DEFENSE CONTRACTS VALUED AT $7.5 MILLION AND ABOVE

NAVY

Aptim Federal Services LLC, Baton Rouge, Louisiana (N62473-25-D-2211); ECC Expeditionary Constructors LLC,* Burlingame, California (N62473-25-D-2212); Energy Solutions Federal Support LLC, Salt Lake City, Utah (N62473-25-D-2213); Insight Tidewater LLC,* Brea, California (N62473-25-D-2214); ITP America LLC, Brea, California (N62473-25-D-2215); and Perma-Fix ERRG Services,* Oak Ridge, Tennessee (N62473-25-D-2216), are awarded a combined $240,000,000 firm-fixed price, multiple-award contract for radiological services within the Naval Facilities Engineering Systems Command (NAVFAC) area of responsibility. This contract provides for radiological services to perform investigative or remedial actions at environmentally contaminated sites. Work will be performed at various locations across the NAVFAC enterprise worldwide and is expected to be completed by November 2033. The maximum dollar value, including the base period of two years, two optional three-year ordering periods and a six-month option to extend services, is $240,000,000. Fiscal 2025 environmental restoration (Navy) funds in the amount of $30,000 will be obligated at time of award, and funds in the amount of $30,000 will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website, with eight offers received. NAVFAC Southwest, San Diego, California, is the contracting activity (N62473-25-D-2211-2216).

Gilbane Federal, Concord, California (N69450-21-D-0056); Hensel Phelps Construction Co., Orlando, Florida (N69450-21-D-0057); The Korte Co., St. Louis, Missouri (N69450-21-D-0058); M. A. Mortenson Co., doing business as Mortenson Construction, Minneapolis, Minnesota (N69450-21-D-0059); RQ Construction LLC, Carlsbad, California (N69450-21-D-0060); Sauer Construction LLC, Jacksonville, Florida (N69450-21-D-0061); Walsh Federal LLC, Chicago, Illinois (N69450-21-D-0062); B.L. Harbert International LLC, Birmingham, Alabama (N69450-22-D-0011); Balfour Beatty Construction LLC, Charlotte, North Carolina  (N69450-22-D-0012); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N69450-22-D-0013), are awarded a combined-maximum-value $95,000,000 firm-fixed-price modification to increase the capacity of their respective previously-awarded contracts for general building type projects. Award of this modification brings the total cumulative value for all 10 contracts combined to $1,105,000,000. Work will be performed in Florida (15%), Georgia (15%), Louisiana (14%), Mississippi (14%), South Carolina (14%), Tennessee (14%), and Texas (14%), and is expected to be completed by September 2026. No funds will be obligated at time of award. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity.

Mack Defense LLC, Allentown, Pennsylvania, is awarded a $10,817,231 modification (P00006) to a previously awarded other transaction agreement (OTA) (M67854-24-9-5402) for Next Generation-Medium Tactical Truck. The total cumulative value of the agreement is $16,017,640. The modification is for Phase II of OTA for the prototype build. Work will be performed in Allentown, Pennsylvania, with an expected completion date of September 2026. Fiscal 2024 and 2025 research, development, test and evaluation funds in the amount of $6,125,778 are being obligated at time of award. Contract funds in the amount of $470,000 will expire at the end of the current fiscal year and $5,655,778 will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $33,954,308 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for wheel and tire assemblies. 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 four-year contract with no option periods. The ordering period end date is May 7, 2029. Using military service is Army. Type of appropriation is fiscal 2025 through 2029 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-25-D-0033).

AIR FORCE

The Boeing Co., Redondo Beach, California, has been awarded a $22,202,823 cost-plus-fixed-fee modification (P00054) to a previously awarded contract (FA8808-20-C-0047) for the Evolved Strategic Satellite Communications Rapid Prototyping Special Option 2–Special Study #7 effort. This modification brings the total cumulative face value of the contract to $424,039,287. Work will be performed in El Segundo, California, and is expected to be completed by July 15, 2025. Fiscal 2025 research, development, test and evaluation funds in the amount of $22,202,823 are being obligated at the time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

Maxar Mission Solutions Inc., Ypsilanti, Michigan, has been awarded a $19,905,119 modification (P00007) to previously awarded (FA8750-23-C-1507) for Red Wing accelerated processing, exploitation, and dissemination. The modification brings the total cumulative face value of the contract to $39,861,019 from $19,955,900. Work will be performed at Ypsilanti, Michigan, and is expected to be completed by Aug. 27, 2027. Fiscal 2025 research, development, test and evaluation funds in the amount of $3,504,000 are being obligated at time of award. The Air Force Research Laboratory/RIKE, Rome, New York, is the contracting activity.

ARMY

Rigid Constructors LLC,* Maurice, Louisiana, was awarded a $27,233,459 firm-fixed-price contract for flood-control projects. Bids were solicited via the internet with six received. Work will be performed in East Baton Rouge, Louisiana, with an estimated completion date of May 1, 2028. Fiscal 2025 civil construction funds in the amount of $27,233,459 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-25-C-0015).

Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $23,480,000 firm-fixed-price contract for dredging, transporting, placing, planting and shaping beach fill. Bids were solicited via the internet with four received. Work will be performed in Carolina Beach and Kura Beach, North Carolina, with an estimated completion date of April 30, 2026. Fiscal 2022 civil construction funds and fiscal 2025 non-federal funds in the amount of $23,480,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-25-C-A004).

Federal Contracting Inc., Colorado Springs, Colorado, was awarded an $18,416,502 firm-fixed-price contract to construct a temporary lodging facility. Bids were solicited via the internet with five received. Work will be performed in Colorado Springs, Colorado, with an estimated completion date of Dec. 4, 2026. Fiscal 2025 non-appropriated funds for military construction in the amount of $18,416,502 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-25-C-0013).

Tool Masters Inc., Tuscumbia, Alabama, was awarded a $9,621,300 firm-fixed-price contract for metal parts and components. 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 May 2, 2030. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-D-0016).

*Small business

Related News

Jillian Hamilton has worked in a variety of Program Management roles for multiple Federal Government contractors. She has helped manage projects in training and IT. She received her Bachelors degree in Business with an emphasis in Marketing from Penn State University and her MBA from the University of Phoenix.