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 May 5, 2025

ARMY

General Dynamics Information Technology Inc., Falls Church, Virginia (W5J9CQ-25-D-0001); Leidos Inc., Reston, Virginia (W5J9CQ-25-D-0002); Royce Geospatial Consultants Inc., Arlington, Virginia (W5J9CQ-25-D-0003); Reinventing Geospatial Inc.,* Fairfax, Virginia (W5J9CQ-25-D-0004); Research Innovations Inc.,* Alexandria, Virginia (W5J9CQ-25-D-0005); OM Group Inc.,* Piscataway, New Jersey (W5J9CQ-25-D-0006); Solis Applied Science LLC,* Charlottesville, Virginia (W5J9CQ-25-D-0007); and Strategic Alliance Consulting,* Warrenton, Virginia (W5J9CQ-25-D-0008), will compete for each order of the $499,000,000 order-dependent contract for the Geospatial Research, Integration, Development and Support IV program. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of May 4, 2030. U.S. Army Corps of Engineers' Army Geospatial Center, Alexandria, Virginia, is the contracting activity.

InVeris Training Solutions,* Suwanee, Georgia (W900KK-25-D-0042); Riptide Software Inc.,* Oviedo, Florida (W900KK-25-D-0043); Shock Stream LLC,* Casselberry, Florida (W900KK-25-D-0044); and Thiessen Training Systems Inc.,* Gainesville, Florida (W900KK-25-D-0045), will compete for each order of the $359,827,053 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price, order-dependent, time-and-materials) contract for live-fire training and target systems. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of May 4, 2033. Army Contracting Command, Orlando, Florida, is the contracting activity.

APTIM Federal Services LLC, Baton Rouge, Louisiana, was awarded an $8,000,000 modification (P00012) to contract W912DY-22-F-0271 for minor and emergency repair. Work will be performed in Baton Rouge, Louisiana; Diego Garcia, British Indian Ocean Territory; and Iwakuni, Gotemba, Atsugi, Yokosuka, Hachinohe City, Zama City, Uruma, Urasoe, Ginowan City, Higashi, Kin, Nago, Okinawa, Nagasaki-ken, Hakozaki, Yokose, and Sagamihara, Japan, with an estimated completion date of July 31, 2025. Fiscal 2025 revolving funds in the amount of $8,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers' Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

Applied Training Solutions LLC,* Greensburg, Pennsylvania, was awarded a $7,556,101 firm-fixed-price contract for education support services. Bids were solicited via the internet with 26 received. Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of May 4, 2030. Fiscal 2025 operation and maintenance, Army funds in the amount of $7,556,101 were obligated at the time of the award. 419th Contracting Support Brigade, Fort Bragg, North Carolina, is the contracting activity (W91247-25-C-A020).

NAVY

KBR Services LLC, Houston, Texas, was awarded a $55,580,167 indefinite-delivery/ indefinite-quantity contract for base operations support services at Camp Lemonnier, Djibouti, Africa (CLDJ); and Forward Operating Location Facility Support, Chabelley Airfield, Djibouti, Africa (Chabelley). Work performed at CLDJ, and Chabelley will be completed by May 2034. The maximum dollar value, including the base period and nine option periods, is $476,757,164. Fiscal 2026 operation and maintenance, (Navy) contract funds in the amount of $51,366,695 for recurring work will be obligated on individual task orders issued during the base period. No funds will be obligated at time of award. This contract was competitively procured via the System for Award Management (SAM) Contract Opportunities website with seven offers received. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-25-D-9001).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $17,192,439 cost-plus-fixed-fee, firm-fixed-price contract to provide engineering and technical support, program management, non-recurring unique requirements, and training in support of integration efforts for the government for Greece as an F-35 Foreign Military Sales (FMS) customer. Work will be performed in Fort Worth, Texas (60%); Orlando, Florida (18%); Greenville, South Carolina (11%); El Segundo, California (5%); Lancashire, United Kingdom (4%); and Baltimore, Maryland (2%), and is expected to be completed in May 2028. FMS customer funds in the amount of $17,192,439 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001925C0012).

MBF Architects, Pennsylvania, * New Bern, North Carolina, is being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum amount of $15,000,000 for architectural design and engineering services for billeting and community support facilities in support of projects primarily at Marine Corps Air Station Cherry Point, North Carolina (40%); Marine Corps Air Station New River, North Carolina (10%); Marine Corps Base Camp Lejeune, North Carolina (40%); Marine Corps Air Station Beaufort, South Carolina (5%); and Marine Corps Recruit Depot Parris Island, South Carolina (5%). The term of the contract is not to exceed 60 months with an expected completion date of May 2030. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $5,000 are obligated at the time of award. Future task orders will be primarily funded by operations and maintenance (Marine Corps) and military construction funds. This contract was competitively procured via the SAM.gov website with 11 submissions received. Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-25-D-2528).

L3 Technologies Inc., Herndon, Virginia, is awarded an $8,906,422 cost-plus-fixed-fee and cost-only contract for program management, systems engineering, software development, risk management, algorithm and software prototype development, configuration management, and information assurance in support of undersea warfare and surface warfare systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $46,677,661. Work will be performed in Herndon, Virginia (88%), Keyport, Washington (6%), and San Diego, California (6%) and is expected to be completed by May 2026. If all options are exercised, work will continue through May 2030. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $1,499,470 (47%); fiscal 2025 other procurement (Navy) funds in the amount of $1,395,252 (43%); and fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $310,000 (10%), will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Section 1709 of the 2018 National Defense Authorization Act that modifies 15 U.S. Code 638(r), this Small Business Innovative Research Phase (SBIR) III contract is being awarded to L3 Technologies, Inc., which is the same firm that was competitively selected for the SBIR Phase I and II awards. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-C-5212). 

DEFENSE LOGISTICS AGENCY

Peckham Vocational Industries,** Lansing, Michigan, has been awarded a maximum $16,226,868 fixed-price, indefinite-delivery/indefinite-quantity contract for layer 2 mid-weight drawers. This is a four-year contract with no option periods. The ordering period end date is May 1, 2029. Using military services are Army and Air Force. Type of appropriation is fiscal 2025 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-N006).

AAR Supply Chain Inc., doing business as AAR Defense Systems & Logistics, Wood Dale, Illinois, has been awarded a maximum $28,052,651 modification (P00008) under a fixed-price with prospective-price-redetermination, requirements subsumable contract (SPE4AX-24-D-9401) issued under umbrella contract SPE4AX-22-D-9407 for parts supporting various military engine systems. This is a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. The ordering period end date is June 29, 2027. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia. (Awarded on April 25, 2025)

UPDATE: Rosenbauer America LLC, Lyons, South Dakota (SPE8EC-25-D-0052, $523,000,000), has been added as an awardee to the multiple award contract for fire and emergency vehicles, issued against solicitation SPE8EC-21-R-0005 and awarded July 24, 2023. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

UPDATE: Electra-Med Corp.,* Flint, Michigan (SPE2DE-25-D-0013, $14,775,042), has been added as an awardee to the multiple award contract for medical and surgical supplies and equipment for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-22-R-0017 and awarded Sept. 28, 2023. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

AIR FORCE

EQM Systems and BEM Systems JV II LLC, Cincinnati, Ohio, was awarded a $9,282,707 contract for remedial investigation. This contract provides for remedial investigation of groundwater at long range radar sites. Work will be performed at Fort Yukon, Cape Newenham, and Cape Romanzof, Alaska, and is expected to be completed by May 4, 2028. This contract is a sole source acquisition. Fiscal 2025 operations and maintenance appropriations funds in the amount of $8,056,449 will be obligated at the time of award. The 772 Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8903-25-C-0011). 

*Small business
**Mandatory Source