DEFENSE LOGISTICS AGENCY
STERIS Corp., Mentor, Ohio, has been awarded a maximum $450,000,000 modification (P00008) exercising the five-year option period of a five-year base contract (SPE2D1-20-D-0008) with one five-year option period for patient monitoring and capital equipment. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. The ordering period end date is June 22, 2030. Using customers are Army, Navy, Air Force, Marines Corps, and federal civilian agencies. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
Reinhart Foodservice LLC, Valdosta, Georgia, has been awarded a maximum $157,513,647 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food and beverage items. This was 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 336-day bridge contract. The ordering period end date is May 23, 2026. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-25-D-3016).
Northrop Grumman Systems Corp., Sunnyvale, California, has been awarded a maximum $9,984,595 firm-fixed-price, definite-quantity contract for flow control valves. 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 delivery completion date is Dec. 11, 2028. This is a three-year contract with no option periods. Using military service is Navy. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A5-25-F-6417).
AIR FORCE
The MITRE Corp., Bedford, Massachusetts, has been awarded a $101,086,925 cost-reimbursement, ceiling increase contract modification (P00063) to a previously awarded contract (FA8702-19-C-0001) for support to the Air Force as the administrator of the National Security Engineering Center Federally Funded Research and Development Center. This modification brings the total cumulative face value of the contract to $5,280,644,705 from $5,179,557,780. Work will be performed at Bedford, Massachusetts; McClean, Virginia; and other various locations within and outside the continental U.S., and is expected to be completed by Sept. 30, 2028. This modification involves Foreign Military Sales to various countries under the basic contract. No funding will be obligated at the time of award as this is a ceiling increase action only. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.
Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a $31,850,000 firm-fixed-price contract modification (P00338) to a previously awarded contract (FA8629-14-C-2403) for implementation of updated ARC-210 Radio Receiver/Transmitter and Embedded GPS/INS Navigation System (Engineering Change Proposal 056). The modification brings the total cumulative face value of the contract to $6,400,221,545. Work will be performed at Stratford, Connecticut, and is expected to be completed by Sept. 30, 2027. Fiscal 2023 and 2024 aircraft procurement funds in the amount of $31,850,000 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
S&K Aerospace LLC,* St. Ignatius, Montana, is being awarded a $54,723,078 firm-fixed-price, indefinite-delivery/indefinite-quantity, long-term contract for the repair, overhaul, and upgrade of 351 commercial items used on the P-8A Poseidon maritime aircraft. Work will be performed at various contractor supplier locations (65%); and Byron, Georgia (35%). This contract includes a five-year base period with no options. Work is expected to be completed by June 2030. Working capital (Navy) funds will be obligated as individual orders are issued, and funds will not expire at the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the System for Award Management and Navy Enterprise Commerce Online websites as a 100% small business set-aside, with eight offers received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-25-D-A501).
American Petroleum Tanker LLC, Blue Bell, Pennsylvania, is awarded a $39,375,000 firm-fixed-price contract with pass through reimbursable elements (N3220525C4028), for time charter of one, clean, approved, U.S. flag Jones Act compliant tanker with segregated ballast tanks and inert gas system that is capable of carrying a minimum of 280,000 barrels of clean product (intentions F76, JP5, JP8, or JA1) within vessel's natural segregation in designated cargo tanks with double valve isolation. This contract includes a 12-month base period with three one-year option periods, and one 11-month option which, if exercised, would bring the cumulative value of this contract to $185,163,000. The contract will be for worldwide performance, with intentions to operate along the West Coast. The contract is expected to be completed if all options are exercised by June 2030. This contract was competitively procured as full and open competition with proposals solicited via the Governmentwide point of entry and one offer was received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C4028).
Ocenco Inc., Pleasant Prairie, Wisconsin, was awarded a $37,084,430 firm-fixed-price blanket purchase agreement (BPA) (N61331-25-A-0001) for the acquisition of emergency escape breathing devices and trainers units. This agreement includes option periods which, if exercised, would bring the cumulative value of this contract to $37,084,430. Work will be performed in Pleasant Prairie, Wisconsin. If all options are exercised, work will continue through January 2031. This contract will be funded from fiscal 2026-2031 - other procurement (Navy) funds, with a ceiling of $37,084,430. Fiscal 2026 other procurement (Navy) funds will be obligated at time of award of the first BPA call. This contract was not competitively procured via the Sam.gov, in accordance with 10 U.S. Code 3204(a)(1) and Federal Acquisition Regulation 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity. (Awarded June 18, 2025)
DCSA
Agile Decision Sciences LLC,** Huntsville, Alabama, has been awarded a $29,254,675 option exercise modification (P00023) to a previously awarded firm-fixed-price contract, HS0021-22-C-0004, for the Defense Counterintelligence and Security Agency (DCSA). This modification exercises option period three to continue to provide DCSA Cybersecurity Support Services. Work will be performed at Quantico, Virginia, with an estimated completion of June 28, 2027 (with options). Fiscal 2025 DCSA defense wide working capital funds in the amount of $20,919,749 and fiscal 2025 operations and maintenance funds in the amount of $8,334,926 were obligated at the time of award. The cumulative face value of the contract to date is $175,293,693. DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.
*Small business
**Certified 8(a) program participant contractor