03/05/2026 | Press release | Distributed by Public on 03/05/2026 16:25
DEFENSE LOGISTICS AGENCY
US Foods Inc., Anchorage, Alaska, has been awarded a maximum $124,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for subsistence prime vendor support. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The ordering period end date is March 4, 2031. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard, and other federal civilian agencies. Type of appropriation is fiscal 2026 through 2031 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-26-D-4003).
Pentaq Manufacturing Corp.,** Sabana, Puerto Rico, has been awarded a maximum $14,701,860 modification (P00029) exercising the third one-year option period of a one-year base contract (SPE1C1-23-D-0035) with four one-year option periods for blouses and trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is March 10, 2027. Using military service is Marine Corps. Type of appropriation is fiscal 2026 through 2027 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
AForge LLC,* Lorton, Virginia (SP4701-26-D-0001); Alloyed Inc.,* Seattle, Washington (SP4701-26-D-0002); Applied Rapid Technologies Co. Inc.,* Fredericksburg, Virginia (SP4701-26-D-0003); General Electric Co., doing business as Colibrium Additive, West Chester, Ohio (SP701-26-D-0004); Cornerstone Research Group,* Miamisburg, Ohio (SP4701-26-D-0005); DMG MORI Federal Services Inc., Hoffman Estates, Illinois (SP4701-26-D-0007); FasTech LLC,* Danville, Virginia (SP4701-26-D-0008); Form Alloy Technologies Inc.,* Spring Valley, California (SP4701-26-D-0009); ITL LLC,* Hampton, Virginia (SP4701-26-D-0011); KVG LLC,* Gettysburg, Pennsylvania (SP4701-26-D-0012); American Lightweight Materials Manufacturing Innovation Institute, doing business as Lift Technologies, Detroit, Michigan (SP4701-26-D-0013); Malama Kai Technologies LLC,* Herndon, Virginia (SP4701-26-D-0014); Maritech Machine Inc.,* Panama City, Florida (SP4701-26-D-0015); Marotta Controls Inc.,* Montville, New Jersey (SP4701-26-D-0016); MRL Materials Resources LLC,* Xenia, Ohio (SP4701-26-D-0017); UI Labs, doing business as MXD USA, Chicago, Illinois (SP4701-26-D-0018); NCS Technologies Inc.,* Manassas, Virginia (SP4702-26-D-0019); Nikon AM Synergy Inc., Long Beach, California (SP4701-26-D-0020); Precision Additive Solutions Inc.,* Indianapolis, Indiana (SP4701-26-D-0021); Relativity Space Inc.,* Long Beach, California (SP4701-26-D-0022); Shepra Inc.,* Orange Park, Florida (SP4701-26-D-0023); Sintavia LLC,* Hollywood, Florida (SP4701-26-D-0024); Stratasys Direct Inc., Eden Prairie, Minnesota (SP4701-26-D-0025); and Velo3D Inc.,* Fremont, California (SP4701-26-D-0026), are sharing a maximum $9,800,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SP4701-25-R-0001 to provide a Joint Additive Manufacturing Acceptability IV pilot parts program. This was a competitive acquisition with 27 responses received. These are one-year base contracts with four one-year option periods. The performance completion date is Feb. 24, 2027. Using customers are Army, Navy, Air Force, Marine Corps, War Department, and Defense Logistics Agency. Type of appropriations is fiscal 2026 research, development, test and evaluation. The contracting activity is Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania. (Awarded on Feb. 25, 2026)
NAVY
AMETEK SCP Inc., Westerly, Rhode Island (N66604-26-D-J601); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N66604-26-D-J602); Massa Products Corp.,* Hingham, Massachusetts (N66604-26-D-J603); SyQwest LLC, Cranston, Rhode Island (N66604-26-D-J604; and Teledyne D.G. O'Brien, Portsmouth, New Hampshire (N66604-26-D-J605), are each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for the design, manufacture, test, package, and delivery of TR-317 Series Hull Penetrator assembly first article and production units. The maximum dollar value for all five contracts combined is $99,613,488. Epsilon Systems Solutions, Inc. is being awarded $2,500; Massa Products Corp. is being awarded $2,500; Teledyne D.G. O'Brien is being awarded $62,696; AMETEK SCP Inc. is being awarded $469,936; and SyQwest LLC is being awarded $915,856, toward a total contract ceiling value of $99,613,488. Work will be performed in Westerly, Rhode Island (20%); Portsmouth, Virginia (20%); Hingham, Massachusetts (20%); Cranston, Rhode Island (20%); and Portsmouth, New Hampshire (20%), and is expected to be completed by December 2031. Fiscal 2024 other procurement (Navy) funds in the amount of $1,453,488 (1%) will be obligated at the time of award, and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the System for Award Management website, with seven offers received. Naval Undersea Warfare Center Division, Newport, Rhode Island, is the contracting activity.
RTX Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $256,255,777 modification (P00022) to a previously awarded firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N0001920D0013). This modification adds scope to procure advanced long lead materials for the production and delivery of the F135 propulsion system spares for depot lay-in material, the F-35 global spares pool, and country unique spares in support of the Joint Strike Fighter program for the Air Force, Marine Corps, Navy, non-Department of War participants, F-35 Cooperative Program Partners, and Foreign Military Sales customers. Work will be performed in East Hartford, Connecticut (73.8%) (labor surplus area); Cromwell, Connecticut (19.8%); North Berwick, Maine (3.3%); Palm Bay, Florida (1.3%); various locations within the continental U.S. (CONUS) (0.9%); and various locations outside the CONUS (0.9%), and is expected to be completed in December 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The contract that is being modified was not competed. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity
Lockheed Martin Corp. ,Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $132,919,645 modification (P00069) to a previously awarded cost-plus-incentive-fee contract (N0001922C0041). This modification exercises options to provide continued flight test support to include administrative, maintenance, and test preparation for training systems labs, flight test labs, and Autonomic Logistics Information System/Operational Data Integrated Network labs in support of testing of new capabilities for the F-35 air system for the Air Force, Navy, Marine Corp, and non-Department of War (DOW) participants. Work will be performed in Fort Worth, Texas (30%); Palmdale, California (26%); Patuxent River, Maryland (23%); Orlando, Florida (11%); San Diego, California (3%); Linthicum, Maryland (2%); Manchester, New Hampshire (2%); Los Angeles, California (1%); Samlesbury, United Kingdom (1%); and various locations within the continental U.S. (1%), and expected to be completed in March 2027. Fiscal 2026 operations and maintenance (service) funds in the amount of $4,499,998 will be obligated at the time of award, all of which expire at the end of the current fiscal year. This modification was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed $83,687,039 undefinitized modification (P00016) to a previously awarded cost-plus-fixed-fee contract (N0001924C0011). This modification adds scope to procure special tooling and test equipment in support of F-35 canopy tooling for the Joint Strike Fighter program for the Air Force, Marine Corps, Navy, and non-Department of War (DOW) participants. Work will be performed in Garden Grove, California, and is expected to be completed in January 2027. Fiscal 2024 aircraft procurement (Air Force) funds in the amount of $18,503,833; fiscal 2024 aircraft procurement (Navy) funds in the amount of $18,503,834; and non-U.S. DOW participants funds in $8,242,333 will be obligated at time of award, $37,007,667, 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.
Huntington Ingalls Inc., Newport News, Virginia, is awarded a $60,000,000 cost-plus-fixed-fee modification to a previously awarded contract (N00024-24-C-2106) for additional long lead-time material required for the accomplishment of the USS Harry S. Truman (CVN 75) refueling and complex overhaul. Work will be performed in Newport News, Virginia and is expected to be completed by September 2026. Funding will not be obligated at time of award. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
VetPride-EMI Maintenance Solutions LLC, Raleigh, North Carolina, is awarded a $27,622,484 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for High Voltage Electrical (HVE) maintenance services within the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations. Work to be performed provides for facilities support services under Annex 1502000 Facility Investment. Work will be performed at, but is not limited to, Naval Base San Diego, Naval Base Coronado, Naval Base Point Loma, Marine Corps Air Station Miramar, and Naval Medical Center San Diego, and will be completed by June 2031. Fiscal 2026 HVE funds in the amount of $4,163,875 will be obligated on a separate task order after time of award. This contract was competitively procured via the Department of Defense solicitation portal in the Procurement Integrated Enterprise Environment and the Contract Opportunities website, with five proposals received. NAVFAC Southwest, San Diego, California, is the contracting activity (N62473-26-D-0009).
Frontgrade Technologies Inc., Plainview, New York, is being awarded $11,436,957 for a firm-fixed-price contract for the procurement of 23 common frequency generators in support of the AN/SPQ-9B radar set. The contract does not contain an option provision. All work will be performed in Plainview, New York, and all work is expected to be completed by January 2029. Fiscal 2026 working capital funds (Navy) in the contract's full amount of $11,436,957 will be obligated at time of award and funds will not expire at the end of the current fiscal year. Two companies were solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1) and one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-26-P-JA86).
AIR FORCE
L3Harris Technologies Integrated Systems L.P., Greenville, Texas, was awarded a $42,701,929 firm-fixed price, cost -plus-fixed-fee, and cost-reimbursement-no fee indefinite-delivery/indefinite-quantity type contract for the Integrated Broadcast Service-Common Interactive Broadcast-Uplink Site sustainment and modernization program. This contract provides for sustainment and modernization services/support including program management, engineering support, on-site support, data, travel, material, and other direct costs. Work will be performed at multiple locations inside and outside the contiguous U.S. and is expected to be completed by Feb. 28, 2031. This contract was a sole source acquisition. Fiscal 2026 operation and maintenance funds in the amount of $1,216,606 are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8555-26-D-B002).
Raytheon Co., Sterling, Virginia, was awarded a $31,157,981.00 firm-fixed-price and cost reimbursement contract for distributed common ground system (DCGS) signals intelligence field support. This contract provides for sustainment of Intelligence, Surveillance and Reconnaissance systems used for collection, correlation of data, and collaboration of signals of interest from airborne, ground, and other systems in order to provide critical near real time actionable intelligence to the DCGS analysts, warfighters and national mission partners. Work will be performed at multiple continental U.S.; and outside the continental U.S. locations, and is expected to be complete by Feb. 28, 2027. his contract was a sole source acquisition. Fiscal 2026 operations and maintenance funds in the amount of $13,514,445 are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8527-26-C-B001). (Awarded February 25, 2026)
General Electric Aerospace, Lynn, Massachusetts, has been awarded a $29,133,666 indefinite-delivery/indefinite-quantity contract for contractor engineering and technical services. This contract provides for advisory engineering and technical services until organic engineering capability is developed. Work will be performed at Springfield, Illinois; Tucson, Arizona; Portland, Oregon; Bahrain; Israel; Korea; Egypt; Slovakia; and Bulgaria; and is expected to be complete by Dec. 31, 2028. This contract involves Foreign Military Sales to Bahrain, Israel, Korea, Egypt, Slovakia, and Bulgaria. This award is the result of a sole source acquisition. Foreign Military Sales funds in the amount of $746,100 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA860426DB001). (Awarded on Feb. 27, 2026.)
Galapagos Federal Systems LLC, Kilei, Hawaii, has been awarded a $20,713,391 firm-fixed-price contract for advisory and assistance services. This contract provides for critical advisory and assistance services in support of the Battle Management Command, Control, Communication, and Space Intelligence Program Executive Officer and associated organizations. Work will be performed at Los Angeles Air Force Base, California, and is expected to be completed by Feb. 27, 2031. This contract was a sole source acquisition. Fiscal 2026 research, development, test, and evaluation funds the amount of $500,000 are being obligated at time of award. The Space System Command, Battle Management Command, Control, Communication, and Space Intelligence, Los Angeles AFB, California, are the contracting activities (FA8806-26-C-B002).
TAC Industries Inc., Springfield, Ohio, was awarded a $18,534,900 fixed-price, economic-price-adjustment, indefinite-delivery requirements contract. This contract provides for the repair of cargo nets. Work will be performed at Springfield, Ohio, and is expected to be completed by March 3, 2036. This contract was a sole source. No funds are being obligated at time of award. The Air Force Life Cycle Management Center, Combat Readiness - Support Equipment and Vehicles, Robins Air Force Base, Georgia, is the contracting activity (FA8534-26-D-0002).
ARMY
Big River Construction Inc., Astoria, Oregon, was awarded a $29,626,442 firm-fixed-price contract for major maintenance and repair of the North Jetty at Grays Harbor, addressing sections most damaged by wave overtopping and crest width reduction. Work will be performed in Ocean Shores, Washington, with an estimated completion date of Nov. 1, 2029. Fiscal 2026 construction, Corps of Engineers, civil funds in the amount of $29,626,442 were obligated at the time of the award. The U.S. Army Corps of Engineers, Seattle District, is the contracting activity (W912DW-26-C-A010).
Luxfer Magtech Inc., Cincinnati, Ohio, was awarded a $13,023,960 firm-fixed-price contract for a five-year supply of M9 Paper. The first delivery order will be in the amount of $4,964,911. Work locations and funding will be determined with each order, and the estimated completion date is March 4, 2031. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-26-D-0021).
*Small business