ARMY
Raytheon Co., Tucson, Arizona, was awarded a cost-plus-fixed-fee contract for the Coyote Missile System – Fixed, Mobile Coyote Missile Launchers, Kinetic and Non-Kinetic Interceptors, and Ku-band radio frequency system radars. The amount of this action is $5,039,629,681. 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. 28, 2033. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-25-D-0013).
Mistral Inc,* Bethesda, Maryland, was awarded a $982,000,000 hybrid cost-no-fee and firm-fixed-price contract to provide Lethal Unmanned Systems. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2030. This contract was awarded on a sole source basis under Federal Acquisition Regulations 6.302-7 Public Interest. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-25-D-A009).
AMTEC Corp.,* Janesville, Wisconsin, was awarded a $168,135,659 modification (P00020) to contract W52P1J-22-C-0049 for production and delivery of 40 mm systems family of ammunition cartridges. The modification brings the total cumulative face value of the contract to $1,413,188,839. Work will be performed in Janesville, Wisconsin, with an estimated completion date of Sept. 30, 2026. Fiscal 2023, 2024, and 2025 ammunition procurement, Army funds in the amount of $168,135,659 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
Accenture Federal Services LLC, Arlington, Virginia, was awarded a firm-fixed-price contract to modernize the Defense Commissary Agency Enterprise Business Solutions platform. The amount of this action is $99,752,352. Bids were solicited via the internet with nine received. Work will be performed in Arlington, Virginia, with an estimated completion date of Sept. 26, 2025. Fiscal 2025 Defense Working Capital Fund funds in the amount of $7,290,690 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W58P05-25-C-0007). (Awarded Sept. 27, 2025)
The Boeing Co., Ridley Park, Pennsylvania, was awarded a $52,682,574 firm-fixed-price contract for maintenance and overhaul of the mechanical transmission for the CH-47 Chinook. 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. 28, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-25-D-0007).
Kokatat Inc.,* Arcata, California, was awarded a $50,077,212 firm-fixed-price contract for production of all-purpose personal protective equipment (modernization) garments. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 28, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-25-D-A007).
Arcadis Germany GmbH, Darmstadt, Germany (W912GB-25-D-A007); AECOM International Inc., Frankfurt am Main, Germany (W912GB-25-D-A008); CDM Federal Services Europe JV, Bickenbach, Germany (W912GB-25-D-A009); and WSP USA Inc., Washington, D.C. (W912GB-25-D-A010), will compete for each order of the $49,000,000 firm-fixed-price contract for multi-media compliance and hazardous materials and hazardous waste management requirements at installations throughout the European Command. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2030. U.S. Army Corps of Engineers, Europe District, is the contracting activity. (Awarded Sept. 27, 2025)
Saab Inc., East Syracuse, New York, was awarded a $46,204,620 contract for procurement and delivery of Saab G1X radars. Bids were solicited via the internet with one received. Work will be performed in East Syracuse, New York, with an estimated completion date of Sept. 29, 2025. Fiscal 2024 Building Partner Capacity funds in the amount of $46,204,620 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-25-C-0037).
AECOM Technical Services Inc., Los Angeles, California (W912LR-25-D-A001); Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri (W912LR-25-D-A002); and Pond & Co., Peachtree Corners, Georgia (W912LR-25-D-A003), will compete for each order of the $35,000,000 firm-fixed-price contract for architect-engineer services supporting Air National Guard and Army National Guard projects in Puerto Rico and Virgin Islands. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of March 28, 2031. National Guard Bureau Operational Contracting Division, Arlington, Virginia, is the contracting activity.
AAR Allen Services Inc., Wellington, Kansas, was awarded a $25,090,834 firm-fixed-price contract for overhaul of the CH-47-cylinder assembly. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2030. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-25-D-0016).
Cycle Construction Co. LLC,* Kenner, Louisiana, was awarded a $22,159,000 firm-fixed-price contract for Calcasieu River and Pass Dredged Material Management Plan CDF-D Degrading. 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 Oct. 30, 2027. U.S. Army Corps of Engineers, New Orleans District, is the contracting activity (W912P8-25-F-0111).
Range Construction LLC,* Washington, D.C. (W9126G-25-D-0007); Potawatomi Defense Operations,* Milwaukee, Wisconsin (W9126G-25-D-0008); and Feathered Friends of America JV LLC,* Pitkin, Louisiana (W9126G-25-D-0009), will compete for each order of the $20,000,000 firm-fixed-price contract for horizontal construction projects at Fort Polk, Louisiana, including parking lots, roads, taxiways, playgrounds, culverts, and drainage. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 28, 2032. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.
Bilbro Construction Co. Inc.,* Escondido, California, was awarded a $17,163,700 firm-fixed-price contract for design-build, maintenance, repair, and renovation with a total cumulative face value of $17,226,800. Bids were solicited via the internet with 10 received. Work will be performed in Sacramento, California, with an estimated completion date of Oct. 9, 2027. Fiscal 2025 operation and maintenance, Army Reserve funds in the amount of $17,163,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-25-C-A037).
Kyle Conti Construction LLC, Hillsborough, New Jersey, was awarded a $14,189,000 firm-fixed-price contract for design/build construction. Bids were solicited via the internet with six received. Work will be performed in West Point, New York, with an estimated completion date of Nov. 30, 2026. Fiscal 2025 operation and maintenance, Army funds in the amount of $14,189,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912WJ-25-C-A019).
Southwest Shipyard LP, Channelview, Texas, was awarded a firm-fixed-price contract to finalize engineering, construct, test, and deliver a new deck barge. The amount of this action is $14,147,554. Bids were solicited via the internet with four received. Work will be performed in Houston, Texas, with an estimated completion date of July 21, 2027. Fiscal 2025 revolving funds in the amount of $14,147,554 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-25-C-A034).
R. J. Zavoral & Sons Inc., East Grand Forks, Minnesota, was awarded a $13,377,389 modification (P00005) to contract W912ES-24-C-0009 for construction of the Fargo Moorhead Metropolitan Area Flood Risk Management Project, Southern Reach SE-2B. The modification brings the total cumulative face value of the contract to $59,293,136. Work will be performed in Fargo, North Dakota, with an estimated completion date of Oct. 23, 2027. Fiscal 2025 civil construction funds in the amount of $13,377,389 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Paul District, is the contracting activity (W912ES-24-C-0009).
VRD Contracting Inc., Holbrook, New York, was awarded a $12,994,000 firm-fixed-price contract for construction of an operational flight trainer facility, with a total cumulative face value of $13,025,000. Bids were solicited via the internet with three received. Work will be performed in Westhampton Beach, New York, with an estimated completion date of Oct. 5, 2027. Fiscal 2025 military construction, Air National Guard funds in the amount of $12,994,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-25-C-A019).
Bell Textron Inc., Fort Worth, Texas, was awarded a $12,425,322 modification (P00004) to contract W58RGZ-25-F-0166 for Bell 412 EPX helicopters with customization. The modification brings the total cumulative face value of the contract to $38,457,822. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2025. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Cottrell Contracting Corp.,* Chesapeake, Virginia, was awarded an $11,778,000 firm-fixed-price contract for maintenance dredging of Rollinson and Silver Lake Harbor, North Carolina, with a total cumulative face value of $12,583,000. Bids were solicited via the internet with one received. Work will be performed in Hatteras, and Ocracoke, North Carolina, with an estimated completion date of June 30, 2026. Fiscal 2022, 2023, 2024, and 2025 civil operation and maintenance funds in the amount of $11,778,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-25-C-A013).
Curtin Maritime Corp., Long Beach, California, was awarded a $10,833,195 firm-fixed-price contract for the Inland Waterway Chesapeake and Delaware Canal maintenance dredging project. Bids were solicited via the internet with six received. Work will be performed in Middletown, Delaware, with an estimated completion date of Feb. 5, 2026. Fiscal 2024 civil operation and maintenance funds in the amount of $10,833,195 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia District, is the contracting activity (W912BU-25-C-A039).
McKenzie Construction and Site Development LLC,* Washington, D.C., was awarded a firm-fixed-price contract for design-build construction services to remove and replace the existing heating, ventilation, and air conditioning system with a new geothermal heat pump system at the historic Hacienda building at Fort Hunter Liggett. The amount of this action is $8,702,780 with a total cumulative face value of $9,562,904. Bids were solicited via the internet with two received. Work will be performed in Jolon, California, with an estimated completion date of June 29, 2027. Fiscal 2025 civil construction funds in the amount of $8,702,780 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-25-C-A018).
NAVY
L3Harris Technologies Inc., Salt Lake City, Utah, is being awarded an indefinite-delivery/indefinite-quantity contract (N00039-25-D-4007) with a maximum potential value of $939,600,000 for the development, production, sustainment, and systems engineering and integration of the Multifunctional Information Distribution System (MIDS) Weapon Data Link Small-Form-Factor Weapons Attritable Radio Multi-Mode Family 2 radio. Funds in the amount of $42,123,914 will be placed on contract and obligated on the first delivery order concurrent with contract award, which will meet the minimum order requirement. This total includes fiscal 2025 weapons procurement (Navy) funding in the amount of $22,256,315; and fiscal 2025 missile procurement (Air Force) funding in the amount of $19,867,599, both of which will be obligated at time of award and will not expire at the end of the current fiscal year. This contract combines purchases for the Navy and Air Force. This contract was competitively procured, and two proposals were received. Work will be performed in Salt Lake City, Utah (50%); and Carlsbad, California (50%). The ordering period for this contract is through September 2030. Naval Information Warfare System Command (N00039), San Diego, California, is the contracting authority and awarded the contract on behalf of the MIDS Program Office (PMA/PMW-101).
Collins Aerospace, Cedar Rapids, Iowa, is being awarded an indefinite-delivery/indefinite-quantity contract (N00039-25-D-4006) with a maximum potential value of $939,600,000 for the development, production, sustainment, and systems engineering and integration of the Multifunctional Information Distribution System (MIDS) Weapon Data Link Small-Form-Factor Weapons Attritable Radio Multi-Mode Family 2 radio. Funds in the amount of $57,152,766 will be placed on contract and obligated on the first delivery order concurrent with contract award, which will meet the minimum order requirement. Fiscal 2025 missile procurement (Air Force) funding in the amount of $57,142,766 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract purchase is for the Air Force. This contract was competitively procured, and two proposals were received. Work will be performed in Cedar Rapids, Iowa. The ordering period for this contract is September 2030. Naval Information Warfare System Command (N00039), San Diego, California, is the contracting authority and awarded the contract on behalf of the MIDS Program Office (PMA/PMW-101).
Quadrant Construction,* Jacksonville, North Carolina (N4008525D2991); Blue Rock Structures,* Pollocksville, North Carolina (N4008525D2992); Bristol General Contractors,* Anchorage, Alaska (N4008525D2993); Joyce and Associates Construction,* Newport, North Carolina (N4008525D2994); Military and Federal Construction,* Jacksonville, North Carolina (N4008525D2995); P&S Construction,* Tampa, Florida (N4008525D2996); and Syncon LLC,* Chesapeake, Virginia (N4008525D2997), are awarded a $495,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure. Work will be performed at Marine Corps Base Camp Lejeune, and Marine Corps Air Station Cherry Point, North Carolina, and is expected to be completed no later than September 2030. Additional work may be required in other areas within the Naval Facilities Engineering Systems Command Mid-Atlantic area of responsibility. Fiscal 2025 operations and maintenance, (Navy) (OM,N) funds in the amount of $5,000 will be obligated to satisfy minimum contract guarantees. Funds in the amount of $35,000 will expire at the end of the current fiscal year. Future task orders will be primarily funded with OM,N and military construction funds. Contract awardees may compete for task orders under the terms and conditions of the contract. This contract was competitively procured via the www.SAM.gov website with twenty-nine proposals received. The Naval Facilities Systems Engineering Systems Command, Mid Atlantic Core, Norfolk, Virginia, is the contracting activity.
Sodexo Management Inc., North Bethesda, Maryland, is awarded a $155,078,833 firm-fixed-price modification to exercise Option Year Seven under a previously awarded contract (M95494-18-C-0016) for the management and operation of west coast mess halls in support of the Marine Corps Regional Garrison Food Services Program. Work will be performed in Camp Pendleton, California; San Diego, California; Twentynine Palms, California; Miramar, California; Yuma, Arizona; and Bridgeport, California, with an expected completion date of Sept. 30, 2026. Fiscal 2026 military personnel (Marine Corps) funding will be obligated to the contract and will expire at the end of the fiscal year. The Marine Corps Installations Command, Arlington, Virginia, is the contracting activity.
Sodexo Management Inc., North Bethesda, Maryland, is awarded a $144,832,998.42 firm-fixed-price modification to exercise Option Year Seven under a previously awarded contract (M95494-18-C-0018) for the management and operation of east coast mess halls in support of the Marine Corps Regional Garrison Food Services Program. Work will be performed Washington, D.C.; Indian Head, Maryland; Quantico, Virginia; Camp Lejeune, North Carolina; Cherry Point, North Carolina; Bogue, North Carolina; New River, North Carolina; Beaufort, South Carolina; and Parris Island, South Carolina, with an expected completion date of Sept. 30, 2026. Fiscal 2026 military personnel (Marine Corps) funding will be obligated to the contract and will expire at the end of the fiscal year. The Marine Corps Installations Command, Arlington, Virginia, is the contracting activity.
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $137,245,941 modification (P00058) to a previously awarded fixed-price incentive (firm-target), firm-fixed-price, cost-plus-fixed-fee contract (N0001920C0009). This modification adds scope to provide diminishing manufacturing sources and engineering change proposals implementation and integration in support of updating configurations for F-35 production aircraft Lot 17 for the Air Force, Marine Corps, Navy, F-35 Cooperative Program Partners, and Foreign Military Sales (FMS) customers. Work will be performed in Nashua, New Hampshire (32%); Fort Worth, Texas (31%); Palm Bay, Florida (19%); San Diego, California (10%); El Segundo, California (3%); Linthicum Heights, Maryland (2%); Hoogerheide, Netherlands (1%); Wallingford, Connecticut (1%); and Greensborough, Australia (1%) and is expected to be completed in July 2026. Fiscal 2023 aircraft procurement (Air Force) funds in the amount $52,616,180; fiscal 2023 aircraft procurement (Navy) funds in the amount of $37,923,763; FMS customer funds in the amount of $25,543,206; and cooperative program partner funds in the amount of $21,162,792, will be obligated at the time of award, $90,539,943 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.
Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $101,125,979 cost-plus-fixed-fee contract for the advanced procurement of parts susceptible to anticipated diminishing manufacturing sources and material shortages events in support of F-35 production and sustainment for the Air Force, Marine Corps, Navy, F-35 cooperative program partners, and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in September 2027. Fiscal 2025 aircraft procurement (Air Force) funds in the amount of $6,150,875; fiscal 2025 aircraft procurement (Navy) funds in the amount of $3,368,011; fiscal 2025 operation and maintenance (Air Force) funds in the amount of $624,047; fiscal 2025 operations and maintenance (Marine Corps) funds in the amount $142,918; fiscal 2025 operations and maintenance (Navy) funds in the amount of $96,370; fiscal 2023 aircraft procurement (Air Force) funds in the amount of $17,022,366; fiscal 2023 aircraft procurement (Navy) funds in the amount of $7,989,082; FMS customer funds in the amount of $24,636,177; and cooperative program partner funds in the amount of $18,871,103, will be obligated at the time of award, of which $25,874,784 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 (N0001925C0084).
HawkEye 360 Inc., Herndon, Virginia, is awarded a $98,869,611 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for access to commercial satellite data and maritime analytics. Work will be performed in Herndon, Virgina (90%), and additional locations nationally and internationally. Work is expected to be completed in September 2030. Funds will be obligated as task orders are issued. Funding will be made available at the delivery order level as contracting actions occur. This contract was awarded as a sole-source acquisition pursuant to 10 U.S. Code 3204(a) (1). Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-25-D-0065).
Seasatellites Inc.,* San Diego, California, is awarded a $70,687,286 firm-fixed-price, indefinite-delivery/indefinite quantity contract (N6523625D1020) for Unmanned Maritime Vessels (UMVs). The commercial contract awarded under Small Business Innovation Research (SBIR) Phase III will provide small UMVs capable of persistent intelligence, surveillance and reconnaissance collection in the open ocean, coastal littorals and inland waterways. The planned contract will include development of additional engineering modifications that derive and extend from the Collisions at Sea Regulations algorithm developed under Seasatellites Inc.'s SBIR Phase I contract. The contract includes a single five-year ordering period and a two-year option period. The option period, if exercised, would bring the cumulative value of this contract to an estimated $89,159,971. Work will be performed in San Diego and is expected to be completed in September 2030. If the option is exercised, work could continue until September 2032. Expiring fiscal 2024 research, development, test and evaluation funds in the amount of $1,290,821 will be placed on the first delivery order issued concurrently with the contract award. An additional $712,692 of non-expiring fiscal 2025 research, development, test and evaluation funds will also be placed on the first delivery order. This requirement was solicited using other than full and open competition under the authority of 10 U.S. Code 3204(a)(5) – authorized or required by statute (Federal Acquisition Regulation Subpart 6.302-5). The Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity.
Chickasaw Defense Group LLC,* Norman, Oklahoma, is awarded a $43,497,606 firm-fixed-price contract for the repair, renovation, and process equipment installation at an industrial building to support the munitions mission. This contract includes two options that will be exercised at time of award, resulting in a cumulative total of $43,497,606 for this contract. Work will be performed in Indian Head, Maryland, and is expected to be completed by November 2027. Fiscal 2025 operations and maintenance funds in the amount of $43,497,606 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulations 6.302-5(b)(4). The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity (N0017425C0009).
Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $35,517,687 cost-plus-incentive-fee modification to a previously awarded contract (N00024-13-C-5116) for AEGIS Combat System Engineering Agent to allow for the settlement of the Advanced Capability Build 20 request for equitable adjustment. Work was performed in Moorestown, New Jersey, and was completed by July 30, 2023. The request for equitable adjustment proposal was dated Nov. 10, 2021, due to a directed change. Fiscal 2021 research, development, test, and evaluation funds in the amount of $6,472,483 (27.28%); fiscal 2019 research, development, test, and evaluation funds in the amount of $5,528,603 (23.30%); fiscal 2023 research, development, test and evaluation funds in the amount of $3,918,406 (16.52%); fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $2,832,527 (11.94%); fiscal 2020 research, development, test, and evaluation funds in the amount of $1,851,482 (7.80%), fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $1,630,818 (6.87%); fiscal 2023 operations and maintenance (Navy) funds in the amount of $618,973 (2.61%); fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $605,046 (2.55%); fiscal 2022 research, development, test, and evaluation funds in the amount of $136,864 (0.58%), fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $60,842 (0.26%); fiscal 2015 shipbuilding and conversion (Navy) funds in the amount of $62,605 (0.26%); and fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $12,672 (0.05%), will be obligated at time of award, of which, funds in the amount of $3,918,406 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Sept. 25, 2025)
Bell Textron Inc., Fort Worth, Texas, is awarded a $26,669,832 firm-fixed-price, cost-plus-fixed-fee order (N0001925F0088) against a previously issued basic ordering agreement (N0001921G0012). This order provides H-1 structural improvements and electrical power upgrades time critical parts, to include 19 rotorcraft station control units; 18 alternating current generators; 18 generator control units; and 20 tube assemblies. Additionally, this order provides for the repair and upgrade of nine AH-1W Whiskey Combining Gearboxes (C-Boxes) and two UH-1Y/AH-1Z retrograde condition C-Boxes to AH-1Z SIEPU C-Boxes for the Navy. Work will be performed in Fort Worth, Texas (76.51%); Tempe, Arizona (6.58%); Grand Rapids, Michigan (5.01%); St. Laurent, Quebec, Canada (1.95%); Lebanon, New Hampshire (1.6%); South Rutherfordton, North Carolina (1.43%); and various locations within the continental U.S. (6.92%) and is expected to be completed in December 2028. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $16,205,301; and fiscal 2024 aircraft procurement (Navy) funds in the amount of $3,090,786, 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 completed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
L3 Technologies Inc., L-3 Telemetry and Radio Frequency Products, San Diego, California, is awarded a $17,686,439 modification (P00025) to a previously awarded cost-plus-fixed-fee contract (N0001921C0064). This modification adds scope to procure the redesign of the modernized radio to mitigate parts obsolescence including studies and analyses to address possible upgrades for future architectures. Work will be performed in San Diego, California, and is expected to be completed in February 2031. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $15,600,163 will be obligated at the time of award, none 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.
Lockheed Martin Rotary and Missions Systems, Owego, New York, is awarded a $14,997,480 firm-fixed-price order (N0001925F2119) against a previously issued basic ordering agreement (N0001923G0002). This order is for the production and delivery of 44 Gen 5i- Mission Computers, to include 30 for the Navy and 14 for Foreign Military Sales (FMS) customers in support of the H-60 Multi-Mission Helicopter program. Work will be performed in Owego, New York and is expected to be completed in June 2030. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $10,225,555; and FMS customer funds in the amount of $4,771,926, will be obligated at the time of award, $10,225,555 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Raytheon, McKinney, Texas, is awarded a not-to-exceed $13,729,000 cost-plus-fixed-fee, firm-fixed-price undefinitized order (N0001925F0948) against a previously issued basic ordering agreement (N0001925G0009). This order provides for Harpoon service life extension program seeker repairs, as well as procures test equipment low value spares and lay-in spares. Work will be performed in McKinney, Texas, and is expected to be completed in December 2026. Security Cooperation Initiative, Building Partner Capacity (defense-wide) funds in the amount of $11,894,000 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. This order was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Everett Ship Repair LLC, Everett, Washington, is awarded a $13,096,387 firm-fixed-price contract for the maintenance, repair and preservation of Bangor Caisson 1 Prime. Work will be performed in Everett, Washington, and is expected to be completed by September 2026. Fiscal 2025 operations and maintenance (Navy) funding in the amount of $13,096,387 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured, solicited via System Award Management website, and one offer was received. Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Code 400, Bremerton, Washington, is the contracting activity (N4523A25C1103).
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $12,529,999,033 modification (P00015) to a fixed-price incentive (firm-target), firm-fixed-price, cost-plus-fixed-fee contract (N0001923C0003). This modification provides for the definitization of 148 Lot 18 aircraft, and adds scope for the production and delivery of 148 lot 19 aircraft, to include 40 F-35A aircraft for the Air Force, 12 F-35B and eight F-35C aircraft for the Marine Corps, nine F-35C aircraft for the Navy, 13 F-35A and two F-35B aircraft for F-35 cooperative program partners, and 52 F-35A and 12 F-35-B aircraft for Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas (57%); 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%); Nagoya, Japan (2%); and various locations outside the continental U.S. (2%), and is expected to be completed in August 2028. Fiscal 2025 aircraft procurement (Air Force) funds in the amount of $3,110,913,188; fiscal 2025 aircraft procurement (Navy) funds in the amount of $2,670,915,923; fiscal 2024 aircraft procurement (Air Force) funds in the amount of $13,574,693; fiscal 2024 aircraft procurement (Navy) funds in the amount of $12,646,802; fiscal 2023 aircraft procurement (Navy) funds in the amount of $28,876; FMS customer funds in the amount of $5,407,510,876; and cooperative program partner funds in the amount of $1,314,408,676, will be obligated at the time of award, $28,876 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.
Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $11,618,620 firm-fixed-price order (N0001925F0958) against a previously issued basic ordering agreement (N0001924G0010). This order provides for the redesign of the Sensor Electronics circuit card assembly in support of resolving the NextGen Electro Optical Distributed Aperture System diminishing manufacturing sources and material shortages redesign for the F-35 Lightning II for the Air Force, Marine Corps, Navy, and F35 cooperative program partners. Work will be performed in Fort Worth, Texas and is expected to be completed in July 2027. Fiscal 2023 aircraft procurement (Air Force) funds in the amount of $4,760,649; fiscal 2023 aircraft procurement (Navy) funds in the amount of $4,760,649; and cooperative program partners funds in the amount of $2,097,321, will be obligated at the time of award, $9,521,299 of which will expire at the end of the current fiscal year. This order was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
The Entwistle Co. LLC,* Hudson, Massachusetts, is being awarded $10,881,480 for a firm-fixed-price contract for the procurement of wire coils as spare parts for post-launch remote operation of torpedoes. The one-year contract for 1,329 units contains a one-year option provision for the delivery of an additional 1,470 units at a value of $12,365,434 that if exercised will bring the total value of the contract to $23,246,914. Work will be performed in Hudson, Massachusetts (89%); and Danville, Virginia (11%). Work under the base contract is expected to be completed by December 2029 and if the one-year option for additional units is exercised the work on those will be completed by July 2035. This contract involves Foreign Military Sales (FMS) to Turkey (7%); Canada (5%); Taiwan (4%); Netherlands (3%); and Brazil (2%). Fiscal 2025 weapon procurement (Navy) funds in the amount of $8,596,369 (79%); and FMS funds in the amount of $2,285,111 (21%), will be obligated at the time of award and funds will not expire at the end of the current fiscal year. This requirement was solicited as a full and open competition with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-25-C-K044).
DEFENSE LOGISTICS AGENCY
Pacific Unlimited Inc.,* Barrigada, Guam, has been awarded a maximum $980,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with one response received. This is a five-year contract with one five-year option period. The ordering period end date is Sept. 30, 2030. 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-4007).
General Dynamics Ordnance and Tactical Systems, Saco, Maine, has been awarded a minimum $383,499,743 firm-fixed-price, cost-plus-fixed-fee delivery order (SPRRA2-25-F-0197) against a seven-year long-term, indefinite-delivery requirements contract (SPRRA2-25-D-0009) for the Bradley Fighting vehicle active protection system. 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 seven-year contract with no option periods. The delivery order completion date is Dec. 31, 2029. Using customers are Army and federal civilian agencies. Type of appropriation is fiscal 2024 through 2025 Army procurement funding. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.
A-GAS US Inc., Bowling Green, Ohio (SPE4A7-25-D-0386, $31,442,629); and Hudson Technologies Co., Woodcliff, New Jersey (SPE4A7-25-D-0386, $26,839,221), have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE4A7-25-R-0788 for various hydrofluorocarbon carbon gasses. This was a competitive acquisition with five responses received. These are one-year base contracts with two one-year option periods. The performance completion date is Sept. 28, 2026. Using military service is Navy. Type of appropriation is fiscal 2022 through 2024 procurement defense wide funding. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia.
Tunista Operations Support Services LLC, Anchorage, Alaska, has been awarded a minimum $10,094,413 firm-fixed price contract under solicitation SPE603-25-R-0509 for fuel management services at Air Education and Training Command, Columbus Air Force Base, Mississippi. This was a competitive acquisition with two responses received. This is a four-year base contract with one five-year option period and an option to extend, not to exceed six-months. The performance completion date is Oct. 31, 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 Energy, Ft. Belvoir, Virginia (SPE603-25-C-5012).
CORRECTION: The contract announced on Sept. 25, 2025, for Pryze App Inc.,** Gainesville, Virginia (SP4701-25-C-0098) for $7,913,722 was announced with an incorrect award date of Sept. 23, 2025. The correct award date is Sept. 26, 2025. The contracting activity is the Defense Logistics Agency Contracting Services Office – Philadelphia, Pennsylvania.
AIR FORCE
Carahsoft Technology Corp., Reston, Virginia, has been awarded a maximum of $510,000,000 firm-fixed-price call order for the Office of the Secretary of the Air Force Chief Information Officer. This contract provides ServiceNow products and services for the Department of the Air Force. Work will be performed in Washington, D.C., and is expected to be completed by Sept. 24, 2028. This contract is the result of a brand name acquisition using the mandatory source. Fiscal 2025 operations and maintenance funds in the amount of $37,199,878 are being obligated at the time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity (FA7014-25-F-0296). (Awarded Sept 25, 2025)
The Boeing Co., Oklahoma City, Oklahoma, was awarded a $76,589,808 for a Universal Armament Interface (UAI). This contract provides for the modification of the CONECT system to support UAI and integrate Phase Two of UAI for the B-52 aircraft. Work will be performed at Tinker Air Force Base, Oklahoma; and Oklahoma City, Oklahoma, and is expected to be completed by Sept. 29, 2028. This contract is a sole source acquisition. Fiscal 2025 operation and maintenance funds in the amount of $76,589,808 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity (FA8107-25-F-B005). (Awarded on Sept. 26, 2025)
Northrop Grumman Systems Corp., Clearfield, Utah, was awarded a ceiling $41,000,000 indefinite-delivery/indefinite-quantity contract for T-38 Sustaining Engineering. This contract provides for sustaining engineering services of T-38 aircraft. Work will be performed at Clearfield, Utah, and is expected to be complete by Sept. 30, 2035. This award is the result of a sole source acquisition. Fiscal 2025 operations and maintenance funds for three separate orders in the total amount of $3,835,838 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8220-25-D-B002).
Raytheon Co., McKinney, Texas, was awarded a five-year $40,593,079 definitive contract for sustaining engineering support of the HC/MC-130J aircraft. The contract provides specialized engineering services and technical support to improve the performance of the AN/AAS-54 Electro-Optical/Infrared system. Work will be performed at McKinney, Texas, and is expected to be completed by Sept. 29, 2030. This contract is the result of a sole source acquisition. Fiscal 2025 operations and maintenance funds in the amounts of $10,330,577 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Warner Robins, Georgia, is the contracting activity (FA8509-25-C-B006).
General Atomics Integrated Intelligence Inc., Charlottesville, Virgina, was awarded an indefinite-delivery/indefinite-quantity contract with a ceiling of $29,448,000 for the Archer program. This contract provides logistics support, maintenance and repairs on various configurations, technologies, and manufacturers of the Atmospheric Early Warning System. Work will be performed in northwestern region of the U.S. is expected to be complete Sept. 29, 2030. This contract is the result of a sole source acquisition. Fiscal 2025 operations and maintenance funds in the amount of $1,991,318 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity. (FA8217-25-D-B009)
L3 Technologies, Inc., Camden, New Jersey, was awarded a $26,382,679 firm-fixed-price contract for Space Hub Integrated End Cryptographic Unit (ECU) Leading Edge Development. This contract provides for the development, testing, and delivery of ECUs for the Protected Tactical Satellite Communication family of systems. Work will be performed at Camden, New Jersey, and is expected to be completed by Sept. 30, 2030. This contract is the result of a sole source acquisition. Fiscal 2025 Space Force research, development, test and evaluation funds in the amount of $12,000,000 are being obligated at the time of award. United States Space Force, Space Systems Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity (FA8807-25-C-B002).
TeamGov, Inc., Hyattsville, Maryland, was awarded a $25,695,824 firm-fixed-price contract for providing custodial services at Joint Base Langley-Eustis in Virginia. This contract provides custodial services, in accordance with the performance work statement and Air Force Common Output Level Standards. Work will be performed at Langley Air Force Base, Virginia, and Fort Eustis, Virginia, and is expected to be completed by Oct. 31, 2030. This contract is the result of a competitive acquisition where two offers were received. Fiscal 2026 operation and maintenance funds in the amount of $1,204,865 will be obligated at time of contract award. The contracting activity is the 633rd Contracting Squadron, Joint Base Langley-Eustis, Hampton, Virginia. (FA4800-26-F-0001).
Lockheed Martin Corp., Fort Worth, Texas, had been awarded a $23,810,654 cost-plus-fixed-fee/firm-fixed price modification (PZ0103) to previously awarded (FA8615-16-C-6048) for the upgrade and integration of an aircraft communications system. The modification brings the total cumulative face value of the contract to $1,108,419,488 from $1,115,620,829. Work will be performed in Ft. Worth, Texas, and is expected to be completed by Feb. 7, 2027. This contract involves Foreign Military Sales to an unspecified customer. foreign military sales funds in the amount of $8,310,654 will be obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
The Boeing Co., St. Louis, Missouri, has been awarded a $21,159,401 cost-plus-fixed-fee and firm-fixed-price contract modification (P00069) to previously awarded (FA8634-18-C-2698) for F-15 Advanced Display Core Processor II Full Rate Production 1. This contract change proposal provides interim contract support and field service representatives to bridge the gap between production and the standup of organic depot support. Work will be performed at multiple continental U.S. operating locations and is expected to be completed by Dec. 31, 2026. Fiscal 2023, 2024, and 2025 procurement funds in the amount of $10,013,266 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter/Advanced Aircraft Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
Matrix Design Group Inc., San Antonio, Texas, and place of performance was awarded a $20,681,341 firm-fixed-price contract for Space Force ground infrastructure planning and programming framework. This contract provides for developing Small Business Innovation Research technology and streamlines maintenance requests, enhancing communication, and providing real-time visibility into facility readiness. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Sept. 28, 2030. This award is the result of a sole source acquisition under the Small Business Innovation Research Phase III. Fiscal 2025 operations and maintenance funds in the amount of $4,114,859 are being obligated at the time of award. Space Acquisition and Integration Office, Peterson Space Force Base, Colorado Springs, Colorado, is the contracting activity (FA2518-25-C-0007).
United Crane and Excavation, Grand Forks, North Dakota, has been awarded a $19,817,205 indefinite-delivery/indefinite-quantity task order contract for runway repairs. This task order provides for all materials, plans, travel, plant, labor, and equipment necessary to construct runway repairs. Work will be performed at Grand Forks Air Force Base, North Dakota, and is expected to be completed by Sept. 20, 2026. Fiscal 2025 operation and maintenance funds in the amount of $19,817,205 will be obligated at the time of award. The 319th Contracting Squadron, Grand Forks AFB, North Dakota, is the contracting activity (FA4659-24-D-0001/FA4659-25-F-0036). (Awarded Sept 26, 2025)
Rockwell Collins Inc., Cedar Rapids, Iowa; and Colorado Springs, Colorado, was awarded a $17,227,582 contract for Advanced Concept Ejection Seat sequencer update Phase III. This contract provides for final development and testing of the Line Replaceable Unit, with additional option testing. Work will be performed at Colorado Springs, Colorado, and expected to be complete by Dec. 31, 2027. This contract is the result of a sole source acquisition. Fiscal 2025 operations and maintenance ammunition funds in the amount of $14,620,932 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-25-C-0012).
Spirit Aerosystems Inc., Wichita, Kansas, was awarded a $12,835,483 cost-plus-fixed-fee contract for Hypersonic Air-Breather research and manufacturing expansion effort. The contract provides for strengthening defense manufacturing capabilities through the discovery of new manufacturing capabilities and efficiencies, and transitioning capability to the factory floor. Work will be performed at Wichita, Kansas, and is expected to be completed by Sept. 30, 2028. This contract was a competitive acquisition and one offer was received. Fiscal 2024 research and development funds in the amount of $12,835,483 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-B057).
Hamilton Sundstrand Corp., Windsor Locks, Connecticut, was awarded an $11,717,344 delivery order on an indefinite-delivery/indefinite-quantity contract for the NP2000 8-Blade Propeller and Electronic Propeller Control System Production. This contract provides for the manufacturing and engineering services of the NP2000 eight blade propeller, electronic propeller control system, and procurement of initial spares for the C-130H aircraft. Work will be performed at Windsor Lock, Connecticut, and is expected to be completed by July 31, 2030. This contract was a sole source acquisition. Fiscal 2023 procurement funds in the amount of $11,717,344 are being obligated at time of award. The C-130 Contracting Office, Robins Air Force Base, Georgia, is the contracting activity (FA8504-23-D-0002/FA8504-25-F-B027).
Thomas Instrument Inc., Brookshire, Texas, was awarded a $11,012,564 firm-fixed-price and requirements-type contract for the overhaul of the C-5 trailing edge flap gearbox assemblies. This contract provides for all overhaul services for the C-5 Trailing Edge Flap Gearbox. Work will be performed at Brookshire, Texas, and is expected to be completed by Sept. 28, 2028. This contract was a sole source acquisition. No funds are being obligated at the time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8538-25-D-0011).
Praeses LLC, Shreveport, Louisiana, was awarded a $10,542,173 cost-type contract for Future-Oriented Rook Geospatial engine. This contract provides for design, development, and testing an edge-networking system to operate in an existing AgilePod arrangement. Work will be performed in Shreveport, Louisiana, and is expected to be completed by Aug. 27, 2027. This contract is the result of a competitive acquisition, offers were solicited electronically via an open Broad Agency Announcement and two offers were received. Fiscal 2024 research and developments funds in the amount of $1,799,684 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-25-C-B067).
L3 Aviation Products Inc., Alpharetta, Georgia, was awarded a $10,452,727 firm-fixed-price and requirements-type contract for C-130 sustainment. This contract provides for repair and maintenance services for the C-130 aircraft electronic flight instrument and radar display unit. Work will be performed at Alpharetta, Georgia, and is expected to be completed by Sept. 28, 2031. This contract is the result of a sole source acquisition. Fiscal 2025 working capital funds in the amount of $3,527,616 are being obligated at the time of award. The contracting activity is Air Force Sustainment Center, Robins Air Force Base, Georgia (FA8538-25-D-0003).
Lockheed Martin Co., Moorestown, New Jersey, has been awarded a $10,075,000 contract modification (P00004) to a previously awarded contract (FA8820-25-C-B002) to purchase materials to continue maintaining the Space Fence Weapon System. The modification brings the total cumulative face value of the contract to $38,686,699 from $28,611,699. Work will be performed in Moorestown, New Jersey, and is expected to be completed by April 30, 2027. Fiscal 2025 operations and maintenance funds in the amount of $10,075,000 are being obligated at the time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado, is the contracting activity.
Citrine-Olsson JV 2 LLC, Grand Junction, Colorado, was awarded a hybrid contract action with $1,651,745 firm-fixed-price and a ceiling of $7,814,178 for High-altitude Electromagnetic Pulse (HEMP) verification/re-verification testing and test-fix-test services. This contract provides for HEMP hardening assessment and mitigation. Work will be performed at Pituffik Space Base, Greenland, and is expected to be completed by Sept. 30, 2030. This contract was a competitive acquisition and two offers were received. Fiscal 2022 procurement funds in the amount of $9,465,923 are being obligated at time of award. Space Force, Space Operations Command, Space Acquisition and Integration Office, Peterson Space Force Base, Colorado, is the contracting activity (FA2518-25-F-H001).
CORRECTION: The contract announced on Sept. 22, 2025, for Intercomp Co., Medina, Minnesota, (FA4452-25-C-0006), for $9,991,905 was announced with an incorrect dollar amount. The correct dollar amount is $9,984,179,79. The contracting activity is the 763rd Enterprise Sourcing Squadron, Scott Air Force Base, Illinois.
DEFENSE FINANCE AND ACCOUNTING SERVICE
Ernst & Young LLP, New York, New York, is being awarded a maximum $153,538,162 labor-hour contract for audit services for the Department of Defense Office of the Inspector General audits of the Defense Logistics Agency working capital funds 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 one quote was received. Subject to availability of funding, fiscal 2026 Defense Working Capital funds in the amount of $29,161,322 will be obligated when funds are available for this contract. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ042325FE048).
MISSILE DEFENSE AGENCY
Raytheon Co., Woburn, Massachusetts, is being awarded a modification (P00065) to contract HQ0862-20-C-0001 under a Foreign Military Sales (FMS) case to the United Arab Emirates (UAE). The value of this contract modification is $127,482,767. Under this contract modification, the contractor will continue to provide maintenance and sustainment support for an additional two years to the UAE for the AN/TPY-2 radar. The work will be performed in Woburn, Massachusetts. The performance period is from October 2025 through September 2027. Foreign Government National Funds in the amount of $122,123,341 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.
*Small business
**Woman-owned small business