U.S. Department of War

04/30/2026 | Press release | Distributed by Public on 04/30/2026 15:30

Contracts for April 30, 2026

ARMY

Ferrovial Construccion PR LLC, San Juan, Puerto Rico, was awarded a $1,078,991,952 firm-fixed-price contract for channel bottom and wall improvements as part of the Rio Puerto Nuevo Flood Control Project, Supplemental Contract Three. Bids were solicited via the internet with three received. Work will be performed in San Juan, Puerto Rico, with an estimated completion date of April 28, 2032. Fiscal 2018 construction, Corps of Engineers, civil funds in the amount of $1,078,991,952 were obligated at the time of the award. U.S. Army Corps of Engineers, Caribbean District, is the contracting activity (W51DQV-26-C-A003).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $716,247,873 cost-plus-fixed-fee contract for sustainment services including field service representatives, vehicle maintenance, modification work orders, fielding and de-processing, new equipment training, and program management in support of Abrams Family of Vehicles, Joint Assault Bridge, Assault Breacher Vehicle, and Foreign Military Sales requirements. Bids were solicited via the internet with one received. Work will be performed at locations to be determined with each order, with an estimated completion date of April 30, 2031. Funding will be obligated with each order using appropriate fiscal year and fund type. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-26-D-0035).

Rockwell Collins Inc., Cedar Rapids, Iowa (W58RGZ-26-D-0033), was awarded a cost-plus-fixed-fee contract for Command Control, Communications integration, modification, maintenance, enhancement, and engineering support for Phase V (CTES V), enabling integration of software, avionics, and avionics architecture into the Cargo (CH-47) Chinook Helicopters and all its variants. This total cumulative face value is $472,412,478. 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 April 29, 2031. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

BL Harbert International LLC, Birmingham, Alabama, was awarded a $129,385,276 firm-fixed-price contract for construction of an Advance Individual Training barracks complex. Bids were solicited via the internet with three received. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of April 24, 2029. Fiscal 2026 military construction, Army funds in the amount of $129,385,276 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City District, is the contracting activity (W912DQ-26-C-A024).

Red Eagle 2 JV, Coweta, Oklahoma (W9126G-26-D-A017); Coactint-APC Design Build LLC, Mandeville, Louisiana (W9126G-26-C-A018); ESA South Inc., Cantonment, Florida (W9126G-26-D-A019); Four Winds Mechanical HTC/AC Inc., Albuquerque, New Mexico (W9126G-26-D-A020); Valiant Construction LLC, Louisville, Kentucky (W9126G-26-D-A021); and Yerkes South Inc., Crestview, Florida (W9126G-26-D-A022), will compete for each order of the $102,120,000 firm-fixed-price contract for fixed-price design-build and design-bid-build vertical construction task orders in support of the U.S. Army Corps of Engineers Southwestern Division. This total cumulative face value is $102,120,000. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of April 29, 2031. U.S. Army Corps of Engineers, Fort Worth District, is the contracting activity.

RORE Inc., San Diego, California (W912J6-26-D-A001); and SU-MO Builders Inc., Honolulu, Hawaii (W912J6-26-D-A002), will compete for each order of the $49,500,000 firm-fixed-price contract for construction, repair, and maintenance services in support of National Guard activities in the state of Hawaii. This total cumulative face value is $49,500,000. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2030. U.S. Property and Fiscal Office for Hawaii is the contracting activity.

Army CorCopper Creek LLC, Great Falls, Montana (W50S7L-26-D-A026); Wadsworth Builders Co. Inc., Great Falls, Montana (W50S7L-26-D-A025); TCS Northwest LLC, Hall, Montana (W50S7L-26-D-A028); Echo Projects LLC, Missoula, Montana (W50S7L-26-D-A030); RJS Construction Inc., Union Gap, Washington (W50S7L-26-D-A031); Aleut Construction LLC, Reston, Virginia (W50S7L-26-D-A033); Geranios Enterprises Inc., Great Falls, Montana (W50S7L-26-D-A023); Tabacco Guy Construction Co., Black Eagle, Montana (W50S7L-26-D-A024); A&R Construction LLC, Great Falls, Montana (W50S7L-26-D-A027); Stobie Construction LLC, Hot Springs, Montana (W50S7L-26-D-A029); and Detailed Construction Co., Great Falls, Montana (W50S7L-26-D-A032),* will compete for each order of the $45,000,000 firm-fixed-price multiple award task order contract for maintenance, repair, and construction at the 120th Airlift Wing, 219th Red Horse Squadron, Fort Harrison, and other federally owned or controlled locations in Montana. This total cumulative face value is $45,000,000. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of April 29, 2031. U.S. Property and Fiscal Office, Montana, is the contracting activity.

DigiFlight Inc., Columbia, Maryland,* was awarded a firm-fixed-price and time-and-materials $21,734,523 modification (P00014) to contract GS00F195GA/W31P4Q-21-F-D003 for programmatic support services for the Apache Attack Helicopters Project Manager's office. The modification brings the total cumulative face value of the contract to $24,718,426. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2026. U.S. Army Contracting Command, Aviation Logistics, Redstone Arsenal, Alabama, is the contracting activity.

Chimes District of Columbia, Baltimore, Maryland, was awarded a $19,457,130 firm-fixed-price contract for grounds maintenance services for Puerto Rico. Bids were solicited via the internet with one received. Work will be performed at locations within Puerto Rico, with an estimated completion date of April 30, 2031. Funding will be obligated with each order using appropriate fiscal year and fund type. Army Contracting Command, Installation and Technology Division, Aberdeen Proving Ground, Maryland, is the contracting activity (W56ZTN-26-D-A006).

Enviremedial Services Inc., Oceanside, California, was awarded a firm-fixed-price contract for facilities investment services at 81st Readiness Division facilities throughout Region F in North Carolina and South Carolina. The amount of this action is $19,401,486. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 19, 2031. U.S. Army Corps of Engineers, Charleston District, is the contracting activity (W912HP-26-D-A001).

Enviremedial Services Inc., Oceanside, California,* was awarded a $19,190,729 firm-fixed-price contract for facilities investment services at 81st Readiness Division facilities throughout Region P in Puerto Rico. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 27, 2031. U.S. Army Corps of Engineers, Charleston District, is the contracting activity (W912HP-26-D-A002).

DEFENSE LOGISTICS AGENCY

Perimeter Solution LP, Green Bay, Wisconsin, has been awarded a maximum $500,000,000 fixed-price, indefinite-delivery/indefinite-quantity contract for aqueous film forming foam. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. The ordering period end date is April 29, 2031. Using customers are the Army, Navy, and Coast Guard. Type of appropriation is fiscal 2026 through 2031 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E6-26-D-0004).

Vitol Aviation Co., Houston, Texas (SPE602-26-D-0480, $90,009,413); and BP Products North America Inc., Chicago, Illinois (SPE602-26-D-0478, $81,435,825), have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE602-26-R-0700 for various aviation turbine fuels supporting the Central European Pipeline system. This was a competitive acquisition with nine responses received. These are one-year contracts with a 30-day carryover period. Locations of performance are Greece, United Kingdom, and Germany, with a July 31, 2027, delivery order end date. Using customers are Army, Navy, and Air Force. Type of appropriation is fiscal 2026 defense working capital funds. The contracting activity is Defense Logistics Agency Energy, Fort Belvoir, Virginia.

EFS Ebrex Sarl, Geneva, Switzerland, has been awarded a maximum $48,000,000 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 one-year contract with no option periods. Location of performance is Puerto Rico, with an April 29, 2027, ordering period end date. Using military services are Army, Navy, Air Force, Marine Corps, Coast Guard, and other federal civilian agencies. Type of appropriation is fiscal 2026 through fiscal 2027 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-26-D-4004).

M M Manufacturing LLC,** Lajas, Puerto Rico, has been awarded a maximum $28,732,800 modification (P00020) exercising the third one-year option period of a one-year base contract (SPE1C1-23-D-0048) with three one-year option periods for various types of coats and trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is April 30, 2027. Using military services are Army, Navy, Air Force, and Space Force. Type of appropriation is fiscal 2026 through 2027 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

General Electric Co., Lynn, Massachusetts, has been awarded an estimated $107,792,833 delivery order (SPE4AX-25-F-1356) issued against a five-year six-month base contract (SPE4AX-20-D-9445) with one four-year six-month option period for additional lot payments to Performance Period 5 for J85 engine 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 one-year contract with no option periods. The performance completion date is Nov. 30, 2025. Using military services are Air Force and Navy. Type of appropriation is fiscal 2025 defense appropriated funds and defense working capital funds. The contracting activity is Defense Logistics Agency Weapons Support, Richmond, Virginia. (Awarded on Dec. 20, 2024).

General Electric Co., Lynn, Massachusetts, has been awarded an estimated $9,799,348 modification (P00002) to delivery order (SPE4AX-25-F-1356) issued against a five-year six-month base contract (SPE4AX-20-D-9445) with one four-year six-month option period for additional lot payment for December 2025 under Performance Period Five for J85 engine supplies. The performance completion date is Dec. 31, 2025. Using military services are Air Force and Navy. Type of appropriation is fiscal 2026 defense appropriated funds and defense working capital funds. The contracting activity is Defense Logistics Agency Weapons Support, Richmond, Virginia. (Awarded on March 20, 2025).

General Electric Co., Lynn, Massachusetts, has been awarded an estimated $9,799,348 modification (P00008) to a delivery order (SPE4AX-25-F-1356) issued against a five-year six-month base contract (SPE4AX-20-D-9445) with one four-year six-month option period for additional lot payment for January 2026 under Performance Period Five for J85 engine supplies. The performance completion date is June 30, 2026. Using military services are Air Force and Navy. Type of appropriation is fiscal 2026 defense appropriated funds and defense working capital funds. The contracting activity is Defense Logistics Agency Weapons Support, Richmond, Virginia. (Awarded on Dec. 30, 2025).

General Electric Co., Lynn, Massachusetts, has been awarded an estimated $30,666,625 modification (P00009) to a delivery order (SPE4AX-25-F-1356) issued against a five-year six-month base contract (SPE4AX-20-D-9445) with one four-year six-month option period for additional lot payments for Feb., March and April 2026 under Performance Period Five for J85 engine supplies. The performance completion date is June 30, 2026. Using military services are Air Force and Navy. Type of appropriation is fiscal 2026 defense appropriated funds and defense working capital funds. The contracting activity is Defense Logistics Agency Weapons Support, Richmond, Virginia. (Awarded on Jan. 28, 2026).

General Electric Co., Lynn, Massachusetts, has been awarded an estimated $20,444,417 modification (P00010) to delivery order (SPE4AX-25-F-1356) issued against a five-year six-month base contract (SPE4AX-20-D-9445) with one four-year six-month option period for additional lot payments for May and June 2026 under Performance Period Five for J85 engine supplies. The performance completion date is June 30, 2026. Using military services are Air Force and Navy. Type of appropriation is fiscal 2026 defense appropriated funds and defense working capital funds. The contracting activity is Defense Logistics Agency Weapons Support, Richmond, Virginia. (Awarded on April 22, 2026).

NAVY

Raytheon Co., Tucson, Arizona, was awarded a $335,110,022 firm-fixed-price modification to a previously awarded contract (N00024-25-C-5409) to exercise options and provide funding for the manufacturing, assembly, test, and delivery of Standard Missile-6 Tactical All-Up Rounds. Work will be performed in Tucson, Arizona (35%); East Camden, Arkansas (35%); Wolverhampton, United Kingdom (8%); Elma, New York (3%); Middletown, Ohio (3%); Anniston, Alabama (2%); and various other locations each less than 1% (13%), and is expected to be completed by May 30, 2030. Fiscal 2025 weapons procurement (Navy) funding in the amount of $295,978,952; and fiscal 2026 weapons procurement (Navy) funding in the amount of $39,131,070, was obligated at the 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. (Awarded on April 24, 2026).

Ocean Shipholdings Inc.,* Houston, Texas, is being awarded a $96,712,459 firm-fixed-price, with pass through item on, contract (N3220526C1237) for the operation and maintenance of two expeditionary transfer dock vessels USNS Montford Point (T-ESD 1) and USNS John Glenn (T-ESD 2). Both vessels will continue supporting Military Sealift Command's pre-positioning requirements on a worldwide basis. This contract includes one 12-month base period. The contract will be performed on a worldwide basis beginning May 2, 2026, and will conclude on May 1, 2027. Working capital funds (Navy) in the amount of $4,945,070 are obligated for fiscal 2026, and will not expire at the end of the fiscal year. This contract will be non-competitively awarded under the authority of 10 U.S. Code 3204(a)(1) Only One Responsible Source No Other Supplies or Services Will Satisfy Agency Requirements, as captured on the Government Point of Entry website. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220526C1237).

Miller Electric Co. Inc., doing business as PEC Contracting and Engineering,* Reno, Nevada, is awarded a $49,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity construction contract. The work to be performed provides for new construction, renovation, and repair of all other specialty trade projects as defined under North American Industry Classification System 238990. Work will be performed in Nevada (80%), California (18%), Colorado (1%), and Utah (1%). All work is expected to be completed by April 2031. Fiscal 2026 operations and maintenance, Navy funds in the amount of $5,000 will be obligated at the time of award to satisfy the minimum guarantee and will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website as a historically underutilized business zone small business set-aside with four offers received. Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-26-D-0049).

The Boeing Co., St. Louis, Missouri, is awarded a $40,397,647 firm-fixed-price, cost-plus-fixed-fee and cost modification to previously awarded contract (N00024-22-C-6407) to exercise options for the production of High Altitude Anti-Submarine Warfare (ASW) Weapon Capability air launch accessory equipment, related engineering and hardware support, and other direct costs. This contract combines purchases from the Navy (41%); the government of Germany (36%); and the government of Canada (23%), under the Foreign Military Sales (FMS) program. Work will be performed in St. Charles, Missouri (58%); Brisbane, Australia (16%); Salt Lake City, Utah (13%); Claremore, Oklahoma (4%); Joplin, Missouri (2%); Chandler, Arizona (2%); Minneapolis, Minnesota (1%); Piedmont, Missouri (1%); Lexington, Kentucky (1%); Wichita, Kansas (1%); and Kansas City, Missouri (1%), and is expected to be completed by December 2028. Fiscal 2025 weapons procurement (Navy) in the amount of $16,551,074 (41%); FMS (Germany) funds in the amount of $14,538,992 (36%); and FMS (Canada) funds in the amount of $9,307,581 (23%), will be obligated at the 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.

Coronet Machinery Corp.,* Bethel, Connecticut, is awarded a $35,259,100 firm-fixed-price modification to a previously awarded contract (N0017424D0003) to increase option values and concurrently exercise the next option period for the manufacturing of Mark152 bases and cases hardware. Work will be performed in Bethel, Connecticut, and is expected to be completed by May 2027. No funds will be obligated with this modification. Naval Surface Warfare Center, Indian Head Division, Indian Head, Maryland, is the contracting activity.

AIR FORCE

Canadian Commercial Corp., Ottawa, Ontario, has been awarded a ceiling $43,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Global Procedure Designer services. This contract provides for a software solution that develops instrument approach and departure procedures, including operations support, help desk, and software sustainment. Work will be performed at Richmond, British Columbia, and is expected to be completed by Jan. 31, 2031. This contract was a sole source acquisition. Fiscal 2026 operations and maintenance funds in the amount of $4,728,481 are being obligated at time of award. The Air Force Sustainment Center Enterprise Contracting Section, Oklahoma City, Oklahoma, is the contracting activity (FA8100-26-D-B001).

Ameristar Contracting Group, Waretown, New Jersey (FA449726D0003); DRL Services LLC, Piscataway, New Jersey (FA449726D0002); and Knuckles Williams Contracting Inc., Brookeville, Maryland (FA449726D0004), were awarded a ceiling $25,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract for simplified acquisition base engineering requirements. This contract provides for all necessary resources, including labor, plant, materials, equipment, and incidentals, to complete a wide range of maintenance, repair, and minor construction work on various real property facilities. Work will be performed at Dover Air Force Base, Delaware, and is expected to be completed by April 27, 2033. These contracts were competitive acquisitions and 11 offers were received. Fiscal 2026 operation and maintenance funds in the amount of $237,189 are being obligated at time of award. The 436th Contracting Squadron, Dover AFB, Delaware, is the contracting activity.

FlightSafety Defense Corp., Fort Worth, Texas, has been awarded an $11,636,805 modification (P00011) to a previously awarded contract (FA862123CB002) for contractor logistics support. The modification brings the total cumulative face value of the contract to $59,636,805 from $48,000,000. Work will be performed in Fort Worth, Texas; Miho, and Komaki Airbases, Japan; and is expected to be completed by April 30, 2029. This contract involves Foreign Military Sales (FMS) to Japan. FMS funds in the amount of $8,219,156 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio is the contracting activity.

*Small business
**Women-owned small business in historically underutilized business zones

U.S. Department of War published this content on April 30, 2026, and is solely responsible for the information contained herein. Distributed via Public Technologies (PUBT), unedited and unaltered, on April 30, 2026 at 21:30 UTC. If you believe the information included in the content is inaccurate or outdated and requires editing or removal, please contact us at [email protected]