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 27, 2025

ARMY

Raytheon, Tucson, Arizona, was awarded a $279,201,818 cost-plus-fixed-fee contract to provide functional management support for the Land-Based Phalanx Weapon System. 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 July 7, 2030. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-25-D-0024).

Carte's Contracting Services Inc.,* Andalusia, Alabama (W91278-25-D-A015); Speegle Construction Inc.,* Niceville, Florida (W91278-25-D-A016); South Dade Air Conditioning & Refrigeration Inc.,* Homestead, Florida (W91278-25-D-A017); 2A LLC,* Aberdeen, Maryland (W91278-25-D-A018); Southern Contracting LLC,* Biloxi, Mississippi (W91278-25-D-A019); Randy Kinder Excavating Inc.,* Dexter, Missouri (W91278-25-D-A020); Cornerstone Engineering Inc.,* Jeffersontown, Kentucky (W91278-25-D-A021); and A&M & Southwind Small Business JV,* Tulsa, Oklahoma (W91278-25-D-A022), will compete for each order of the $49,000,000 firm-fixed-price contract for construction. 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 June 26, 2030. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Vision Point Systems Inc.,* Fairfax, Virginia, was awarded a $14,095,818 firm-fixed-price contract for corrosion prevention and engineering services and support. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 27, 2030. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-D-0062).

DEFENSE LOGISTICS AGENCY

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $90,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. 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 279-day bridge contract with no option periods. Locations of performance are North Dakota, South Dakota, Ohio, Indiana, Wisconsin, Iowa, Minnesota, Missouri, Kentucky, Nebraska, and Michigan, with an April 2, 2026, ordering period end date. 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 (SPE8E3-25-D-0019).

Carter Industries Inc.,* Olive Hill, Kentucky, has been awarded a maximum $70,046,768 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for women's maternity and men's sage green and tan 27P flight suit coveralls. This was a competitive acquisition with six responses received. This is a four-year contract with no option periods. The ordering period end date is June 26, 2029. Using military services are Air Force and Navy. 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-0069).

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. 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 279-day bridge contract with no option periods. Locations of performance are California, Washington, Montana, Idaho, and Wyoming, with an April 2, 2026, ordering period end date. 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 (SPE8E3-25-D-0020).

Propper International Inc.,* Cabo Rojo, Puerto Rico, has been awarded a maximum $56,999,268 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for hot weather combat improved boots. This was a competitive acquisition with six responses received. This is a three-year six-month contract with no option periods. Other contracts are expected to be awarded under this solicitation (SPE1C1‐24‐R‐0090) and awardees will compete for a portion of the maximum dollar value. The ordering period end date is Dec. 26, 2028. Using military service is Army. 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-0063).

KVG LLC,* Gettysburg, Pennsylvania, has been awarded an estimated $7,682,971 firm-fixed- price with economic-price-adjustment contract for fuel. This was a competitive acquisition with two responses received. This is a five-year base contract with one six-month option period. Location of performance is Australia, with an Oct. 31, 2030, performance completion date. Using customers are Army, Navy, Marine Corps, Defense Department, and Army and Air Force Exchange Service. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia, (SPE605-25-D-1008).

UnWrapped Inc.,* Lowell, Massachusetts, has been awarded a maximum $7,500,000 fixed-price, indefinite-delivery contract for flexor gloves. This was a competitive acquisition with five responses received. This is a five-year contract with no option periods. The ordering period end date is June 27, 2030. Using military service is Marine Corps. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-5005).

CORRECTION: The contract announced on March 17, 2025, for Breeze-Eastern Corp., Whippany, New Jersey (SPRRA1-25-D-0009), for $63,106,371 was announced with an incorrect award date, dollar amount, and performance completion date. The correct award date is June 27, 2025, the correct dollar amount is $21,329,204, and the correct performance completion date is June 30, 2027. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.

CORRECTION: The contract announced on June 24, 2025, for Transaero Inc., Melville, New York (SPRTA1-25-C-0066), for $8,930,016 was announced with an incorrect award date. The correct award date is June 26, 2025. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma.

NAVY

General Dynamics NASSCO- Bremerton, Bremerton, Washington, is awarded an $89,436,849 modification to a cost-plus-incentive-fee, award fee, delivery order (N4523A25F0302), under a private sector maintenance contract (N0002419D4310). This definitizes the undefinitized contract action, awarded Jan. 17, 2025, for the USS Ronald Reagan (CVN 76) dry docking incremental planned availability in support of repair, maintenance, and alteration requirements. Work will be performed in Bremerton, Washington, and is expected to be completed by August 2026. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $89,436,849 will be obligated at the time of award and will expire at the end of the current fiscal year. Puget Sound Naval Shipyard & Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.

BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, is awarded a $40,860,000 cost-plus-incentive-fee with firm-fixed-price production line contract modification (P00009) to previously awarded contract. This modification is for the procurement of 200 Dual Band Decoy countermeasures and associated assemblies for the Navy. Work will be performed in Nashua, New Hampshire (70.8%); Wenatchee, Washington (4.5%); Fremont, California (3.7%); Hopkinton, Massachusetts (2.8%); Newark, Delaware (2.2%); Keene, New Hampshire (2.1%); Wilmington, Massachusetts (1.7%); and various locations within the continental U.S. (12.2%), and is expected to be completed in November 2027. Fiscal 2025 Procurement of Ammunition, Navy and Marine Corps funds in the amount of $40,860,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured; two offers were received. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923C0029).

General Dynamics Mission Systems, Manassas, Virginia, was awarded a $18,831,073 cost-plus-fixed-fee and cost modification to previously awarded contract (N00024-24-C-6230) to exercise options for engineering and technical support including software development, hardware and software integration to Navy submarines. Work will be performed in Manassas, Virginia (65%); Middletown, Rhode Island (25%); and San Diego, California (10%), and is expected to be completed by June 2026. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $3,291,133 (63%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,121,032 (15%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $1,121,032 (15%); and fiscal 2025 national sea-based deterrence fund funds in the amount of $510,796 (7%), 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.

GE Energy Power Conversion Naval Systems Inc., Imperial, Pennsylvania, is awarded a $10,443,255 modification (P00001) to a contract (N0001424C1320) for the rapid prototyping of the power electronics building block (PEBB) and hybrid modular multi-level converter (HMMC) Phase 3 effort. This modification provides for continuing the development and prototyping of a megawatt scale HMMC to validate, test and mature the technology readiness level for propulsion drive applications. The project will also advance the PEBB to provide future naval capabilities for low voltage direct current/alternating current applications and medium voltage direct current/alternating current applications. GE Vernova Power Conversion (GE-PC) is employing commercial off-the-shelf (COTS) devices and supporting small business in product line development for future COTS capabilities supporting the fiscal 2023 project. In the fiscal 2024 effort, GE-PC, now GE Vernova is designing and building new HMMC and PEBB hardware which is more suited and intended for Navy applications to provide high power quality and improved power density (i.e., high SWaP) based on the prior COTS approach. This effort will demonstrate a medium voltage megawatt scale HMMC and low voltage kilowatt scale PEBB line replaceable unit. Work will be performed in Imperial, Pennsylvania, and is expected to be completed in June 2027. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $10,443,255 are obligated at time of award and will expire at the end of the current fiscal year. The Office of Naval Research, Arlington, Virginia, is the contracting activity.

Nixon & Nixon Inc.,* San Antonio, Texas, is awarded a $10,337,676 firm-fixed-price contract (N39040-25-C-2936) for rental of single-occupancy efficiency lodging to accommodate members of a Portsmouth Naval Shipyard project team assigned temporary duty to support the docking selected restricted availability of a Los Angeles-class submarine. Work will be performed in Groton, Connecticut, and is expected to be completed by July 2026. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $10,337,676 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website, with 17 offers received. Portsmouth Naval Shipyard is the contracting activity.

AIR FORCE

Chemring Energetic Devices Inc., Downers Grove, Illinois, was awarded a $65,274,191 firm-fixed-price and requirements contract for the aircrew flight equipment test equip systems. This contract provides for the production and repair of the following three systems: Joint Combined Aircrew Systems Tester, Altitude Combined Aircrew Systems Tester-High Altitude, and Digital System Communication Oxygen Tester, used solely to test and support operation and maintenance of the aircrew flight equipment for the A-10, F-15, F-16, and F-22. Work will be performed at Downers Grove, Illinois, and is expected to be completed by June 26, 2030. This contract was a sole source acquisition. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8533-25-D-0052).

General Dynamics Information Technology Inc., Falls Church, Virginia, was awarded a $41,683,803 cost-plus-fixed-fee task order issued under the Government Services Administration Alliant 2 Government Wide Acquisition Contract. This contract provides for an agile software development program to produce and integrate enterprise software for battlefield data communications, targeting, and battlespace awareness. Work will be performed at Beavercreek, Ohio, and is expected to be completed by December 2030. This contract was a sole source acquisition. Fiscal 2025 research, development, test and evaluation funds in the amount of $4,000,000 are obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8629-25-F-B020).

AT2 LLC, Severn, Maryland, was awarded a $13,597,617 contract modification (P00053) to a previously awarded contract (FA4890-18-C-0008) for Air Combat Command, Air Force Global Strike Command, and Air Education and Training Command primary training ranges operations and maintenance support services. This modification brings the total cumulative face value of the contract to $124,104,391. Work will be performed at Dare County Range (Seymour Johnson Air Force Base), Poinsett Range (Shaw AFB), Grand Bay Range (Moody AFB), Avon Park Range (Moody AFB), Snyder Range (Dyess AFB), Belle Fourche Range (Ellsworth AFB), Holloman Ranges (Holloman AFB), and Mountain Home Ranges (Mountain Home AFB), Range Operating Authority are in parenthesis, and is expected to be completed by March 31, 2026. Fiscal 2025 operations and maintenance appropriation funds are being obligated in the amount of $6,819,010 at the time of award. The Air Combat Command Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. 

University of Dayton Research Institute, Dayton, Ohio, was awarded a $9,978,638 cost-plus-fixed-fee contract for sustainment and modernization efforts supporting fielded weapon systems. This contract provides for support for identifying, evaluating, maturing, and qualifying existing, new and/or emerging materials, processes, and technologies that directly enhance weapon system performance and maintainability. Work will be performed in Dayton, Ohio, and is expected to be completed by June 30, 2026. This contract was a sole source acquisition. Fiscal 2025 operations and maintenance appropriation funds in the amount of $9,978,638 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 (FA8684-25-F-B001).

*Small business