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 April 30, 2025

NAVY

General Dynamics Electric Boat Corp., Groton, Connecticut (N00024-12-C-2115, N00024-17-C-2100, N00024-17-C-2117); and Huntington Ingalls Inc., Newport News Shipbuilding, Newport News, Virginia (N00024-15-C-2114, N00024-16-C-2116, and N00024-21-C-2106), are awarded cost-plus-incentive-fee with ceilings, and cost-plus-fixed-fee contract modifications for construction of two fiscal 2024 Virginia-class submarines (SSN 812 and SSN 813), investments to improve productivity at the shipyards, and for nuclear-powered vessel programs workforce support and investment. General Dynamics Electric Boat Corp. is being awarded $12,418,145,463, and if all options are exercised the total value will be $17,152,265,971; and Huntington Ingalls Inc., Newport News Shipbuilding, is being awarded $1,293,694,000. These contracts include options which, if exercised, would bring the cumulative value of the contract change to $18,445,959,971. The awarded amounts include previously announced material awards (including long lead time material and economic ordering quantity material) totaling $2,103,896,000. Work will be performed in Groton, Connecticut (32%); Newport News, Virginia (32%); Quonset Point, Rhode Island (8%); Sunnyvale, California (4%); Goose Creek, South Carolina (2%); Mobile, Alabama (1%); Sykesville, Maryland (1%); Bethlehem, Pennsylvania (1%); and other locations less than 1% (19%), and is expected to be completed by June 2036. Fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $5,263,038,425; and fiscal 2025 shipbuilding and conversion (Navy) funding in the amount of $4,163,000,000, 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.

Science Application International Corp., Reston, Virginia, is awarded a $136,427,161 firm-fixed-price, cost-plus-fixed-fee, and cost-only modification to a previously awarded contract (N00024-22-C-6419) to exercise options for the production, spares, production support material, engineering support, and hardware repair of components for MK 48 Heavyweight Torpedo All Up Round. This contract combines purchases to support the Navy, the Royal Australian Navy, and the Foreign Military Sales program. Work will be performed in Bedford, Indiana (80%); and Middletown, Rhode Island (20%), and is expected to be completed by May 2028. Fiscal 2025 weapons procurement (Navy) in the amount of $104,699,420 (78%); funding from foreign partners in the amount of $27,482,824 (20%); fiscal 2023 weapons procurement (Navy) in the amount of $2,469,840 (1%); and fiscal 2024 research, development, test and evaluation (Navy) in the amount of $233,940 (1%), will be obligated at the time of award and funds in the amount of $2,703,780 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

STS Systems Defense LLC.,* San Antonio, Texas, is awarded a $58,819,066 firm-fixed-price and cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract will provide for the procurement of updates and avionics modifications to the F-16 and F-5 on-aircraft systems which include, but are not limited to, the following: stores management system, fire control, radar (APG-66, APG-68, and APG-83), mission planning, data transfer equipment, moving maps, targeting systems, pods, weapons, electronic warfare, communications, instruments, data links, radar detection/warning, displays, and global positioning system along with any additional systems that are added for Navy configuration. Work will be performed in Fallon, Nevada (95%); and Hill Air Force Base, Utah (5%), and is expected to be completed April 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 Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042125D0302).

FedTribe LLC,* King William, Virginia, is awarded a $13,990,793 firm-fixed-price order (N0042125F0673) against a previously issued basic ordering agreement (N0042124G0005). This order procures 14,100 head gear unit 98 communication headsets for use by Naval Aviation maintainers support personnel. Work will be performed in Indianapolis, Indiana (65%); Cleveland, Ohio (24%); and Topeka, Kansas (11%), and is expected to be completed in December 2025. Fiscal 2025 other procurement (Navy) funds in the amount of $13,990,793 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.

Platform Systems Inc.,* Hollywood, Maryland, is awarded a $9,994,967 modification (P00009) to a cost-plus-fixed-fee order (N6833522F0412) against a previously issued basic ordering agreement (N6833522G0030). This modification adds scope to provide Vanilla Unmanned
airframe enhancement efforts, payload integration activities, and flight testing in support of Small Business Innovation Research Phase III, Topic AF171-124, titled “Ultra-Endurance Vanilla Unmanned Air Vehicle (VUAV)” for the Navy. Work will be performed in Hollywood, Maryland, and is expected to be completed in April 2027. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $1,500,000 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 competed. Naval Air Warfare Center, Lakehurst, New Jersey, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $7,768,648 cost-plus-fixed-fee order (N0001925F2024) against a previously issued basic ordering agreement (N0001924G0010). This order defines software activation requirements, develops activation plans and schedules, and establishes government initial operational capability of core software domains in support of increasing government capability to maintain and enhance the F-35 Lightning II aircraft and reduce overall costs on software for the Air Force, Navy, Marine Corps, and non-Department of Defense participants. Work will be performed in Fort Worth, Texas (80%); Orlando, Florida (5%); Ridgecrest, California (2.5%); Ogden, Utah (2.5%); and Warner Robins, Georgia (2.5%), and is expected to be completed in March 2026. Fiscal 2024 aircraft procurement (Air Force) funds in the amount of $3,884,324; and fiscal 2024 aircraft procurement (Navy) funds in the amount of $3,884,324, all of which will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

AIR FORCE

Booz Allen Hamilton, McLean, Virginia, was awarded a $743,100,023 ceiling, time-and-materials and firm-fixed-price task order for enterprise application modernization and migration. This contract provides for enterprise level application modernization and migration. Work will be performed at the contractor's designated facilities across the contiguous U.S. and is expected to be completed by Oct. 29, 2030. This contract was a competitive acquisition and five offers were received. Fiscal 2025 operations and maintenance appropriations funds in the amount of $1,324,178 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8726-25-F-B041).

Axient LLC, Huntsville, Alabama (FA8809-25-D-B003); Blue Canyon Technologies LLC, Lafayette, Colorado (FA8809-25-D-B014); General Atomics, San Diego, California (FA8809-25-D-B009); Lockheed Martin Corp., Littleton, Colorado (FA8809-25-D-B006); Loft Orbital Federal LLC, Golden, Colorado (FA8809-25-D-B011; Lynk Global Inc., Falls Church, Virginia (FA8809-25-D-B007); Orbit Systems LLC, Rockville, Maryland (FA8809-25-D-B013); Spire Global Subsidiary Inc., Tysons, Virginia (FA8809-25-D-B005); Turion Space Corp., Irvine, California (FA8809-25-D-B002); Tyvak Nano-Satellite Systems Inc., Irvine, California (FA8809-25-D-B010); Utah State University Space Dynamics Lab, Logan, Utah (FA8809-25-D-B008); and York Space Systems LLC, Denver, Colorado (FA8809-25-D-B004), were awarded a ceiling $237,600,000 multiple award, indefinite-delivery/indefinite-quantity, cost-reimbursement, firm-fixed-price contract for rapid satellite acquisition designed for payload integration, launch, on-orbit support and anomaly detection. Work will be performed in various locations in the contiguous U.S. and is expected to be completed April 2035. These contracts were competitive acquisitions and 21 offers were received. Fiscal 2025 research, development, test and evaluation funds in the amount of $100,000 are being obligated at the time of award. The Space Systems Command Innovation and Prototyping Delta, Kirtland Air Force Base, Albuquerque, New Mexico, is the contracting activity.

International Business Machines Corp., Reston, Virginia, has been awarded a $58,267,896 firm-fixed-price, time-and-materials modification (P00008) to a previously awarded contract (FA7014-24-F-0210) for continued advisory and assistance support to optimize resource allocation and civil engineering programs. The modification brings the total cumulative face value of the contract to $68,722,850 from $51,140,053. Work will be performed in Washington, D.C., and is expected to be completed July 2, 2029. Fiscal 2025 operation and maintenance appropriations funds in the amount of $6,513,584 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity. 

Arctic Slope Regional Corp. Federal System Solutions LLC, Beltsville, Maryland, has been awarded a $43,346,917 modification (P00126) to a previously awarded contract (FA9300-16-C-0001) for aerospace technical research and operations support services and increased on-site testing, operations, investment, and test facility upgrades in Air Force Research Laboratory facilities. The modification brings the total cumulative face value of the contract to $278,508,326. Work will be performed at Edwards Air Force Base, California, and is expected to be completed by Aug. 31, 2027. Fiscal 2024 and 2025 research, development, test and evaluation funds in the total amount of $30,326,770 are being obligated at the time of award. The Air Force Test Center, Edwards AFB, California, is the contracting activity.

Lockheed Martin Rotary Mission Systems, Moorestown, New Jersey, was awarded a $28,611,699 cost-plus-incentive-fee contract for the space fence system (AN/FSY-3, Radar, Space Surveillance). This contract provides for the continued provision of highly specialized services for the space fence system original equipment manufacturer to execute a variety of detection, tracking, and intelligence capabilities. Work will be performed at Eglin Air Force Base, Florida; and the Kwajalein Atoll, and is expected to be completed by April 30, 2027. Fiscal 2025 operations and maintenance appropriation funds in the amount of $16,975,164 are being obligated at the time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado, is the contracting activity (FA8820-25-C-B002).

Sedaro Corp., Arlington, Virginia, was awarded a $20,000,000 indefinite-delivery/ indefinite-quantity contract for cloud-native digital twins for modeling and simulation, optimization, and automation. This contract provides for support to the Air Force Research Laboratory rocket propulsion division and mission partners for the development of cloud-scalable, collaborative, and connected digital twin software within a digital infrastructure/cloud-based framework via future task orders. Work will be performed at Arlington, Virginia, and is expected to be completed by April 28, 2031. This contract was awarded through a competitive broad agency announcement in which dozens of submissions were received and evaluated via government scientific peer reviews against publicized selection criteria on SAM.gov. Fiscal 2024 research, development, test and evaluation funds in the amount of $10,000 are being obligated at time of award. The Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9300-25-D-6000).

Booz Allen Hamilton Inc., McLean, Virginia, was awarded a $9,657,712 cost-plus-fixed-fee and firm-fixed-price contract for the Airborne Warning and Control System communication integration program. This contract provides for the production and fielding of the second-generation anti-jam tactical ultra-high frequency radio system modification for the E-3 AWACS. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be completed by Oct. 29, 2028. This contract was a sole source acquisition. Fiscal 2023 aircraft procurement funds in the amount of $9,657,712 are being obligated at the time of award. The Air Force Lifecycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA2371-25-C-B002).

Ensco Inc., Vienna, Virginia, has been awarded an $8,340,905 bridge modification (P00017) to a previously awarded contract (FA8820-23-C-0003) for systems engineering and integration services including but not limited to systems integration and systems engineering for the programs managed by Space Systems Command operational test and training infrastructure. This modification brings the total cumulative face value of the contract is $34,842,863. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by April 30, 2026. Fiscal 2025 research, development, test and evaluation funds in the amount of $4,469,000; and operation and maintenance appropriations funds in the amount of $2,047,000, are being obligated at the time of award. The Space Systems Command, Peterson Air Force Base, Colorado is the contracting activity.

ARMY

Lockheed Martin Corp., Moorestown, New Jersey, was awarded a $99,981,314 cost-plus-fixed-fee contract for engineering services. Bids were solicited via the internet with one received. Work will be performed in Moorestown, New Jersey, with an estimated completion date of May 1, 2028. Fiscal 2025 research, development, test and evaluation, Army funds in the amount of $41,099,689 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-25-C-0023). 

California Department of Rehabilitation, Sacramento, California, was awarded a $24,953,206 firm-fixed-price contract for full food services at Fort Irwin. 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 April 30, 2030. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W5168W-25-D-A008). 

RENK America LLC, Muskegon, Michigan, was awarded a $23,737,200 modification (P00074) to contract W56HZV-20-C-0124 for hydro-mechanically propelled transmissions. Work will be performed in Muskegon, Michigan, with an estimated completion date of Jan. 31, 2027. Fiscal 2023 and 2024 weapons and tracked combat vehicle procurement, Army funds in the amount of $23,737,200 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

Butler Parachute Systems Inc.,* Roanoke, Virginia (W912CH-25-F-0283); Mills Manufacturing Corp.,* Asheville, North Carolina (W912CH-25-F-0284); and Paradigm Parachute and Defense Inc.,* Pensacola, Florida (W912CH-25-F-0285), will compete for each order of the $18,515,099 firm-fixed-price contract for parachutes. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of April 29, 2030. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $16,370,000 cost-plus-incentive-fee contract for the Poland Wisla System Integration and Suitability Assessment. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of April 30, 2028. Fiscal 2025 Foreign Military Sales (Poland) funds in the amount of $16,370,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-25-F-0071). 

WASHINGTON HEADQUARTERS SERVICES 

Analytic Services Inc., Arlington, Virginia, was awarded an $18,178,718 labor hour, time-and-materials contract (GS-00F-095CA). Fiscal 2025 operations and maintenance funds in the amount of $6,193,344 are being obligated at the time of the award. The cumulative total of the contract is $97,421,958. The total, if all options are exercised, is $97,421,958. The purpose of the contract is to provide the Washington Headquarter Services (WHS), Acquisition Directorate with contract support for Professional Support Services. The work will be performed at The Pentagon, Washington D.C.; and the Mark Center, Alexandria Virginia. WHS, Arlington, Virginia, is the contracting activity. (Awarded on April 11, 2025)

DEFENSE HUMAN RESOURCES ACTIVITY

Institute of International Education, New York, New York, will be awarded contract H9821025CE007, a hybrid (firm-fixed-price and time-and-materials) contract, with an estimated ceiling amount of $199,081,037 for the David L. Boren Scholarships, David L. Boren Fellowships, and The Language Flagship institutional awards, as required by the David L. Boren National Security Education Act of 1991, as amended (Section 1901-1910, Section 50, U.S. Code). This contract provides services to perform all critical functions in the management and administration of the David L. Boren and The Language Flagship initiatives in support of the National Security Education Program. Work will be performed world-wide, with an expected completion date of May 31, 2030. Fiscal 2025 operations and maintenance funds in the amount of $8,500,000 are being obligated at the time of award. This contract was a non-competitive acquisition awarded under the authority of 10 U.S. Code 3204(a)(5) and Federal Acquisition Regulation 6.302-5. Defense Human Resources Activity, Alexandria, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Northrup Grumman Systems Corp., Warner Robins, Georgia, has been awarded a maximum $45,514,935 subsumable contract (SPRWA1-25-D-0004) under a five-year contract (SPE4AX-18-D-9443) with one five-year option period for low power color radar, transmitter processors. This is an indefinite-delivery, requirements contract for low power color radar, transmitter processors. This was a sole-sourced acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a two-year eight-month contract with no option periods. The delivery order end date is Dec. 31, 2027. Using military service is Air Force. Type of appropriations is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia.

M M Manufacturing LLC,** Lajas, Puerto Rico, has been awarded a maximum $27,206,400 modification (P00015) exercising the second one-year option period of a one-year base contract (SPE1C1-23-D-0048) with three one-year option periods for various types of coats and trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is April 30, 2026. Using military service is Navy. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Thomas Instrument Inc., Brookshire, Texas, has been awarded an estimated $18,363,356 firm-fixed-price, indefinite-delivery/indefinite-quantity, requirements contract for production of C-5 electro-mechanical actuators. This was a competitive acquisition with one response received. This is a four-year base contract with four one-year option periods. Location of performance is Texas, with an April 30, 2029, 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, Warner Robins, Georgia (SPRWA1-25-D-0002).

*Small business
**Women-owned small business in historically underutilized business zones