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 Aug. 22, 2025

DEFENSE THREAT REDUCTION AGENCY

Amentum Services Inc., Chantilly, Virginia (HDTRA125DE001); Vertex Aerospace LLC, a V2X Co., Madison, Mississippi (HDTRA125DE003); Jacobs Government Services Co., Arlington, Virginia (HDTRA1DE004); Fluor Intercontinental Inc., Greenville, South Carolina (HDTRA125DE005); Black & Veatch Special Projects Corp., Overland Park, Kansas  (HDTRA125DE006); and Parsons Government Services International Inc., Pasadena, California (HDTRA125DE007), are awarded a combined $3,500,000,000 indefinite-delivery/indefinite-quantity, multiple award contract for the Cooperative Threat Reduction (CTR) Program. The ten-year contract is a cost-plus-fixed-fee, cost, cost-plus-award-fee, cost-plus-incentive-fee, firm-fixed-price, firm-fixed-price-level of effort, and time-and-materials contract. Each awardee is awarded a $10,000 minimum guarantee at contract award through Task Order Two on Sept. 10. This contract will deliver a broad range of services and products to provide sustainable chemical, biological, radiological, and nuclear threat reduction capabilities to partner nations. The CTR Program partners with willing countries to reduce threat from weapons of mass destruction and related materials, technologies, facilities, and expertise. Work will be performed at various locations throughout the world. Task orders issued under the contract may be for a duration of up to five years and may be extended up to three years past the last ordering date of the contracts. Funding will be obligated for each Task Order and no funds are obligated on the basic contracts. This contract was competitively procured via solicitation HDTRA1-24-R-0001 through the Procurement Integrated Enterprise Environment, solicitation module; the Government received seven offers. The Defense Threat Reduction Agency, CTR Contracting Office/DTRA/AL-ACC, Fort Belvoir, Virginia, is the contracting activity.

NAVY

Raytheon Technologies Corp., doing business as Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a not-to-exceed $2,878,495,761 cost-plus-incentive-fee, fixed-price-incentive-fee, undefinitized contract modification (P00008) to a previously awarded contract (N0001923C0030). This modification adds scope for the production and delivery of 141 F135 propulsion systems in support of Lot 18 F-35 aircraft production for the Joint Strike Fighter program for the Air Force, Marine Corps, Navy, F-35 Cooperative Program Partners, and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (17.3%); Indianapolis, Indiana (10.4%); Middletown, Connecticut (8%); Kent, Washington (7%); North Berwick, Maine (4%); El Cajon, California (3%); Cromwell, Connecticut (3%); Whitehall, Michigan (3%); Portland, Oregon (2%); San Diego, California (2%); South Bend, Indiana (2%); Columbus, Georgia (1%); Hampton, Virginia (1%); Manchester, Connecticut (1%); Cheshire, Connecticut (1%); Elmwood Park, New Jersey (1%); various locations within the continental U.S. (27.3%); and various locations outside the continental U.S. (7%), and is expected to be completed in February 2028. Fiscal 2024 aircraft procurement (Navy) funding in the amount of $575,726,390; fiscal 2024 aircraft procurement (Air Force) funding in the amount of $537,304,610; fiscal 2025 aircraft procurement (Navy) funds in the amount of $79,962,704; fiscal 2025 aircraft procurement (Air Force) funding in the amount of $77,336,243; FMS customer funds in the amount of $513,763,860; and non-U.S. Department of Defense participant funds in the amount of $228,500,253, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded $315,118,600 for ceiling-priced delivery order N00383-25-F-YY2B under a previously awarded basic ordering agreement (N00383-22-G-YY01) for the repair of landing gear used on the F/A-18 E/F aircraft. The delivery order does not include an option provision. Work will be performed in Longueuil, Quebec, Canada (37%); St. Louis, Missouri (21%); Fort Walton Beach, Florida (18%); Safran, Ontario, Canada (12%); Coronado, California (6%); and various other material suppliers that cannot be determined at this time (6%). Work is expected to be completed by September 2029. Fiscal 2025 working capital funds (Navy) in the amount of $154,408,114 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Savvee Inc., Chantilly, Virginia, is awarded a $44,092,088 firm-fixed-price, level of effort task order (N3220525F1267) under General Services Administration (GSA) multiple award schedule contract (47QTCA19D00J0) for information technology (IT) engineering support services. The contractor will provide technical support services to help satisfy current and emerging requirements to enhance IT capabilities and help develop and maintain solutions to satisfy emergent cybersecurity mandates and provide continuous life cycle sustainment for deployed systems. The contract contains a 30 day phase-in period, a base period of 11-months and four 12-month options, and a six-month option under Federal Acquisition Regulation 52.217-8 which, if exercised, would bring the cumulative value of the contract to $44,092,088. Work under this task order will be performed on a world-wide basis beginning Sept. 8, 2025, and will conclude March 7, 2031, if all options are exercised. Working capital funds (Navy) in the amount of $5,784,009; and working capital funds (Transportation) in the amount of $473,649, are obligated for fiscal 2025 and will not expire at the end of the current fiscal year. This contract was solicited through the GSA E-Buy system and 11 proposals were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Huntington Ingalls Industries Fleet Support Group LLC, Virginia Beach, Virginia, was awarded a $16,813,248 delivery order (N55236-25-F-9982) off indefinite-delivery/indefinite-quantity contract (N00024-21-D-4114) in support of Task Order 25-P114 for global engineering and technical support for the overhaul and repair of equipment and systems associated with west coast aircraft carriers and surface ships. The overall total contract value ceiling remains unchanged on the contract at $272,977,437. Work will be performed at the naval ship repair facilities in San Diego, California (40%); Bremerton, Washington (40%); and Yokosuka, Japan (20%), and is expected to be completed July 2026. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $16,813,248 was obligated at the time of award and will expire at the end of the current fiscal year. Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. 

Detyens Shipyards Inc.,* North Charleston, South Carolina, was awarded a $13,685,726 firm-fixed-price contract (N3220525C4148) for 75-calendar day shipyard availability for the midterm availability of Military Sealift Command's fleet replenishment oiler USNS Laramie (T-AO 203). This contract includes a base work package and two unexercised options for additional work and time which, if exercised, would increase the cumulative value of this contract to $13,775,619. Work will be performed in Charleston, South Carolina, beginning Aug. 26, 2025, and is expected to be completed by Nov. 8, 2025. Working capital funds (Navy) in the amount of $13,685,726 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 sam.gov website and five offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C4148).

Rolls Royce Marine North America Inc., Walpole, Massachusetts, is awarded a $9,877,737 cost-plus-fixed-fee order for the procurement of all material to manufacture, inspect, paint, and deliver one complete shipset of lightweight stator blades for Virginia-class attack submarines. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by July 31, 2028. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $9,877,737 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 under the authority of 10 U.S. Code 3204(a)(1) as implemented by Federal Acquisition Regulation 6.302-1 via SAM.gov with one offer received. Naval Surface Warfare Center Carderock Division, West Bethesda, Maryland, is the contracting activity (N0016525G0001, N0016725F1139).

DEFENSE LOGISTICS AGENCY

Choctawhatchee Electric Cooperative Inc., DeFuniak Springs, Florida, has been awarded a maximum $17,701,753 modification (P00081) to a 50-year contract (SP0600-16-C-8314) with no option periods incorporating the economic-price adjustment agreement for electric utility services at Eglin Air Force Base, Florida. This is a fixed-price with economic-price-adjustment contract. The performance completion date is July 31, 2067. Using military service is Air Force. Type of appropriation is fiscal 2025 through 2067 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

American Polymers LLC,** doing business as AMPO, Vernon, California, has been awarded a maximum $8,345,484 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for layer 7 trousers. This was a competitive acquisition with five responses received. This is a four-year contract with no option periods. Location of performance is New Jersey, with an Aug. 25, 2029, ordering period end date. Using military services are Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-0084).

ARMY

TurbineOne LLC, San Francisco, California, was awarded a firm-fixed-price contract for Automated Target Recognition at the Edge in support of Army intelligence enterprise modernization. The amount of this action is $98,900,000. 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 Aug. 24, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-25-D-A010).

Copper Construction Company Inc.,* Vidalia, Georgia, was awarded a firm-fixed-price contract for renovation of a de-painting building portion and painting facility. The amount of this action is $45,264,226. Bids were solicited via the internet with three received. Work will be performed in Warner Robins, Georgia, with an estimated completion date of Sept. 30, 2028. Fiscal 2025 operation and maintenance, defense-wide, in the amount of $45,264,226 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-25-C-A013).

Cashman Dredging and Marine Contracting Co., Quincy, Massachusetts, was awarded a firm-fixed price contract for maintenance dredging of the New York and New Jersey Harbor. The amount of this action is $18,296,710. Bids were solicited via the internet with five received. Work will be performed in Staten Island, New York, with an estimated completion date of Sept. 15, 2025. Fiscal 2025 operation and maintenance funds in the amount of $18,296,710 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-25-C-A008).

The April Corp.,* Bowling Green, Kentucky, was awarded a firm-fixed-price contract to provide preventive maintenance service, inspection, and repair and/or replacement of overhead and roll-up doors. The amount of this action is $10,000,000. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 21, 2030. Army 419th Contracting Support Brigade, Fort Liberty, North Carolina, is the contracting activity (W91248-25-D-A008).

U.S. SPECIAL OPERATIONS COMMAND

Lewis Machine & Tools Defense, Eldridge, Iowa, was awarded a 10-year indefinite-delivery/indefinite-quantity contract (H9240325DE003) with a maximum ceiling of $92,000,000 for medium range gas gun-assault kits, spare parts and accessories, new equipment training, and engineering change proposals. The work will be performed in Eldridge, Iowa, and the last day to order under the contract is Aug. 14, 2035. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity. (Awarded Aug. 20, 2025)

AIR FORCE

Sigmatech Inc., Colorado Springs, was awarded a $9,728,495 firm-fixed-price contract for systems engineering and technical assistance. This contract provides for systems engineering and technical assistance support for Office of the Assistant Secretary for Space Acquisition and Integration. Work will be performed in the National Capital Region and is expected to be completed by Feb. 23, 2026.  This contract was a sole source acquisition. Fiscal 2025 operations and maintenance appropriations funds in the amount of $9,728,495 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-25-C0041), (Awarded Aug. 21, 2025)

*Small business
** Service-disabled veteran-owned small business