U.S. Department of War

12/18/2025 | Press release | Distributed by Public on 12/18/2025 16:27

Contracts For Dec. 18, 2025

MISSILE DEFENSE AGENCY

Following the initial tranche of 1,014 awards announced December 2, 2025, the Missile Defense Agency (MDA) has made an additional 1,086 awards under the Scalable Homeland Innovative Enterprise Layered Defense (SHIELD) Multiple Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract, with a ceiling of $151B. In accordance with the solicitation, the Government continues with staggered awards and will work with remaining offerors accordingly. In order to utilize this critical contract vehicle in an efficient and timely manner, the Government has transitioned to the ordering phase by conducting market research and drafting Fair Opportunity Proposal Requests. SHIELD allows MDA and other DoD entities to rapidly compete orders under one flexible enterprise vehicle. Performance will occur across the United States. This contract encompasses a broad range of work areas that allows for the rapid delivery of innovative capabilities to the warfighter with increased speed and agility, leveraging artificial intelligence and machine learning enabled applications where pertinent, and maximizing use of digital engineering, open systems architectures, model-based systems engineering, and agile processes in the acquisition, development, and sustainment of these capabilities. If all options are exercised, work will continue through December 2035. No funds will be obligated on the base IDIQ award; funds will be obligated at the order level. This contract was competitively procured via the System for Award Management website, with 2,463 offers received. Missile Defense Agency, Redstone Arsenal, Huntsville, Alabama, is the contracting activity (HQ085925RE001).

ARMY

Conti Federal Services LLC, Orlando, Florida (W912GB-26-D-A024); Klebl GmbH, Neumarkt, Germany (W912GB-26-D-A025); Mickan Generalbaugesellschaft Amberg mbH & Co. KG, Bayern, Germany (W912GB-26-D-A026); PORR Government Services GmbH, Kaiserslautern, Germany (W912GB-26-D-A027); SKE Support Services GmbH, Bayern, Germany (W912GB-26-D-A028); Wayss & Freytag Ingenieurbau AG, Frankfurt Am Main, Germany (W912GB-26-D-A029); and Wolff & Müller Government Services GmbH & Co. KG, Stuttgart, Germany (W912GB-26-D-A030), will compete for each order of the $495,000,000 firm-fixed-price contract for design-build and design-bid-build construction services. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 17, 2030. U.S. Army Corps of Engineers, Europe District, is the contracting activity.

Thalle - Bauer LLC, Hillsborough, North Carolina, was awarded a $320,385,195 firm-fixed-price contract for the Rough River Dam Safety Modification Phase II. Bids were solicited via the internet with two received. Work will be performed in Falls of Rough, Kentucky, with an estimated completion date of Dec. 25, 2029. Fiscal 2018, 2019, 2020, 2021, and 2025 construction, Corps of Engineers, civil funds in the amount of $320,385,195 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville District, is the contracting activity (W912QR-26-C-A005).

Raytheon Co., Andover, Massachusetts, was awarded a $168,124,414 modification (P00015) to contract W31P4Q-24-C-0003 for a Phased Array Tracking Radar to Intercept on Target (PATRIOT) firing unit. Work will be performed in Andover, Massachusetts, with an estimated completion date of Sept. 30, 2029. Fiscal 2010 Foreign Military Sales (Romania) funds in the amount of $82,317,964 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $99,894,351 cost-plus-fixed-fee contract for field and depot level technical and maintenance support services for HIMARS/MLRS fire control systems and launcher-loader modules. Work will be performed in Agawam, Massachusetts; Atlanta, Georgia; Arlington, Euless, Grand Prairie, Irving, Lancaster, and North Richland Hills, Texas; Baltimore and Laurel, Maryland; Boca Raton, Key Largo, Melbourne, Odessa, and Tampa, Florida; Brownsboro, Huntsville, and Talladega, Alabama; Budd Lake, Swedesboro, and Whippany, New Jersey; Chambersburg, Clinton, and Johnstown, Pennsylvania; Chesterfield, and Jackson, Michigan; City of Industry, Chatsworth, Huntington Beach, Los Angeles, Ontario, and Valencia, California; Eastlake, and Fairfield, Ohio; Endicott, Farmingdale, Freeport, Hauppauge, Lancaster, Binghamton, and Rochester, New York; Freeport, Illinois; Jackson, Mississippi; Keyser, West Virginia; Mayville, Wisconsin; Peoria, Arizona; Sumter, South Carolina; and Wheatland, Indiana; with an estimated completion date of Dec. 31, 2027. Fiscal Year 2026 operation and maintenance, Army funds in the amount of $14,293,230 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

The Boeing Co., Saint Louis, Missouri, was awarded a $25,450,322 modification (P00004) to contract W15QKN-23-D-0007 for Next Generation Automated Test System production. The modification brings the total cumulative face value of the contract to $144,104,369. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 19, 2027. Army Contracting Command, Newark, New Jersey, is the contracting activity.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $373,405,947 a modification (P00004) 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, special tooling and test equipment necessary to build, deliver, and install the required modification kits to enable retrofitting aircraft, as well as provides program management, non-recurring engineering, aircraft induction, contractor field modification installations, depot site support, F-35B/F-35C laser shock peening site support, and regional depot modification installations in support of modification and retrofit activities for the F-35 Joint Strike Fighter program for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) and non-U.S. Department of Defense (DoD) participants. Work will be performed in Fort Worth, Texas and is expected to be completed in December 2026. Fiscal 2024 aircraft procurement (Air Force) funds in the amount of $92,562,436; fiscal 2024 aircraft procurement (Navy) funds in the amount of $37,842,250; fiscal 2025 aircraft procurement (Navy) funds in the amount of $1,389,876; fiscal 2025 aircraft procurement (Air Force) funds in the amount of $718,556; fiscal 2026 aircraft procurement (Air Force) funds in the amount of $35,092,376; fiscal 2026 procurement (Navy) funds in the amount of $18,782,546; FMS funds in the amount of $56,053,178; and non-U.S. Dod participant funds in the amount of $131,034,729 will be obligated at the time of award, $130,404,686 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.

JVR Southbay LLC, Gilbert, Arizona (N62473-26-D-5210); HCI Systems, Inc., Ontario, California (N62473-26-D-5211); MIJA Construction Services LLC, Newbury Park, California (N62473-26-D-5212); and RX3 Communications, Inc., Reno, Nevada (N62473-26-D-5213) are awarded a combined $240,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for new construction, repair, and renovation of fire protection systems at government installations in the Naval Facilities Engineering Systems Command (NAVFAC) area of operations. Work will be performed in California (95%), Arizona (1%), Nevada (1%), Utah (1%), Colorado (1%), and New Mexico (1%). The maximum dollar value, including the base period and three option years, is $240,000,000. Fiscal 2026 operation and maintenance (Navy) funding in the amount of $20,000 will be obligated at time of award. Each awardee will be awarded $5,000 (minimum contract guarantee) at contract award. This contract was competitively procured via SAM.gov website, with five offers received. NAVFAC, Southwest, San Diego, California is the contracting activity.

StraCon Services Group, LLC,* Benbrook, Texas, is awarded a $167,825,341 level of effort, cost reimbursable indefinite-delivery/indefinite quantity contract to provide engineering, logistics, and program management services in support of the development, acquisition, and sustainment of training devices and systems used by the Navy, Marine Corps, Coast Guard, and other U.S. and foreign military organizations. Work will be performed in Orlando, Florida and is expected to be completed in March 2031. No funds will be obligated at the time of award; funds will be obligated in individual orders as they are issued. This contract was competed. Naval Air Systems Command Training Systems Division, Orlando, Florida is the contracting activity 6134026D1001).

M&N-BMcD Southeast JV, Jacksonville, Florida, was awarded a $150,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for multi-discipline architectural and engineering design and related services in support of waterfront projects. Work will be performed at various locations in the Naval Facilities Engineering Systems Command (NAVFAC) area of operations and is expected to be completed by January 2031. The maximum dollar value of the contract is $150,000,000. The contract will be funded at the time of award of each task order. This contract was competitively procured via the System for Award Management website, with five offers received. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity (N69450-26-D-0007). (Awarded December 17)

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $141,405,173 modification (P00015) to a cost-plus-fixed-fee order (N0001923F0002) against a previously issued basic ordering agreement (N0001919G0008). This modification exercises options as well as adds new scope to support modification and retrofit activities for the F-35 Joint Strike Fighter program to include program management, non-recurring engineering, aircraft induction, contractor field modification installations, depot site support, F-35B/F-35C laser shock peening site support, and regional depot modification installations for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) and non-U.S. Department of Defense (DoD) participants. Work will be performed in Fort Worth, Texas and is expected to be completed in December 2026. Fiscal 2024 aircraft procurement (Air Force) funds in the amount of $469,225; fiscal 2024 aircraft procurement (Navy) funds in the amount of $151,564; fiscal 2025 aircraft procurement (Air Force) funds in the amount of $523,568; fiscal 2026 aircraft procurement (Air Force) funds in the amount of $39,976,110; fiscal 2026 procurement (Navy) funds in the amount of $37,607,270; FMS funds in the amount of $19,250,372; and non-U.S. DoD participant funds in the amount of $43,427,064 will be obligated at the time of award, $620,789 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.

Northrop Grumman Systems Corp. - Marine Systems (NGSC-MS) of Sunnyvale, CA was awarded a $120,012,705 cost-plus-fixed-fee contract, (N0003026C1013), for COLUMBIA Development Launcher Program (CDLP) Fiscal Year 2025 - 2029 Long Lead Material (LLM). Tasks to be performed include the advance procurement of the Launcher Subsystem LLM in support of the CDLP Common Missile Compartment (CMC) program. This contract award also benefits a foreign military sale to the United Kingdom. Work will be performed in Sunnyvale, California. Work is expected to be completed by May 31, 2028. Fiscal 2023 shipbuilding and conversion (Navy) in the amount of $1,284,367 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2024 shipbuilding and conversion (Navy) in the amount of $22,573,501 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2025 shipbuilding and conversion (Navy) in the amount of $64,589,968 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract is being awarded as a sole-source acquisition pursuant to 10 U.S. Code 3204 (a)(1) and was previously synopsized on the System for Award Management (SAM.gov) online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Kongsberg Defence & Aerospace, Kirkegaardsveien 45, 3601 Kongsberg, Norway, is awarded a $80,163,321 firm-fixed-price modification to the previously awarded Contract Action (M67854-25-C-2023) for Amphibious Combat Vehicle (ACV) Medium Caliber Cannon PROTECTOR Remote Turret 20, hereafter referred to as the "Turret." The total value of the contract if all options are exercised is $282,820,227. This contract modification provides for the exercise of the options for the procurement of 52 full rate production Turrets for the ACV Medium Caliber Cannon (ACV-30) vehicle, associated production costs, fielding and support costs, support & test equipment, and spares. Work will be performed in Johnstown, Pennsylvania (62%) and Kirkegaardsveien, Norway (38%) with an expected completion date of November 30, 2028. Fiscal 2025 Procurement (Marine Corps) funds in the amount of $80,163,321 will be obligated at the time of award and will not expire at the end of the fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-25-C-0023).

BAE Systems, Maritime Solutions San Diego, San Diego, California, is awarded a $61,307,023 firm-fixed-price (FFP) contract action for maintenance, modernization and repair of USS Stockdale (DDG 106) Fiscal Year 2026 Docking Selected Restricted Availability (DSRA). The scope of this acquisition includes all labor, supervision, equipment, production, testing, facilities, and quality assurance necessary to prepare for and accomplish the Chief of Naval Operations (CNO) Availability for critical modernization, maintenance, and repair programs. This contract includes options which, if exercised, would bring the cumulative value of this contract to $64,052,075. Work will be performed in San Diego, California, and is expected to be completed by March 2027. Fiscal year 2026 other procurement, (Navy) funds in the amount of $61,307,023 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively solicited using full and open competition via the System for Award Management website, with three offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002426C4409).

Bollinger Mississippi Shipbuilding (BMS), Pascagoula, Mississippi, is awarded a $33,077,880 cost reimbursable contract modification to previously awarded contract (N00024-19-C-2210) for Polar Security Cutter land based test facility and production integration facility long lead time material. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2027. Fiscal year 2025 procurement, construction, and improvement (Coast Guard) funds in the amount of $16,505,862 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.

General Electric Co., Lynn, Massachusetts, is awarded a $22,205,115 cost-plus-fixed-fee order (N0042126F1020) against a previously issued basic ordering agreement (N0042123G0004) to provide for design engineering, prototyping, and qualification of new component designs as well as analytical engineering in support of the F414 improvement program for the Navy and Foreign Military Sales customers to improve safety, reliability, readiness, and affordability of propulsion systems. Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2026. Fiscal 2026 research, development, test and evaluation (Navy) funds in the amount of $2,500,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract action was not competed. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Largo, Florida, is being awarded a $22,013,911 firm-fixed price, cost-plus-fixed-fee, cost-plus-incentive-fee, and cost-only modification to previously awarded contract (N00024-25-C-5239) to incrementally fund CLINs for design, development, integration, test, and maintenance of system capabilities for the design agent and engineering support efforts to the critical major weapon system, Cooperative Engagement Capabilities (CEC). Work will be performed in Saint Petersburg, Florida (81%), Largo, Florida (16%), and Maynard, Massachusetts (3%) and is expected to be completed by November 2026. Fiscal year 2026 research, development, test, and evaluation (Navy) funds in the amount of $10,106,880 (46%), fiscal year 2026 research, development, test, and evaluation (USMC) funds in the amount of $4,635,500 (21%), fiscal year 2026 operations and maintenance (Navy) funds in the amount of $3,342,000 (15%), fiscal year 2026 operations and maintenance (USMC) funds in the amount of $1,755,000 (8%), fiscal year 2025 research, development, test, and evaluation (Navy) funds in the amount of $983,748 (4%), fiscal year 2026 research, development, test, and evaluation (Missile Defense Agency) funds in the amount of $490,783 (3%), fiscal year 2026 procurement marine corps (USMC) funds in the amount of $400,000 (2%), and fiscal year 2025 research, development, test, and evaluation (Office of Naval Research) funds in the amount of $300,000 (1%) will be obligated at time of award and funds in the amount of $6,380,748 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Electric Co., Lynn, Massachusetts, is awarded a $13,518,183 modification (P00005) to a cost-plus-fixed-fee order (N0042125F0020) against a previously issued basic ordering agreement (N0042123G0004). This modification adds scope to provide for design engineering, prototyping, and qualification of new component designs as well as analytical engineering in support of the T408 component improvement program for the Navy to improve safety, reliability, readiness, and affordability of the F-18E/F/G and CH-53K propulsion system. Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2026. Fiscal 2026 research, development, test and evaluation (Navy) funds in the amount of $4,330,264 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract action was not competed. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Huntington Ingalls Inc. Newport News Shipbuilding, Virginia, is awarded a $12,500,000 cost-reimbursable modification to previously awarded contract (N00024-21-C-2106) for USS John C. Stennis (CVN 74) Refueling and Complex Overhaul (RCOH) to exercise an option for improved facilities for the RCOH and Inactivation workforce. Work will be performed in Newport News, Virginia and is expected to be completed by December 2028. Fiscal year 2026 operations and maintenance (Navy) funds in the amount of $12,500,000 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 Electric Co., Lynn, Massachusetts, is awarded a $11,803,140 cost-plus-fixed-fee order (N0042126F1019) against a previously issued basic ordering agreement (N0042123G0004) to provide for design engineering, prototyping, and qualification of new component designs as well as analytical engineering in support of the component improvement program for the Navy and Foreign Military Sales customers to improve safety, reliability, readiness, and affordability of multiple air system platforms' propulsion systems. Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2026. Fiscal 2026 research, development, test and evaluation (Navy) funds in the amount of $2,466,348 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract action was not competed. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

Northrop Grumman Aerospace Systems, San Diego, California, has been awarded a $142,483,296 cost-plus-fixed-fee and cost-reimbursable, indefinite-delivery requirements contract modification (P00017) to previously awarded (FA8539-21-D-0001) to award and to exercise Option Year 5 and to award Option 6 for test, teardown and evaluation, repairs, and management of national stock numbers of the RQ-4B Global Hawk Unmanned Air-Vehicle System. Work will be performed at San Diego, California; Salt Lake City, Utah; El Segundo, California; San Jose, California; Buena Park, California; Harbor City, California; Irvine, California; Gardena California; Corona, California; Los Angeles, California; Reno, Nevada; Las Cruces, New Mexico; Valencia, California; Joplin, Missouri; Kalamazoo, MI; Vandalia, Ohio; Troy, Ohio; Longueuil, Quebec; Heroux, Canada; Eaton UK- Bedhampton, GB; Woodland Park, New Jersey; Whippany, New Jersey; Indianapolis, Indiana; Woburn, Massachusetts; Twinsburg, Ohio; Medford, New York; Cypress, California; Wichita, Kansas; Linthicum, Maryland; Sterling, Virginia; Dulles, Virginia; Oklahoma City, Oklahoma; Sunnyvale, California; Tempe, Arizona; Forest, Mississippi; Warner Robins, Georgia; and Macon, Georgia; and is expected to be completed by December 31, 2026. This contract was a sole source acquisition. Fiscal year 2026 contract depot maintenance direct cite funds in the amount of $13,000,000 are being obligated at the time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity. (FA8539-21-D-0001-P00017)

ARCTOS Technologies Solutions, Beavercreek, Ohio, has been awarded a $20,147,271 firm-fixed price task order for the Safety Hazard Analysis and Risk Processing (SHARP) III System. This contract provides for performance-based services with a combination of severable (flight analysis) and non-severable (risk analysis) services. The location of performance is Torrance, California, and Patrick Space Force Base, Florida, and the work is expected to be completed by June 30, 2031. This award is the result of a fair opportunity acquisition solicitation and one (1) offer was received. Fiscal 2026 operations and maintenance funds in the amount of $4,868 are being obligated with the task order. The 45th Contracting Squadron, Patrick Space Force Base, Florida, is the contracting activity (FA2521-26-F-0055).

DEFENSE LOGISTICS AGENCY

Industries of the Blind Inc.,* Greensboro, North Carolina, has been awarded a maximum $26,791,601 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for warehouse and storage services. This is a five-year contract with no option periods. The ordering period end date is Dec. 31, 2030. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2026 through 2030 defense working capital funds. The contracting activity is Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300‐26‐D‐0003).

Arizona Industries for the Blind,* Phoenix, Arizona, has been awarded a maximum $20,303,104 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for warehouse and storage services. This is a five-year contract with no option periods. The ordering period end date is Dec. 31, 2030. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2026 through 2030 defense working capital funds. The contracting activity is Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300‐26‐D‐0004).

RGAS LLC,** Houston, Texas, has been awarded a maximum $16,477,807 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE4A7-25-R-0788 for various hydrofluorocarbon carbon gases. This was a competitive acquisition with five responses received. This is a one-year base contract with two one-year option periods. The performance completion date is Dec. 17, 2026. Using military service is Navy. Type of appropriation is fiscal 2024 procurement defense wide funding. The contracting activity is Defense Logistics Agency Weapon Support, Richmond, Virginia (SPE4A7-26-D-0093).

Hudson Technologies Co.,** Woodcliff, New Jersey has been awarded a maximum $12,783,463 modification (P00001) to a one-year base contract (SPE4A7-25-D-0386) with two one-year option periods for various hydrofluorocarbon gases. This modification is a result of a re-evaluation of the solicitation (SPE4A7-25-R-0788) bringing the total cumulative value of the contract to $25,566,926. This is a firm-fixed price, indefinite-delivery/indefinite-quantity contract. The performance completion date is Sept. 28, 2026. Using military service is Navy. Type of appropriation is fiscal 2022 through 2024 procurement defense wide funding. The contracting activity is Defense Logistics Agency Weapon Support, Richmond, Virginia.

CORRECTION: The contract announced on Dec. 15, 2025, for Southeastern Kentucky Rehabilitation Industries,* Corbin, Kentucky (SPE1C1-24-D-N017) for $14,312,903 was announced with an incorrect award date. The correct award date is Dec. 17, 2025.

SOCOM

The Boeing Co., Ridley Park, Pennsylvania, was awarded a $183,163,191.00 Firm-Fixed Price delivery order modification (Contract Number W91215-16-G-000 H9224122F0002 P00004) for procurement of H-47ER Rotary Wing Aircraft in support of United Kingdom Foreign Military Sales through U.S. Special Operations Command. The majority of the work will be performed in Ridley Park, Pennsylvania, and is expected to be completed by October 2028. This award action is a non-competitive delivery order in accordance with Federal Acquisition Regulation 6.302-1 and Federal Acquisition Regulation 6.302-4. U.S. Special Operations Command, headquartered at MacDill Air Force Base, Florida, is the contracting activity.

USTRANSCOM

USTRANSCOM has awarded a firm-fixed price, indefinite-delivery, indefinite-quantity contract, with a face value of $10,915,926.84, to SSA Atlantic LLC, Jacksonville, Florida, (HTC71126DE119). This contract provides Stevedoring and Related Terminal Services (S&RTS) in Florida, at the Ports of Jacksonville. The base period of performance is from February 1, 2026, through January 31, 2031. Working Capital Funds (Transportation) funds will be obligated for fiscal 2026. The U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity.

*Small business

U.S. Department of War published this content on December 18, 2025, and is solely responsible for the information contained herein. Distributed via Public Technologies (PUBT), unedited and unaltered, on December 18, 2025 at 22:28 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]