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. 26, 2025

NAVY

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $10,334,480,065 fixed-price incentive (successive-target) and firm-fixed-price modification (P00004) to a previously awarded contract (N0001924C0009). This contract modification for the CH-53K multiyear definitizes Lots Nine and 10 and adds scope for Lots 11-13 for a combined quantity of 92 CH-53K full-rate production aircraft for the Marine Corps, as well as provides associated aircraft and programmatic support. Work will be performed in Stratford, Connecticut (41.96%); Wichita, Kansas (11.18%); Salt Lake City, Utah (6.97%); Bridgeport, West Virginia (2.72%); Redmond, Washington (2.03%); Kent, Washington (1.81%); Quebec, Canada (1.63%); Cudahy, Wisconsin (1.53%); Kent, United Kingdom (1.16%); Windsor Locks, Connecticut (1.10%); Rome, New York (1.06%); various locations within the continental U.S. (CONUS) (24.86%); and various locations outside the CONUS (1.99%), and is expected to be completed in February 2034. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $1,705,679,085 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This modification was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $642,313,620 cost-plus-fixed-fee modification to a previously awarded contract (N00024-20-C-2120) for Lead Yard Support and development studies and design efforts related to Virginia class submarines. Work will be performed in Groton, Connecticut (94%); McLeansville, North Carolina (3%); Newport News, Virginia (2%); and Newport, and Quonset, Rhode Island (1%), and is expected to be completed by April 2026. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $41,554,263 (34%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $31,236,000 (26%); fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $21,944,969 (18%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $15,210,000 (13%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $6,129,737 (5%); and fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $4,500,000 (4%), will be obligated at time of award, of which no funds will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Assurance Technology Corp., Carlisle, Massachusetts, was awarded a $244,000,000 cost-plus-fixed-fee, indefinite delivery indefinite quantity contract for space to ground research under the U.S. Naval Research Laboratory (NRL) Focused Radio Frequency Optimized Signal Transference program for space systems development. The contract does not include options and has a cumulative value of $244,000,000. A $28,688,837 cost-plus-fixed-fee task order was issued concurrently. The task order includes options and has a cumulative value of $87,750,152. Work for the initial task order will be performed at the U.S. NRL, Washington, D.C., and is expected to be completed by September 2028. Fiscal 2025 research, development, test and evaluation (Navy) in the amount of $10,264,259 will be obligated at the time of award and will not expire at the end of the current fiscal year. The contract was competitively procured as a total small business set aside with one offer received via Contract Opportunities on SAM.gov. The U.S. NRL, Washington, D.C., is the contracting activity (N0017325D7000, N0017325F7002).

Raytheon Co., Tucson, Arizona, is awarded a not-to-exceed $160,916,166 undefinitized modification (P00005) to a previously awarded fixed-price incentive (firm-target) contract (N0001924C0032). This modification adds scope to provide non-recurring engineering (NRE) to develop, manufacture, and qualify a second source solid rocket motor assembly and WDU-17/B warhead in support of AIM-9X missile production, as well as provides NRE to support WDU-17/B warhead qualification and transfer of technical data package design activity for the AIM-9X missile in support of the Navy, Air Force, Army, the government of Ukraine, and Foreign Military Sales customers. Additionally, this modification partially exercises options for the production and delivery of 126 AIM-9X-4 Block II Tactical Missiles, 32 AIM-9X missile containers, and 20 spare DSU-41 Active Optical Target Detector and Radio Frequency data links for the Army. Work will be performed in Tucson, Arizona (36.37%); Raufoss, Norway (35.19%); North Logan, Utah (3.32%); Simsbury, Connecticut (3.32%); Niles, Illinois (2.85%); Camden, Arkansas (2.67%); Keyser, West Virgina (2.51%); Hillsboro, Oregon (1.54%); Schrobenhausen, Germany (1.46%); Midland, Ontario, Canada (1.04%); Heilbronn, Germany (0.85%); and various locations within the continental U.S. (8.88%), and is expected to be complete by September 2029. Fiscal 2025 weapons procurement (Army) funds in the amount of $70,863,263; fiscal 2025 research, development, test and evaluation (Army) funds in the amount of $1,492,862; fiscal 2024 research, development, test and evaluation (Army) funds in the amount of $639,798; and Ukraine security assistance initiative (Department of Defense Wide) funds in the amount of $127,146,184, will be obligated at the time of award, $127,785,982 of which will expire at the end of the current fiscal year. The contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Michael Baker-Stanley JV, Moon Township, Pennsylvania, is awarded a $99,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineer design and related services. Work to be performed provides for professional engineering services to include architectural programming, geotechnical investigation and other preliminary project documentation. Work will be performed at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Southeast area of operations and is expected to be completed by September 2030. Fiscal 2025 operations and maintenance, (Navy) funds in the amount of $1,000 will be obligated at time of award on a task order to satisfy the minimum guarantee. Additional funds will be obligated on individual task orders as they are issued. This contract was competitively procured via contract opportunities on Sam.gov, with 16 offers received. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity (N69450-25-D-1029).

Raytheon Technologies, Tucson, Arizona, is awarded a $80,181,964 cost-plus-incentive-fee, cost-plus-fixed-fee modification (P00044) to a previously awarded contract (N0001919C0079). This modification adds scope to support the continued development and qualification of seeker processor hardware and integration assets for the Maritime Strike Tomahawk (MST) program, procuring 8 Ultra 1.1+ units and provides updated Ultra 1.1+ processor stacks, hardware-in-the-loop environments, and test equipment upgrades to enable integration and qualification of the MST seeker system. Work includes procurement and assembly of Ultra 1.1+ material for both U.S. government and Raytheon integration test assets, updates to simulation and lab facilities such as the signal processor-in-the-loop and air vehicle system integration laboratory, and qualification testing focused on electromagnetic interference and vulnerability. These activities directly support MST initial operational capability fielding efforts by ensuring the seeker maintains performance in operational environments while reducing risk ahead of low-rate production and fleet deployment. Work will be performed in Tucson, Arizona, and is expected to be completed in December 2027. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $21,187,457; fiscal 2025 research, development, test and evaluation (Army) funds in the amount of $5,000,000; and fiscal 2024 research, development, test and evaluation (Navy) in the amount of $767,430, will be obligated at the time of award, $767,430 of which will expire at the end of the current fiscal year. This contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Absher Construction Co., Puyallup, Washington is awarded a $47,302,111 firm-fixed-price contract for a bulk fuel hydrant system. The work to be performed provides construction of a Type III pressurized hydrant fueling system and fuel pump house. Work will be performed at Naval Air Station Whidbey Island, Oak Harbor, Washington, and is expected to be completed by October 2027. The contract also contains two unexercised options, which if exercised, would increase the cumulative contract value to $47,852,380. Contract funds were obligated at time of award as follows: fiscal 2021 military construction (MILCON) funds in the amount of $5,633,803; and fiscal 2025 operations and maintenance, (Navy) funds in the amount of $39,935, and will expire at the end of the current fiscal year; fiscal 2025 MILCON funds in the amount of $39,842,815; and fiscal 2025 Defense Working Capital funds in the amount of $1,785,558, and will not expire at the end of the fiscal year. This contract was competitively solicited on the SAM.gov website with five proposals received. The Naval Facilities Engineering Systems Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-25-C-0009). (Awarded Sept. 24, 2025)

Rockwell Collins Inc., doing business as, Collins Aerospace Government Systems, Cedar Rapids, Iowa, is awarded a $47,000,213 firm-fixed-price, cost reimbursable order (N0001925F0025) against a previously issued basic ordering agreement (N0001924G0017). This order provides for the production and delivery of two full-rate production high power transmit set modernization A and B kits in support of E-6B aircraft upgrades, various trainer updates, and kit spares for the Navy. Work will be performed in Richardson, Texas (80%); and Tinker Air Force Base, Oklahoma (20%), and is expected to be completed in December 2026. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $47,000,213 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.

Teledyne Brown Engineering Inc., Huntsville, Alabama, is awarded a $42,882,299 Firm-Fixed Price modification to a previously awarded contract (N00024-19-C-6402) for Provisioned Items Order spares in support of the MK11 Sea, Air, Land Delivery Vehicle. Work will be performed in Huntsville, Alabama, and is expected to be completed by December 2028. Working Capital Funds (Navy) in the amount of $38,704,910 (90%); and fiscal 2025 Defense-wide procurement funds in the amount of $4,177,389 (10%), 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 Electric Boat, Groton, Connecticut, is awarded a $42,377,481 cost-plus-fixed-fee modification to a previously awarded delivery order (N00024-24-F-4319) for Virginia-class submarine unique parts and specialized material, including initial spares. Work will be performed in Groton, Connecticut, and is expected to be completed by March 2030. Fiscal 2024 other procurement (Navy) funds in the amount of $42,377,481 will be obligated at the 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.

Systems Application and Technologies Inc.,* Upper Marlboro, Maryland, is awarded a $33,860,200 modification (P00029) to a cost-plus-fixed-fee and cost contract (N6893624C0006). This modification exercises an option to provide continued operational, intermediate level maintenance, and depot support for aerial and seaborne assets, to include air and sea vehicles as well as vessels used for remotely piloted and manned training and test events for the Navy. Work will be performed in Port Hueneme, California (57%); Point Mugu, California (35%); Ridgecrest, California (2%); Las Cruces, New Mexico (2%); Salt Lake City, Utah (1%); Lompoc, California (1%); Kauai, Hawaii (1%); and Outer Hebrides, Scotland (1%), and expected to be completed in September 2026. Working capital (Navy) funds in the amount of $7,356,000; fiscal 2025 other procurement (Navy) funds in the amount of $150,000; and fiscal 2025 weapons procurement (Navy) funds in the amount of $41,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contact was competed. Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity. 

Northrop Grumman Systems Corp., Minneapolis, Minnesota, is awarded a $32,643,727 firm-fixed-price, Job Order (N0016425FJ654) under a previously awarded basic ordering agreement (N0016423GJN16) for 30MM chain driven MK44 MOD4 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 August 2027. 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 2025 procurement (Marine Corps) funds in the amount of $30,758,467 (94%); and fiscal 2024 procurement (Marine Corps) funds in the amount of $1,885,260 (6%), 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 (N0016425FJ654).

Hamiliton Sundstrand Corp., doing business as Collins Aerospace, Windsor Locks, Connecticut, is awarded a $19,842,222 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract shall provide technical services inclusive of engineering, developmental, and site support services to troubleshoot, repair, sustain, upgrade, and modernize various fielded systems on board submarines. Work will be performed in Windsor Locks, Connecticut (40%); New London, Connecticut (15%); Bremerton, Washington (10%); Pearl Harbor, Hawaii (10%); Kings Bay, Georgia (10%); Norfolk, Virginia (5%); Philadelphia, Pennsylvania (5%); and Portsmouth, New Hampshire (5%), and is expected to be completed by September 2030. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $29,891 will be obligated at the 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 Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-25-D-4021).

Sauer Construction LLC, Jacksonville, Florida, is awarded a $16,750,000 firm-fixed-price modification to previously awarded contract (N40085-19-C-9263) for renovations of Building X-132 for Military Sealift Command consolidation. This award brings the total cumulative face value of the contract to $90,236,617. Work will be performed at Building X-132, Naval Station Norfolk, Norfolk, Virginia, and is expected to be completed by December 2026. Navy working capital funds in the amount of $16,750,000 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 Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Schuyler Line Navigation Co. LLC (SLNC), Annapolis, Maryland, is awarded a $13,928,719 firm-fixed-price modification under contract (N3220523C4019) which is for a charter of tanker SLNC Goodwill. The modification adds the capability of providing at sea fuel delivery to USS and allied vessels. The capability will be available starting September 2026. The place of performance is worldwide. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Raytheon Co., Tucson, Arizona, is awarded a $14,579,554 cost-plus-fixed-fee modification to previously awarded contract (N00024-23-C-5401) to exercise options for design agent and engineering support for the Rolling Airframe Missile (RAM). Work will be performed in Tucson, Arizona and is expected to be completed by March 2028. Federal Republic of Germany funds in the amount of $13,508,019 (100%) 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.

Cubic Defense Applications Inc., CMS Secure Comms, San Diego, California, is awarded contract (N00039-25-D-2004) issued by Naval Information Warfare Systems System Command in the amount of $12,630,077. The contract is for depot-level maintenance, repair, and sustainment of the AN/USQ-167(V) communications data link systems (CDLS). In addition, the contractor will provide engineering support services and provisional items ordered as required.  The contract type is a single award, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, and firm-fixed-price contract with a five-year base ordering period and a five-year option ordering period, if exercised. Work will be performed in San Diego, California (70%); and Tullahoma, Tennessee (30%), and is expected to be completed by September 2030. If the option period is exercised, work could continue until September 2035, and the contract value will increase to $14,799,769. Fiscal 2025 operations and maintenance (Navy) in the amount of $60,825 will be obligated via task order shortly after contract award, which would have expired at the end of the current fiscal year if this award had not been made. This contract was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(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).

Raytheon Co., Tucson, Arizona, is awarded an $11,638,452 firm-fixed-price modification to previously awarded contract (N00024-22-C-5400) to support the procurement of spare parts for Seeker Head Assemblies and additional spares for fiscal year 2025 U.S. Navy procurements for Rolling Airframe Missile Guided Missile Round Pack requirements. Work will be performed in Mason, Ohio (47%); Tucson, Arizona (25%), Williamsport, Pennsylvania (9%); Keene, New Hampshire (5%); Austin, Texas (4%); Wilmington Massachusetts (2%); Tempe, Arizona (1%); North Jackson, Ohio (1%); and various other locations each under 1% (6%), and is expected to be completed by June 2027. Fiscal 2025 operations and maintenance funds in the amount of $10,802,192 (93%); fiscal 2023 weapons procurement (Navy) funds in the amount of $636,260 (5%); and fiscal 2025 other procurement (Navy) funds in the amount of $200,000 (2%), will be obligated at the time of award, of which, $11,438,452 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Bollinger Shipyards Lockport LLC, Lockport, Louisiana is awarded a $9,496,103 not-to-exceed undefinitized contract action for advance procurement of long lead time material and associated engineering and design activities in support of one Medium Landing Ship Block One. Work will be performed in Lafayette, Indiana (40%); Griffin, Georgia (19%); Hameln, Germany (18%); Pascagoula, Mississippi (17%); and Houma, Louisiana (6%). Work is expected to be completed by Sept. 30, 2027. Fiscal 2025 shipbuilding and conversion, Navy funding in the amount of $7,122,077 will be obligated at award and will not expire at the end of the current fiscal year. This contract was not competitively procured. This contract is based on Section 128(b) of the Servicemembers Quality of Life Improvement and National Defense Authorization Act for Fiscal 2025, Pub. L. No. 118-159.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-C-2415).

Amentum Services Inc., Chantilly, Virgina, is awarded a $8,467,488 modification (P00013) to a firm-fixed-price, cost reimbursable, indefinite-delivery/indefinite-quantity contract (N0042123D0012). This modification increases the contract ceiling, due to pricing adjustments, to provide continued logistics support for organizational, selected intermediate, and limited depot level maintenance for the Navy's F-16A/B/C/D aircraft fleet. Work will be performed in Fallon, Nevada (75%); and Lemoore, California (25%), and is expected to be completed in August 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This original contract was competed. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Marine Systems, Sunnyvale, California, is awarded a $8,600,115 firm-fixed-price contract for the procurement of materials for the Ship's Service Turbine Generators onboard two Virginia-class submarines. Work will be performed at Sunnyvale, California, and is expected to be completed in December 2027. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $8,600,115 will be obligated at time of award and will expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority of 10 U.S. Code 3204(a)(1). The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity (N32253-25-C-1005).

DEFENSE LOGISTICS AGENCY

Marathon Petroleum Co., LP, Findlay, Ohio (SPE602-25-D-0480, $512,003,911); Chevron U.S.A. Inc., San Ramon, California (SPE602-25-D-0489, $420,087,707); Valero Marketing and Supply Co., San Antonio, Texas (SPE602-25-D-0491, $398,582,190); Petro Star Inc.,* Anchorage, Alaska (SPE602-25-D-0487, $220,621,594); Par Hawaii Refining LLC, Houston, Texas (SPE602-25-D-0486, $202,510,921); HF Sinclair Refining & Marketing LLC, Dallas, Texas (SPE602-25-D-0492, $127,781,047); Dyno Oil Electric LLC, Kemah, Texas (SPE602-25-D-0493, $95,048,468); U.S. Oil and Refining Co., Tacoma, Washington (SPE602-25-D-0484, $76,062,917); Avfuel Corp., Ann Arbor, Michigan (SPE602-25-D-0490, $45,177,656); Hermes Consolidated LLC, doing business as Wyoming Refining Co., Houston, Texas (SPE602-25-D-0483, $39,460,123); Phillips 66 Co., Houston, Texas (SPE602-25-D-0485, $29,895,713); and Lazarus Energy Holdings LLC,* Houston, Texas (SPE602-25-D-0482, $20,844,882), have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE602-25-R-0705 for various types of fuel. This was a competitive acquisition with 23 responses received. These are one-year contracts with a 30-day carryover. Locations of performance are Colorado, Idaho, Montana, New Mexico, Texas, Utah, Wyoming, Alaska, Arizona, California, Hawaii, Nevada, Oregon, and Washington, with an Oct. 30, 2026, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

US Foods Montgomery, Montgomery, Alabama, has been awarded a maximum $340,774,144 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food and beverage items. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The ordering period end date is Sept. 21, 2030. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-25-D-3080).

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $90,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. 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 338-day bridge contract with no option periods. Locations of performance are Louisiana and Texas, with a Sept. 2, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-25-D-0023).

L3 Harris Technologies Inc., Clifton, New Jersey, has been awarded a minimum $63,499,992 firm-fixed-price definitive contract for B-52H AN/ALQ-172 electronic countermeasures maintainability and reliability system line replaceable units. 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 four-year contract with no option periods. The performance completion date is Sept. 25, 2029. 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, Warner Robins, Georgia (SPRWA1-25-C-0002).

C2 Limited Co.,* Dorchester, South Carolina, has been awarded a maximum $29,000,000 hybrid firm-fixed-price, time and materials, indefinite-delivery/indefinite-quantity contract for material handling equipment maintenance. This was a competitive acquisition with four responses received. This is a five-year contract with no option periods. Locations of performance are throughout the continental United States, with a Sept. 25, 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 (SP3300-25-D-0016).

Intertrade Ltd., Cedar Rapids, Iowa, has been awarded a maximum $23,954,307 firm-fixed-price contract for F-16 constant speed engine 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 a nine-year contract with no option periods. Location of performance is Tennessee, with a June 30, 2034, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2025 through 2034 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-25-C-0058).

Axillon Aerospace LLC, Rockmart, Georgia, has been awarded a maximum $14,184,424 firm-fixed-price, fixed-quantity contract for B-52 fuel cells. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. This is a four-year, one-month contract with no option periods. The performance completion date is Nov. 1, 2029. 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 (SPRTA1-25-C-0107).

United States Antimony Corp.,* Thompson Falls, Montana, has been awarded a maximum $9,948,099 firm-fixed-price delivery order (SP8000-25-F-0009) issued against a five-year base contract (SP8000-25-D-0007) with no option periods for antimony metal ingots. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(3)(A), as stated in Federal Acquisition Regulation 6.302-3. The ordering period end date is Sept. 21, 2030. Using military services are Army, Navy, Marine Corps, Air Force, and Space Force. Type of appropriation is fiscal 2025 transaction funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus Division #3, Columbus, Ohio.

Honeywell International Inc., Phoenix, Arizona, has been awarded a maximum $9,870,000 firm-fixed-price delivery order (SPRPA1-25-F-E815) 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), as stated in Federal Acquisition Regulation 6.302-1. The performance completion date is Oct. 29, 2027. Using customers are Germany and Canada. Type of appropriation is fiscal 2025 foreign military sales funding. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

DRS Network & Imaging Systems LLC, Melbourne, Florida, has been awarded a maximum $7,958,103 firm-fixed-price contract for driver's vision enhancer optical instrument reticle assemblies and sidecar module cable 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 six-month contract with no option periods. The performance completion date is March 20, 2028. Using military service is Army. Type of appropriation is fiscal 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-25-C-0117).

Federal Prison Industries Inc.,** Washington, D.C., has been awarded a maximum $7,546,366 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for utility jackets. This is a five-year contract with no option periods. Locations of performance are Texas and South Carolina, with a Sept. 23, 2030, ordering period end date. 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-F001). (Awarded on Sept. 24, 2025)

AIR FORCE

Rhombus Power Inc., Moffett Field, California, has been awarded a $200,000,000 indefinite-delivery/indefinite-quantity contract in support of planning, programming, budgeting, and execution decision and analysis tool development. The contract extends and commercialize the technology introduced in the Small Business Innovation Research Phase Two for an artificial intelligence platform for strategic decision making in defense and national security enterprises. Work will be performed in Moffett, California, and is expected to be completed by Sept. 25, 2030. This award is the result of a competitive acquisition under the Small Business Innovative Research open call #AF192. Fiscal 2025 operations and maintenance funds in the amount of $2,500 are being obligated for the first task order at the time of award. The Air Force District of Washington, Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-25-D-0011).

X-Bow Launch Systems Inc., Albuquerque, New Mexico, was awarded a $191,303,197 firm-fixed-price award for Advanced Integrated Motor Manufacturing. This contract provides for the design, build, and demonstration of advanced solid rocket motor propellant manufacturing capability. Work will be performed at Albuquerque, New Mexico, and is expected to be completed by April 30, 2029. This contract was awarded through a competitive open broad agency announcement, which received numerous white papers during this period. Foreign Military Sales funds $121,494,248 are being obligated at the time of the award. The Air Force Test Center, Edwards Air Force Base, California, is the contracting activity. (New Award FA9300-25-C-6015, Broad Agency Announcement FA9300-20-S-0001)

Avantus Federal, McLean, Virginia, has been awarded a maximum $95,095,000 modification (P00027) to previously awarded contract (FA2401-23-F0002) to exercise Option Year Two. This contract provides systems engineering and technical assistance to the Space Development Agency (SDA) and provides a broad range of professional services. The modification brings the total cumulative face value of Option Year Two to $170,381,412 from $75,286,412. Work will be performed at Chantilly, Virginia; and SDA applicable locations, and is expected to be completed by Sept. 29, 2026. Fiscal 2025 funds research, development, test, and evaluation; and operations and maintenance in the amount of $15,815,000 are being obligated at time of award. SDA, Washington, D.C., is the contracting activity.

Raytheon Co., Tucson, Arizona, has been awarded an estimated $85,245,918 cost-plus-fixed-fee contract for sustainment services associated with the MALD/MALD- J, also referred to as the ADM-160B/ADM-160C/C-1. This contract provides for sustainment services on an indefinite-delivery/indefinite-quantity contract in support of various aircraft platforms. Work will be performed at Tucson, Arizona, and is expected to be completed by Sept. 25, 2030. This contract is the result of a sole source acquisition. Fiscal 2025 operations and maintenance funds in the amount of $12,287,243 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8520-25-D-B001).

UES Inc., Dayton, Ohio, has been awarded a ceiling $75,000,000 indefinite-delivery/indefinite-quantity modification (P00003) to previously awarded (FA8650-22-D-5400) for research and development on the Functional Responsive Experimentation for Systems and Humans program. The modification brings the total cumulative face value of the contract to $150,000,000 from $75,000,000. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Sept. 13, 2030. Fiscal 2024 research, development, test and evaluation funds in the amount of $5,520,000 are being obligated on a newly issued task order under this contract at time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. 

The Boeing Co., Long Beach, California, has been awarded a $35,298,187 modification (P00025) to previously awarded (FA8526-21-D-0001) for C-17 Globemaster III sustainment for Fiscal 2025 and 2026 material improvement projects. The modification brings the total cumulative face value of the contract to $7,915,448,114 from $7,880,149,927. Work will be performed at various locations including, but not limited to, Long Beach, California; San Antonio, Texas; Robins Air Force Base, Georgia; Charleston, South Carolina; McCord Air Force Base, Washington; and various locations around the globe, and is expected to be completed by Sept. 29, 2027. This contract involves Foreign Military Sales (FMS) to Australia, Canada, India, Kuwait, NATO Airlift Management Program, Qatar, United Arab Emirates, and the United Kingdom. Fiscal 2025 operation and maintenance funds in the amount of $6,239,929; and FMS funds in the amount of $1,214,581 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

L3Harris Technologies Integrated Systems L.P., Greenville, Texas, was awarded a $27,790,598 firm-fixed-price contract for aircraft modification, installation, test, and data. This contract provides for all labor and material necessary to deliver a fully modified aircraft. Work will be performed in Greenville, Texas, and is expected to be completed by Dec. 31, 2026. This contract was a sole-source acquisition. Foreign Military Sales funds in the amount of $27,790,598 are being obligated at time of award. The 645th Aeronautical Engineering Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-25-F-B135). 

Phaedrus LLC, Columbia, Maryland, was awarded a $25,349,598 cost-plus-fixed-fee completion contract for Forcing Function. This contract provides for developing hardware components and systems, software components and systems, network components and systems, supporting frameworks, analysis, models and libraries to enable fast, flexible and balanced application of Electromagnetic Spectrum capabilities to achieve multi-domain mission objectives at the intersection of electronic warfare, cyber operations, communications and positioning, navigation and timing. Work will be performed at Columbia, Maryland; and San Antonio, Texas, and is expected to be completed by Nov. 25, 2030. This contract is the result of a competitive acquisition, and offers were solicited electronically via an open Broad Agency Announcement and two offers were received. Fiscal 2025 research, development, test and evaluation funds in the amount of $900,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-25-C-B069). (Awarded on Sept. 25, 2025)

SRC Inc., Syracuse, New York, has been awarded a $ 24,280,349 cost-plus-fixed-fee completion contract for innovative research and development of advanced efficient computing architectures and systems. The contract provides for development of robust algorithms and applications, in order to achieve orders of magnitude improvement in size, weight, and power, for deploying robust Artificial Intelligence and Machine Learning capabilities in an embedded computing environment for ground, air, and space domains. Work will be performed at Syracuse, New York, and the work is expected to be completed by Nov. 26, 2028. This award is the result of a competitive acquisition, and two offers were received. Fiscal 2024 and fiscal 2025 research, development, test and evaluation funds in the amount of $203,460 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-25-C-B078).

Northrop Grumman Systems Corp., Missile Way Roy, Utah, has been awarded a $24,123,880 bi-lateral modification (P00029) to a previously awarded contract (FA8214-21-F-0009) for ICBM operational software sustainment program and contractor logistics support. The contract modification enables the Minuteman III System Directorate to provide agile and timely software domain upgrades. The modification brings the total cumulative face value of the contract to $507,762,192 from $483,310,620. Work will be performed at West Layton, Utah; Colorado Springs, Colorado; Bellevue, Nebraska; Redondo Beach, California; and Roy, Utah, and work is expected to be completed by Aug. 31, 2028. Fiscal 2025 operations and maintenance funds in the amount of $7,189,683 are being obligated at the time of award. Air Force Materiel Command, Hill Air Force Base, Utah, is the contracting activity.

Anduril Industries Inc., Costa Mesa, California, was awarded a $19,425,000 firm-fixed price task order for Falcon Intelligence, Surveillance and Reconnaissance (ISR) Small Business Innovation Research (SBIR) Phase III. This contract provides for ISR vehicles and support. Work will be performed at Costa Mesa, California, and is expected to be completed by Sept. 29, 2026. This contract was a sole source acquisition under SBIR Phase III. Fiscal 2024 Building Partner Capacity (DSCA) funds in the amount of $19,425,000 are being obligated at time of award. AFWERX, Dayton, Ohio, is the contracting activity (FA2280-25-F-0035).

Veterans Development Corp. Inc., Norwell, Massachusetts, was awarded $14,629,596 firm-fixed-price contract for repairs to a Child Development Center building. This contract is to renovate the Child Development Center located on Hanscom Air Force Base, Massachusetts, to include bringing the spaces up to code and update the finishes that were not previously renovated. Work will be performed at Hanscom AFB, Massachusetts, is expected to be completed by Sept. 20, 2027. This award is the result of a competitive small business set-aside solicitation with six offers received. Fiscal 2025 operations and maintenance funds in the amount of $14,629,596 is being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA2835-25-C-0032).

Minco Technologies, Cookeville, Tennessee, was awarded a ceiling $13,609,093 cost-plus-fixed-fee for Modular Operationally Resilient Fuel-Flexible Extreme-Efficiency UAS-Engine System. This contract provides to develop and demonstrate a technology that can potentially reduce the required logistical fuel supply chain by 50 percent. Work will be performed at Cookeville, Tennessee, and is expected to be completed by Aug. 30, 2028. This contract was a competitive acquisition and one offer was received. Fiscal 2024 research, development, technology and engineering (RDT&E) funding in the amount of $221,861; and fiscal 2025 RDT&E funding in the amount of $378,139, is being obligated at time of award. Air Force Research Laboratory, Wright Site, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2394-25-C-B056).

Southwest Research Institute, San Antonio, Texas, was awarded a $13,499,937 modification (P00002) to previously awarded (FA2394-23-C-B007) cost-plus-fixed-fee contract for Hypersonics Supply Chain Research Phase II. This contract provides for the purchasing, installing, and exercising the equipment necessary for the research and development to demonstrate the vertical integration production of air-breathing scramjet propulsion system components. The modification brings the total cumulative face value of the contract to $30,488,803 from $16,988,866. Work will be performed in San Antonio, Texas, and is expected to be completed by Sept. 29, 2028. This contract was a competitive acquisition and one offer was received. Fiscal 2024 research and development funds in the amount of $13,499,937 are being obligated at time of award. The Air Force Laboratory, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity.

General Dynamics Mission Systems Inc., Scottsdale, Arizona, has been awarded a $13,366,032 contract modification (P00060) to a previously awarded contract (HQ085022C0007) for the proliferated warfighter space architecture; ground management and integration; and operation and sustainment efforts. The modification brings the total cumulative face value of the contract to $1,168,217,529 from $1,154,297,414. Work will be performed at Scottsdale, Arizona, Huntsville, Alabama; and Grand Forks, North Dakota, and is expected to be completed Sept. 30, 2028. Fiscal 2025 research, development, test and evaluation funds in the amount of $6,388,068 are being obligated as part of the unpriced change order modification. The Space Development Agency, Washington, D.C., is the contracting activity (HQ085022C0007). (Awarded Sept 24, 2025)

Autocon Technologies Inc., Magnolia, Texas, was awarded a $12,998,656 firm-fixed-price contract for Operational Additive Manufacturing Capabilities effort. This contract provides for the delivery and demonstration of test structures on selected military bases, showcasing the system's capabilities in real-world operational environments. Work will be performed at Magnolia, Texas, and is expected to be completed by Aug. 31, 2028. This contract was a competitive acquisition and one offer was received. Fiscal 2024 research and development funds in the amount of $12,998,656 are being obligated at time of award. The Air Force Laboratory, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA2394-25-C-B036).

Environet Inc., Kamuela, Hawaii, was awarded a $12,565,380 firm-fixed-price contract to construct Type-1 K-Span structures. This contract provides for warehouse space for the consolidation of war reserve material assets from containerized and open-air storage to environmentally controlled warehousing along the south ramp, Andersen Air Force Base, Guam. Work will be performed at Andersen Air Force Base, Guam, and is expected to be completed by Nov. 4, 2027. This contract was a competitive acquisition and six offers were received. Fiscal 2025 operations and maintenance appropriation funds in the amount of $7,191,653; and $5,373,727 in direct funds, are being obligated at the time of award. The 36th Contracting Squadron, Andersen AFB, Guam, is the contracting activity (FA524024D0002 - FA5240-25-F-0161).

Shift5 Inc., Arlington, Virginia, was awarded an estimated $9,900,000 maximum value firm-fixed-priced, single-award, indefinite-delivery/indefinite-quantity contract for F-16 Databus Upgrades. This contract provides for an upgrade to the MIL-STD-1553 Databus, including the development, integration and accreditation of four initial prototypes and the procurement of additional prototypes. Work will be performed at Arlington, Virginia, and is expected to be completed by March 31, 2027. This contract was a competitive acquisition and three offers were received. Fiscal 2024 research and development funds in the amount of $9,591,642 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-25-D-B011).

ARMY

The Boeing Co., Ridley Park, Pennsylvania, was awarded a $125,575,000 modification (P00002) to contract W58RGZ-23-F-0272 for CH-47 Lot Four Aircraft. The modification brings the total cumulative face value of the contract to $148,075,000. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 1, 2030. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Facility Services Management Inc., Clarksville, Tennessee (W91278-25-D-A041); Panhandle Power Solutions LLC,* Destin, Florida (W91278-25-D-A036); Royce Construction Services,* Reston, Virginia (W91278-25-D-A037); SES Electrical LLC,* Knoxville, Tennessee (W91278-25-D-A038); Strategic Industry Inc.,* Kingsburg, California (W91278-25-D-A039); Valiant Construction LLC,* Louisville, Kentucky (W91278-25-D-A040); J&J Worldwide Services, McLean, Virginia (W91278-25-D-A042); Korte Construction Co., St. Louis, Missouri (W91278-25-D-A043); The Robins & Morton Group, Birmingham, Alabama (W91278-25-D-A044); and StructSure Projects Inc., Kansas City, Missouri (W91278-25-D-A045), will compete for each order of the $99,000,000 firm-fixed-price contract for design-build services in support of the Defense Health Agency Program, Southern Region. Bids were solicited via the internet with 40 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2030. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Vertex Modernization and Sustainability, Indianapolis, Indiana, was awarded a $72,488,305 modification (P00003) to contract W58RGZ-25-D-0036 for post-production support and engineering requirements for the IVAS Gateway Mission Router software and hardware. The modification brings the total cumulative face value of the contract to $72,488,305. Work locations and funding will be determined with each order, with an estimated completion date of June 25, 2030. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

M.R. Pittman Group LLC,* St. Rose, Louisiana, was awarded a $51,547,144 firm-fixed-price contract for the Southeast Louisiana Urban Flood Control Project. Work will be performed in New Orleans, Louisiana, with an estimated completion date of May 18, 2028. Fiscal 2025 civil construction funds in the amount of $51,547,144 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-25-C-0029).

CDM Constructors Inc./CDMSmith, Boston, Massachusetts, was awarded a $49,000,000 firm-fixed-price contract to provide prefabricated concrete elements. Work locations and funding will be determined with each order, with an estimated completion date of March 30, 2031. Bids were solicited via the internet with five received. U.S. Army Corps of Engineers, Middle East District, is the contracting activity (W912ER-25-D-A001).

Conrad Shipyard LLC,* Morgan City, Louisiana, was awarded a $45,830,000 firm-fixed-price contract for a new barge and the integration of an existing government furnished crane. Work will be performed in Morgan City, Louisiana, with an estimated completion date of March 25, 2028. Fiscal 2025 revolving funds in the amount of $45,830,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-25-C-A018).

BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $37,086,276 modification (P00128) to contract W56HZV-22-C-0072 for system technical support for Multiple Launch Rocket System integration and Bradley software integration. The modification brings the total cumulative face value of the contract to $400,620,673. Work will be performed in San Jose, California, with an estimated completion date of April 14, 2028. Fiscal 2025 weapons and tracked combat vehicle procurement, Army funds in the amount of $37,086,276 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-C-0072).

CAE USA Inc., Tampa, Florida, was awarded a $29,248,615 modification (P00014) to contract W9124G-23-C-0002 for fixed wing flight training, training support, and training service support. The modification brings the total cumulative face value of the contract to $243,667,282. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of March 9, 2032. Fiscal 2025 operation and maintenance, Army funds were obligated at the time of the award. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W9124G-23-C-0002).

Vanquish Worldwide LLC, Kingsport, Tennessee, was awarded a cost-plus-fixed-fee contract for logistics support services. The amount of this action is $28,863,076, with a total cumulative face value of $179,694,877. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2030. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-F-0253).

Tip Top Construction Corp.,* Christiansted, St. Croix, Virgin Islands, was awarded a $28,683,055 firm-fixed-price contract to design and construct a building. Work will be performed in Christiansted, St. Croix, with an estimated completion date of Sept. 30, 2030. Fiscal 2021 military construction, Army National Guard funds in the amount of $28,683,055 were obligated at the time of the award. U.S. Army Corps of Engineers, Caribbean District, is the contracting activity (W51DQV-25-C-A004).

City Light & Power Aberdeen LLC, Greenwood Village, Colorado, was awarded a $28,550,078 firm-fixed-price contract for microgrid and backup power construction. Bids were solicited via the internet with one received. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of April 1, 2029. Fiscal 2025 military construction, defense-wide funds in the amount of $28,550,078 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville District, is the contracting activity (W912QR-25-C-A034).

PACWEST-KORTE JV,* Temecula, California, was awarded a $22,737,622 firm-fixed-price contract with a total cumulative face value of $22,999,995, for design-build construction of a parachute survival training facility. Work will be performed in Fort Lewis, Washington, with an estimated completion date of July 10, 2028. Fiscal 2025 military construction, defense-wide funds in the amount of $22,737,622 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle District, is the contracting activity (W912DW-25-C-0028).

JR Merit Inc.,* Vancouver, Washington, was awarded a $20,396,666 firm-fixed-price contract for Lower Granite Dam intake gate hydraulic system upgrades. Work will be performed in Pomeroy, Washington, with an estimated completion date of April 30, 2028. Fiscal 2025 Bonneville Power Administration funds in the amount of $4,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Walla Walla District, is the contracting activity (W912EF-25-C-A025).

Tech7/Apogee Solutions JV (TAS JV),* Monument, Colorado, was awarded a $19,506,433 cost-plus-fixed-fee contract for advisory and assistance services. Work locations and funding will be determined with each order, with an estimated completion date of March 28, 2031. Bids were solicited via the internet with eight received. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W91260-25-F-A023).

Northrop Grumman Systems Corp., Minneapolis, Minnesota, was awarded an $18,851,235 firm-fixed-price contract for production of M136 Vehicle Launched Anti-Tank Scatterable ammunition canisters. Work will be performed in Minneapolis, Eden Prairie, Thief River Falls, Shafer, Brooklyn Park, Fort Ripley, Forest Lake, and Anoka, Minnesota; Dallas, Palestine, Fort Worth, and Austin, Texas; Bristol, and Reading, Pennsylvania; Chicago, Illinois; New Orleans, Louisiana; Chaska, Minnesota; DeLand, Florida; Milwaukee, Two Rivers, Lake Geneva, Spooner, New Berlin, Germantown, and Green Bay, Wisconsin; Kingsport, Tennessee; Garden Grove, Camarillo, Menifee, and Orange, California; Louisville, Kentucky; Simsbury, Connecticut; Galion, Ohio; Rochester, New Hampshire; Charlotte, North Carolina; and Clear Lake, South Dakota, with an estimated completion date of Sept. 26, 2027. Fiscal 2024 Building Partner Capacity funds in the amount of $18,851,235 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-25-C-0031). 

Vet Industrial Inc.,* Bremerton, Washington, was awarded an $18,057,264 firm-fixed-price contract to repair and replace existing fire suppression systems. Work will be performed at McChord Airfield, Washington, with an estimated completion date of July 19, 2027. Fiscal 2025 Joint Base Lewis-McCord Transportation Working Capital funds in the amount of $18,057,264 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle District, is the contracting activity (W912DW-25-C-0033).

Southwind Construction Services LLC,* Edmond, Oklahoma, was awarded a $10,061,151 firm-fixed-price contract for roof repair and replacement. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 10, 2026. Bids were solicited via the internet with three received. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-25-F-A082).

JM Construction Services Inc., Santa Ana, California, was awarded an $8,496,000 firm-fixed-price contract for design-bid-build, alteration-renovation of a building for a flight simulator. Work will be performed in March Air Reserve Base, California, with an estimated completion date of Sept. 26, 2027. Fiscal 2024 military construction, Air Force Reserves funds in the amount of $8,496,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville District, is the contracting activity (W912QR-25-C-A031).

Cottrell Contracting Corp.,* Chesapeake, Virginia, was awarded an $8,255,950 firm-fixed-price contract for 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). (Awarded Sept. 24, 2025)

RRDS, Irvine, California, was awarded a $7,500,000 firm-fixed-price contract for bullet-resisting panels. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2030. Bids were solicited via the internet with two received. U.S. Army Corps of Engineers, Omaha District, is the contracting activity (W9128F-25-D-A025).

DEFENSE FINANCE AND ACCOUNTING SERVICE

Sikich CPA LLC, Alexandria, Virginia, is being awarded a maximum $54,764,214 labor-hour contract for audit services for the Department of Defense, the Office of the Inspector General, the U.S. Transportation Command, and Working Capital Fund financial statements, with an expected completion date of Dec. 31, 2026. The contract has a 12-month base period with four individual one-year option periods, and is the result of a competitive acquisition for which three quotes were received. Subject to availability of funding, fiscal 2026 Defense Working Capital funds in the amount of $8,573,305 will be obligated when funds are available. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ042325FE079).

WASHINGTON HEADQUARTERS SERVICES

Signature Renovations LLC, Capital Heights, Maryland, has been awarded an indefinite-delivery/indefinity-quantity and firm-fixed price contract (HQ003425D005). The full value of the contract is $50,000,000. The contract will be executed out of the Pentagon Reservation Maintenance Revolving Fund up to the maximum value of $50,000,000. No funds are being obligated at the time of the award. The purpose of this contract is to provide all management, supervision, quality control, labor, material, tools, equipment, transportation, incidental engineering, and other items necessary for minor construction projects. The work will be performed at the Pentagon, the Mark Center; Fairfield, Pennsylvania; and Frederick, Maryland. The estimated contract completion date is Sept. 25, 2035. Washington Headquarters Services, Arlington, Virginia, is the contracting activity. 

U.S. SPECIAL OPERATIONS COMMAND

Med-Eng, LLC,*** is being awarded a five year indefinite delivery/indefinite-quantity contract with a maximum ceiling of $50,000,000 for blast exposure monitoring systems, accessories and replacement parts, software maintenance, and future system enhancements in support of the U.S. Special Operations Command (USSOCOM). This contract has a five year ordering period, which begins Sept. 26, 2025, and ends on Sept. 25, 2030. The work will be performed primarily in Ogdensburg, New York. The first delivery order is planned to be awarded the same day as the contract on Sept. 26, 2025, in the amount of $10,000,266. Fiscal 2025 procurement funds are being obligated on the first delivery order at time of award. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity (H9240325DE004).

*Small business
** Mandatory Source
***An other than small business