NAVY
Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded a $99,964,084 modification (P00007) to a previously awarded cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N0001923D0015). This modification adds scope and increases the contract ceiling for compatibility assessments and engineering models, cost reduction analysis, software support, correction of software deficiencies and enhancements, service life extension analysis, and flight test supporting follow-on test and evaluation activities. in support sustainment efforts for the H-53 helicopter for the Marine Corps, Navy, and Foreign Military Sales customers. Work will be performed in Stratford, Connecticut (97%); and various locations within the continental U.S. (3%), and is expected to be completed in March 2028. 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.
GHD Inc., Honolulu, Hawaii, is awarded a $40,000,000 indefinite-delivery/indefinite-quantity contract for multi-discipline architectural-engineering projects within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of responsibility. Work will be performed at various locations, including but not limited to the Philippines (45%), Australia (20%), Micronesia (30%), and Singapore (5%). The term of the contract is not to exceed 60 months with an expected completion date of March 2030, or until all task orders have been completed. Fiscal 2024 unspecified minor military construction (planning and design) contract funds in the amount of $10,000 are obligated for the minimum guarantee of this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (planning and design). This contract was competitively procured via the sam.gov website with four proposals received. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-25-D-0002).
ARMY
American Ordnance LLC, Middletown, Iowa, was awarded a $68,457,106 firm-fixed-price contract for M039 40 lb. cratering charges. 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 March 4, 2030. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-D-0008).
DEFENSE LOGISTICS AGENCY
Raytheon Co., Andover, Massachusetts, has been awarded a maximum $59,899,998 firm-fixed-price delivery order (SPRDL1-25-F-0084) against a nine-year basic ordering agreement (SPRBL1-15-D-0017) for Bradley Fighting Vehicle spare parts. This was a sole-source acquisition using 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a four-year contract with no option periods. The delivery order end date is April 30, 2029. Using military service is Army. Type of appropriation is fiscal 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.
The Boeing Co., St. Louis, Missouri, has been awarded a maximum $55,735,390 modification (P00001) to undefinitized delivery order (SPRPA1-24-F-0051) issued against a three-year basic ordering agreement (SPRPA1-22-D-001U) for additional performance-based support requirements. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. The performance completion date is Sept. 16, 2027. Using military services are Air Force, Army, Navy, and Marine Corps. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.
AIR FORCE
Tyonek Technical Services LLC, Madison, Alabama, was awarded a $45,953,799 indefinite-delivery/indefinite-quantity contract for on-site depot support. This contract provides depot maintenance support for weapons systems and subsystems for the Air Force Special Operations Command C-130 fleet. Work will be performed at Hurlburt Field, Florida, and is expected to be completed by March 30, 2035. This contract was a competitive acquisition, and two offers were received. Fiscal 2025 operation and maintenance funds in the amount of $4,802,944 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8509-25-D-B001).
Sierra Nevada Corp., Fort Walton Beach, Florida, was awarded a not-to-exceed $13,081,102 undefinitized contract action for A-29C fleet sustainment. This contract provides for continued support of A-29C aircraft, training devices, mission planning and debrief systems, line replaceable units, alternate mission equipment, ground support equipment, test equipment, commercial technical publications, and associated spares. Work will be performed at Edwards Air Force Base, California, and is expected to be completed Feb. 28, 2026. This contract was a sole-source acquisition. The Air Force Life Cycle Management Center, Wright Patterson AFB, Ohio, is the contracting activity (FA8637-25-C-B002).
*Small business