Department of Defense Contracts Valued at $7.5 Million and Above
DEFENSE LOGISTICS AGENCY
Stryker Sales LLC, San Jose, California, has been awarded a maximum $450,000,000 modification (P00024) exercising the five-year option period of a five-year base contract (SPE2D1-20-D-0011) with one five-year option period for patient monitoring and capital equipment. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. The ordering period end date is July 16, 2030. Using customers are Army, Navy, Air Force, Marines Corps, and federal civilian agencies. Type of appropriation is fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
Danbury Mission Technologies LLC,* Danbury, Connecticut, has been awarded a maximum $95,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for AVR/2B lasser detection system program support. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in the Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. The ordering period end date is July 13, 2030. Using customer is Army. Type of appropriation is fiscal 2025 Army working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Aberdeen, Maryland (SPRBL1-25-D-0005).
AIR FORCE
KTH Services JV LLC, Colorado Springs, Colorado, was awarded a $419,419,148 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for base operations and facility maintenance. This contract provides for maintenance and repair of Tinker Air Force Base facilities and infrastructure. Work will be performed at Tinker AFB, Oklahoma, and is expected to be completed by Sept. 30, 2031. This contract was a competitive acquisition and four offers were received. Fiscal 2025 operations and maintenance appropriations funds in the amount of $301,308 are being obligated at the time of award. The Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8137-25-D-0001).
Alutiiq Operations Services LLC, Anchorage, Alaska, was awarded a $464,133,579 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for base operations and facility maintenance. This contract provides for maintenance and repair of Tinker Air Force Base facilities and infrastructure. Work will be performed at Tinker AFB, Oklahoma, and is expected to be completed by Aug. 2, 2031. This contract was a competitive acquisition and four offers were received. Fiscal 2025 operations and maintenance funds in the amount of $15,000 are being obligated at the time of award. The Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8137-25-D-0001).
BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, was awarded a $172,433,125 cost-plus-fixed-fee task order for systems engineering and evaluation, Systems Analysis Worldwide VIII. This contract provides for developing, enhancing, modifying, integrating and transitioning capabilities in response to critical multi-domain needs across air, space, and cyber. Work will be performed Rockville, Maryland, and is expected to be completed by Sept. 13, 2030. This contract was a competitive acquisition, and one offer was received. Fiscal 2025 research, development, test and evaluation funds in the amount of $389,438; fiscal 2025 operation and maintenance funds in the amount of $8,597,667; and fiscal 2025 funds in the amount of $325,000, are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-25-F-B021).
Lockheed Martin Corp., Herndon, Virginia, was awarded a $58,471,670 firm-fixed-price contract for relay control element sustainment. This contract provides for sustainment, modification, and modernization of the relay control element systems. Work will be performed at Herndon, Virginia, and is expected to be completed by July 14, 2030. This contract was a sole source acquisition. Fiscal 2025 and operations and maintenance appropriations funds in the amount of $5,804,134 are being obligated at the time of award. The Command, Control, Communication and Battle Management Directorate, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2398-25-C-B001).
NAVY
L3Harris Technologies Inc., North Amityville, New York, is awarded a $34,440,103 firm-fixed-price contract for the production and delivery of 31 BRU-75A and BRU-76A Bomb Rack Unit shipsets for the P-8A Lot 13 aircraft, to include 14 for the Navy; 14 for the government of Canada; and three for the government of Germany. Work will be performed in Amityville, New York, and is expected to be completed March 2030. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $15,553,595; and Foreign Military Sales customer funds in the amount of $18,886,508, will be obligated at the time of award, none 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 (N0001925C0100).
Ternion Corp.,* Huntsville, Alabama is awarded a $17,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the sustainment and upgrade of the Flexible Analysis, Modeling, and Exercise System Automated Simulation Trainer software applications in support of the Common Aviation Command and Control System software baseline. The program is managed within the portfolio of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Huntsville, Alabama, with an expected completion date of July 13, 2030. The ordering period of the contract will be for five years and will begin on July 14, 2025. No funding will be obligated on the contract. Funds will be obligated on individual task orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-25-D-0001).
Armtec Countermeasures Co., Coachella, California, is being awarded a $14,100,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture of radar reflective chaff countermeasures cartridges. This contract includes a three-year ordering period with no options. All work will be performed in Lillington, North Carolina, and all work is expected to be completed by December 2029. This contract involves Foreign Military Sales. Czech Republic (86%); Greece (1%); and fiscal 2024 (Navy) funds (13%) in the amount $301,564, will be issued for a delivery order (N00104-25-F-B001) that will be awarded concurrently with the contract. Funds will not expire at the end of the current fiscal year. This requirement was solicited as a full and open competition with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-25-D-B001).
DEFENSE HEALTH AGENCY
MicroHealth LLC, Vienna, Virginia, is awarded $11,063,288 for a firm-fixed-price modification to a previously awarded task order (HT001123F0047) for Uniformed Services Family Health Plan data integration support services. The task order provides information technology, data warehouse, and data processing support services to the Department of Defense for the Designated Provider (DP) health care delivery system in support of the Military Health System. Additionally, services are provided to collect DP-submitted data monthly, interface with Defense Enrollment and Eligibility Reporting System for the purpose of collecting enrollment and eligibility data and to send enrollment fee and catastrophic capitation information on DP beneficiaries, report monthly results for enrollment and capitation, maintain a database of all enrollment demographics for the DP population, perform audits and reviews, and report results of the data collection and comparison. Fiscal 2025 operation and maintenance funds are obligated for task order modification HT001123F0047-P00006 to exercise and fully fund Option Two contract line items 2001-2007 for 12 months from Sept. 27, 2025, through Sept. 26, 2026. The place of performance is Aurora, Colorado. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.
ARMY
Imperial Construction & Electric Inc., Springfield, New Jersey, was awarded a $9,972,000 firm-fixed-price contract for building renovations. Bids were solicited via the internet with seven received. Work will be performed in Joint Base McGuire-Dix-Lakehurst, New Jersey, with an estimated completion date of Sept. 30, 2027. Fiscal 2025 research, development, test and evaluation, Army funds in the amount of $9,972,000 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-A001).
Triple Cities Metal Finishing Corp.,* Binghamton, New York (W51AA1-25-D-0002); and Milspray LLC,* Lakewood, New Jersey (W51AA1-25-D-0003), will compete for each order of the $9,800,000 firm-fixed-price contract for refinishing services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of July 13, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.
WASHINGTON HEADQUARTERS SERVICES
HDD JV, Leesburg, Virginia, was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ003422D0024). The amount of this action is $8,000,000. Fiscal 2022 funds are not being obligated at the time of the award. The cumulative total of the contract is $27,010,000. The total, if all options are exercised, is $45,000,000. The purpose of this contract is to procure heavy and civil construction on the Pentagon Reservation. The work will be performed at the Pentagon Reservation, Pentagon, Washington D.C. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.
Addon Services LLC, Alexandria, Virginia, was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ003422D0023). The amount of this action is $8,000,000. Fiscal 2022 funds are not being obligated at the time of the award. The cumulative total of the contract is $27,010,000. The total if all options are exercised is $45,000,000.00. The purpose of this contract is to procure heavy and civil construction on the Pentagon Reservation. The work will be performed at the Pentagon Reservation, Washington D.C. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.
Cedarville Engineering Group LLC, Pottstown, Pennsylvania, was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ003422D0022). The amount of this action is $8,000,000. Fiscal 2022 funds are not being obligated at the time of the award. The cumulative total of the contract is $27,010,000. The total, if all options are exercised, is $45,000,000. The purpose of this contract is to procure heavy and civil construction on the Pentagon Reservation. The work will be performed at the Pentagon Reservation, Washington D.C. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.
Lalini Enterprise LLC, Washington D.C, was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ003422D0020). The amount of this action is $8,000,000. Fiscal 2022 funds are not being obligated at the time of the award. The cumulative total of the contract is $27,010,000. The total, if all options are exercised, is $45,000,000. The purpose of this contract is to procure heavy and civil construction on the Pentagon Reservation. The work will be performed at the Pentagon Reservation, Washington D.C. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.
*Small business