Award Record

Record Date: March 26, 2025

$2.5B Contract Awarded for Global Maintenance, Repair, and Construction of DOD Fuel Facilities

Aptim Federal Services LLC, Baton Rouge, Louisiana (FA8903-25-D-0036); Aytekin-Serol Eng. Construction Inc., Mahallesi Seyhan Adana, Turkey (FA8903-25-D-0037); Bristol Communication & Power Systems LLC, Anchorage, Alaska (FA8903-25-D-0038); Catawba Day & Zimmerman LLC, Rock Hill, South Carolina (FA8903-25-D-0039); CMS Corp., Bargersville, Indiana (FA8903-25-D-0040); Coharie Bhate JV LLC (CBJV), Clinton, North Carolina (FA8903-25-D-0041); D7 LLC, doing business as DAWSON, Colorado Springs, Colorado (FA8903-25-D-0042); Environmental Chemical Corp., Burlingame, California (FA8903-25-D-0043);  Goshawk LLC, San Antonio, Texas (FA8903-25-D-0044); GY6 LLC, Tamuning, Guam (FA8903-25-D-0045); Insight Environmental, Engineering, and Construction Inc., Brea, California (FA8903-25-D-0046); MEB General Contractors Inc., Chesapeake, Virginia (FA8903-25-D-0047); NOVA Group Inc., Napa, California (FA8903-25-D-0048); Reliable Contracting Group LLC, Louisville, Kentucky (FA8903-25-D-0049); SES Energy Services LLC, Oak Ridge, Tennessee (FA8903-25-D-0050); Silver Mountain Construction LLC,  North Las Vegas, Nevada (FA8903-25-D-0051); Tetra Tech Inc., Collinsville, Illinois (FA8903-25-D-0052); Weston Solutions Inc., Chester, Pennsylvania (FA8903-25-D-0053); and WSP USA Environmental & Infrastructure Inc., Blue Bell, Pennsylvania (FA8903-25-D-0054), were awarded a $2,500,000,000 ceiling indefinite-delivery /indefinite-quantity contract vehicle for Department of Defense (DOD) fuels infrastructure maintenance, repair, and construction. This contract provides for any construction of new, additions to, repairs, or upgrades of DOD petroleum, oil, and/or lubricant facilities or infrastructure, fuel facility-related utilities, and physical requirements within the fuel yard. it also provides for a small amount of recurring maintenance related to fuel infrastructure. The location of performance is federal installations worldwide as cited in each individual delivery or task order. The contract is awarded with one two-year ordering period and four options for additional two-year ordering periods. The ordering period is not expected to continue after March 25, 2035. This award is the result of a competitive acquisition and 23 proposals were received.  Fiscal 2025, Defense Logistics Agency working capital reimbursable funds in the amount of $57,000 are being obligated at the time of award divided equally between all offerors. Joint Base San Antonio-Lackland, Texas, is the contracting activity.