U.S. Department of Defense

09/23/2025 | Press release | Distributed by Public on 09/23/2025 15:31

Contracts for Sept. 23, 2025Contracts for Sept. 22, 2025Secretary of War Pete Hegseth Greets Canadian Minister of National Defense David McGuinty

ARMY

Global Military Products Inc.,* Tampa, Florida, was awarded a $639,828,024 firm-fixed-price contract for the procurement of 155mm High Explosive complete rounds in support of the Special Ammunitions and Weapons Systems program. 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 July 10, 2027. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-25-F-0388).

Accurate Energetic Systems LLC,* McEwen, Tennessee, was awarded a $119,591,567 firm-fixed-price contract for the procurement of TNT. 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. 23, 2025. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-25-D-0041).

AM General LLC, South Bend, Indiana, was awarded a $50,974,838 modification (P00033) to contract W912CH-24-F-0229 for the procurement of 112 each of M1152A1B2 and M1165A1B3 High Mobility Multipurpose Wheeled Vehicles. This modification increases the total cumulative face value of the contract to $3,114,701,067. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 28, 2027. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

WU & Associates Inc.,* Mount Laurel, New Jersey, was awarded a $27,932,071 firm-fixed-price contract for aircraft hangar repair, renovation. Bids were solicited via the internet with one received. Work will be performed in Las Vegas, Nevada, with an estimated completion date of Oct. 21, 2027. Fiscal 2025 operation and maintenance, Air Force funds in the amount of $27,932,071 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles District, is the contracting activity (W912PL-25-C-A018).

L3Harris Technologies Inc., Palm Bay, Florida, was awarded a $20,625,441 firm-fixed-price contract (W912CH-25-D-0075) for spare parts and repair maintenance action services for the T7 Multi-Mission Robotic System. 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. 30, 2028. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Barrett Firearms Manufacturing Inc., Christiana, Tennessee, was awarded a $14,200,000 modification (P00009) to contract W15QKN-21-D-0028 for the production and delivery of MK22 (7.62 only) and .338-barrel kits. The modification increases the total cumulative face value of the contract to $64,177,196. 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 30, 2026. Army Contracting Command, New Jersey, is the contracting activity.

Interactive Process Technology LLC,* Burlington, Massachusetts, was awarded a $9,989,473 modification (P00037) to contract W31P4Q-23-F-0020 for cybersecurity labor supporting information technology services. The modification brings the total cumulative face value of the contract to $102,666,848. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 25, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

R2BUILD, Irvine, California, was awarded a $9,447,923 firm-fixed-price contract to construct a new combined pumphouse and substation, and demolition of the old pumphouse and substation. Bids were solicited via the internet with five received. Work will be performed in Long Beach, California, with an estimated completion date of Oct. 20, 2027. Fiscal 2025 operation and maintenance, defense-wide funds in the amount of $9,447,923 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles District, is the contracting activity (W912PL-25-C-0012).

Koontz Electric Co. Inc., Morrilton, Arkansas, was awarded a $8,230,860 firm-fixed-price contract for the Soo Locks 15kV switchgear replacement construction project. The amount of this action is $8,230,860. Bids were solicited via the internet with three received. Work will be performed in Sault Ste Marie, Michigan, with an estimated completion date of April 11, 2028. Fiscal 2023 civil operation and maintenance funds in the amount of $8,230,860 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit District, is the contracting activity (W911XK-25-C-A036).

AIR FORCE

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 funds 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.

SI2 Technologies Inc., Nashua, New Hampshire, was awarded a firm-fixed-price and indefinite-delivery/indefinite-quantity contract with a ceiling of $80,000,000 for the continued production and sustainment of Suitcase Portable Receive Suites (SPRS). This contract provides for production and sustainment of SPRS, program management and engineering support, mitigation of component obsolescence, training and system fielding support as required. Work will be performed at Billerica, Massachusetts, and is expected to be completed by Aug. 22, 2030. This award is the result of a sole source Small Business Innovative Research Phase Three acquisition. Fiscal 2025 operations and maintenance funds in the amount of $956,045 are being obligated at the time of award. Space Systems Command, Peterson Space Force Base, Colorado Springs, Colorado, is the contracting activity (FA8823-25-DB001).

Raytheon Technologies Corp., doing business as Pratt & Whitney, East Hartford, Connecticut, was awarded a $31,000,000 task order for F139 Phase Two Year Four. This contract provides for engineering services and non-recurring engine repair. Work will be performed at East Hartford, Connecticut; Travis Air Force Base, California; Seymour Johnson AFB, North Carolina; McConnell AFB, Kansas; Joint Base McGuire-Dix-Lakehurst, New Jersey; Altus AFB, Oklahoma; and Tinker AFB, Oklahoma, and is expected to be completed by Sept. 22, 2026. This award is the result of a sole source acquisition. Fiscal 2025 operations and maintenance funds in the amount of $31,000,000 are being obligated at the time of award. Tinker AFB, Oklahoma, is the contracting activity (FA8124-25-B-0047).

CACI Inc - FEDERAL, Chantilly, Virginia, has been awarded a $19,173,656 modification (P00038) to a previously awarded contract (FA8821-24-F-B001) for a modification to implement the New Hampshire Tracking Station C-side MTR project for the Satellite Control Network. The modification brings the total cumulative face value of the contract to $425,033,553 from $405,859,897. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by Jan. 22, 2027. Fiscal 2025 operations and maintenance appropriations funding in the amount of $19,173,656 is being obligated at the time of award. Space Systems Command, Peterson Space Force Base, Colorado, is the contracting activity.

Advanced Thermal Batteries Inc., Westminster, Maryland, was awarded a $9,349,934 cost-plus-incentive-fee contract for Stage One Battery Replacement program. This contract provides for a replacement of legacy asset, Stage One Flight Control Unit battery for the Minuteman III Intercontinental Ballistic Missile. Work will be performed at Westminster, Maryland, and is expected to be completed by March 22, 2028. This contract was a competitive acquisition and three offers were received. Fiscal 2024 funds for research, development, test and evaluation in the amount of $2,748,721 are being obligated at time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8214-25-C-B003).

DEFENSE LOGISTICS AGENCY

GTA Containers LLC,* South Bend, Indiana, has been awarded a maximum $94,373,584 firm-fixed-price, indefinite-quantity contract for fitted covers commodity items. This was a competitive acquisition with one response received. This is a three-year base contract with two one-year option periods. The performance completion date is Sept. 22, 2028. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

Aero International LLC, doing business as AMS Engineered Solutions, Alexandria, Virginia, has been awarded a maximum $9,024,589 firm-fixed-price contract for T-38 spares. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year six-month contract with no option periods. Location of performance is California, with March 19, 2027, performance completion date. 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, Tinker Air Force Base, Oklahoma (SPRTA1-25-F-0270).

Honeywell International Inc., Phoenix, Arizona, has been awarded a maximum $8,164,500 firm-fixed-price delivery order (SPRDL125F0171) against a five-year long-term contract (SPRDL1-20-D-0098) for Abrams M1 tank, engine air conditioner generators. 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 May 12, 2027. Using military service is Army. Type of appropriation is fiscal 2025 through 2026 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

UPDATE: The Janz Corp.,** Columbus, Ohio (SPE2D1-25-D-0014, $45,000,000) has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R-0002 and awarded Feb. 10, 2022. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

NAVY

Appledore Marine - CH2M JV, Greenwood Village, Colorado, is awarded a $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multi-disciplinary, architect-engineering contract for waterfront projects in the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic North area of responsibility. The first task order is being awarded at $4,415,404 for Berth 6A and 6C Pump Station, located at Portsmouth Naval Shipyard, Kittery, Maine. The term of the contract is not to exceed 60 months with an expected completion date of September 2030. Fiscal 2025 Commander, Navy Region Mid-Atlantic funds in the amount of $4,415,404 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance, Navy, and military construction funds. This contract was competitively procured via the SAM.gov website with two bids received. NAVFAC, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N4008525D0038).

Avum Inc.,* Agoura Hills, California (N66001-21-D-0185); Cencore LLC*, Springville, Utah (N66001-21-D-0186); Cognetic Technologies,* Vista, California (N66001-21-D-0187); Computer Technologies Consultants Inc.,* Bethesda, Maryland (N66001-21-D-0188); Data Intelligence LLC,* Marlton, New Jersey (N66001-21-D-0189); Forward Slope Inc., San Diego, California (N66001-21-D-0190); Cameron Bell Corp.,* Daniel Island, South Carolina (N66001-21-D-0191); JRH Consultants LLC,* Washington D.C. (N66001-21-D-0192); Metronome LLC,* Fairfax, Virginia (N66001-21-D-0193); Nexagen Networks Inc.,* Morganville, New Jersey (N66001-21-D-0194); Pioneer Technologies Inc.,* Fairfax, Virginia (N66001-21-D-0195); Programs Management Analytics and Technologies,* San Diego, California (N66001-21-D-0196); Prosync Technology Group LLC,* Ellicott City, Maryland (N66001-21-D-0197); Sentar Inc.,* Huntsville, Alabama (N66001-21-D-0198); Solute Consulting,* San Diego, California (N66001-21-D-0199); Tri Star Engineering, Inc.*, Bloomington, Indiana (N66001-21-D-0200); and Vsolvit LLC,* Ventura, California (N66001-21-D-0201), are awarded a combined $59,568,577 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide systems engineering, software engineering, and life-cycle support for the development and sustainment of business systems and enterprise information systems for the Department of War, Department of Navy, and other federal agencies. Work will be performed globally and is expected to be completed by September 2031. No funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued. Option two under the existing contract, valued at $11,895,206, is being exercised. The requirement was competitively procured as a total small business set-aside via a request for proposal (N66001-21-R-0013) published on the beta.SAM.gov website and the Naval Information Warfare Systems Command e-Commerce Central website, and 24 offers were received. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Systems Planning and Analysis Inc., Alexandria, Virginia is being awarded a $51,199,968 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price type task orders to provide modeling, simulation and analysis tools, and techniques which include warfare and warfare support analyses and assessments, campaign analyses, mission-level analyses, data analytics, management and documentation in support of the Office of the Chief of Naval Operations Assessment Division. The contract will include a five-year ordering period with no options. The ordering period is expected to begin October 2025 and be completed by October 2030. Work will be performed in Alexandria, Virginia (95%), and Arlington, Virginia (5%). Fiscal 2025 research, development, test and evaluation (RDT&E) (Navy) funds in the amount of $450,000 will be obligated to fund the contract's minimum amount, and funds will not expire at the end of the current fiscal year. Subsequent task orders will be funded with appropriate fiscal year operations and maintenance (Navy); or RDT&E (Navy) funds. The contract was competitively procured as an unrestricted, competitive procurement with one offer received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Pentagon Directorate, Philadelphia, Pennsylvania is the contracting activity (N00189-25-D-Z036).

The Raytheon Co., Marlborough, Massachusetts, is being awarded $43,250,000 for a firm-fixed-price contract for the procurement of 2,175 transmit/receive integrated multichannel modules utilized in the SPY-6 Air and Missile Defense Radar System. All work will be completed in Andover, Massachusetts, and is expected to be completed by September 2028. Fiscal 2025 working capital funds (Navy) in the contract's full amount of $43,250,000 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1) and one offer was received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-25-C-DA14).

L3Harris Interstate Electronics Corp., Anaheim, California, is being awarded a $36,831,262 cost-plus-fixed-fee modification (P00040) for new procurement options under a previously awarded and announced contract (N0003022C2001), to provide services and support for flight test instrumentation systems. This contract award also benefits a Foreign Military Sale to the United Kingdom. The total value of the modification is $36,831,262 and the total cumulative face value of the contract, including all optional line items, is $489,127,076. Work will be performed in Anaheim, California (56%); Cape Canaveral, Florida (30%); Washington, D.C. (10%); Bremerton and Silverdale, Washington (2%); and Kings Bay, Georgia (2%). Work is expected to be completed Sept. 8, 2029. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $1,862,690 are being obligated on this modification. No funds will expire at the end of the fiscal year. This contract is being awarded on a sole source basis under 10 U.S. Code 3204(a)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Security Signals Inc.,* Cordova, Tennessee, was awarded a $16,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production, acceptance, and delivery of the MK 79 MOD 3 Personnel Distress Signal Kit, MK 80 MOD 3 Hand Fired Signal (Red), and the MK 31 MOD 0 Projector. This contract does not include options. Work will be performed in Somerville, Tennessee (75%); and Cordova, Tennessee (25%), and is expected to be completed by September 2030. Fiscal 2024 procurement of ammunition (Navy and Marine Corps) funds in the amount of $195,756 will be obligated at time of award, of which none will expire at the end of the current fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment Solicitation Module, with one offer received. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016425DJR92). (Awarded Sept. 19, 2025)

Leidos Innovations Corp., Gaithersburg, Maryland, is awarded a $9,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N6523625D1000). The commercial contract is for the procurement of hardware, software, logistics, and on-call help desk support for the Leidos developed Micro-Processor En-Route Automated Radar Tracking System, a Federal Aviation Administration certified Air Traffic Control digital radar data processing and display system. This contract includes a 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 $13,000,000. Work is in Charleston, South Carolina, and is expected to be completed by September 2030. If the option is exercised, the work could continue until September 2032. Fiscal 2025 operations and maintenance (Air Force) funds in the amount of $476,338 will be obligated on the first delivery order at time of award of the basic contract. The obligated funds would have expired at the end of the current fiscal year. This contract was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 3204(a)(1) - One source or limited sources (Federal Acquisition Regulation subpart 6.302-1). Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity.

DRS Systems Inc., Melbourne, Florida, is awarded a $9,324,350 modification (P00039) to a cost, cost-plus-incentive-fee contract (N0001920C0041). This modification exercises an option to provide continued non-recurring engineering in support of the design, development, integration and testing of the Laser 2 requirement, as well as provides for the delivery of four Laser 2 prototypes in support of the AN/AAQ-45 Distributed Aperture Infrared Countermeasures system for the Navy. Work will be performed in San Diego, California (66%); Dallas, Texas (29%); Fort Walton Beach, Florida (4%); and Melbourne, Florida (1%), and is expected to be completed in March 2027. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $2,476,001 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.

P&S Construction Inc.,* Westford, Massachusetts, is awarded an $8,644,800 firm-fixed-price contract for concrete repairs to dry docks two and three at Portsmouth Naval Shipyard, Kittery, Maine. The work will be performed in Kittery, Maine and is expected to be completed by October 2026. Fiscal 2025 Shipyard Infrastructure Optimization Program funds in the amount of $8,644,800 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the www.sam.gov website with five offers received. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-25-C-0037).

U.S. SPECIAL OPERATIONS COMMAND

MCP Computer Products Inc., San Marcos, California, was awarded a $12,047,619 firm-fixed-price order (delivery order H9241525FE100 and contract 47QTCA22A000C) for Dell laptops and associated equipment in support of U.S. Special Operations Command (USSOCOM). USSOCOM, at MacDill Air Force Base, Florida, is the contracting activity.

*Small business
**Veteran-owned small business

U.S. Department of Defense published this content on September 23, 2025, and is solely responsible for the information contained herein. Distributed via Public Technologies (PUBT), unedited and unaltered, on September 23, 2025 at 21:32 UTC. If you believe the information included in the content is inaccurate or outdated and requires editing or removal, please contact us at [email protected]