04/13/2026 | Press release | Distributed by Public on 04/13/2026 15:10
NAVY
Fontaine Consulting LLC,* East Moline, Illinois (N00023-26-D-0025); International Trade Management Group LLC,* Leesburg, Virginia (N00023-26-D-0026); and Exclusive Tent Rentals Inc.,* Upland, California (N00023-26-D0027), are being awarded a $55,000,000,000 multiple award, firm-fixed price, indefinite-delivery/indefinite-quantity Worldwide Expeditionary Multiple Award Contract (WEXMAC) Territorial Integrity of the U.S. (TITUS) contract. The WEXMAC Titus 2.2 contract will provide supplies and services in support of but not limited to supporting the six phases of the continuum of military operations in support of the geographic Combatant Command's joint operations, coalition partners, and other U.S. federal agencies in setting and sustaining the theater through the following requirements: theater opening (includes reception, staging, onward-movement, and integration support); sustainment; theater distribution; and stability operations and Defense Support of Civil Authorities support. The WEXMAC TITUS description of contractual scope provides that services and supplies provided through the performance of this contract include but are not limited to humanitarian assistance/disaster relief, contingency, exercise, lodging, logistics, water-based and land-based support. The contracts will run concurrently. The base performance period for these new awardees will begin April 2026 and is expected to be completed by December 2029. If the option is exercised, the performance period will be completed by December 2034. Work will be performed in the U.S. and outlying territories, but due to the fact that specific requirements cannot be predicted at this time, more specific information about the percentage of work and where it will be performed cannot be currently provided. Fiscal 2026 operations and maintenance funds in the amount of $1,500 will be obligated ($500 on each of the three new contracts to fund the contracts' minimum amounts) at time of award and funds will expire at the end of the current fiscal year. Additional funds will be obligated at the task order level with the appropriate fiscal year funding as issued by the customers for each area of responsibility. The requirement was competitively procured as full and open competition with 36 offers received. Naval Supply Systems Command, Mechanicsburg, Pennsylvania, is the contracting activity.
Data Link Solutions LLC, comprised of BAE Systems, Wayne, New Jersey, and Rockwell Collins Inc., Cedar Rapids, Iowa (N0003926DE001), and L3 Technologies Inc. (N0003926DE002), Salt Lake City, Utah, are each being awarded a hybrid, firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable, multiple award contract, indefinite-delivery/indefinite-quantity for production of multifunctional information distribution system (MIDS) low volume terminals (LVT), line replaceable unit and shop replaceable unit (SRUs) spares, MIDS-LVT Block Upgrade 2 retrofits, and engineering services to include repairs. Throughout the duration of the awarded contracts, the total obligated amount on orders for awarded contracts combined will not exceed $307,743,354. Fiscal 2026 through fiscal 2031 funds from various sources will be identified and obligated under individual task orders to include operations and maintenance (Navy); research and development (Navy); other procurement (Navy); Foreign Military Sales; International 6502 MIDS International Program Office Nations; and other customer funds. Work will be performed in Wayne, New Jersey, for BAE; Cedar Rapids, Iowa, for Collins; and Salt Lake City, Utah, for L3, and is to be executed over the course of the five-year ordering period beginning on the date of contract award. Funding will be obligated at the time of award on the first delivery order to each awardee for Enhanced Signal Message Processors SRUs, to include warranties. Additional funding will be obligated as individual delivery and task orders are issued. This contract was awarded following a full and open competition, ensuring broad participation in accordance with FAR 6.101. The solicitation was posted on the SAM.gov website and the Naval Information Warfare Systems Command E-Commerce website and yielded two competitive offers. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039).
General Dynamics NASSCO-Norfolk, Norfolk, Virginia, is awarded a $183,228,722 firm-fixed-price contract action for maintenance, modernization, and repair of USS Truxtun (DDG 103) Fiscal 2026 Depot Modernization Period. This contract includes options which, if exercised, would bring the cumulative value of this contract to $183,581,496. Work will be performed in Norfolk, Virginia, and is expected to be completed by April 2028. Fiscal 2026 other procurement, (Navy) funds in the amount of $172,220,253 (94%); fiscal 2026 operations and maintenance, (Navy) funds in the amount of $10,976,728 (6%), fiscal 2025 other procurement, (Navy) funds in the amount of $593,427 (<1%); and defense wide procurement funds in the amount of $31,742 (<1%), of which $10,976,728 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the System for Award (SAM) website, with two offers received. Naval Sea Systems Command (NAVSEA), Washington, D.C., is the contracting activity (N0002426C4410).
General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $55,545,298 cost-plus-fixed-fee modification to a previously awarded contract (N00024-23-C-4300) to exercise options for continued New England Maintenance Manpower Initiative support of non-nuclear maintenance for submarines based at Naval Submarine Support Facility New London. Work will be performed in Groton, Connecticut, and is expected to be completed by April 2027. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $20,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $34,679,581 cost-plus-fixed-fee modification to a previously awarded contract (N00024-23-C-4307) to exercise options for continued Nuclear Regional Maintenance Department support at Naval Submarine Support Facility New London. Work will be performed in Groton, Connecticut, and is expected to be completed by April 2027. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $20,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $23,312,570 modification (P00022) to a previously awarded cost-plus-fixed-fee contract (N0001922C0046). This contract provides maintenance and sustainment operations of the U.S. Reprogramming Laboratory and Partner Support Complex facilities and systems, to include consumables and field service representative support. These efforts are in support of the Department of the Air Force, the Department of the Navy, the F-35 Lightning II program's non-U.S. Department of War (DoW) participants, and the F-35 Lightning II program's Foreign Military Sales participants. Work will be performed in Eglin, Florida (80%); and Fort Worth, Texas (20%), and is expected to be completed in April 2027. Non-DOW participant funds in the amount of $842,228; fiscal 2026 operations and maintenance (Navy) funds in the amount of $11,235,171; and fiscal 2026 operations and maintenance (Air Force) funds in the amount of $11,235,171, will be obligated at the time of award, $22,470,342 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.
AIR FORCE
Lockheed Martin Space, Sunnyvale, California, has been awarded a $68,555,412 cost-plus-incentive-fee modification (P00188) to a previously awarded contract (FA8810-18-C-0005) for the Next Generation Overhead Persistent Infrared Geosynchronous. The modification brings the total cumulative face value of the contract to $8,226,409,672 from $8,164,061,784. Work will be performed at Boulder, Colorado, and is expected to be completed by August 2028. Fiscal 2026 research, development, testing and evaluation funds in the amount of $17,194,677 are being obligated at time of award. The Space Systems Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.
ARMY
Weeks Marine Inc., Covington, Louisiana, was awarded a $27,495,000 firm-fixed-price contract to renourish approximately 3.2 miles of critically eroded shoreline along Venice Beach in Sarasota County, Florida, including dredging beach-compatible sand from an offshore borrow area, extending five stormwater outfalls, and performing environmental monitoring and support activities. Bids were solicited via the internet with three received. Work will be performed in Venice Beach, Florida, with an estimated completion date of Nov. 6, 2026. Fiscal 2025 Corps of Engineers, Civil construction funds in the amount of $27,495,000 were obligated at the time of award. U.S. Army Corps of Engineers, Jacksonville District, is the contracting activity (W912EP-26-C-A013).
PCX Aerosystems-Manchester LLC, Manchester, Connecticut, was awarded a $9,001,828 firm-fixed-price contract for spares for connecting link, rig to support UH-60 helicopter requirements. 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 2, 2031. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-26-D-0041).
DEFENSE HEALTH AGENCY
Accenture Federal Services LLC, Arlington, Virginia, is awarded a $22,999,791 option modification to previously awarded firm fixed price contract HT003823C0004 for a total cumulative value of $81,136,242. The option modification is a 12-month period of performance in support of the Program Executive Office - Defense Healthcare Management Systems, Joint Operation Medicine Information Systems Program Management Office's Globally-Integrated Medical Common Operating Picture (MedCOP) initiative providing enterprise-wide real-time medical situational information and facilitating operational medicine information sharing and collaboration inside and outside the medical community. This 12-month option period begins April 18, 2026, and concludes on April 17, 2027. The MedCOP program supports a variety of locations outside the contiguous U.S. to support the mission of all Combatant Commands. Work is performed at various locations in the contiguous U.S., including Falls Church, Virginia; Fort Bragg, North Carolina; MacDill Air Force Base, Florida; Miami, Florida; Colorado Springs, Colorado; and Suffolk, Virginia. The option period is funded with the following: fiscal 2026 operations and maintenance funds; fiscal 2026 research, development, test and evaluation funds; and fiscal 2025 research, development, test and evaluation funds. The Defense Health Agency, Defense Healthcare Management Systems Contracting Division, Rosslyn, Virginia, is the contracting activity.
DEFENSE LOGISTICS AGENCY
City Light & Power Fort Campbell LLC, Denver, Colorado, has been awarded an estimated $12,061,908 modification (P00157) to a 50-year contract (SP0600-17-C-8325) for the ownership, operation and maintenance of the electric utility system at Fort Campbell and Blue Grass Army Depot, Kentucky. This is a fixed-price with economic-price-adjustment contract. Location of performance is Kentucky, with a Nov. 9, 2068, performance completion date. Using military service is Army. Type of appropriations are fiscal 2025 through 2026 Army operations and maintenance and Army defense working capital funds. The contracting activity is Defense Logistics Agency Energy, Fort Belvoir, Virginia.
*Small business