4 Marine Service LLC,* Guayanilla, Puerto Rico (N00023-25-D-0001); Acquisition Logistics LLC,* Clint, Texas (N00023-25-D-0004); African Contract Solutions Inc.,* Irving, Texas (N00023-25-D-0005); Ahntech Inc.,* Los Altos, California (N00023-25-D-0007); Amentum Services Inc., Chantilly, Virginia (N00023-25-D-0009); Amstability LLC,* Alexandria, Virginia (N00023-25-D-0011); Anglicotech LLC,* Arlington, Virginia (N00023-25-D-0012); Atlantic Diving Supply Inc., Virginia Beach, Virginia (N00023-25-D-0013); Centerra Group LLC, Herndon, Virginia (N00023-25-D-0016); Culmen International LLC, Alexandria, Virginia (N00023-25-D-0019); Da Defense Logistics HQ,* El Paso, Texas (N00023-25-D-0020); Delta Vector USA LLC,* Texas City, Texas (N00023-25-D-0023); Deployed Resources LLC, Rome, New York (N00023-25-D-0025); Elizarov Consulting Group LLC,* Germantown, Maryland (N00023-25-D-0031); GardaWorld Federal Services LLC, Arlington, Virginia (N00023-25-D-0032); Gemini Tech Services,* Willow Park, Texas (N00023-25-D-0034); Greenlight Group LLC,* Destin, Florida (N00023-25-D-0036); Hall Brian* doing business as Brian Hall Properties,* Solana Beach, California (N00023-25-D-0038); Hong Ye Rental & Construction Ltd.,* Saipan, North Mariana Islands (N00023-25-D-0040); CBRE Government & Defense Services, McLean, Virginia (N00023-25-D-0044); KBR Services LLC, Houston, Texas (N00023-25-D-0046); KUOG Corp.,* Huntsville, Alabama (N00023-25-D-0047); KVG LLC , Gettysburg, Pennsylvania (N00023-25-D-0048); Lee Eng & Construction Inc.,* Houston, Texas (N00023-25-D-0049); Logistics Worldwide 365 LLC,* Dallas, Georgia (N00023-25-D-0051); Loyal Source Government Services LLC, Orlando, Florida (N00023-25-D-0052); Lukos LLC, Tampa, Florida (N00023-25-D-0053); Maginot Support Services,* Flower Mound, Texas (N00023-25-D-0054); Marianas Integration LLC,* Saipan, North Mariana Islands (N00023-25-D-0055); MLSUSA Corp., East Longmeadow, Massachusetts (N00023-25-D-0058); Noble Supply & Logistics LLC, Boston, Massachusetts (N00023-25-D-0064); Obera LLC,* Herndon, Virginia (N00023-25-D-0065); Pacific Defense Contracting LLC,* Bangor, Maine (N00023-25-D-0068); Palladium International LLC, Washington, D.C. (N00023-25-D-0069); Red Orange North America Inc.,* Fort Washington, Pennsylvania (N00023-25-D-0073); Relyant Global LLC, Maryville, Tennessee (N00023-25-D-0074); Response AI Solutions LLC,* Great Falls, Virginia (N00023-25-D-0075); RMGS-Berger, a JV LLC, Virginia Beach, Virginia (N00023-25-D-0077); TechTrans International Inc., Houston, Texas (N00023-25-D-0081); Terrestris LLC,* Dumfries, Virginia (N00023-25-D-0082); Trailer Bridge Inc., Jacksonville, Florida (N00023-25-D-0084); US21 Inc., Fairfax, Virginia (N00023-25-D-0085); Vectrus Systems LLC, also known as V2X, Colorado Springs, Colorado (N00023-25-D-0086); Waypoint LLC,* Lead, South Dakota (N00023-25-D-0087); Weston Trolley Co. LLC,* Dearborn, Missouri (N00023-25-D-0088); Active Deployment Systems, San Marcos, Texas (N00023-25-D-0091); Acuity International LLC, Reston, Virginia (N00023-25-D-0092); Apex Site Services,* Waxahachie, Texas (N00023-25-D-0093); Aspen Medical USA,* Washington, D.C. (N00023-25-D-0094); Aspetto Inc.,* Fredericksburg, Virginia (N00023-25-D-0095); Asset Protection & Security Services L.P., Corpus Christi, Texas (N00023-25-D-0096); ATCO Frontec USA, Houston, Texas (N00023-25-D-0097); Beachview Logistics US Inc., Brunswick, Georgia (N00023-25-D-0098); Big Jet LLC,* Pittsburgh, Pennsylvania (N00023-25-D-0099); Bluewater Management Group, Chesapeake, Virginia (N00023-25-D-0100); CFK Services,* Milton, Florida (N00023-25-D-0101); Cherokee Nation Government Solutions LLC,* Tulsa, Oklahoma (N00023-25-D-0102); Continuity Global Solutions, Port Saint Joe, Florida (N00023-25-D-0103); CoreCivic Inc., Brentwood, Tennessee (N00023-25-D-0104); Cotton Commercial USA Inc., Katy, Texas (N00023-25-D-0105); Crisis Response Co. LLC, Southlake, Texas (N00023-25-D-0106); Critical Contingency Solutions LLC,* Wimberley, Texas (N00023-25-D-0107); Disaster Management Group LLC, Jupiter, Florida (N00023-25-D-0108); DKW Communications Inc.,* Washington, D.C. (N00023-25-D-0109); Dynamik Inc.,* San Diego, California (N00023-25-D-0110); Ecology Mir Group LLC,* Fairfax, Virginia (N00023-25-D-0111); EDS Holdco LLC, Lexington, Kentucky (N00023-25-D-0112); EEC-Lukos JV LLC,* Haines City, Florida (N00023-25-D-0113); EFS Ebrex Inc.,* Vienna, Virginia (N00023-25-D-0114); EGA Associates LLC,* Jeannette, Pennsylvania (N00023-25-D-0115); Environmental Chemical Corp., Burlingame, California (N00023-25-D-0116); Environmental Earth-Wise Inc.,* Baytown, Texas (N00023-25-D-0117); GenStrong LLC, Wilmington, North Carolina (N00023-25-D-0118); Gothams LLC, Austin, Texas (N00023-25-D-0119); Hikina 2 Komohana Consulting Inc.,* Boulder, Colorado (N00023-25-D-0120); Industrial Tent Systems LLC, Houston, Texas (N00023-25-D-0121); InnoVis JV LLC,* Washington, D.C. (N00023-25-D-0122); Kastel Enterprises MK LLC,* Mobile, Alabama (N00023-25-D-0123); KTC Solutions LLC, Houston, Texas (N00023-25-D-0125); LEMOINE Disaster Recovery LLC, Lafayette, Louisianna (N00023-25-D-0126); MCS Government Services LLC, Lewisville, Texas (N00023-25-D-0127); Monmouth Solutions Inc.,* Lowell, Massachusetts (N00023-25-D-0128); Octagon Industries Inc.,* San Antonio, Texas (N00023-25-D-0129); Parker Tide LLC,* Washington, D.C. (N00023-25-D-0130); Parsons Government Services Inc., Centreville, Virginia (N00023-25-D-0131); Pegasus Support Services LLC, Woodstock, Georgia (N00023-25-D-0132); Rapid Deployment Inc., Mobile, Alabama (N00023-25-D-0133); Recana Solutions LLC, Houston, Texas (N00023-25-D-0134); Responsive Deployment LLC,* Mckinney, Texas (N00023-25-D-0135); Rockwell American Services Ltd.,* Terrebonne, Oregon (N00023-25-D-0136); Safety & Security International, Greensboro, North Carolina (N00023-25-D-0137); SAKOM Services WI LLC,* Shawano, Wisconsin (N00023-25-D-0138); SK2 LLC,* San Juan, Puerto Rico (N00023-25-D-0139); SLSCO Ltd., Galveston, Texas (N00023-25-D-0140); SOC LLC, Chantilly, Virginia (N00023-25-D-0141); SOS International LLC, Reston, Virginia (N00023-25-D-0142); Target Logistics Management LLC, The Woodlands, Texas (N00023-25-D-0143); Taylors International Services Inc., Lafayette, Louisiana (N00023-25-D-0144); Team Housing Solutions, New Braunfels, Texas (N00023-25-D-0145); Trigent Solutions Inc.,* Chantilly, Virginia (N00023-25-D-0146); Universal Protection Service LP, Conshohocken, Pennsylvania (N00023-25-D-0147); USA Up Star LLC, Greenwood, Indiana (N00023-25-D-0148); Vision Quest Solutions, Inc.,* Hot Springs, South Dakota (N00023-25-D-0149); 701C LLC,* Sterling, Virginia (N00023-25-D-0150); Anovaeon LLC,* San Antonio, Texas (N00023-25-D-0151); Guardian 6 Solutions LLC,* Cedar Hill, Texas (N00023-25-D-0152); KDP Global Enterprises LLC,* Hollywood, Florida (N00023-25-D-0153); ResponseForce1 LLC,* Fort Walton Beach, Florida (N00023-25-D-0154); and Worldwide Employee Housing Solutions,* Seguin, Texas (N00023-25-D-0156), are awarded modifications to increase their base period contract ceiling with the amount of $45,000,000,000 to support worldwide expeditionary multiple award contract (WEXMAC) territorial integrity of the U.S. (TITUS). WEXMAC TITUS will provide supplies and services in support of but not limited to supporting the six phases of the continuum of military operations in support of the geographic Combatant Command's joint operations, coalition partners, and other federal agencies in setting and sustaining the theater through the following requirements: theater opening (includes reception, staging, onward-movement, and integration support; sustainment; theater distribution; and stability operations and Defense Support of Civil Authorities support. The WEXMAC TITUS description of contractual scope provides that services and supplies provided through the performance of this contract include but are not limited to humanitarian assistance/disaster relief, contingency, exercise, lodging, logistics, water-based, and land-based support. The base period began in January 2025 and is expected to be completed by December 2029; if all options are exercised, the performance period will be completed by December 2034. The increased contract ceiling modifications will be incorporated into the contractors' existing base performance period with one five-year option with individual requirements performed under task orders when specific dates and locations are identified. If the option period is exercised, the total estimated contract maximum for each contractor could be $65,000,000,000. Work will be performed in the U.S. and outlying territories outlined in the original contract. Due to the fact that the specific requirements cannot be predicted at this time, more specific information about the percentage and where the work will be performed cannot be currently provided. Due to the minimum guarantee already being fulfilled, no funding will be obligated for these modifications. Additional funds will be obligated at the task order level with the appropriate fiscal year funding as issued by the customers for each area of responsibility. The requirement was competitively procured as full and open competition with 109 offers received. 114 incumbent offerors were found compliant and responsible and will receive modifications to their existing contracts. Naval Supply Systems Command, Mechanicsburg, Pennsylvania, is the contracting activity.
Contract Updates
R&M Government Services (Las Cruces, New Mexico) – $23,894,784
R&M Government Services,* Las Cruces, New Mexico, has been awarded a maximum $23,894,784 firm-fixed-price, indefinite-quantity contract for battery compartments. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in the Federal Acquisition Regulation 6.302-1. This…
L3Harris Technologies Inc. (Clifton, New Jersey) – $9,571,947
L3Harris Technologies Inc., Clifton, New Jersey, is being awarded $9,571,947 for a firm-fixed-price contract for the procurement of 74 radio frequency amplifiers in support of Navy F/A-18E/F/G aircraft. The contract does not include an option provision. All work will be…
Sikorsky Aircraft Corp. a Lockheed Martin Co. (Stratford, Connecticut) – $21,600,000
Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a not-to-exceed $21,600,000 cost reimbursable undefinitized order (N0001926F1016) against a previously issued basic ordering agreement (N0001923G0002). This order provides for instantaneous access to 105% Transient Engine Torque test and…
Amentum Mitie Pacific LLC (Chantilly, Virginia) – $85,236,794
Amentum Mitie Pacific LLC, Chantilly, Virginia, is awarded an $85,236,794 fixed-price-award-fee, indefinite-delivery/indefinite-quantity contract for base operating support services at Navy Support Facility, Diego Garcia. Work will be performed at Diego Garcia, British Indian Ocean Territory, and is expected to be…