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 Jan. 27, 2025

AIR FORCE

General Electric Co., GE Edison Works, Cincinnati, Ohio, was awarded a ceiling $3,500,000,000 indefinite-delivery/indefinite-quantity modification (P00005) to a previously awarded contract (FA8626-22-D-0010) for technology maturation and risk reduction services for the execution of the prototype phase of the Next Generation Adaptive Propulsion program. Work will be performed in Cincinnati, Ohio, and is expected to be completed by July 11, 2032. No funds are being obligated at the time of award. The Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. 

Raytheon Technologies Corp., Pratt & Whitney Engines, East Hartford, Connecticut, has been awarded an indefinite-delivery/indefinite-quantity modification (P00006) with a program ceiling of $3,500,000,000 to previously awarded contract FA8626-22-D-0002 for technology maturation and risk reduction services. The work includes design, analysis, rig testing, prototype engine build and testing, and weapon system integration. The contract modification is for the execution of the prototype phase of the Next Generation Adaptive Propulsion program and is focused on delivering a state-of-the-art propulsion system with a flexible architecture that can be tailored for future combat aircraft operating across various mission threads; and digitally transforming the propulsion industrial base. No funds are being obligated at the time of award. The modification brings the total cumulative face value of the contract to $3,500,000,00 from $975,000,000. The location of performance is East Hartford, Connecticut, and work is expected to be complete by July 13, 2032. This ceiling raise is the result of a planned work to be conducted within scope of the contract. Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. 

Aktarius LLC, Panama City, Florida (FA4877-25-D-0008); and DAP Construction Management LLC, Phoenix, Arizona (FA4877-25-D-0009), were awarded a not-to-exceed $350,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for a construction contract. The contract provides for a construction program to include maintenance, repair, alterations, mechanical, electrical, heating/air conditioning, demolition, painting, paving, and earthwork. Work will be performed at Davis-Monthan Air Force Base, Arizona; and Luke AFB, Arizona; and is expected to be completed Sept. 9, 2031. This contract was a competitive acquisition, and 31 offers were received. No funds are being obligated at the time of award. The 355th Contracting Squadron, Davis-Monthan AFB, Arizona, is the contracting activity.

DNI Emerging Technologies LLC, Oklahoma City, Oklahoma, was awarded a maximum $99,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for cyberspace operations support services. This contract provides for non-core, non-personal IT support for Air Force Material Command Systems Center for cyberspace operations and information functions. Work will be performed at Wright-Patterson Air Force Base, Ohio; Hanscom AFB, Massachusetts; Robins AFB, Georgia; Tinker AFB, Oklahoma; Hill AFB, Utah; Eglin AFB, Florida; Joint Base San Antonio, Texas; Maxwell AFB, Gunter Annex, Alabama; and Crystal City, Virginia, and is expected to be completed by Feb. 28, 2029. This contract was a sole source acquisition. Fiscal 2023 aircraft procurement funds in the amount of $2,743,365; fiscal 2023 procurement (U.S. Special Operations Command) funds in the amount of $12,486; fiscal 2024 aircraft procurement funds in the amount of $1,079,341; fiscal 2024 research, development, test and evaluation funds in the amount of $554,731; fiscal 2025 aircraft procurement funds in the amount of $327,262; and fiscal 2025 operations and maintenance (U.S. Special Operations Command) funds in the amount of $225,221, are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8604-25-D-B001).

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $24,000,000 firm-fixed-price modification (P00002) to a previously awarded contract (FA8682-24-C-B001) for joint air-to-surface standoff missile and long-range anti-ship missile large lot procurement Lot 22 tooling, training, and maintenance. The modification brings the total cumulative face value of the contract to $3,254,277,127. Work will be performed in Orlando, Florida, and is expected to be completed by Jan. 31, 2028. This modification involves Foreign Military Sales (FMS) to Poland, Netherlands, Finland, and Japan. FMS funds in the amount of $24,000,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, was awarded a $22,103,279 cost-plus-incentive-fee task order for the large aircraft infrared countermeasures automated test environment effort. This contract provides for the establishment of the test environment for automated formal qualification testing at the software and system levels to support diminishing manufacturing sources activities. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed by Jan. 31, 2028. This contract is a sole-source acquisition. Fiscal 2024 procurement funds in the amount of $10,261,185 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

NAVY

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $502,188,416 indefinite-delivery/indefinite-quantity, cost-plus-fixed fee, cost-plus-incentive-fee, fixed-price-incentive-fee, firm-fixed-price, and cost only contract for Hypervisor Technology Zero Surface Ship Undersea Warfare combat systems and spares, engineering labor, program management, and engineering other direct costs, travel, and material in support of AN/SQQ-89A(V)15 combat system development, integration, manufacturing, production, and testing. This contract includes options which, if exercised, would bring the cumulative value of this contract to $1,033,395,002. Work will be performed in Syracuse, New York (27%); Manassas, Virginia (26%); Lemont Furnace, Pennsylvania (23%); Clearwater, Florida (22%); and Owego, New York (2%), and is expected to be completed by January 2029. If all options are exercised, work will continue through January 2033. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $1,205,366 (36%); fiscal 2025 other procurement (Navy) funds in the amount of $711,697 (21%); fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $543,877 (16%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $383,711 (11%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $374,700 (11%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $121,776 (4%); fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $23,304 (1%) will be obligated at the time of award to satisfy the minimum guarantee and will not at expire the end of the current fiscal year. This contract was competitively procured via the System for Award Management (SAM.gov) website, with 1 offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Kranze Technology Solutions Inc.,* Des Plaines, Illinois, is awarded a $42,902,575 cost-plus-fixed-fee, cost reimbursable order (N0042125F0043) against a previously issued basic ordering agreement (N0042124G0007). This order provides engineering technical services and contractor field services for various fleet shore and deployed activities for the purpose of informing, instructing, and training Navy and Marine Corps personnel in the installation, operation, and maintenance of the Digital Interoperability Marine Air-Ground Task Force Agile Network Gateway Link related family of systems. Work will be performed in Des Plaines, Illinois, and is expected to be completed in January 2030. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $2,535,953 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This order was not competed. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Vigor Marine LLC, Portland, Oregon, was awarded at $31,343,619 firm-fixed-price contract (N3220525C4115) for a 90-calendar day shipyard availability for a mid-term availability of Military Sealift Command’s fleet ordnance and dry cargo vessel USNS Matthew Perry (T-AKE 9). This contract includes a base period and three unexercised options, which if exercised, would increase cumulative value of this contract to $31,771,604. Work will be performed in Portland, Oregon, beginning Feb. 17, 2025, and is expected to be completed by May 17, 2025. Working capital funds (Navy) in the amount of $31,343,619 are obligated for fiscal 2025 and will not expire at the end of the current fiscal year. This contract was full and open competition with proposals solicited via the Government Point of Entry website and five proposals received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Rockwell Collins Inc., Government Systems, Cedar Rapids, Iowa, was awarded a $23,992,398 fixed-price-incentive-fee, firm-fixed-price modification (P00064) to a previously awarded cost-plus-incentive-fee contract (N6134017C0007). This modification exercises options to procure 68 airborne subsystem pods, three fixed ground subsystems, nine remote range units, three portable support equipment subsystems, and delivery of contract data requirements lists in support of full rate production three for the Navy’s Tactical Combat Training System (TCTS) II program. Additionally, this modification exercises an option to provide on-site training requirements via one training iteration for the TCTS II program. Work will be performed at Cedar Rapids, Iowa (30%); Richardson, Texas (30%); Virginia Beach, Virginia (15%); Lemoore, California (10%); Jacksonville, Florida (10%) and Cherry Point, North Carolina (5%), and is expected to be completed January 2027. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $21,336,952; fiscal 2025 other procurement (Navy) funds in the amount of $2,583,816; and operation and maintenance (Navy) funds in the amount of $71,630, will be obligated at the time of award, $71,630 of which will expire at the end of the current fiscal year. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. (Awarded on 23 Jan. 23, 2025)

Bayonne Dry Dock & Repair,* Bayonne, New Jersey, is awarded an $18,700,768 firm-fixed-price contract (N3220525C4122) for 100-calendar day shipyard availability for the regular overhaul and dry dock availability of Military Sealift Command’s fleet replenishment oiler USNS Henry J Kaiser (T-AO 187). This contract includes a base work package and four unexercised options for additional work and time, which if exercised, would increase the cumulative value of this contract to $19,364,358. Work will be performed in Bayonne, New Jersey, beginning March 31, 2025, and is expected to be completed by July 8, 2025. Working capital funds (Navy) in the amount of $18,700,768 are obligated for fiscal 2025 and will not expire at the end of the fiscal year. This contract was a small business set-aside solicited via the sam.gov website and four offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C4211).

DEFENSE FINANCE AND ACCOUNTING SERVICE

Booz Allen Hamilton, McLean, Virginia is being awarded a modification (P00014) to the previously awarded task order HQ042323F0088 in the amount of $17,564,755. This provides for enterprise local area network support, which includes application, server, storage, network, security, network management, information assurance, and voice and video teleconferencing engineering support. The modification brings the total cumulative face value of the order from $21,550,329 to $39,115,084. Work will be performed at various Defense Finance and Accounting Service (DFAS)locations with an expected completion date of Jan. 31, 2026. Fiscal 2025 operations and maintenance funds in the amount of $17,564,754 are being obligated at the time of award. DFAS Contract Services Directorate in Columbus, Ohio, is the contracting activity.

*Small business