DEFENSE CONTRACTS VALUED AT $7.5 MILLION AND ABOVE

NAVY

BL Harbert International LLC, Birmingham, Alabama (N69450-25-D-0024); Gilbane Federal, Concord, California (N69450-25-D-0025); Hensel Phelps, Orlando, Florida (N69450-25-D-0026); RQ Construction LLC, Carlsbad, California (N69450-25-D-0027); Sauer Construction LLC, Jacksonville, Florida (N69450-25-D-0028); The Whiting-Turner Contracting Co., Baltimore, Maryland (N69450-25-D-0029); and Walsh Federal LLC, Chicago, Illinois (N69450-25-D-0030), are awarded a combined $1,999,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation, demolition, and repair projects throughout the Naval Facilities Engineering Systems Command (NAVFAC) Southeast area of responsibility. Work will be performed in Florida (20%), Georgia (20%), Texas (20%), South Carolina (15%), Louisiana (15%), Mississippi (5%), and Tennessee (5%), and is expected to be completed by June 2030. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $7,000 will be obligated at the time of award and will expire at the end of the current fiscal year. Each awardee is awarded $1,000 (minimum contract guarantee per awardee) at contract award. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured on the SAM.gov website via the Procurement Integrated Enterprise Environment Solicitation Module, with 18 offers received during phase one, and seven in phase two. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity.

CCS King George 2 LLC, Honolulu, Hawaii, is awarded a $100,659,696 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Base Coronado, California. The work to be performed provides for facilities support, supply, and environmental services. Work will be performed in Coronado, California, and will be completed by January 2034. Fiscal 2025 base operating support funds in the amount of $2,679,856 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 Department of Defense solicitation portal in the Procurement Integrated Enterprise Environment and the Contract Opportunities website, with four proposals received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-25-D-2719).

RTX BBN Technologies Inc., Cambridge, Massachusetts, is awarded a $12,880,875 cost-plus-fixed-fee contract for the design, research, development and evaluation, installation, integration, developmental, and operational test of the new Ground Replay System (GRS) engineering tool in support of new Air Anti-Submarine Warfare capabilities, as well as provides post-mission data analysis, user training, and development of GRS fleet training programs, documentation, and analysis for the Navy. Work will be performed in Cambridge, Massachusetts, and is expected to be completed in June 2030. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $94,046; and fiscal 2024 research, development, test and evaluation funds in the amount of $281,204, will be obligated at the time of award, $281,204 of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001925C0108).

ARMY

Boeing Corp., Mesa, Arizona, was awarded a $227,293,539 modification (PZ0010) to a contract (W58RGZ-24-C-0028) for performance-based logistics support. Work will be performed in Mesa, Arizona, with an estimated completion date of June 4, 2026. Fiscal 2025 Army working capital fund funds in the amount of $227,293,539 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

ChemTrack/Cornerstone JV III LLC,* Anchorage, Alaska, was awarded a $15,434,298 firm-fixed-price contract to upgrade an existing multi-purpose machine gun range. Bids were solicited via the internet with eight received. Work will be performed in Fort Wainwright, Alaska, with an estimated completion date of Feb. 5, 2027. Fiscal 2025 military construction, Army funds in the amount of $15,434,298 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-25-C-0007).

Syblon Reid Co., Folsom, California, was awarded a $15,346,000 firm-fixed-price contract for construction of a new fish passage facility and modification to the existing levee, diversion dike and stilling basin at the Mill Creek Diversion Dam. Bids were solicited via the internet with three received. Work will be performed in Walla Walla, Washington, with an estimated completion date of June 28, 2027. Fiscal 2025 other procurement, Army funds in the amount of $15,346,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912EF-25-C-0007).

AIR FORCE

Armtec Countermeasures Co., Coachella, California, was awarded a $49,000,000 ceiling, indefinite-delivery/indefinite-quantity contract for RR-202/aluminum chaff production. This contract provides for a countermeasure used in aircraft self-protection. Work will be performed in Camden, Arkansas, and is expected to be completed by June 4, 2029. This contract was a sole source acquisition. Fiscal 2024 and 2025 ammunition and aircraft procurement funds in the amount of $10,139,318 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-25-D-B002).

The Boeing Co., St. Louis, Missouri, has been awarded a $22,481,878 firm-fixed-price modification (P0004) to a previously awarded contract (FA8213-24-D-B001) for the Small Diameter Bomb I continuous contractor logistics support through production, fielding, and sustainment. The modification brings the total cumulative face value of the contract to $88,000,000 from $33,004,252. Work will be performed at St. Louis, Missouri, and is expected to be completed June 30, 2028. No funds will be obligated at the time of award as funds will be obligated on individual orders as they are issued. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

Modern International Inc., Barrigada, Guam was awarded a $15,184,023 firm-fixed-price contract for airfield construction. This contract will provide for repairs to the airfield electrical conduit and glideslope system. Work will be performed on Andersen Air Force Base, Guam, and is expected to be completed by Nov. 20, 2026. This contract was a competitive acquisition and five offers were received. Fiscal 2025 operations and maintenance appropriations funds in the amount of $15,184,023 are being obligated at the time of award. The 36th Contracting Squadron, Andersen Air Force Base, Guam, is the contracting activity (FA5240-25-C-0003).

Serrano Construction and Development Corp., Barrigada, Guam, was awarded an $8,492,880 firm-fixed-price contract to repair Chapel 1. This contract will provide for various repairs to Chapel 1, B22024. Work will be performed on Andersen Air Force Base, Guam, and is expected to be completed by Aug. 16, 2027. This contract was a competitive acquisition and eight offers were received. Fiscal 2025 operations and maintenance appropriations funds in the amount of $8,492,880 are being obligated at the time of award. The 36th Contracting Squadron, Andersen AFB, Guam is the contracting activity (FA5240-25-F-0093).

DEFENSE LOGISTICS AGENCY

Peckham Vocational Industries Inc.,** Lansing, Michigan, has been awarded a maximum $14,508,000 modification (P00011) exercising the third one‐year option period of a one‐year base contract (SPE1C1‐22‐D-N163) with four one‐year option periods for silk weight base layer undershirts. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is June 9, 2026. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $12,104,861 undefinitized delivery order (SPRPA1-25-F-0LB3) against a three-year basic ordering agreement (SPRPA1-14-D-002U) for the KC46 commercial common depot level repairables strategic repair contract. This was a sole-source acquisition using justification 10 U.S.C. 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. The performance completion date is April 6, 2026. Using military service is Air Force. Type of appropriation is fiscal 2025 through 2026 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

*Small business
**Mandatory source

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.