04/15/2026 | Press release | Distributed by Public on 04/15/2026 15:43
NAVY
Lockheed Martin Space, Titusville, Florida, is being awarded a $850,410,935 cost-plus- incentive-fee modification (P00024) to a previously awarded and announced contract (N0003024C0100) for TRIDENT II (D5) Life Extension 2 SSP Alteration Advanced Design and Development Program efforts. Work will be performed in Denver, Colorado (55.20%); Cape Canaveral, Florida (8.06%); Magna, Utah (4.04%); Titusville, Florida (3.35%); Elkton, Maryland (2.61%); Culpepper, Virginia (2.59%); Sunnyvale, California (2.44%); Orlando, Florida (1.70%); Clearwater, Florida (1.22%); and Folsom, California (1.17%); and locations less than 1.0% each (17.62%). Work is expected to be completed Sept. 30, 2030. Fiscal 2026 weapons procurement (Navy) funds in the amount of $850,410,935 will be obligated on this modification award and no funds will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole source basis under 10 U.S. Code 2304(a)(1) and was previously synopsized on the Systems for Award Management (SAM) website, with one proposal received. Strategic Systems Programs, Washington, D.C., is the contracting activity.
The University of Texas at Arlington, Arlington, Texas, was awarded a $75,480,869 cost-only contract for surface combatant ship design and engineering efforts for land-based testing of shipboard power systems. This contract includes options which, if exercised, would bring the cumulative value of the contract to $86,416,590. Work will be performed in Arlington, Texas, and is expected to be completed by April 2031. Fiscal 2026 research, development, test and evaluation (Navy) funds in the amount of $7,875,275 (88%); and fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $1,058,164 (12%), will be obligated at time of award, of which $1,058,164 will expire at the end of the current fiscal year. This contract was competitively procured via white paper selection under a broad agency announcement, with multiple offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded April 10, 2024).
General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $37,604,626 cost-plus-fixed-fee modification to a previously awarded contract (N00024-20-C-2120) for lead yard support and development studies and design efforts related to Virginia-class submarines. This contract modification includes options which, if exercised, would bring the cumulative value of the contract change to $71,029,423. Work will be performed in McLeansville, North Carolina, and is expected to be completed by April 2027. Fiscal 2026 research, development, test and evaluation (Navy) funds in the amount of $23,000,000, will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Ayuda Companies, Denver, Colorado is awarded a $35,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for environmental compliance services. Work to be performed includes environmental services to ensure operations demonstrate and maintain compliance with all applicable federal, U.S. territory, and local environmental statutes and regulations. Work will be performed at Joint Region Marianas, Guam, and is expected to be completed by April 2031. Fiscal 2026 operations and maintenance, (Navy) funds in the amount of $2,554,071 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract was competitively procured via SAM.gov website with six offers received. The Naval Facilities Engineering Systems Command Marianas, Santa Rita, Guam, is the contracting activity (N4019226D5000).
Architects Pacific Inc., Honolulu, Hawaii, is awarded a $20,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity contract for architect-engineer-services. Work will be performed within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of responsibility and is expected to be completed by April 2031. Fiscal 2026 operation and maintenance, (Navy) funds in the amount of $10,000 will be obligated at time of award for the minimum guarantee, and funds will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website, with eight offers received. NAVFAC Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-26-D-5042).
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $17,519,461 modification (P00006) to a cost-plus-fixed-fee, firm-fixed-price order (N0001925F2558) against a previously issued basic ordering agreement (N0001924G0010). This modification adds scope to procure material modification kits and special test and tooling equipment necessary to support retrofit and modification efforts for the F-35 Joint Strike Fighter program for the Air Force, Marine Corps, Navy, Foreign Military Sales, and non-U.S. Department of War (DOW) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2028. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $5,029,653; fiscal 2025 aircraft procurement (Navy) funds in the amount of $4,120,008; fiscal 2025 aircraft procurement (Air Force) funds in the amount of $4,635,895; and non-U.S. DOW participant funds in the amount of $3,733,905, will be obligated at the time of award, $5,029,653 of which will expire at the end of the current fiscal year. This contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Union Paving & Construction Co. Inc., Mountainside, New Jersey, is awarded a $17,154,700 firm-fixed-price construction contract. Work to be performed includes repair of 16 degraded corrugated metal pipe culverts supporting the Normandy Road Ammunition Rail, Naval Weapons Station Earle, Colts Neck, New Jersey, and is expected to be completed by July 2027. Fiscal 2026 Commander, Navy Installations Command operations and maintenance, (Navy) funds in the amount of $17,154,700 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website with three offers received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-26-C-0008).
D. Gillette Industrial Service's Inc.,* Easton Pennsylvania, is awarded $14,714,694 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of up to 130 quick engine change assembly and propeller maintenance dollies, as well as associated adapter assemblies in support of the Navy's E2-D aircraft program and both the Navy and Air Force C-130 aircraft programs to support all variants of the E-2D and C-130 at the organizational and intermediate levels to perform T56 engine and propeller maintenance. Work will be performed in Easton, Pennsylvania, and is expected to be completed by April 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was non-competitively competed. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833526D0008).
Platform Systems Inc.,* doing business as Platform Aerospace, Hollywood, Maryland, is awarded a $12,893,010 firm-fixed-price modification to a previously awarded job order contract (N0016425FJ608) for Vanilla Long Endurance Unmanned Aircraft Systems, supporting hardware, spare parts, engineering support, and logistics support. Work will be performed in Hollywood, Maryland, and is expected to be completed by August 2026. Fiscal 2026 research development, test, and evaluation (Navy) funds in the amount of $12,893,010 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity.
AIR FORCE
Raytheon Co., Tucson, Arizona, was awarded a not-to-exceed $234,757,000 cost plus fixed-fee undefinitized contract action for the Advanced Medium-Range Air-to-Air Missile (AMRAAM) Extended Range (ER) Transition to Production. This contract provides for the activities needed to transition the AMRAAM ER into full-rate production. Work will be performed at Tucson, Arizona, and is expected to be completed by April 13, 2030. This contract involves Foreign Military Sales (FMS) to Hungary, Kuwait, Lithuania, Netherlands, Norway, and Taiwan. This contract was a sole source acquisition. FMS funds in the amount of $61,569,156 are being obligated at time of award. The Air Force Lifecycle Management Center Weapons Superiority Contracting Branch, Robins Air Force Base, Georgia, is the contracting activity (FA855626CB002). (Awarded April 14, 2026).
Chromalloy Gas Turbine LLC, Newnan, Georgia, was awarded a ceiling $13,724,345 indefinite-delivery/indefinite-quantity contract for the remanufacture of F-100-PW-220 6th-12th Stage Stators and 4th-5th Stage Shrouds. This contract provides for remanufacturing services resulting in a supply of the F-100-PW-220 6th-12th Stage Stators and 4th-5th Stage Shrouds. Work will be performed at Newnan, Georgia, and is expected to be completed by April 13, 2027. This contract involves Foreign Military Sales to Taiwan, Belgium, Chile, Egypt, Indonesia, Israel, Japan, Jordan, South Korea, Norway, Pakistan, Portugal, Romania, Saudi Arabia, and Thailand. This contract was a competitive acquisition and one offer was received. Fiscal 2026 working capital funds in the amount of $2,660,150 are being obligated at time of award. Air Force Sustainment Center PZA Engines Section, Tinker Air Force Base, Midwest City, Oklahoma, is the contracting activity (FA812126D0007).
DEFENSE LOGISTICS AGENCY
Masimo Corp., Irvine, California, has been awarded a maximum $100,000,000 modification (P00021) exercising the five-year option period of a five-year base contract (SPE2D1-21-D-0010) 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 April 19, 2031. Using customers are Army, Navy, Air Force, Marines Corps, and 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.
SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $75,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 321-day bridge contract with no option periods. Location of performance is Alaska, with a March 2, 2027, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2026 through 2027 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-26-D-0007).
Goodwill Industries of South Florida Inc.,** Miami, Florida, has been awarded a maximum $69,734,496 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for combat uniform female trousers. This is a five-year contract with no option periods. The ordering period end date is April 14, 2031. Using military services are Army, Air Force, and Space Force. Type of appropriation is fiscal 2026 through 2031 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-26-D-N012).
UPDATE: The Janz Corp.,*** Columbus, Ohio (SPE2DE-26-D-0007, $49,000,000), has been added as an awardee to the multiple award contract for medical and surgical supplies for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-22-R0017 and awarded Sept. 28, 2023. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
ARMY
General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $44,394,688 modification (PZ0004) to contract W912CH-25-D-0025 for definitizing the undefinitized contract action and establishing pricing for the five-year requirements contract for maintenance and training module/squad leader display version 3 kits to upgrade technology and diagnostics for Stryker Double V-Hull A1 vehicles. The modification brings the total cumulative face value of the contract to $63,961,392. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 20, 2030. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.
Panacea Construction Group LLC,* Dubois, Wyoming (W50S96-26-D-A010); Razor Consulting Solutions Inc.,* Fargo, North Dakota (W50S96-26-D-A011); Gil Haugan Construction Inc.,* Sioux Falls, South Dakota (W50S96-26-D-A012); Gast Construction Co. Inc.,* Wahpeton, North Dakota (W50S96-26-D-A013); MDM Construction LLC,* West Fargo, North Dakota (W50S96-26-D-A014); T.F. Powers Construction Co., Fargo, North Dakota (W50S96-26-D-A015); Huot Construction and Services Inc., South St. Paul, Minnesota (W50S96-26-D-A016); Sterling Constructors LLC,* Denver, Colorado (W50S96-26-D-A017); BHI Construction LLC,* Harrisburg, South Dakota (W50S96-26-D-A018); RJS Construction Inc,* Union Gap, Washington (W50S96-26-D-A019); MCL-MRK VII LLC,* La Vista, Nebraska (W50S96-26-D-A020); TATCO LLC,* Caputa, South Dakota (W50S96-26-D-A021); and Bruce Kreofsky & Sons Inc.,* Plainview, Minnesota (W50S96-26-D-A022), will compete for each order of the $25,000,000 firm-fixed-price contract for construction services under the South Dakota National Guard construction, indefinite-delivery/indefinite-quantity, multi award, task order contract. This total cumulative face value is $25,000,000. Bids were solicited via the internet with 21 received. Work locations and funding will be determined with each order, with an estimated completion date of April 14, 2036. U.S. Property and Fiscal Office for South Dakota is the contracting activity.
*Small business
**Mandatory source
***Small business