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. 30, 2025

NAVY

701C LLC,* Sterling, Virginia (N00023-25-D-0150); Anovaeon LLC,* San Antonio, Texas (N00023-25-D-0151); Guardian 6 Solutions LLC,* Cedar Hill, Texas (N00023-25-D-0152); KDP Global Enterprises LLC,* Hollywood, Florida (N00023-25-D-0153); ResponseForce1, LLC,* Fort Walton Beach, Florida (N00023-25-D-0154); SGK Global Services, LLC,* Stafford, Texas (N00023-25-D-0155); and Worldwide Employee Housing Solutions,* Seguin, Texas (N00023-25-D-0156), are being awarded a $10,000,000,000 multiple award, firm-fixed-price, indefinite-delivery/indefinite-quantity, Worldwide Expeditionary Multiple Award Contract (WEXMAC) Territorial Integrity of the U.S. (TITUS) contract that will provide supplies and services in support of but not limited to supporting the six phases of the continuum of military operations in support of the geographic Combatant Command's joint operations, coalition partners, and other U.S. federal agencies in setting and sustaining the theater through the following requirements: theater opening (includes reception, staging, onward-movement, and integration support; sustainment; theater distribution; and stability operations and Defense Support of Civil Authorities support. The WEXMAC TITUS description of contractual scope provides that services and supplies provided through the performance of this contract include but are not limited to humanitarian assistance and disaster relief, contingency, exercise, lodging, logistics, water-based, and land-based support. The contracts will run concurrently and will include a base performance period with one five-year option with individual requirements performed under task orders when specific dates and locations are identified. The base period will begin October 2025 and is expected to be completed by December 2029; if the option is exercised, the performance period will be completed by December 2034. information about the percentage and where the work will be performed cannot be currently provided. Fiscal 2026 operations and maintenance funds in the amount of $3,500 will be obligated ($500 on each of the seven contracts to fund the contracts' minimum amounts), and funds will not expire at the end of the current fiscal year. Additional funds will be obligated at the task order level with the appropriate fiscal year funding as issued by the customers for each area of responsibility. If the option period is exercised, the total estimated contract maximum for each contractor could be up to $20,000,000,000,000. The base period will begin October 2025 and is expected to be completed by December 2029; if all options are exercised, the performance period will be completed by December 2034. Work will be performed in the U.S., and outlying territories. Due to the fact that the specific requirements cannot be predicted at this time, more specific information about the percentage and where the work will be performed cannot be currently provided. The requirement was competitively procured as full and open competition with 109 offers received. 66 new offerors and 37 incumbent offerors were found compliant and responsible and will receive modifications to their existing contracts. Naval Supply Systems Command, Mechanicsburg, Pennsylvania, is the contracting activity.

G.S.E Dynamics Inc.,* Norfolk, Virginia (N00024-25-D-4333), is awarded (along with several other vendors – originally announced on Sept. 2, 2025) a combined $1,123,590,000 firm-fixed-price, cost-plus-fixed-fee, and cost-only, indefinite-delivery/indefinite-quantity multiple award contract for discrete production, non-discrete production and other production work to support the public shipyards in accomplishing repair, maintenance, and modernization of nuclear-powered attack submarines undergoing scheduled Chief of Naval Operations maintenance availabilities. This contract includes options which, if exercised, across the various vendors, would bring the cumulative value to $1,906,010,000. Work will be performed in Norfolk, Virginia (35%); Bremerton, Washington (25%); Kittery, Maine (20%); and Pearl Harbor, Hawaii (20%), and is expected to be completed by August 2030. If all options are exercised, work will continue through August 2033. No funds will be obligated at the time of the award; funds will be obligated at the delivery order level as contracting actions occur. This contract was competitively procured via the System for Award Management website, with 29 offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Space, Titusville, Florida, is being awarded a $647,069,302 hybrid, fixed-price incentive fee, cost-plus-incentive-fee, and cost-plus fixed fee contract modification (PZ0001) to a previously awarded and announced un-priced letter contract (N0003025C0100) for Trident II (D5) missile production and deployed systems support. The contract has optional line items which could increase the amount to $745,678,290, if exercised. This contract award also benefits a Foreign Military Sale to the United Kingdom. Work will be performed in Magna, Utah (23.0%); Denver, Colorado (14.2%); Cape Canaveral, Florida (13.1%); Titusville, Florida (10.0%); Kings Bay, Georgia (8.5%); Bangor, Washington (6.6%); Culpepper, Virginia (4.8%); Sunnyvale, California (4.1%); Valley Forge, Pennsylvania (3.2%); Huntsville, Alabama (2.3%); and locations less than 1.0 % each, 10.2% total. Work is expected to be completed Sept. 30, 2030. Fiscal 2025 weapons procurement (Navy) funds in the amount of $120,442,802 will be obligated on this award and no funds will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole source basis under 10 U.S. Code 3204(a)(1) and was previously synopsized on the Systems for Award Management (SAM) website, with one proposal received. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Systems Planning and Analysis Inc., Alexandria, Virginia, is being awarded a $500,000,000 Small Business Innovative Research Phase III, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee term contract (N0003026D3019), for Trident II Submarine Launched Ballistic Missile and Strategic Weapons System (SWS) engineering and support functions. This value includes all optional lines items. Tasks to be performed include systems engineering (SE) and analysis support, technical assessments and future studies, arms control and treaty support, risk assessment and high consequence event prevention framework, nuclear deterrence mission oversight counsel technical support, program integration support, strategic deterrent industrial base, technical studies, technical assessment, se and analysis support (SSP Strategic Partner Organizations), program assistance and analytic support, SSP strategic partner technical studies, enterprise data management, SSP alteration support, and SWS United Kingdom unique systems engineering and program support. This contract also benefits a Foreign Military Sale to the United Kingdom. Work will be performed in Alexandria, Virginia (50%); Washington, D.C. (35%); Arlington, Virginia (5%); Kings Bay, Georgia (2%); Silverdale, Washington (4%); the United Kingdom (2%); and Cape Canaveral, Florida (2%). Work is expected to be completed by September 30, 2035. No funds will be obligated on this award. This contract was awarded as a sole source acquisition with the authority of 15 U.S. Code 638 research and development and was previously synopsized on the System for Award Management (SAM.gov) online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity. 

Lockheed Martin Corp., Liverpool, New York, is awarded a $245,413,931 firm-fixed-price, cost-plus-fixed-fee, and cost-only modification to previously awarded contract (N00024-23-C-6411) to exercise options for production, spares, production support material, engineering support, and hardware repair of components for MK 48 Heavyweight Torpedo All Up Round in support of the MK 48 MOD 7 Heavyweight Torpedo program. This contract combines purchases for the Navy, the Royal Australian Navy, and the Foreign Military Sales program. Work will be performed in Liverpool, New York (57%), Clearwater, Florida (37%), Braintree, Massachusetts (6%), and is expected to be completed by September 2027. Fiscal 2024 weapons procurement (Navy) in the amount of $157,933,050 (65%), fiscal 2023 weapons procurement (Navy) in the amount of $12,061,788 (5%), and funding from foreign partners in the amount of $73,218,476 (30%), will be obligated at the time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Missiles and Fire Control, Orlando, Florida, is awarded a $233,000,000 firm-fixed-price contract to procure 59 infrared receivers, to include 51 for the Navy and eight for the Air National Guard (ANG); 20 inertial measurement units for the Navy; and 45 Processors, to include 37 for the Navy and eight for the ANG, in the support of the full rate production and delivery of Infrared Search and Track Block II systems and initial spares for the Navy and ANG. Work will be performed in Orlando, Florida (76.62%); Santa Barbara, California (16.42%); Ocala, Florida (5.87%); Archbald, Pennsylvania (1.07%); and Orlando, Florida (0.02%), and is expected to be completed in September 2029. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $156,490,766, working capital (Navy) funds in the amount of $46,193,116; fiscal 2025 National Guard and Reserve Equipment (NGREA) (Defense-Wide) funds in the amount of $16, 304,425; and fiscal 2024 NGREA (Defense-Wide) funds in the amount of $14,279,131, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001925C0009).

Global Air Logistics and Training Aerospace Inc., San Diego, California, is awarded a firm-fixed-price, cost-plus-fixed-fee, cost $145,524,883 indefinite delivery/indefinite quantity contract for production and delivery of up to 20 Airborne Network Extension SkyTower II Pod systems, as well as provides associated logistics and engineering support for the Marine Air Ground Task Force Unmanned Expeditionary Medium Altitude Long Endurance program for the Navy. Work will be performed in San Diego, California (75%); Kaneohe Bay, Hawaii (5%); Patuxent River, Maryland (5%) Yuma, Arizona (2%); and various locations outside the continental U.S. (13%), and is expected to be completed by September 2030. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001925D1117). 

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $131,380,789 fixed-price-award-fee, cost-plus-award-fee, cost-plus-incentive-fee, and cost-plus-fixed-fee type modification to previously-awarded contract (N00024-23-C-5117) to exercise option items supporting systems engineering and software integration for the Integrated Combat System across the Surface Force portfolio of the Navy and Coast Guard. Work will be performed in Moorestown, New Jersey (41%); Columbia, Maryland (30%); Norfolk, Virginia (7%); Middletown, Rhode Island (6%); College Park, Maryland (5%); Mount Laurel, New Jersey (4%); Huntsville, Alabama (3%); Wallops Island, Virginia (1%); Arlington, Virginia (1%); San Diego, California (1%); and Herndon, Virginia (1%), and is expected to be completed by September 2026. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $9,852,089 (75%); and fiscal 2025 weapon procurement (Navy) funds in the amount of $3,372,096 (25%), will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C. is the contracting activity (N00024-23-C-5117).

Lockheed Martin Rotary and Mission Systems, Owego, New York, is awarded a cost-plus-fixed-fee, cost reimbursable $96,000,000 indefinite-delivery/indefinite-quantity contract for technical maturation, providing technical analyses, engineering, integration support and requirements development in support of H-60 Multi-Mission Helicopter sustainment for the Navy and Foreign Military Sales customers. Work will be performed in Owego, New York, and is expected to be completed in September 2030. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Goodrich Corp., Jacksonville, Florida, is awarded a $19,892,364 firm-fixed-price and cost-plus-fixed-fee completion contract (N00167-25-D-0011) for manufacturing activities in support of Virginia class submarine propulsors. This contract includes options which, if exercised, would bring the cumulative value of this contract to $90,952,718. Work will be performed in Jacksonville, Florida, and is expected to be completed by April 2029. If all options are exercised, work will continue through month, 2032. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $19,892,364 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured under the authority of 10 U.S. Code 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1(a)(2)(ii)(b) via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-25-D-0011).

Innovative Defense Technologies, Arlington, Virginia, has been awarded a contract modification to a previously awarded sole-source Small Business Innovative Research (SBIR) Phase III contract (N0003923C1000) for rapid and affordable software development supporting distributed maritime operations (DMO). The objective of this cost-plus-fixed-fee contract is to improve the practices and tools for testing software to keep up with the growing complexity of Navy software systems in support of Project Overmatch. In this modification (P00022), the final option year has been exercised in the amount of $34,826,578, making the cumulative value of this contract $89,804,610. Total funding provided for this contract modification is $9,300,000. Work will be performed in San Diego, California, and is expected to be completed by Sept. 26, 2026. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039).

Manson Construction Co., Seattle, Washington, is awarded a $61,080,000 firm-fixed-price construction contract for a lighterage and small craft facility at Marine Corp Support Facility, Blount Island Command, Jacksonville, Florida. Work will be performed in Duval County, Florida and is expected to be completed by July 2027. Fiscal 2022 military construction (Navy) contract funds in the amount of $61,080,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured on the SAM.gov website via the Procurement Integrated Enterprise Environment Solicitation Module, with two offers received. The Naval Facilities Engineering Command Southeast, Jacksonville, Florida is the contracting activity (N69450-25-C-1079).

Ultra Electronics Ocean Systems Inc., Braintree, Massachusetts, was awarded on Sept. 26, 2025 a $55,994,971 firm-fixed-price and cost-plus-fixed-fee modification to previously awarded contract N0002425C4127 for exercise of a production option and the procurement of spares and incorporation of engineering changes in support of the AN/SPS-73(V) Next Generation Surface Search Radar program. Work will be performed in Braintree, Massachusetts (60%); Wake Forest, North Carolina (35%); and Chantilly, Virginia (5%), and is expected to be completed by August 2027. Fiscal 2025 other procurement (Navy) funds in the amount of $37,913,280 (68%); and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $18,081,691 (32%), 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 Corp., Groton, Connecticut, is awarded a $41,493,830 fixed-price-incentive modification to a previously awarded contract (N00024-17-C-2100) for an equitable adjustment per the base contract to support Electric Boat Corp.'s subcontractor Northrop Grumman. Work was performed in Sunnyvale, California, at the Northrop Grumman facility. Fiscal 2025 ship construction (Navy) funds in the amount of $41,493,830 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

Armtec Countermeasures Co., Coachella, California is being awarded a $36,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture of radar reflective chaff countermeasures cartridges. This contract includes a three-year ordering period with no options. All work will be performed in Lillington, North Carolina, and all work is expected to be completed by November 2028. This announcement involves Foreign Military Sales (FMS) from Australia (31%), South Korea (18%), Brazil (15%), and Greece (1%). Fiscal 2025 procurement of ammunition (Navy) funds in the amount of $754,667 (11%); fiscal 2025 procurement of ammunition (Air Force) funds in the amount of $2,718,537 (38%); and FMS funds in the amount of $3,549,484 (51%), will be obligated at the time of award to fund delivery order N00104-25-F-B901 that will be awarded concurrently with the contract. 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-D-B901).

MSI Defense Systems US LLC,* Rock Hill, South Carolina, is awarded a $34,586,649 firm-fixed-price contract to procure the MK88 MOD4 Gun Mount, associated hardware, and spares as specified in the Statement of Work. The government is procuring 18 gun mounts, nine maintenance assistance modules kits, and 20 On board repair parts kits. Work will be performed in Norwich, United Kingdom (85 percent) and Rock Hill, South Carolina (15 percent), and is expected to be completed by June 2027. Fiscal 2025 weapons procurement (Navy) funds in the amount of $31,133,116 (90%); and fiscal 2024 weapons procurement (Navy) funds in the amount of $3,453,533 (10%), will be obligated at the time of award, and will not expire at the end of the current fiscal year. This contract was not competitively awarded in accordance with 10 U.S. Code 3204(a)(1), as implemented by Federal Acquisition Regulation 6.302-1 (Only one responsible source and no other supplies or services will satisfy agency requirements.) The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity (N00174-25-C-0010).

Kongsberg Defence and Aerospace, Kongsberg, Norway, is awarded a $31,755,185 firm-fixed-price, undefinitized modification to previously awarded contract (N00024-25-C-5434) for the procurement of critical material and commencement of production activities in support of the over-the-horizon weapon system. Work will be performed in Kongsberg, Norway (40 %); 't Harde, Netherlands (8 %); Schrobenhausen, Germany (7%); Toulouse, France (6%); Raufoss, Norway (6%); Staubø, Norway (5%); Chandler, Arizona (2%); Eidsvoll, Norway (2%); Høvik, Norway (2%); Solna, Sweden (2%); Chatou, France (2%); Woodland Hills, California (2%); Ashburn, Virginia (1%); and various locations all less than 1% (15%), and is expected to be completed by October 2030. Fiscal 2025 other procurement (Marine Corps) funds in the amount of $2,231,042 (47%); fiscal 2025 other procurement (Navy) funds in the amount of $839,881 (18%); fiscal 2024 other procurement (Marine Corps) funds in the amount of $790,960 (17%); fiscal 2025 research, development, test, and evaluation (Marine Corps) funds in the amount of $531,159 (11%); fiscal 2024 weapons procurement (Navy) funds in the amount of $164,381 (4%); and fiscal 2025 weapons procurement (Navy) funds in the amount of $137,787 (3%), will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a not-to-exceed $26,999,000 firm-fixed-price undefinitized order (N0001925F0316) against a previously issued basic ordering agreement (N0001921G0006). This order provides for the build and installation of a Harpoon weapon station joint common test set and associated interim spares kits, as well as provides the required training, materials, and delivery of technical publications. Work will be performed in St. Charles, Missouri, and is expected to be completed in March 2029. Security Cooperation Initiative, Building Partner Capacity (defense wide) funds in the amount of $25,623,415.00 will be obligated at time of award, all of which will expire at the end of the fiscal year. This order was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Continuous Solutions Inc.,* Portland, Oregon, is awarded a $26,238,029 cost-plus-fixed-fee contract for research and development activities associated with advancement and improvement in current and future shipboard electric power and energy systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $35,480,601. Work will be performed in Portland, Oregon (85%); West Lafayette, Indiana (10%); and Tallahassee, Florida (5%), and is expected to be completed by September 2031. Fiscal 2025 research, development test and evaluation (Navy) funds in the amount of $750,000 will be obligated at time of award and will not expire at the end of the fiscal year. This contract was competitively procured via beta.SAM.gov website with 60 offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-C-4114).

The DiSTI Corp.,* Orlando, Florida, is awarded a firm-fixed-price $25,410,930 indefinite-delivery/indefinite-quantity contract to provide complex media and computer-based training, to include interactive multimedia and computer assisted instruction, PC-simulations, desktop trainers with and without hardware, and extended reality solutions in support of the Naval Air Warfare Center Training Systems Division's (NAWCTSD) pilot, aircrew, and maintenance training systems. Work will be performed in Orlando, Florida, and is expected to be completed in September 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competed. NAWCTSD, Orlando, Florida, is the contracting activity (N6134025D0010).

Raytheon Missiles and Defense, Marlborough, Massachusetts, is awarded a $24,992,700 firm-fixed-price order under a previously awarded Basic Ordering Agreement (N00024-22-G-5311) for AEGIS solid state switch assembly mod kits with on-board assembly spares for Navy guided-missile destroyers. Work will be performed in Andover, Massachusetts (56%); Chesapeake, Virginia (28%); Marlborough, Massachusetts (15%); and Burlington, Massachusetts (1%), and is expected to be completed by December 2028. Fiscal 2025 other procurement (Navy) funds in the amount of $24,992,700 will be obligated at time of award and will not 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). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-F-5362).

Lockheed Martin Corp., Syracuse, New York, was awarded $22,488,435 firm-fixed-price delivery order (N00024-25-F-6222) under a previously awarded indefinite-delivery/indefinite-quantity contract (N00024-19-D-6200) for supplemental spares tasks related to submarine electronic warfare systems on new-construction and in-service submarines. Work will be performed in Syracuse, New York, and is expected to be completed by September 2026. Fiscal 2025 other procurement (Navy) funds in the amount of $20,141,897 (90%); fiscal 2025 working capital fund (Navy) funds in the amount of $1,346,538 (6%); fiscal 2025 other procurement (Navy) funds in the amount of $600,000 (2%); and fiscal 2025 operation and maintenance (Navy) funds in the amount of $400,000 (2%), will be obligated at the time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Laurel Technologies Partnership, Johnstown, Pennsylvania, is awarded a $19,463,056 firm-fixed-price modification to previously awarded contract (N6339422C0003) to exercise options for the manufacture, assembly, test, and delivery of MK 41 Vertical Launching System Launch Control Unit MK 235 Mod 17, Mod 18, and associated maintenance assistance module, onboard repair part, and installation and checkout components kits. This contract combines purchases for the Navy (44%); and the governments of Australia (32%), Denmark (12%), Germany (5%), Japan (4%), and Norway (3%), under the Foreign Military Sales (FMS) program. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by September 2026. FMS (Australia) funds in the amount of $6,245,628 (32%); fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $3,381,925 (17%); FMS (Denmark) funds in the amount of $2,293,283 (12%); fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $2,140,226 (11%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $1,392,670 (7%); fiscal 2024 other procurement (Navy) funds in the amount of $903,060 (5%); FMS (Germany) funds in the amount of $900,550 (5%); FMS (Japan) funds in the amount of $827,174 (4%); fiscal 2025 other procurement (Navy) funds in the amount of $827,174 (4%); and FMS (Norway) funds in the amount of $551,366 (3%), will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Design West Technologies Inc.,* Tustin, California, is awarded a $16,758,081 firm-fixed-price modification to a previously awarded contract (N6339422C0008) to exercise options for the manufacture, assembly, test, and delivery of MK 41 Vertical Launching System motor control panels, status panels, maintenance assistance module kits, onboard repair kits, installation and checkout spares kits, depot spares kits, and lowest replaceable unit kits. This contract combines purchases for the Navy (79%); and the governments of Australia (18%), and Netherlands (3%), under the Foreign Military Sales (FMS) Program. Work will be performed in Tustin, California, and is expected to be completed by July 2026. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $10,220,102 (61%); FMS funds (Australia) funds in the amount of $3,092,109 (18%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $1,276,540 (8%); fiscal 2025 presidential drawdown authority funds in the amount of $1,216,071 (7%); FMS (Netherlands) funds in the amount of $506,041 (3%); and fiscal 2025 other procurement (Navy) funds in the amount of $447,218 (3%), will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Design West Technologies Inc.,* Tustin, California, is awarded a $15,298,298 firm-fixed-price modification to a previously awarded contract (N6339421C0011) to exercise options for the manufacture, assembly, test and delivery of MK 41 Vertical Launching System launch sequencer, maintenance assistance module kit, and lowest replaceable unit kit. This contract combines purchases for the Navy (90%); and the governments of Germany (7%), Japan (2%), and Australia (1%), under the Foreign Military Sales (FMS) Program. Work will be performed in Tustin, California, and is expected to be completed by November 2026. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $9,742,093 (64%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $2,275,044 (15%); fiscal 2025 other procurement (Navy) funds in the amount of $1,339,198 (9%); FMS (Germany) funds in the amount of $1,140,714 (7%); fiscal 2024 presidential drawdown authority funds in the amount of $380,238 (2%); FMS (Japan) funds in the amount of $368,723 (2%); and FMS (Australia) funds in the amount of $52,288 (1%), will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Kampi Components Co. Inc.,* Fairless Hills, Pennsylvania, is awarded a $14,247,118 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for North Atlantic Industries hardware and services to the Navy of the machinery control systems tech refresh of USS Makin Island (LHD 8), USS Tripoli (LHA 7) and the Land Base Test Environment at Naval Surface Warfare Center Philadelphia Division. Work will be performed at the manufacturer's facility in Bohemia, New York, and is expected to be completed by September 2030. Fiscal 2025 other procurement (Navy) funds in the amount of $8,410,021 will be obligated at time of award, which will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management (SAM) website, with one offer received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-25-D-1004).

BAE Systems Information and Electronic Systems Integration, Greenlawn, New York, is awarded a $11,486,772 modification (P00004) to a cost-plus-fixed-fee order (N0001924F1886) against a previously issued basic ordering agreement (N0001922G0009). This modification adds scope to provide for the design of special test equipment and procures the required material to implement the production capability of the common digital transponder (CXP) tech refresh equipment, as well as provides for the development of test acceptance procedures, physical and functional configuration audits for the final technical solution of the equipment, maintainability demonstration, and a failure modes effects and criticality analysis. Additionally, this modification provides for the development of all required logistics products for fleet supportability of the CXP tech refresh equipment, including technical manuals, provisioning technical documentation, level of repair analysis, logistics support analysis database, and other logistics products required to maintain and support the equipment once fielded. These efforts will support future production capability for a minimum of 10 CXP tech refresh units per month in support of air traffic management capabilities for the Navy and Foreign Military Sales (FMS) customers. Work will be performed in Greenlawn, New York (99%); and Austin, Texas (1%), and is expected to be completed in September 2026. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $4,636,417; fiscal 2025 other procurement (Navy) funds in the amount of $3,903,355; and FMS customer funds in the amount of $2,947,000, will be obligated at the time of the award, none of which will expire at the end of the fiscal year. This contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Rockwell Collins Inc., Government Systems, Cedar Rapids, Iowa, was awarded a $10,860,215 modification (P00072) to a firm-fixed-price contract (N6134017C0007). This modification adds in-scope requirements for the production and delivery of 152 operational data-recording devices, 68 full rate production  III ballast kits, 68 dual pod shipping containers, spares, and peculiar support equipment, as well as provides installation and site acceptance testing for FRP III subsystems, support licenses, tactical air range instrumentation facility site-based security assessment, and field engineering support for the Navy's Tactical Combat Training Systems II program. Work will be performed in Cedar Rapids, Iowa (51%); Fort Walton Beach, Florida (31%); Virginia Beach, Virginia (9%); Cherry Point, North Carolina (5%); Jacksonville, Florida (3%) and Lemoore, California (1%); and is expected to be completed March 2027. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $7,688,412; fiscal 2025 other procurement (Navy) funds in the amount of $2,777,096; and operation and maintenance (Navy) funds in the amount of $143,362, will be obligated at the time of award, $143,3620 of which will expire at the end of the current fiscal year. The initial contract was competed. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

Toeroek Associates Inc., Lakewood, Colorado, is being awarded a $9,368,688 cost-plus-fixed-fee term task order (N0003026F3015) against the General Services Administration OASIS indefinite-delivery/indefinite-quantity contract 47QRCA25DS151, for support of the Naval Treaty Implementation Program (NTIP). The value includes all optional line items. Tasks to be performed include arms control implementation and compliance support functions for treaties under the Strategic Systems Programs cognizance, including the Chemical Weapons Convention, Biological Weapons Convention, U.S.-International Atomic Energy Agency Integrated Safeguards, Conventional Arms Control, and other operational requirements without specific provision in Title 10 United States Code and that are requirements of the United States Government, Department of Defense, or international initiatives. Additionally, the contractor shall provide strategic analysis and research, exercise development and staffing, and program management support for NTIP. NTIP is a matrix support organization. This contract also benefits a foreign military sale to the United Kingdom. Work will be performed in Alexandria, Virginia (60%); and Washington, D.C. (40%). Work is expected to be completed on Sept. 30, 2030. No funds will be obligated on this award. This task order was awarded on a competitive basis as a small business set aside per the terms of the GSA OASIS multiple award contract program. Strategic Systems Programs, Washington, D.C., is the contracting activity. 

NewVac LLC,* Chatsworth, California, is awarded a $9,102,233 firm-fixed-price modification to a previously awarded contract (N6339422C0009) to exercise options for the manufacture, assembly, test, and delivery of Vertical Launching System module cables, module deck and hatch cable set, MK 41 Mod 47 ancillary cable set, extender cable set, and B/L VII DDG 51-class Aegis modernization cable set. This contract combines purchases for the Navy (81%); and the governments of Australia (16%), and Germany (3%), under the Foreign Military Sales (FMS) Program. Work will be performed in Chatsworth, California, and is expected to be completed by September 2026. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $6,315,813 (69%); FMS (Australia) funds in the amount of $1,472,418 (16%); fiscal 2025 presidential drawdown authority funds in the amount of $679,388 (8%); fiscal 2025 other procurement (Navy) funds in the amount of $357,636 (4%); and FMS (Germany) funds in the amount of $276,978 (3%), will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Canadian Commercial Corp., Ottawa, Ontario, is awarded a $9,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract, subcontracted to HFI Pyrotechnics Inc., Prescott, Ontario, for the production, acceptance, and delivery of the MK 25 MOD 5 Marine Location Marker. This contract does not include options. Work will be performed in Prescott, Ontario, and is expected to be completed by September 2030. Fiscal 2025 procurement of ammunition (Navy and Marine Corps) funds in the amount of $1,663,298 (91%); fiscal 2024 procurement of ammunition (Navy and Marine Corps) funds in the amount of $114,384 (6%); and fiscal 2023 procurement of ammunition (Navy and Marine Corps) funds in the amount of $59,342 (3%); will be obligated at time of award, of which $59,342 will expire at the end of the current fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment Solicitation Module, with two offers received. Naval Surface Warfare Center, Crane Division, Indiana, is the contracting activity (N0016425DJR97).

Progeny Systems LLC, Manassas, Virginia, is awarded an $8,579,352 modification (P00001) to contract (N0001423C1035) for the program entitled, "Gypsy." This modification provides for building on the current development efforts to increase maturity of long endurance loitering unmanned aerial system platforms. Work will be performed in Manassas, Virginia, and is expected to be completed in August 2027. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $8,579,352 are obligated at time of award, bringing the total cumulative face value of the contract to $20,479,558. Contract funds will not expire at the end of the current fiscal year. The Office of Naval Research, Arlington, Virginia, is the contracting activity.

GCR-MDI II LLC,* Pinehurst, North Carolina, was awarded an $8,040,914 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract N69450-24-D-0042 for multi-function support services at Naval Submarine Base Kings Bay, Georgia. This award brings the total cumulative face value of the contract to $16,029,252. The contract modification is for the exercise of option period one for an additional twelve months of multifunction support services under the basic contract. Work will be performed at Kings Bay, Georgia and is expected to be completed by September 2026. No funds will be obligated at time of award. Fiscal 2026 operations and maintenance, (Navy) (O&M,N); fiscal 2026 Defense Health program; fiscal 2026 Defense working capital fund; and fiscal 2026 family housing O&M,N funds, will be obligated on individual task orders, subject to the availability of funds. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity. (Awarded Sept. 29, 2025)

AIR FORCE

Amentum Services Inc., Chantilly, Virginia, was awarded a $995,000,000 indefinite-delivery/ indefinite-quantity contract for remotely piloted aircraft (RPA) maintenance services. This contract provides for RPA organizational-level maintenance support for the MQ-9 Reaper weapons systems and sustainment of combat and training capability at tasked locations worldwide, wherever required. Work will be performed at Creech Air Force Base, Nevada; Nellis AFB, Nevada; Shaw AFB, South Carolina; Ellsworth AFB, South Dakota; Whiteman AFB, Missouri; Battle Creek Air National Guard (ANG) Base, Michigan; Berry Field ANG Base, Tennessee; Ft. Smith, Arkansas; Horsham ANG, Pennsylvania; and overseas locations. The work is expected to be completed by Sept. 29, 2030. This contract is the result of a competitive acquisition, and three offers were received. Fiscal 2025 operations and maintenance funds in the amount of $42,218 are being obligated at the time of award. Air Combat Command, Joint Base Langley-Eustis, Hampton, Virginia, is the contracting activity (FA4890-25-D-0004).

Vertex Modernization and Sustainment LLC, Indianapolis, Indiana, was awarded a five-year indefinite-delivery/indefinite-quantity contract with a single five-year option (10 years total) for a supply with some services (interim contractor support and non-recurring engineering), with firm-fixed-price, cost-reimbursement no fee (travel), not separately priced (data), and cost-plus-fixed-fee pricing arrangements, with a contract ceiling of $425,000,000 for center display units (CDU). This contract provides for the ability to procure the following hardware during this period: CDU full kits, CDU line replaceable units, CDU shop replaceable units, and various other support hardware as required. Work will be performed at Indianapolis, Indiana, and is expected to be completed by Sept. 29, 2035. This contract was a sole source acquisition. Fiscal 2023 and fiscal 2024 procurement funds in the amount of $35,300,000 are being obligated at time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-25-D-B010, FA8232-25-F-B239).

Pacific Scientific Energetic Materials Co., Hollister, California, was awarded a $99,000,000 indefinite-delivery/indefinite-quantity contract for egress components for use in Air Force B-1, and Foreign Military Sales (FMS) C-17 and T-6 aircraft.  Work will be performed at Hollister, California, and is expected to be completed by Dec. 1, 2031. This contract is the result of a sole source acquisition. Fiscal 2024 and 2025 procurement funds as well as multiple FMS countries funds in the amount of $38,098,504 is being obligated at the time of award.  The Department of the Air Force, Directorate of Contracting, Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-25-D-0001).

Avantus Federal, McLean, Virginia, has been awarded a maximum $95,095,000 modification (P00027) to a 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 research, development, test, and evaluation funds; and operations and maintenance funds in the amount of $15,815,000 are being obligated at time of award. Space Development Agency, Washington, D.C., is the contracting activity.

Lockheed Martin Space, Sunnyvale California, has been awarded a $87,101,771 cost-plus-incentive-fee modification (P00155) to the previously awarded (FA8810-18-C-0005) Next Generation Overhead Persistent Infrared geosynchronous contract. The total cumulative face value of the contract is $8,099,418,961 from $8,012,317,190. Work will be performed at St. Longmont, Colorado, and Sunnyvale, California, and is expected to be completed by July 31, 2029. Fiscal 2025 research, development, testing and evaluation funds in the amount of $14,667,807 are being obligated at the time of the modification award. Space Systems Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.

Private Tech Inc., Montgomery, Alabama, was awarded with a ceiling $49,991,000 firm-fixed-price contract for the commercial non-attributable network operations. This contract provides for extended work performed under a Small Business Innovation Research Phase II contract to provide for a secure global communications network that offers enhanced privacy and resiliency. Work will be performed at Arlington, Virginia; Camp Smith, Hawaii; and Montgomery, Alabama, and is expected to be completed by Sept. 29, 2029. This contract was a sole source acquisition. Fiscal 2025 and 2026 research, development, test and evaluation funds in the amount of $6,498,764; and fiscal 2025 operations and maintenance appropriations funds in the amount of $948,000, are being obligated at the time of award. The Air Force Life Cycle Management Center, Business and Enterprise Systems Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8771-25-C-0006)

Raytheon Co., Tucson, Arizona, was awarded a $41,681,329 firm-fixed-price modification (P00026) to a previously awarded contract (FA8675-23-C-0037) for Advance Medium Range Air-to-Air Missiles C8 and D3 variants and the production thereof. The modification brings the total cumulative face value of the contract to $2,512,389,558 from $2,470,708,229. Work will be performed at Tucson, Arizona, and is expected to be completed by May 30, 2030. This contract involves foreign military sales to United Kingdom, Poland, Pakistan, Germany, Finland, Australia, Romania, Qatar, Oman, Korea, Greece, Switzerland, Portugal, Singapore, Netherlands, Czech Republic, Japan, Slovakia, Denmark, Canada, Belgium, Bahrain, Saudi Arabia, Italy, Norway, Spain, Kuwait, Finland, Sweden, Taiwan, Lithuania, Isreal, Bulgaria, Hungary, and Turkey. Fiscal 2025 Navy weapons procurement funds in the amount of $7,603,828; fiscal 2025 Air Force operation and maintenance funds in the amount of $10,742,268; and Foreign Military Sales funds in the amount of $9,164,126, are being obligated at the time of award. The Air Force Life Cycle Management Center weapons superiority contracting branch, Robins Air Force Base, Georgia, is the contracting activity.

TC Technology Solutions LLC, Anchorage, Alaska, will be awarded a $27,986,558 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide for hardware upgrade and software migration professional services for 11 Air Mobility Command units. Work will be performed in Anchorage, Alaska, in support of 11 different continental U.S. locations and is expected to be completed by Sept. 29, 2027. This contract was a direct award, Alaskan Native 8(a) acquisition. Fiscal 2025 operation and maintenance funds will be utilized for the first task order in the amount of $700,618 are being obligated at time of award. The 763rd Enterprise Sourcing Squadron, Scott Air Force Base, Illinois, is the contracting activity. (FA4452-25-D-0002). (Awarded on Sept. 29, 2025)

Lockheed Martin Corp., Littleton, Colorado, was awarded a $27,859,672 cost-plus-incentive-fee and cost-plus-fixed-fee modification (P00121) to a previously awarded (FA8823-21-C-0001) for space based infrared system contractor logistics support product support integration contract evolution. The modification brings the total cumulative face value of the contract to $1,282,882,509 from $1,255,022,837. Work will be performed on Peterson Space Force Base (SFB), Colorado; Buckley SFB, Colorado; Greeley Air National Guard Station, Colorado; and Boulder, Colorado; and is expected to be completed by Jan. 31, 2026. Fiscal 2025 operation and maintenance funds in the amount of $27,859,672 are being obligated at the time of the award. Space Systems Command, Peterson Space Force Base Colorado, is the contracting activity.

BAE Systems Space & Mission Systems Inc., Boulder, Colorado, has been awarded a $26,394,286 modification (P00028) to a previously awarded contract (FA8650-22-C-6441) for additional research within scope. The modification brings the total value of the contract to $60,164,328 from $33,770,042. Work will be performed in Boulder, Colorado; and Dayton, Ohio, and is expected to be completed by Aug. 4, 2027. Fiscal 2024 6.2 and 6.3 Congressional Interest Item funds in the amount of $752,906 are being obligated at time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

RUMI LLC, White Cloud, Kansas, was awarded a $25,000,000 ceiling firm-fixed-price and indefinite-delivery/indefinite-quantity contract for roofing at Edwards Air Force Base, California. This contract provides for the furnishing of all labor, materials, equipment and supervision required to remove and dispose of existing roofing, flashing system, and perform roof repair and replacement for both low-slope and steep slope roofing projects. Work will be performed at Edwards Air Force Base, California, 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 amount of $287,600 are being obligated at the time of award. The Air Force Test Center contracting directorate, Edwards AFB, California, is the contracting activity (FA9301-25-D-0006).

TACG LLC, Anchorage, Alaska, was awarded a $24,167,993 firm-fixed-price task order for the F-15 Royal Saudi Air Force Link-16 technical support program. This order is an 8(a) award against a GSA IDIQ contract in the amount of $24,167,992. This contract provides for personnel to enhance Link-16 support for current Royal Saudi Air Force Link-16 efforts. Work will be performed in Saudi Arabia, and is expected to be completed by March 31, 2031. This contract involves Foreign Military Sales (FMS) to the Kingdom of Saudi Arabia. This contract was a competitive acquisition and two offers were received. Non-appropriated FMS no year funds in the amount of $3,008,897 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8575-25-F B001) .

Colt Builders and Weil Construction JV LLC, Des Moines, New Mexico, was awarded a firm-fixed-price task order of $23,631,758 for design and construction. This task order provides for the design and construction of a new mechanical system throughout B402 as well as the replacement of the 29,185 square foot built-up roof. Work will be performed at Sheppard AFB, Texas, and is expected to be completed by Feb. 1, 2028. This task order was a fair opportunity proposal request against the Sheppard AFB Multiple Award Construction Contract and three offers were received. Fiscal 2025 operational and maintenance funds in the amount of $23,631,758 are being obligated at time of award. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity (FA3020-25-F-0204).

Kyunan Co. Ltd., Miyazaki, Japan, was awarded a $21,195,631 firm-fixed-price contract for project LXEZ201076 Repair Water Lines Around Airfield Phase II. This contract provides for a design-build project with the purpose of replacing existing water distribution mains. Work will be performed at Kadena Air Base, Okinawa, Japan, and is expected to be completed by Aug. 6, 2028. This contract is the result of a competitive acquisition, and four offers were received. Fiscal 2025 operations and maintenance funds in the amount of $21,195,631 are being obligated at the time of award. The 18th Contracting Squadron, Kadena Air Base, Okinawa, Japan, is the contracting activity (FA5270-25-C-C002).

Martin Brothers Construction Co., Sacramento, California, was awarded a $16,438,115 firm-fixed-price contract for the repair of the 400 Aircraft Parking Ramp – Phase Five. This contract provides for a design-bid-build project to demolish and replace deteriorated concrete pavement and drainage utilities. Work will be performed at Travis Air Force Base, California, and is expected to be completed by Nov. 24, 2026. This contract was a competitive acquisition and three offers were received. Fiscal 2025 transportation working capital funds in the amount of $16,438,115 are being obligated at time of award. The 772d Enterprise Sourcing Squadron, San Antonio, Texas, is the contracting activity (FA8903-25-C-0028).

Advanced Navigation and Positioning Corp., Hood Rivera, Oregon, was awarded a $14,338,975 contract to deliver a Transportable Transponder Landing System (TTLS) prototype, and provide technical support services. This contract provides for the lease and delivery of a TTLS prototype to Air Force Special Operations Command (AFSOC) with technical support for demonstrations at major combat exercises within AFSOC area of responsibility. Work will be performed on Hurlburt Field, Florida, and is expected to be completed by Dec. 29, 2027. This contract is a result of a small business set-aside, and one offer was received. Fiscal 2025 research and development funds in the amount of $14,338,975 are obligated at the time of award. Air Force Installation Contracting Center, 765th Enterprise Sourcing Flight, Hurlburt Field, Florida, is the contracting activity (FA0021-25-C-0004).

Raytheon Co., Tucson, Arizona, has been awarded a $11,161,101 firm-fixed-price modification (PZ0002) to a previously awarded contract (FA8675-23-C-0037) for Advance Medium Range Air-to-Air Missiles C8 and D3 variants and the production thereof with the purchase of Wave 11C Pt 2 life of type obsolescence parts purchases. The contract modification is for the definitization of the Wave 11C Part 2 life of type obsolescence part purchase. Work will be performed at Tucson, Arizona, and is expected to be completed by Dec. 31, 2027. This contract involves military sales to Canada, Taiwan, Bulgaria, Hungary, Poland, Sweden, Czech Republic, Korea, Kuwait, Japan, Finland, Germany, United Kingdom, Italy, Netherlands, Norway, Belgium, Australia, Turkey, Spain, and Lithuania. Fiscal 2024 Navy weapons procurement funds in the amount of $66,984; fiscal 2025 Air Force missile procurement funds in the amount of $10,514,962; and Foreign Military Sales funds in the amount of $3,278,440, are being obligated at the time of award. The Air Force Life Cycle Management Center, weapons superiority contracting branch, Robins Air Force Base, Georgia, is the contracting activity.

Onaka Gumi Co. Ltd., Okinawa, Japan, has been awarded a $ 7,705,910, firm-fixed-price, contract for construction. This contract is to repair cracks and spalls on concrete walls, beams, columns, roof, floor slab, and eaves, repair to restore integrity of steel members that deteriorated due to corrosion. Work will be performed at Kadena Air Base, Okinawa, Japan, and is expected to be completed by Dec. 31, 2026. This contract involves Foreign Military Sales to Japan. Fiscal 2025 operation and maintenance funds in the amount of $7,705,910 will be obligated at the time of award. The 18th Contracting Squadron, Kadena Air Base, Okinawa, Japan is the contracting activity (FA5270-25-C-0016).

DEFENSE LOGISTICS AGENCY

Intuitive Research and Technology Corp., Huntsville, Alabama, has been awarded a minimum $179,460,689 cost-plus-fixed-fee contract for flight vehicle parts. 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 eleven-month contract with no option periods. The contract completion date is Aug. 31, 2028. Using customers are Army, federal civilian agencies and Ukraine. Type of appropriation is fiscal 2024 through 2025 operations and maintenance and Foreign Military Sales funding. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-25-C-0014).

BAE Systems Land & Armaments, Sterling Heights, Michigan, has been awarded a minimum $97,947,920 cost-plus-fixed-fee one-time buy contract for Bradley Fighting Vehicle system retrofit installation management support. 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 two-month contract with no option periods. The performance completion date is Nov. 30, 2027. Using customers are Army and federal civilian agencies. Type of appropriation is fiscal 2023 through 2025 Army procurement funding. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-25-C-0010).

ETI Tech LLC, Kettering, Ohio, has been awarded a maximum $45,577,024 firm-fixed-price, indefinite-delivery requirements contract for C-5 two-man and three-man passenger seats. 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 four-year contract with no option periods. The performance completion date is Sept. 29, 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-D-0009).

*Small business