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 June 3, 2025

NAVY

DPR-RQ Construction LLC, Carlsbad, California, is awarded a $227,628,900 fixed-price award fee construction contract for P9837 Ambulatory Care Center and Dental Clinic at Naval Station Guantanamo Bay, Cuba. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by September 2029. The contract is incrementally funded. The first increment of fiscal 2024 defense-wide military construction funds in the amount of $48,646,788 will be obligated at the time of award and will not expire at the end of the current fiscal year. Remaining increments will be awarded as they are funded. The contract contains eight unexercised options which, if exercised, would increase the cumulative contract value to $237,057,888. This contract was competitively procured on the SAM.gov website via the Procurement Integrated Enterprise Environment Solicitation Module, with one offer received. Once a single offer was received, the remainder of the procurement was completed as a negotiation. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-25-C-0038).

Bollinger Shipyards Lockport LLC, Lockport, Louisiana, is awarded a $60,000,000 firm-fixed-price modification to a previously awarded contract (N00024-18-C-2207) for additional pre- and post-delivery requirements including industrial services, shipyard support, and extended post-delivery availabilities for the Navajo-class towing salvage and rescue ships. Work will be performed in Pascagoula, Mississippi (88%); and Houma, Louisiana (12%), and is expected to be completed by January 2030. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $60,000,000 (100%) will be obligated at the 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 (N00024-18-C-2207).

Harrell Contracting Inc.,* Worthington, Indiana (N0016425D1013); McIntyre Brothers LLC,* Bedford, Indiana (N0016425D1014); Maven Construction & Environmental LLC,* Odon, Indiana (N0016425D1015); Krempp Construction Inc.,* Jasper, Indiana (N0016425D1016); RWE Clean Energy Solutions Inc., Valhalla, New York (N0016425D1017); Paragon Force, Inc.,* Bloomfield, Indiana (N0016425D1018); and T&T Construction Enterprise LLC, Leitchfield, Kentucky (N0016425D1019), are awarded a combined $48,700,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for construction projects located at Naval Support Activity Crane, Indiana, inclusive of Lake Glendora Test Facility. Each awardee will be awarded $500 (minimum contract guarantee) at contract award. These contracts are for a cumulative value of $48,700,000 over a five-year period to the seven vendors combined. Work will be performed in Crane, Indiana; and Sullivan, Indiana, and is expected to continue through May 2030. Fiscal 2025 working capital funding in the amount of $3,500 will be obligated at the time of award and will not expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. This contract was competitively procured via the System for Award Management website and Procurement Integrated Enterprise Environment Solicitation Module, with eight offers received. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity.

Leidos Inc., Reston, Virginia, was awarded a $20,945,962 cost-plus-fixed-fee and cost only modification to previously awarded contract (N00024-22-C-5231) to exercise options for integrated logistic support, fleet maintenance support, and lifecycle sustainment of the Navy's AN/SQQ-89 surface ship undersea warfare combat systems. Work will be performed in Chesapeake, Virginia (51%); San Diego, California (37%); Yokosuka, Japan (3%); Bath, Maine (3%); Pascagoula, Mississippi (3%); Mayport, Florida (2%); and Seattle, Washington (1%), and is expected to be completed by May 2026. Fiscal 2025 operations and maintenance (Navy) funding in the amount of $1,919,000 (56%); fiscal 2025 research, development, test and evaluation (Navy) funding in the amount of $687,642 (20%); Foreign Military Sales (FMS) (Australia) funding in the amount of $486,579 (14%); and FMS (Japan) case funding in the amount of $334,332 (10%), will be obligated at the time of award and $1,919,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded on May 29, 2025)

Alabama Shipyard LLC,* Mobile, Alabama, is awarded an $18,734,274 firm-fixed-price contract (N3220525C4014) for a 153-calendar day shipyard availability for the mid-term availability with a dry-docking requirement of Military Sealift Command's hospital ship USNS Mercy (T-AH 19). This contract includes a base work package and three unexercised options for additional work and time which, if exercised, would increase the cumulative value of this contract to $18,959,447. Work will be performed in Mobile, Alabama, beginning July 15, 2025, and is expected to be completed by Dec. 14, 2025. Working capital funds (Navy) in the amount of $18,734,274 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 Governmentwide Point of Entry website and two offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C4014).

Rockwell Collins, Inc., Cedar Rapids, Iowa, is awarded a $16,587,477 cost-plus-fixed-fee order (N0001925F0087) against a previously issued basic ordering agreement (N0001924G0017). This order provides software sustainment support and cyber security lifecycle support for the E-6B aircraft for the Navy. Work will be performed in Richardson, Texas (95%); Tinker Air Force Base, Oklahoma (3%); and Patuxent River, Maryland (2%), and is expected to be completed in June 2026. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $5,288,092 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. This order was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Survice Engineering Co. LLC,* Belcamp, Maryland, is awarded a $9,833,548 modification (P00043) to a previously awarded firm-fixed-price contract (N0001923C0033). This modification exercises options to provide for the production and delivery of 31 TRV-150C Tactical Resupply Unmanned Air Systems, and to procure one inspection and evaluation of a system in support of the Navy and Marine Corps Small Tactical Unmanned Aircraft Systems. Work will be performed in Harford County, Maryland (100%), and is expected to be completed in April 2026. Fiscal 2025 procurement (Marine Corps) funds in the amount of $9,830,462; and fiscal 2025 operation and maintenance (Marine Corps) funds in the amount of $3,087 will be obligated at the time of award, $3,087 of which will expire at the end of the current fiscal year. This modification was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Owego, New York, is awarded a $9,500,001 firm-fixed-price modification (P00004) to an indefinite-delivery/indefinite-quantity contract (N0001924D0106). This modification adds scope to procure the efforts necessary to support all H-60 Naval Hawk repairs in support of the Navy and the governments of Australia, Denmark, Saudi Arabia, South Korea, Greece, India, and Spain. Work will be performed in Owego, New York (100%), and is expected to be completed in March 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This modification was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

Regan Technologies Corp., Middletown, Connecticut, was awarded an $89,114,024 firm-fixed-price task order for Microsoft Unified support services. This contract provides for proactive and reactive services for all Microsoft products written against NASA solutions for enterprise-wide procurement indefinite-delivery/indefinite-quantity contract vehicles. This contract was a competitive acquisition where 128 offerors were solicited for a fair opportunity proposal request and four proposals were received. Work will be performed throughout the Air Force service-wide and is expected to be completed by June 1, 2026, under the one 12 month base period; and June 1, 2028, under the two 12 month option period. Fiscal 2025 operations and maintenance appropriations funds in the amount of $26,701,191 are being obligated at the time of award. The Air Force Life Cycle Management Center, Maxwell Air Force Base Gunter Annex, Alabama, is the contracting activity (FA8772-25-F-0011).

Rapid Offset Technologies LLC, Toano, Virginia, was awarded a $7,633,600 firm-fixed-price contract for Air Combat Command Scientific Advisor to the Commander support services. This contract provides for services including, but not limited to, technical consulting, program management, systems engineering, analysis, development, integration, testing, and evaluation for the F-35 advanced sensor open system architecture tactical radio architecture program. Work will be performed on Langley Air Force Base, Virginia, and is expected to be completed by June 30, 2028. This contract was a competitive acquisition and three offers were received. Fiscal 2024 research, development, test and evaluation funds in the amount of $2,152,800 are being obligated at time of contract award. The 633rd Contracting Squadron, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4800-25-F-0096).

ARMY

Loukus Technologies Inc.,* Calumet, Michigan, was awarded a $45,000,000 firm-fixed-price contract for advanced materials systems and manufacturing for property enhancements. 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 June 3, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-25-D-A005).

Avon Protection Systems, Cadillac, Michigan, was awarded a $18,396,699 firm-fixed-price contract for the procurement of the M50 Joint Service General Purpose mask system and spare parts. 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 June 2, 2026. Army Contracting Command, Detroit Arsenal, Detroit, Michigan, is the contracting activity (W912CH-25-F-0253).

Conrad Shipyard LLC,* Morgan City, Louisiana, was awarded an $8,418,100 firm-fixed-price contract for procurement of a steel-hulled deck barge. Bids were solicited via the internet with two received. Work will be performed in Memphis, Tennessee, with an estimated completion date of Dec. 10, 2025. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-25-C-A001).

Turner Construction Co., New York, New York, was awarded a $7,700,000 modification (P00015) to contract W91278-18-C-0009 for design and construction of a new bed tower at the James A. Haley Veterans' Hospital. Work will be performed in Tampa, Florida, with an estimated completion date of June. 27, 2025. Fiscal 2025 civil construction funds in the amount of $7,700,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

UPDATE: Era Health LLC,* Fort Worth, Texas (SPE2DE-25-D-0012, $80,000,000), 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.

*Small business