NAVY
Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $551,012,019 cost-plus-incentive-fee, fixed-price incentive (firm-target), and firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engineering and technical support and production of the submarine AN/BLQ-10 electronic warfare systems on new-construction and in-service submarines. This contract includes options which, if exercised, would bring the cumulative value of this contract to $1,365,790,743. Work will be performed in Syracuse, New York, and is expected to be completed by January 2030. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $2,000,000 will be obligated to satisfy the minimum guarantee and begin engineering efforts under delivery order N00024-25-F-6260 and the funds will not expire at the end of the current fiscal year. The requirement was competitively procured through full and open competition via System for Award Management (SAM.gov) with one offer received in response to this solicitation. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-D-6211).
Lockheed Martin Space, Littleton, Colorado, was awarded an $86,700,000 cost-plus-incentive-fee, undefinitized contract action (N0003022C1025P00062) for the procurement and delivery of advanced payload modules. Work will be performed in Denver, Colorado (52%); Huntsville, Alabama (36%); Sunnyvale, California (8%); Michoud, Louisiana (2%); Stennis, Mississippi (1%); and at various other locations (1% total). Work is expected to be completed on Sept. 30, 2027, once the contract is definitized. Fiscal 2025 other procurement (Navy) funds in the amount of $43,350,000 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract was awarded on a sole source basis pursuant to 10 U.S. Code 3204(a)(1) and was previously synopsized on the System for Award Management (SAM.gov) online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.
Raytheon Co., Tucson, Arizona, is awarded a $75,125,477 cost-plus-fixed-fee modification to previously awarded contract N00024-23-C-5410 to exercise options for Standard Missiles 2 and 6 (SM-2/6) engineering and technical support. Work will be performed in Tucson, Arizona, and is expected to be completed by March 2028. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $21,754,175 (76%); fiscal 2025 research, development, test, and evaluation (Navy) funds in the amount of $2,782,000 (10%); fiscal 2024 weapons procurement (Navy) funds in the amount of $2,683,000 (9%); Foreign Military Sales (FMS) (Spain) funds in the amount of $581,500 (2%); FMS (Netherlands) funds in the amount of $553,500 (2%); and FMS (Germany) funds in the amount of $398,400 (1%), will be obligated at time of award, of which, $21,754,175 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
General Dynamics NASSCO-Bremerton, Bremerton, Washington, is awarded a $74,868,772 undefinitized contract action resulting in a cost-plus-incentive-fee/award-fee delivery order for the USS Ronald Reagan (CVN 76) Drydocking Planned Incremental Availability (DPIA) in support of repair and alteration requirements. This DPIA is used to complete all necessary updates, repairs, maintenance and similar work to ensure the CVN 76 mission ready. This delivery order stems from the private sector maintenance (PSM) contract N00024-19-D-4310. Funding in the amount of $74,868,772 will be obligated at time of award and will expire at the end of the current fiscal year. Work will be performed in Bremerton, Washington, and is expected to be completed by August 2026. Fiscal 2025 operations and maintenance, (Navy) funds in the amount of $74,868,772 will be obligated at time of award and will expire at the end of the current fiscal year. The PSM contract N00024-19-D-4310 was competitively awarded. Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.
Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $24,980,584 cost-plus-incentive-fee modification to previously awarded contract N00024-23-C-5123 for in-service AEGIS sustainment, system integration, and product documentation and support. Work will be performed in Moorestown, New Jersey, and is expected to be completed December 2025. Fiscal 2025 research development and test funds in the amount of $18,891,980 (75.63%); and fiscal 2019 shipbuilding and conversion funds in the amount of $6,088,603 (24.37%), will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Jan. 30, 2025)
RAM-System GmbH, Ottobrunn, Germany, is being awarded a €16,207,083 firm-fixed-price delivery order N00024-25-F-5443 under basic ordering agreement N00024-24-G-5407 for the development of a Common Electronic Support Measurement System in support of the Rolling Airframe Missile Guided Missile Weapon System. Work will be performed in Ulm, Germany (62%); Schrobenhausen, Germany (30%); and Ottobrunn, Germany (8%), and is expected to be completed by December 2027. German Cooperative Funds in the amount of €16,207,083 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 under the exception 10 U.S. Code 3204(a) (4), International Agreement. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Raytheon Co., Tucson, Arizona, is awarded a $12,160,995 firm-fixed-price and cost-plus-fixed-fee modification to previously awarded contract N00024-23-C-5408 to exercise options and incrementally fund existing contract line items for Standard Missile (SM) depot and intermediate level repair and maintenance and procurement of provisioned items ordered spares. Work will be performed in Tucson, Arizona, and is expected to be completed by May 2029. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $10,156,109 (90%); Foreign Military Sales (FMS) (Taiwan) funds in the amount of $475,000 (5%); FMS (Germany) funds in the amount of $457,949 (4%); and FMS (South Korea) funds in the amount of $138,706 (1%), will be obligated at time of award, of which, $10,156,109 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
AIR FORCE
Leidos Inc., Reston, Virginia, was awarded a $148,752,058 firm-fixed-price contract for Project Night Owl Managed Service Provider. This contract provides for managed services support including network, application, infrastructure, and security. Work will be performed at Tinker Air Force Base, Oklahoma; and Northern Virginia, and is expected to be completed by Feb. 2, 2030. This contract was a competitive acquisition, and seven offers were received. Fiscal 2024 research and development funds in the amount of $23,746,321 are being obligated at the time of award. The Air Force Lifecycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8600-25-C-9080).
BKM Prime AE JV JC LLC, Baltimore, Maryland (FA8903-25-D-0029); Blair Remy Merrick MP JV LLC, Oklahoma City, Oklahoma (FA8903-25-D-0030); Chimborazo JV, Kennesaw, Georgia (FA8903-25-D-0031); Cyntergy-SLA JV, Wichita Falls, Texas (FA8903-25-D-0034); GM Hill Baker JV LLC, Jacksonville, Florida (FA8903-25-D-0032); JP Harvey-Stantec JV, Hampton, Virginia (FA8903-25-D-0033); and WJA Design Collaborative, Seattle, Washington (FA8903-25-D-0035), have been awarded a $49,000,000 ceiling, firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contract for Air Force Civil Engineer Center architect-engineering services. This contract provides for Title I, Title II, and other related architect-engineering services, for dormitory facilities. Work will be performed globally and is expected to be completed Feb. 2, 2030, if all options are exercised. These contracts were competitive acquisitions, and 17 offers were received. Fiscal 2025 operations and maintenance funds in the amount of $17,500 ($2,500 per awardee) are being obligated at the time of award. The 772nd Enterprise Sourcing Squadron, Joint Base Lackland-San Antonio, Texas, is the contracting activity.
Definitive Logic Corp., Arlington, Virginia, was awarded a not-to-exceed $21,236,975 for program and budget enterprise systems (PBES) system integrator modernization support. This contract provides for system integration to manage customized commercial off-the-shelf software, modernization of the program, offering technical and engineering support, documenting the PBES System, delivering software configurations and reducing technical debt, operating a customer support desk, and training the user community. Work will be performed at the Pentagon, Washington, D.C., and is expected to be completed by July 1, 2026. This contract was a sole source acquisition. Fiscal 2025 operation and maintenance funds in the amount of $1,409,879 are being obligated at the time of award. The Air Force Lifecycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8770-25-C-B003).
ARMY
Yaeger Architecture Inc.,* Seattle, Washington (W912DW-25-D-1011); Raymond Pond Federal Solutions JV, LLC,* Conyers, Georgia (W912DW-25-D-1012); WJA PLLC,* Seattle, Washington (W912DW-25-D-1013); G.M. HILL BAKER JV LLC,* Jacksonville, Florida (W912DW-25-D-1014); and Pacrim-Transystems JV LP,* Fife, Washington (W912DW-25-D-1014), will compete for each order of the $95,000,000 firm-fixed-price contract for multidiscipline design services. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 2, 2032. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity.
Amentum Services Inc., Chantilly, Virginia, was awarded a $12,840,184 modification (P00008) to contract W58RGZ-25-C-0003 for global aviation maintenance services. Work will be performed in Fort Campbell, Kentucky; Fort Drum, New York; and Kuwait, with an estimated completion date of Nov. 30, 2025. Fiscal 2024 aircraft procurement, Army and 2025 operation and maintenance, Army funds in the amount of $12,840,184 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
CORRECTION: The $259,999,400 multiple award task order contract (W912DY-25-D-0030, W912DY-25-D-0031, W912DY-25-D-0032, W912DY-25-D-0033, W912DY-25-D-0034, W912DY-25-D-0018, W912DY-25-D-0019, W912DY-25-D-0020, W912DY-25-D-0021, W912DY-25-D-0022, W912DY-25-D-0023, W912DY-25-D-0023, W912DY-25-D-0024, W912DY-25-D-0026, W912DY-25-D-0027, W912DY-25-D-0028 and W912DY-25-D-0028) announced on Jan. 30, 2025 was actually for $260,002,400.
*Small business