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 July 7, 2025

AIR FORCE

Ahtna USA-CDM JV, West Sacramento, California (FA8903-25-D-0059); Aloha 'Aina LLC, San Antonio, Texas (FA8903-25-D-0072); Barlovento LLC, Dothan, Alabama (FA8903-25-D-0058); Bering-Weston JV LLC, Anchorage, Alaska (FA8903-25-D-0056); CCI Group LLC, Anchorage, Alaska (FA8903-25-D-0057); GMH-C JV II LLC, Jacksonville, Florida (FA8903-25-D-0068); Jack Wayte CMS JV, Alamogordo, New Mexico (FA8903-25-D-0063); Jade Creek Construction LLC, Herndon, Virginia (FA8903-25-D-0060); MH JV (FA8903-25-D-0066); North Wind General Contractors LLC, Idaho Falls, Idaho (FA8903-25-D-0064); and Reliance Construction Management Co., Cary, North Carolina (FA8903-25-D-0067), were awarded a ceiling $15,000,000,000 firm-fixed-price, multiple award, indefinite-delivery/indefinite quantity contract for Air Force Civil Engineering Center construction services. This contract provides for design-build and design-bid-build construction services including the following work classifications: sustainment maintenance, sustainment repair, restoration, modernization, minor construction, military construction, other procurement construction, and demolition located at various locations worldwide. Work will be performed globally and, if all options are exercised, is expected to be completed July 6, 2035. These contracts were competitive acquisitions with 33 offers received. Fiscal 2025 operation and maintenance appropriations funds in the amount of $33,000 ($3000 per awardee) are being obligated at the time of award. The 772nd Enterprise Sourcing Squadron, Joint Base Lackland-San Antonio, Texas, is the contracting activity.

M.J. Takisaki Inc., Seattle, Washington (FA4620-25-D-0008); Northcon Inc., Hayden, Idaho (FA4620-25-D-0009); Burton Construction Inc., Spokane, Washington (FA4620-25-D-00010); Halme Cascade General Contracting Co., Medical Lake, Washington (FA4620-25-D-0011); and National Native American Construction Inc., Coeur d'Alene, Idaho (FA4620-25-D-0012), were awarded a combined not-to-exceed $95,000,000 indefinite-delivery/indefinite-quantity, multiple award construction contract to support a wide variety of individual construction projects. This contract provides for support ranging from construct only up to full 100% design and build, renovation, and additions and upgrades, along with specific work in hazardous material survey and abatement, heating, ventilation, and air conditioning, electrical, mechanical, and other major trad. Work will be performed at Fairchild Air Force Base, Washington, and other associated sites outside the base. This contract was a competitive acquisition and sixteen offers were received. Fiscal 2025 operations and maintenance appropriations funds in the amount of $500 are being obligated to each company at time of award, and $1,126,355 being obligated to the lowest priced offeror the Seed Project. The 92nd Contracting Squadron, Fairchild AFB, Washington, is the contracting activity.

Osprey Management LLC, Marietta, Georgia, was awarded a $15,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for a simplified acquisition of base engineering requirements. This contract will provide for a streamlined means to complete minor construction projects that encompass a broad range of sustainment, maintenance and repair, and research development testing and evaluation projects on real property at Arnold Air Force Base, Tennessee. Work will be performed at Arnold AFB, Tennessee, and is expected to be completed by July 6, 2030. This contract was a competitive service-disabled veteran-owned small business set-aside acquisition utilizing a single solicitation and five offers were received. Fiscal 2025 research, development, test and evaluation funds in the amount of $4,500 are being awarded for the post award conference to meet the order minimum. The Air force Test Center, Arnold AFB, Tennessee, is the contracting activity (FA9101-25-D-B009).

NAVY

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $24,029,656 modification (P00001) to a firm-fixed-price order (N0001924F5029) against a previously awarded basic ordering agreement (N0001922G0002). This modification exercises options to procure 124 propulsion rotor hub spring and drive link retrofit kits (120 kits for the Marine Corps, and four for the government of Japan) in support of improvement efforts for the V-22 aircraft. Work will be performed in Amarillo, Texas, and is expected to be completed in December 2028. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $17,440,880; fiscal 2023 aircraft procurement (Navy) funds in the amount of $5,813,626; and Foreign Military Sales customer funds in the amount of $775,150, will be obligated at the time of award, $5,813,627 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. 

U.S. TRANSPORTATION COMMAND

Schuyler Line Navigation Co. LLC, Annapolis, Maryland (HTC71124DW026), is awarded a contract modification (P00005) with a face value of $15,522,568. The modification provides continued ocean liner service between Jacksonville, and Blount Island, Florida; and Naval Station Guantanamo Bay, Cuba. The modification of this firm-fixed-price with economic-price-adjustment contract brings the cumulative face value to $31,055,909. The option period of performance is from Aug. 1, 2025, to July 31, 2026. Fiscal 2025 defense working capital funds will be obligated. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

*Small business