04/03/2026 | Press release | Distributed by Public on 04/03/2026 15:48
NAVY
Huntington-Ingalls Industries Inc., Ingalls Shipbuilding Division, Pascagoula, Mississippi, is being awarded a $83,623,165 hybrid cost-plus award fee, and cost only modification to a previously awarded contract (N00024-25-C-4229), a continuation contract for (N00024-21-C-4205) to exercise options for the accomplishment of the planning yard support for amphibious transport dock ships, amphibious assault ships, dock landing ships, and amphibious command ships. Work will be performed in Pascagoula, Mississippi (75%), with on-site technical support for Chief of Naval Operations availabilities at Norfolk, Virginia (24%); San Diego, California (< 1%); and Sasebo, Japan (< 1%). Work is expected to be completed by May 2027. No funding will be obligated at the time of award. This contract was competitively awarded. Naval Sea Systems Command, Washington, D.C, is the contracting activity.
L3Harris Technologies, Millersville, Maryland, was awarded a $20,216,616 firm-fixed-price and cost-plus-fixed-fee contract for production and engineering and technical support for submarine universal modular masts on new construction submarines. This contract includes options which, if exercised, would bring the cumulative value of this contract to $147,498,082. Work will be performed in Bologna, Italy (78%); Northampton, Massachusetts (20%); and Millersville, Maryland (2%), and is expected to be completed by April 2031. Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $19,701,200 will be obligated at the time of award and will not expire at the end of the current fiscal year. The requirement was not competitively procured in accordance with 10 U.S. Code 3204(a)(1). Naval Sea Systems Command, Washington, D.C, is the contracting activity (N00024-26-C-6205).
Raytheon Technologies, Marlborough, Massachusetts, is awarded a $18,801,948 cost-plus-fixed-fee and cost order under basic ordering agreement (N0002422G5311) to redesign the OT-134A transmitter in the MK 99 Continuous Wave Illuminator. This order will provide all engineering and technical support for the OT-134A redesign through preliminary design review. This contract involves Foreign Military Sales (FMS) to the Republic of Korea. Work will be performed in Marlborough, Massachusetts and is expected to be completed by January 2027. FMS (Republic of Korea) funds in the amount of $18,801,948 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(4) (International Agreement). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-26-F-5387).
DEFENSE LOGISTICS AGENCY
BP Products North America Inc., Chicago, Illinois (SPE602-25-D-0476, $813,365,720); The Alon USA LP, Brentwood, Tennessee (SPE602-25-D-0472, $355,068,480); Vetjet Fuels LLC,* Dallas, Texas (SPE602-25-D-0463, $275,555,462); Placid Refining Co. LLC,* Port Allen, Louisiana (SPE602-25-D-0468, $204,725,053); Phillips 66 Co., Houston, Texas (SPE602-25-D-0465, $177,639,434); Marathon Petroleum Co. LP, Findlay, Ohio (SPE602-25-D-0473, $113,938,882); Lazarus Energy Holding LLC,* Houston, Texas (SPE602-25-D-0467, $100,965,549); Husky Marketing & Supply Co., Dublin, Ohio (SPE602-25-D-0466, $93,947,392); Petromax Refining Co. LLC, Houston, Texas (SPE602-25-D-0469, $74,330,313); Calumet Shreveport Fuels LLC,* Indianapolis, Indiana (SPE602-25-D-0470, $54,778,147); Mansfield Oil Co. of Gainesville Inc, Gainesville, Georgia (SPE602-25-D-0471, $49,927,727); and Associated Energy Group LLC,* Miami, Florida (SPE602-25-D-0475, $36,557,222), have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE602-25-R-0711 for various types of jet and naval fuel distillate. This was a competitive acquisition with 32 responses received. These are one-year contracts with a 30-day carryover. Locations of performance are Oklahoma, Texas, Kansas, New Jersey, Mississippi, Louisiana, Arkansas, North Dakota, Ohio, Alabama, and Minnesota. The delivery order end date is April 30, 2027. Type of appropriation is fiscal 2026 defense working capital funds. The contracting activity is Defense Logistics Agency Energy, Fort Belvoir, Virginia. (Awarded on April 1, 2026).
*Small business