C-0010 for Black Hawk helicopter modifications. The modification brings the total cumulative face value of the contract to $4,711,486,368. Work will be performed in Stratford, Connecticut, with an estimated completion date of Dec. 31, 2027. Fiscal 2024 aircraft procurement, Army funds in the amount of $2,558,485; and fiscal 2022 and 2025 Foreign Military Sales (Australia, Austria, Brazil, Croatia, Greece, Jordan, Sweden and Thailand) funds in the amount of $5,376,477 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Coastal Pacific Food Distributors Inc., Stockton, California, has been awarded a maximum $871,153,043 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Locations of performance are Japan, Singapore, Philippines, Diego Garcia, and Australia, with a Sept. 24, 2030, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2025 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-25-D-4006).

The Boeing Co., doing business as Boeing, Oklahoma City, Oklahoma, has been awarded a maximum $671,827,771 firm-fixed-price, fixed-quantity, indefinite-delivery/delivery-order (SPRTA1-25-F-0256) issued against a five-year subsumable contract (SPRPA1-24-D-001E) for the manufacture and production of KC-135 stabilizers, left, right, and center transactional spares. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a six-year, seven-month contract with no option periods. The performance completion date is April 30, 2032. 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, Oklahoma City, Oklahoma.

Bell Textron Inc., Fort Worth, Texas, has been awarded an estimated $359,868,570 modification (P00055) exercising the five-year option period of a five-year base contract (SPE4AX-17-D-9410) with one five-year option period for H-1 aircraft support. This is a firm-fixed-price, fixed-price incentive, performance-based requirements contract. The performance completion date is Sept. 28, 2030. Using military service is Marine Corps. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Linde Gas & Equipment Inc., Danbury, Connecticut, has been awarded multiple fixed-price, indefinite-delivery/indefinite-quantity contracts (SPE2DH-25-D-0032, $94,000,000), (SPE2DH-25-D-0025, $40,000,000), (SPE2DH-25-D-0033, $40,000,000), (SPE2DH-25-D-0028, $38,000,000), (SPE2DH-25-D-0026, $22,000,000), (SPE2DH-25-D-0031, $20,000,000), (SPE2DH-25-D-0029, $9,000,000), (SPE2DH-25-D-0027, $8,000,000) and (SPE2DH-25-D-0030, $8,000,000) under solicitation SPE2DH-23-R-0002 for medical gases. This was a competitive acquisition with one response received. These are five-year base contracts with one two-year option period. Locations of performance are throughout the continental U.S., with a Sept. 24, 2030, ordering period end date. Using customer is Defense Department. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Zoll Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $62,725,286 modification (P00007) exercising the third one-year option period of a one-year base contract (SPE2D1-22-D-0013) with four one-year option periods for dual-aeromedical certified ventilators and accessories. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 27, 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.

The Source Group Inc., Signal Hill, California, has been awarded an estimated $46,659,065 indefinite-delivery/indefinite-quantity contract for environmental restoration, compliance and facility maintenance services at Defense Fuel Support Point, San Pedro, California. This was a competitive acquisition with two responses received. This is a four-year base contract with one six-month option period. The ordering period end date is Sept. 30, 2029. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-25-D-5005).

Zoll Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $46,199,403 modification (P00003) exercising the first one-year option period of a one-year base contract (SPE2D1-24-D-0018) with four one-year option periods for airworthy suction apparatuses and accessories. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 24, 2026. Using customers are Army, Navy, Air Force, Marine Corps, and Department of Health Affairs. Type of appropriation is fiscal 2025 through 2026 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Raytheon Co., McKinney, Texas, has been awarded a maximum $34,589,819 firm-fixed-price contract for F-16 electrical chassis, power supplies and circuit card assemblies. 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 two-year contract with no option periods. The performance completion date is Oct. 1, 2027. 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 Hill Air Force Base, Utah (SPRHA4‐25-C-0041).

Martinez Construction Services,* Merrit Island, Florida (SP3300-25-D-0010); Constructicon Corp.,* Cupertino, California (SP3300-25-D-0011); Kingsley Builders Inc.,* Loomis, California (SP3300-25-D-0012); SDC-Tidewater JV,** Baltimore, Maryland (SP3300-25-D-0013); Souza Construction Inc.,* Farmersville, California (SP3300-25-D-0014) and Vet Con Souza,** Farmersville, California (SP3300-25-D-0015), are sharing a maximum $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SP3300-25-R-0002 for various construction related efforts. This was a competitive acquisition with eight responses received. These are five-year contracts with no option periods. Location of performance is California, with a Sept. 24, 2030, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

ACMT Inc., Manchester, Connecticut, has been awarded an estimated $27,029,250 firm-fixed-price contract for the manufacture of F100 Augmentor liners. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. The performance completion date is Oct. 31, 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, Tinker Air Force Base, Oklahoma (SPRTA1-25-C-0198).

Credence Management Solutions LLC, McLean, Virginia, has been awarded an estimated $8,275,478 firm-fixed-price contract for artificial intelligence machine learning services. This was a competitive acquisition with one response received. This is a one-year base contract with one one-year option period. The performance completion date is Sept. 24, 2026. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania (SP4701-25-C-0100).

Pryze App Inc.,*** Arlington, Virginia, has been awarded a maximum $7,913,722 firm-fixed-price contract for advanced digital concepts software support. This was a competitive acquisition with one response received. This is a one-year base contract with three one-year option periods. The performance completion date is Sept. 29, 2026. Type of appropriations is fiscal 2025 through 2026 operations and maintenance funds. The contracting activity is the Defense Logistics Agency Contracting Services Office – Philadelphia, Pennsylvania (SP4701-25-C-0098). (Awarded on Sept. 23, 2025)

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $610,000,000 modification (P00003) to a previously awarded fixed-price incentive (firm-target), undefinitized, advanced acquisition contract (N0001925C0070). This modification adds scope to procure economic order quantity of materials, parts, and components in support of Lots 20-22 F-35 production aircraft (68 Lot 20 aircraft, 64 Lot 21 aircraft, and 48 Lot 22 aircraft) for F-35 cooperative program partners and Foreign Military Sales (FMS) customers. Work will be performed Fort Worth, Texas (59%); El Segundo, California (14%); Warton, United Kingdom (9%); Cameri, Italy (4%); Orlando, Florida (4%); Nashua, New Hampshire (3%); Baltimore, Maryland (3%); San Diego, California (2%); and other various locations outside of the continental U.S. (2%), and is expected to be completed December 2030. FMS customer funds in the amount of $533,000,000 and cooperative program partner funds in the amount of $77,000,000 will be obligated at the time of award, none of which 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.

The Raytheon Co., El Segundo, California, is being awarded $602,900,000 for a firm-fixed-price contract for spare parts and repair of assemblies related to the active electronically scanned array radar system used in support of the F/A-18 aircraft. Work under the contract will be performed in Forest, Mississippi (75%); El Segundo, California (15%); McKinney, Texas (9%); and Andover, Massachusetts (1%). This is a five-year contract with no options and all work is expected to be completed by September 2030. This announcement involves Foreign Military Sales from Australia (9%), Kuwait (5%), and Canada (3%). Fiscal 2025 working capital funds (Navy) in the amount of $101,030,641 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 (N00383-25-D-P901).

Raytheon Co., Marlborough, Massachusetts, is being awarded a $497,694,942 firm-fixed-price contract (N0003925D2002) to produce, test, and deliver fully integrated Navy Multiband Terminals (NMT). The NMT is a multiband capable satellite communications terminal that provides both protected and wideband communications. The NMT provides the Navy secure, protected, and survivable communications using the Advanced Extremely High Frequency, Enhanced Polar System, Enhanced Polar System Recapitalization, Milstar Block I&II, Ultra High Frequency Follow-On/Extremely High Frequency (EHF)/Enhanced EHF, and Polar satellites. Fiscal 2023 shipbuilding and conversion (Navy) at (9%); fiscal 2024 shipbuilding and conversion (Navy) at (12%); fiscal 2025 shipbuilding and conversion (Navy) at (37%); fiscal 2023 other procurement (Navy) at (2%); fiscal 2025 other procurement (Navy) at (5%); fiscal 2025 operations and maintenance (Navy) at (22%); fiscal 2025 procurement, construction and improvements at (21%); and Foreign Military Sales funds (14%), in the amount of $454,000,214 will be obligated at the time of award. $106,888,000 of the obligated funds would have expired at the end of the current fiscal year if this award had not been made. This contract combines purchases for the U.S. (86%); and the governments of Australia (6%), the Netherlands (4%), and the United Kingdom (3%), under the Foreign Military Sales Program. Work will be performed in Marlborough, Massachusetts and is expected to be completed by Oct. 31, 2031. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $547,041,222. If all options are exercised, work could continue until September 2035. This contract action was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(a)(1) - Only One Responsible Source (Federal Acquisition Regulation Subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039).

Ryan Construction Co. Inc, Suffolk, Virginia, is awarded a $248,070,769 maximum-value, firm-fixed price, indefinite delivery/indefinite quantity regional construction maintenance contract for utilities distribution systems for Hampton Roads, Virginia. Work will be performed in the Hampton Roads region of Virginia, and is expected to be completed by September 2030. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $5,000 will be obligated at the time of award and will expire at the end of the current fiscal year. An initial task order is being awarded for $5,000 in order to satisfy the minimum guarantee. This contract was competitively procured via the SAM.gov website, with two offers received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. (N4008525D0040).

Sonalysts Inc., Waterford, Connecticut (N00189-25-D-Z038); General Dynamics Information Technology Inc., Falls Church, Virginia (N00189-25-D-Z039); GovCIO LLC, Fairfax, Virginia, (N00189-25-D-Z040); and Sellers and Associates LLC,* Chesapeake, Virginia (N00189-25-D-Z041), are being awarded an estimated $218,181,818 indefinite-delivery/indefinite-quantity multiple award contract. These contracts are part of a robust multiple award contract program to provide curriculum planning, analysis, maintenance and development as well as PC modeling, simulation and the creation of part task trainers in support of Naval Education Training Command's Naval Training Products and Services program. The contracts run concurrently. The contract will include a 60-month base ordering period with an additional six-month option period pursuant to Federal Acquisition Regulation 52.217-8. The total estimated value of the contracts combined will have a ceiling value of $240,000,000 if the six-month option is exercised. Work is expected to begin October 2025 and be completed by September 2030; if the option is exercised, work will be completed by March 2031. Work will be performed in contractor facilities and the percentage of work for each contract cannot be determined at this time. Fiscal 2025 operations and maintenance funds (Navy) (O&MN) in the contracts' minimum guaranteed amount of $20,000 ($5,000 each) will be obligated at the time of award and funds will expire at the end of the current fiscal year. Subsequent task orders under the resultant contract will be funded with appropriate fiscal O&MN funds. This contract was competitively procured through the System for Award Management website pursuant to Federal Acquisition Regulation (FAR) 16.504 and FAR Part 15 with 33 offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Pentagon Directorate, Philadelphia, Pennsylvania, is the contracting activity.

Contrack Watts, Inc., McLean, Virginia, was awarded a $182,997,000 firm-fixed-price contract for electrical upgrades to support the simultaneous mooring of CVN 78 Class and CVN 68 Class aircraft carriers at Naval Base Kitsap. Work will be performed in Bremerton, Washington, and is expected to be completed by September 2027. Fiscal 2025 Military Construction (MILCON) funds in the amount of $150,560,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Follow-on options may be awarded as MILCON funds are appropriated in future fiscal years. This contract was competitively procured via the sam.gov website, with four proposals received. The Naval Facilities Engineering Systems Command Northwest is the contracting activity (N44255-25-C-1500).

Fortress Government Solutions LLC, Orlando, Florida, is awarded $94,011,157 level-of-effort, firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract to extend the capabilities developed under Small Business Innovation Research topic AF203-CS01, titled Supply Chain Risk Management into a Navy production environment. The Naval Air Warfare Center Aircraft Division (NAWCAD) Cyber Warfare Department will provide cyber supply chain risk management software, analysis and reports, and software integration with a variety of government and open-source data repositories, as well as system administration in support of Navy Enterprise Cyber Supply Chain Risk Management activities for the Naval Air Systems Command, Naval Supply Systems Command, Naval Facilities Engineering Systems Command, and other partner Navy organizations. Work will be performed in Orlando, Florida (73%); and Patuxent River, Maryland (27%), and is expected to be complete by September 2030. No funds will be obligated at the time of award, funds will be obligated on individual orders as they are issued. NAWCAD, Patuxent River, Maryland, is the contracting activity (N0042125D0086).

Raytheon Co., Tucson, Arizona, was awarded a $75,341,633 firm-fixed-price and cost-plus-fixed-fee modification to a previously awarded contract (N00024-23-C-5408) to exercise options and incrementally fund existing contract line items for Standard Missile depot and intermediate level repair and maintenance, and procurement of provisioned items, ordered spares, and test equipment. Work will be performed in Minneapolis, Minnesota (49%); Tucson, Arizona (29%); Orangeburg, New York (5%); Warrington, Pennsylvania (2%); Camden, Arkansas (2%), Middletown, California (1%); and various locations across the U.S., each less than 1% (12%), and is expected to be completed by March 2030. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $65,121,314 (91%); fiscal 2024 weapons procurement (Navy) funds in the amount of $5,724,951 (8%); and fiscal 2025 weapons procurement (Navy) funds in the amount of $715,619 (1%), and were obligated at time of award, of which $65,121,314 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Sept. 15, 2025)

The Boeing Co., St. Louis, Missouri, is being awarded $50,365,000 for a ceiling-priced delivery order (N00383-25-F-YY2S) under previously awarded basic ordering agreement N00383-22-G-YY01 for the purchase of 55 movable canopies utilized on the F/A-18 E/F aircraft. The delivery order does not include an option provision. All work will be performed in St. Louis, Missouri, and is expected to be completed by January 2034. Fiscal 2025 working capital funds (Navy) in the amount of $24,678,850 will be obligated at the time of award as an undefinitized contract action and funds will not expire at the end of the current fiscal year. Two companies were solicited for this limited-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.

Moog Military Aircraft LLC, Elma, New York, is being awarded $43,318,100 for a firm-fixed-price, definitive contract for the procurement of swashplate actuators used on V-22 aircraft. All work will be performed in Elma, New York, and work is expected to be completed by June 2030. This contract involves Foreign Military Sales to Japan (5%). Fiscal 2025 working capital funds (Navy) in the amount of $43,318,100 will be obligated at time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-25-C-C001).

RTX Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $39,462,397 cost-plus-fixed-fee, fixed-price incentive (firm-target) order (N0001925F0001) against a previously issued basic ordering agreement (N0001922G0001). This order provides non-recurring engineering in support of early identification, development, and qualification of corrections to potential and actual F135 propulsion system operational issues. Additionally, this order provides for continued engine maturation, evaluates component life limits based on operational experience, improves operational readiness, and reduces engine maintenance and life cycle costs in support of the F-35 Lightning II program for the Air Force, Navy, F-35 Cooperative Program Partners, and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (74%) (labor surplus); Middletown, Connecticut (7%); West Palm Beach, Florida (7%); Indianapolis, Indiana (6%); Windsor Locks, Connecticut (3%); Aguadilla, Puerto Rico (2%) (labor surplus); and North Berwick, Maine (1%), and is expected to be completed in December 2026. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $24,500,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. This contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $27,499,881 modification (P00012) to a previously awarded cost-plus-fixed-fee contract (N0001924C0011). This modification adds scope to procure special tooling and test equipment in support of F-35 production and modifications for the Joint Strike Fighter program for the Air Force, Marine Corps, Navy, Foreign Military Sales customers, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Karmiel, Israel (38%); Macomb, Michigan (14%); St Asaph, Wales, United Kingdom (14%); Wilsonville, Oregon (14%); Newark, Delaware (12%); St. Petersburg, Floridia (4%); Tacoma, Washington (3%); Hyannis, Massachusetts; and Merrimack, New Hampshire (1%), and is expected to be completed in August 2028. Fiscal 2023 aircraft procurement (Air Force) funds in the amount of $11,267,887; fiscal 2023 aircraft procurement (Navy) funds in the amount of $5,633,943; fiscal 2023 aircraft procurement (Marine Corps) funds in the amount of $5,633,943; and non-U.S. DOD participants funds in $4,964,108, will be obligated at time of award, $22,535,773 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.

Kampi Components Co. Inc.,* Fairless Hills, Pennsylvania, is awarded a $24,688,191 firm-fixed- price, indefinite-delivery/indefinite-quantity contract for providing LHD-1 class forced draft blower rotors and 2SCOG overhaul kits for the Naval Surface Warfare Center, Philadelphia, Division. Work will be performed in Fairless Hills, Pennsylvania, with an ordering period through Sept. 25, 2030. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $1,839,336 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract 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). The Naval Surface Warfare Center Philadelphia, Pennsylvania, is the contracting activity (N64498-25-D-4019).

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is awarded a $24,245,687 firm-fixed-price order against previously issued basic ordering agreement (N0016425GJW77) for the procurement of shop replaceable assemblies, technical requirement documents, logistics product data, and engineering data for provisioning for the multi-function active radar system (MFAS) to support the Persistent Maritime Unmanned Aircraft for the Program Manager Air 262. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed by April 2030. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $13,374,054 (55%); and fiscal 2025 aircraft procurement (Navy) funds in the amount of $10,871,633 (45%), will be obligated at time of award, of which $13,374,054 will expire at the end of current fiscal year for obligation. This contract was not competitively procured via the SAM.gov website, with one offer received. This is a sole source action in accordance with Federal Acquisition Regulation 6.302-1, only one responsible source. Northrop Grumman Systems Corp. is the Original Equipment Manufacturer of the MFAS. No other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane Division, Crane, Indiana is the contracting activity (N0016425FJ637).

Raytheon Missiles & Defense, Marlborough, Massachusetts, is awarded a $21,670,000 firm-fixed-price modification to a previously awarded hardware, productions, and sustainment contract (N00024-22-C-5500) for spare parts procurement in support of the AN/SPY-6(V) Air and Missile Defense Radar and Enterprise Air and Surveillance Radar Family of Radars, installed aboard LHA, LPD, FFG, CVN, and Arleigh Burke DDG class ships. Work will be performed in Andover, Massachusetts (48%); Sykesville, Maryland (33%); and Chesapeake, Virginia (19%). Work is expected to be completed by December 2028. Fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $9,130,275 (42%); fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $5,854,618 (27%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $2,983,280 (14%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $2,285,723 (11%); and fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $1,416,104 (6%), will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Dynamics Information Technology Inc., Falls Church, Virginia, is awarded a $17,591,620 cost-plus-fixed-fee modification to a previously awarded contract (N6339423C0009) to exercise options for engineering services to upgrade, inspect, test, and deliver components of the MK 41 Vertical Launching System. This modification combines purchases for the Navy (81%); and the governments of Australia (8%); Japan (5%); South Korea (4%); Denmark (1%); and the Netherlands (1%), under the Foreign Military Sales (FMS) Program. Work will be performed in Falls Church, Virginia (75%); Australia (10%); Japan (6%); South Korea (5%); Denmark (2%); and the Netherlands (2%), and is expected to be completed by October 2026. Fiscal 2024 presidential drawdown authority funds in the amount of $1,916,186 (43%); FMS (combined) funds in the amount of $856,270 (19%) (FMS Australia $334,478 (8%); FMS Japan $216,792 (5%); FMS South Korea $165,000 (4%); FMS Denmark $70,000 (1%); and FMS Netherlands $70,000 (1%)); fiscal 2025 research, development, test and evaluation funds in the amount of $760,000 (17%); fiscal 2025 other procurement (Navy) funds in the amount of $505,000 (12%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $359,396 (8%); and fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $27,995 (1%), will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Collins Aerospace, Cedar Rapids, Iowa, is awarded a $16,799,120 firm-fixed-price order (N0042125F1160) against a previously issued basic ordering agreement (N0042121G0005). This order provides for the engineering design approach plan and tasking to integrate a crypto modernization and positive access control capabilities for the Gen6 operational flight program and crypto sub-systems software for the Navy and foreign military sales customers. Work will be performed in Cedar Rapids, Iowa and is expected to be completed in April 2027. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $16,514,070; and Foreign Military Sales funds in the amount of $285,050, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contact action was not competed. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Mid Atlantic Technical and Executive Consulting LLC,* Derwood, Maryland, is awarded a $15,414,537 firm-fixed-price contract to provide highly specialized analysis support on complex contractor and subcontractor proposals, with a concentration on cost and pricing analysis, in support of the Joint Program Office (JPO) evaluation of proposals and negotiations for F-35 production and sustainment air vehicle activities, initial spares, and other future JPO efforts. Additionally, this contract provides for the acquisition of a cost model licensing agreement and training to government personnel in furtherance of the government's priority to pursue affordability in contracting. Work will be performed in Arlington, Virginia, and is expected to be completed September 2026. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $7,707,268; and fiscal 2025 aircraft procurement (Air Force) funds in the amount of $7,707,268, will be obligated at the time of award, none of which 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 (N0001925C0116).

Sierra Nevada Corp., Englewood, Colorado, is awarded a $14,997,575 cost-plus-fixed-fee contract to provide product-based field services, to include subject matter experts in support of maintenance and sustainment of the Ukraine Navy Counter-Unmanned Aircraft Systems program. Additionally, this contract provides for reach back support for various systems deployed in Eastern Europe under NATO. Work will be performed in Rzeszow, Poland (52%); Englewood, Colorado (44%); and Fort Walton Beach, Florida (4%), and is expected to be completed in September 2027. Ukraine security assistance initiative (Department of Defense Wide) funds in the amount of 14,997,575 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042125C0043).

Pareto Frontier LLC,* Palm Harbor, Florida, is awarded a $10,528,078 cost-plus-fixed-fee order (N6833525F0367) against a previously issued basic ordering agreement (N6833525G0030). This order is a Small Business Innovation Research (SBIR) Phase III effort for N201-018 entitled "Dynamic Digital Spatial Nulling Algorithms for Tactical Data Links," and SBIR Topic N203-150 entitled "Frequency Hopping Optimization for Tactical Data Links." This effort derives from Phase I, II and III efforts, and will develop and/or innovate new or current algorithms including derivatives of spacetime adaptive processing, space-frequency adaptive processing, and key elements for nulling-aware routing for application on tactical data links to improve the communication range, interconnectivity and anti-jamming resistance. Work will be performed in Palm Harbor, Florida (98%); Wayne, New Jersey (1%); and Cedar Rapids, Iowa (1%), and is expected to be completed in March 2026. Fiscal 2025 other procurement (Navy) funds in the amount of $10,528,078 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contact action was not competed. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

CB Design & Huitt Zollars JV, LLC,* Alexandria, Virginia, is awarded an $8,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect and engineer services in support of construction, revitalization, recapitalization, and sustainment systems and infrastructure at Naval Surface Warfare Center Carderock northeast region area of responsibility. Work will be performed in West Bethesda, Maryland (90%); Gaithersburg, Maryland (5%); Perryville, Maryland (1%); and Philadelphia, Pennsylvania (4%), and is expected to be completed by September 2030. Fiscal 2025 working capital (Navy) funds in the amount of $351,902 will be obligated at time of award for the first and second task order. This contract was competitively procured via the sam.gov website with seven proposals received. This award was negotiated under the authority of Public Law 92-582 (40 U.S. Code 541). Naval Sea Systems Command, Naval Surface Warfare Center Carderock Division, West Bethesda, Maryland, is the contracting activity (N0016725D1002). 

MISSILE DEFENSE AGENCY

Raytheon Co., San Diego, California, is being awarded a sole source indefinite-delivery/indefinite-quantity contract under the authority of 10 U.S. Code 3204(a)(1), as implemented by Federal Acquisition Regulation 6.302-1(a)(2), with a maximum ceiling amount of $99,002,000. The Contractor will perform research, development, operations, prototyping, demonstrations, maintenance, and repairs for the Government-owned Multi-Spectral Targeting System class sensors integrated with an Missile Defense Agency (MDA) Airborne Processor. A task order in the amount of $5,352,848 is being issued contemporaneously with the contract award. The work will be performed in San Diego, California. The contract ordering period is from Sept. 30, 2025, through Sept. 29, 2035. Fiscal 2025 research, development, test and evaluation funds in the amount of $426,943.95 are being obligated on the first task order. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0860-25-D-E001).

AIR FORCE

Chugach Intelligence Solutions LLC, Anchorage, Alaska, has been awarded a maximum $36,690,601 modification (P00002) to a previously awarded contract (FA2550-24-C-0013) for the purchase of a temporary relocatable facility. The modification brings the total cumulative face value of the contract to $40,346,858 from $3,656,257. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by April 1, 2026. Fiscal 2025 procurement funds in the amount of $36,690,601 are being obligated at time of award. The 50th Contracting Squadron, Schriever Space Force Base, Colorado Springs, Colorado, is the contracting activity. (Awarded Sept 23, 2025)

Pacific Rim Constructors Inc., Tamuning, Guam, was awarded a $35,419,888 firm-fixed-price contract for troop housing construction. This contract provides for design and full repair of the Saipan Dorm B25007, Andersen Air Force Base, Guam. Work will be performed at Andersen AFB, Guam, and is expected to be completed by Feb. 8, 2028. This contract was a competitive acquisition and seven offers were received. Fiscal 2025 operations and maintenance appropriations funds in the amount of $35,419,888 are being obligated at the time of award. The 36th Contracting Squadron, Andersen AFB, Guam is the contracting activity. (FA5240-25-C-0008)

Raytheon Co., Woburn, Massachusetts, was awarded a $15,165,090 firm-fixed-price contract for an enhancement to Taiwan's early warning radar. This contract provides for a new software build for the Taiwan early warning radar to allow for the continued track and display of launch objects. Work will be performed at Woburn, Massachusetts, and is expected to be completed by Dec. 31, 2027. This contract involves foreign military sales to Taiwan. This contract was a sole source acquisition. Fiscal 2024 building partner capacity funds in the amount of $15,165,090 is being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2383-25-C-B009).

Southwest Research Institute, San Antonio, Texas, was awarded a maximum $9,993,000 indefinite-delivery/indefinite-quantity contract for sensor integration unit (SIU) production and support. This contract provides for procurement of SIU production units, SIU mounting units, and production customer and technical support. Work will be performed at San Antonio, Texas, and is expected to be completed by Sept. 30, 2030. This contract was a sole source acquisition. Fiscal 2023 and 2024 procurement funds in the amount of $9,993,000 are being obligated at time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-25-D-B017, FA8232-25-F-B248).

Marrs Patriot Construction LLC, Wichita Falls, Texas, was awarded a ceiling amount of $9,900,000 indefinite-delivery/indefinite-quantity contract for a contracting vehicle for Sheppard Air Force Base, Texas. This contract obtains simplified acquisition of base engineering requirements. Work will be performed at Sheppard AFB, Texas; Sheppard Annex, Lake Texoma, Texas; and Frederick Airfield, Oklahoma, and is expected to be completed by Sept. 30, 2030. This contract was a competitive acquisition and four offers were received. Fiscal 2025 operational and maintenance funds in the amount of $165,760 are being obligated at time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity (FA3020-25-D-0010).

CACI Inc. - FEDERAL, Chantilly, Virginia, has been awarded a $9,823,100 modification (P00039) to a previously awarded contract (FA8821-24-F-B001) for a modification to implement the TMTR-2 Project for the satellite control network. The modification brings the total cumulative face value of the contract to $434,856,653 from $425,033,553. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by March 24, 2028. Fiscal 2025 operations and maintenance appropriations funding in the amount of $9,823,100 is being obligated at the time of modification award. Space Systems Command, Peterson Space Force Base, Colorado, is the contracting activity.

Lockheed Martin Missiles and Fire Control, Orlando, Florida, was awarded an $8,945,621 firm-fixed-price modification (P00008) to a previously awarded contract (FA8682-24-C-B001) for the Joint Air-to-Surface Standoff Missile and Long-Range Anti-Ship Missile Large Lot Procurement spares. This modification brings the total cumulative face value of the contract to $9,494,136,092 from $9,485,190,471. Work will be performed at Orlando, Florida, and is expected to be completed by July 31, 2029. This contract modification involves Foreign Military Sales (FMS) to an undisclosed country. Fiscal 2025 Air Force missiles procurement funds in the amount of $1,014,488; fiscal 2025 Air Force operations and maintenance funds in the amount of $3,096,799; fiscal 2023 Navy weapons procurement funds in the amount of $2,001,176; fiscal 2025 Navy weapons procurement funds in the amount of $2,377,158; Defense Working Capital funds in the amount of $156,675; and FMS funds in the amount of $299,325, are being obligated at time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

*Small business
**Small business in historically underutilized business zones
***Woman-owned small business