03/27/2026 | Press release | Distributed by Public on 03/27/2026 15:34
ARMY
Northrop Grumman Systems Corp., Plymouth, Minnesota, was awarded an $884,878,799 cost-plus-fixed-fee, firm-fixed-price, and fixed-price with economic price adjustment contract for procurement of the 120mm Advanced Multi-Purpose M1147 High Explosive Multi-Purpose with Tracer Cartridge for the Army and future Foreign Military Sales customers. 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 March 28, 2031. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-26-D-0003).
J & J Maintenance Inc., doing business as CBRE Government & Defense Services, McLean, Virginia, was awarded an $80,288,548 firm-fixed-price contract for operations and maintenance services for the medical treatment facilities of Brooke Army Medical Center at Joint Base San Antonio Texas. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of March 26, 2031. U.S. Army Corps of Engineers, Mobile District, is the contracting activity (W91278-26-D-A066).
Mistral Inc., Bethesda, Maryland, was awarded a $20,039,666 firm-fixed-price contract for procurement of Mistral Thor System and payloads for the Small Uncrewed Aircraft Systems Product Office. 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 March 17, 2027. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-26-G-0026 W58RGZ-26-F-0226). (Awarded March 26, 2026).
Infinite Technologies Inc.,* El Dorado Hills, California, was awarded a $17,886,437 firm-fixed-price contract for direct information technology management support services to optimize CAFDEx capabilities and functional utilization for the Air National Guard's requirement and budget building process. The total cumulative face value of $17,886,437. 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 March 27, 2026. National Guard Bureau-AQ-C is the contracting activity (W9133L-26-F-A021). (Awarded March 26, 2026).
NAVY
Fairbanks Morse LLC, Beloit, Wisconsin (P00008, N3220521D4106); and MAN Energy Solutions Middle East LLC, Dubai, United Arab Emirates (P00007, N3220521D4105), are receiving modifications to previously awarded multiple-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contracts to increase the shared contract ceiling amount. A five-year ordering period with a shared contract ceiling of $333,000,000 is currently on these contracts. With the execution of these proposed modifications, the shared contract ceiling would increase by $137,000,000 to a value of $470,000,000. These are hybrid contracts with firm-fixed-price, and time-and-material orders. These modifications will allow continuous procurement of parts and services from the original equipment manufacturer (OEM) for ships' diesel engines, and OEM authorized parts and service technicians in order to maintain the diesel engines aboard multiple classes of ships including Military Sealift Command's submarine tenders, hospital ships, dry cargo ammunition ships, fleet replenishment oilers, expeditionary mobile bases, expeditionary transfer docks, large, medium speed roll-on/roll-off ships and the Kocak class of roll-on/roll-off container ships. Work will be performed worldwide, with the period of performance ending May 20, 2026. No funding is being obligated via these modifications, as this is an indefinite-delivery/indefinite-quantity contract, where funding is obligated at the order level. Funding for the fiscal year in which orders are placed will be utilized at that time. Military Sealift Command, Norfolk, Virginia, is the contracting activity.
Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $96,129,279 modification (P000026) to a previously awarded fixed-price incentive (firm-target) contract (N0001922C0042). This modification procures the necessary hardware and systems engineering technical support, analysis, and studies to install the Department of Navy (DON) Large Aircraft Infrared Countermeasure (LAIRCM) system onto Department of War aircraft for DON and other customers. Hardware for this procurement includes the following weapon replaceable assemblies: 153 advanced threat warning sensors for the Navy; 13 control indicator unit replaceable replacements for the Navy, and 20 for the Air Force; 30 DON LAIRCM processor units for the Navy, and 17 for the Air Force; 52 guardian laser transmitter assemblies for the Navy; 20 high capacity cards for the Navy, and 29 for the Air Force; 29 smart connector assemblies for the Navy, and 18 for the Air Force; and 76 battery kits for the Navy, and 23 for the Air Force. Work will be performed in Rolling Meadows, Illinois (32%); Goleta, California (18%); Longmont, Colorado (10%); Apopka, Florida (8%); Blacksburg, Virginia (7%); Westminster, Colorado (6%); Verona, Wisconsin (4%); Ashburn, Virginia (4%); Carlsbad, California (3%); Lewisburg, Tennessee (3%); Salt Lake City, Utah (2%); Tipp City, Ohio (2%); and Amherst, New York (1%), and is expected to be completed in July 2028. Fiscal 2026 aircraft procurement (Navy) funds in the amount of $74,528,543; fiscal 2026 aircraft procurement (Air Force) funds in the amount of $6,336,620; fiscal 2026 research, development, test and evaluation funds in the amount of $40,000; fiscal 2025 aircraft procurement (Navy) funds in the amount of $9,532,674; fiscal 2025 aircraft procurement (Air Force) funds in the amount of $1,485,048; and Navy working capital funds in the amount of $4,206,394, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Lockheed Martin Corp., Syracuse, New York, is awarded a $20,000,000 cost-plus-incentive fee contract modification to a previously awarded delivery order (N00024-25-F-6260) under an indefinite-delivery/indefinite-quantity contract for engineering support related to submarine electronic warfare systems on new construction and in-service submarines. Work will be performed in Syracuse, New York, and is expected to be completed by February 2027. Fiscal 2026 research, development, test & evaluation (Navy) funds in the amount of $4,682,823 (66%); fiscal 2024 other procurement (Navy) funds in the amount of $2,046,713 (29%); and fiscal 2025 other procurement (Navy) funds in the amount of $400,000 (5%), will be obligated at the time of award, of which $2,046,713 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-D-6211).
AIR FORCE
Kira Information Solutions LLC, Colorado Springs, Colorado, was awarded a $48,849,499 firm-fixed-price contract for enhanced technical information management systems. This contract provides for a continuation of enhanced technical information management systems activities to include sustainment and maintenance of technical order records, accounts, printing and distribution of paper TOs, and managing, storing, distributing, and viewing electronic TOs. Work will be performed at Colorado Springs, Colorado, and is expected to be complete by March 22, 2031. This contract was a sole source acquisition. Fiscal 2026 operations and maintenance funds in the amount of $5,172,223 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 (FA8770-26-C-B005).
Gravitics Inc., Marysville, Washington, was awarded a $30,000,000 firm-fixed-price contract for an orbital carrier flight demonstration. This contract provides for the design, manufacture, integration, and flight demonstration of a minimum viable product delivery rocket of an orbital carrier to deploy an unclassified Mission Vehicle to its desired orbit. Work will be performed at Marysville, Washington and is expected to be completed by Dec. 31, 2028. This contract was a sole source acquisition. Fiscal 2025 research and development funds in the amount of $6,600,000 are being obligated at the time of award. The Space Systems Command, Kirtland Air Force Base, New Mexico, is the contracting activity (FA880926CB001).
Deloitte Consulting LLP, Arlington, Virginia, has been awarded a $19,173,322 firm-fixed-price modification (P00018) to contract FA7014-25-F-0145 for technical support services. The modification brings the total cumulative face value of the contract to $164,316,089 from $145,142,767. Work will be performed at Washington, D.C., and is expected to be completed April 24, 2030. This award is the result of a competitive acquisition, and two offers were received. No funds are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Triman Industries Inc., Morristown, New Jersey, has been awarded a maximum $26,185,792 firm-fixed-price, indefinite-delivery/indefinite-quantity, long-term contract for metering fuel pumps. 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 five-year contract with no option periods. The ordering period end date is March 30, 2031. Using military service is Army. Type of appropriation is fiscal 2026 through 2031 defense working capital funds. The contracting activity is Defense Logistics Agency Weapons Support, Warren, Michigan (SPRDL1-26-D-0017).
Returns 'R' Us Inc.,* doing business as Pharma Logistics, Libertyville, Illinois, has been awarded a maximum $22,500,000 modification (P00005) exercising the first two-year, six-month option period of a two-year, six-month base contract (SPE2DX-23-D-0061) with one two-year, six-month option period for pharmaceutical reverse distribution services. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 30, 2028. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard, and other federal civilian agencies. Type of appropriation is fiscal 2026 through 2028 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
Federal Prison Industries Inc.,** doing business as UNICOR, Washington, D.C., has been awarded a maximum $16,978,500 modification (P00011) exercising the third one‐year option period of a one‐year base contract (SPE1C1‐23‐D‐0017) with three one‐year option periods for extreme cold/wet weather jackets. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Kentucky, with a March 27, 2027, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2026 through 2027 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
Lord Corp., Erie, Pennsylvania, has been awarded a maximum $15,657,546 firm-fixed-price, indefinite-quantity contract for plain rod end bearings. 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 five-year contract with no option periods. Location of performance is Ohio, with a March 26, 2031, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2026 through 2031 defense working capital funds. The contracting activity is Defense Logistics Agency Weapons Support, Richmond, Virginia (SPE4A6-26-D-0055).
AERO International, Alexandria, Virginia, has been awarded a maximum $10,757,238 firm-fixed-price delivery order (SPRTA1-26-F-0139) issued against a five-year basic ordering agreement (SPE4A1-24-G-0016) for KC-135 air pressure controllers. 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 two-year contract with no option periods. The performance completion date is March 30, 2028. Using military service is Air Force. Type of appropriation is fiscal 2026 defense working capital funds. The contracting activity is Defense Logistics Agency Weapons Support, Oklahoma City, Oklahoma.
*Small business
**Mandatory source