01/26/2026 | Press release | Distributed by Public on 01/26/2026 16:23
AIR FORCE
4MHR Logistics LLC,* San Antonio, Texas (FA8108-26-D-B001); Adams Communication Engineering Technology,* California, Maryland (FA8108-26-D-B002 and FA8108-26-D-B016); Aircraft Readiness Alliance,* Anchorage, Alaska (FA8108-26-D-B003); Akima Logistics Services,* Herndon, Virgina (FA8108-26-D-B004); Global Logistics Support Services,* Huntsville, Alabama (FA8108-26-D-B005 and FA8108-26-D-B018); Kay and Associates,* Buffalo Grove, Illinois (FA8108-26-D-B006 and FA8108-26-D-B019); PKL Services,* Poway, California (FA8108-26-D-B007 and FA8108-26-D-B021); Powerhouse Resources International,* Raleigh, North Carolina (FA8108-26-D-B008); R2C Limited Liability,* Huntsville, Alabama (FA8108-26-D-B009); Resicum International*, Warrenton, Virginia (FA8108-26-D-B010); S&K Aerospace,* St. Ignatius (FA8108-26-D-B011 and FA8108-26-D-B022); Strategic Technology Institute,* Rockville, Maryland (FA8108-26-D-B012 and FA8108-26-D-B023); Vali,* Huntsville, Alabama (FA8108-26-D-B013); Vector Solutions,* Glendale, Arizona (FA8108-26-D-B014); AAR Government Services, Wood Dale, Illinois (FA8108-26-D-B-015); Amentum Services, Chantilly, Virginia (FA8108-26-D-B017); and M1 Support Services, Denton, Texas (FA8108-26-D-B020), have been awarded a shared, not-to-exceed $7,010,000,000 indefinite-delivery/indefinite-quantity, multiple-award contract for contract field team labor augmentation support requirements. This effort is for a total of 10 years from February 2026 - January 2036 (a five-year base and one five-year option). Work will be performed at locations determined in individual task orders. This award is the result of a competitive acquisition with 26 offers received; 23 awards are being made. Fiscal 2026 operations and maintenance funds in the amount of $11,500 are being obligated at the time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity.
Amazon Web Service Inc., Seattle, Washington, was awarded a $581,318,585 firm-fixed-price contract for the Cloud One Program. This contract provides for Amazon Cloud Service in support of the Air Force's Cloud One Program and their customers. Work will be performed at the contractors designated facilities across the contiguous U.S. and is expected to be completed by Dec. 7, 2028. This award is the result of a sole source acquisition. Fiscal 2026 operations and maintenance funds in the amount of $3,497,937 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8726-26-F-B004).
TCG Construction Inc., Meridian, Idaho, has been awarded a $12,544,826 firm-fixed-price contract for construction services. This contract provides for structural and fire suppression repairs to Hangar 211. Work will be performed at Mountain Home Air Force Base, Idaho and is expected to be completed by January 26, 2028. This award is the result of a competitive acquisition, and three offers were received. Fiscal 2025 One Big Beautiful Bill Act operations and maintenance funds in the amount of $12,544,826 are being obligated at time of award. The 366th Contracting Squadron, Mountain Home Air Force Base, Idaho, is the contracting activity (FA489726C0001).
ARMY
Computable Insights LLC, Herndon, Virginia, was awarded a firm-fixed-price contract to establish a decentralized enterprise agreement for Salesforce products and outcome-based services for the Department of War. The amount of this action is $5,644,302,996. 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 June 26, 2035. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-26-D-A009).
Rogue Signal Processing Corp.,* Sterling, Virginia, was awarded a $100,000,000 cost-no-fee, cost-plus-fixed-fee, firm-fixed-price, and indefinite-quantity contract to analyze, design, develop, enhance, test, deploy, procure, and sustain prototype technologies and sensors. Work locations will be determined with each order. The estimated completion date is Jan. 22, 2031. Funding will be obligated with each order by fiscal year and fund type as requirements are identified. The contracting activity is Army Contracting Command - Aberdeen Proving Ground, Edgewood Division, Aberdeen Proving Ground, Maryland (W911SR-26-D-A002).
Sherwood Avionics and Accessories Inc., Opa-locka, Florida, was awarded a firm-fixed-price contract for the overhaul of the gas engine turbine to provide sustained mission readiness and prevent a gap in maintenance and overhaul supply. The amount of this action is $18,439,750. 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 Jan. 26, 2031. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-26-D-0032).
NAVY
Skookum Educational Programs, doing business as Tessera, Bremerton, Washington, is awarded a $798,485,058 firm-fixed-price, indefinite-delivery/indefinite-quantity. This contract provides for base operations services within the Naval Facilities Engineering Systems Command Northwest (NAVFAC) area of responsibility, including Naval Base Kitsap Bangor (54%); Naval Base Kitsap Bremerton (30%); Naval Base Kitsap Keyport (10%); Naval Magazine Indian Island (5%); and other outlying locations (1%). Work is expected to be completed by Sept. 30, 2031. The maximum dollar value, including the base period and four option years, is $798,485,058. No funds will be obligated at time of award. Fiscal 2026 operations and maintenance (Navy); Defense Health Fund; operations and maintenance (Marine Corps); and Family Housing operations and maintenance (Navy) in the amount of $91,425,936, will be obligated for recurring work via task order. This contract was not competitively procured via SAM.gov website. It is a Sole Source Award, AbilityOne, under Federal Acquisition Regulation 8. NAVFAC Northwest, Silverdale, Washington, is the contracting activity (N44255-26-D-0005).
L3Harris Corp., Millersville, Maryland, is awarded a $22,900,118 fixed-price incentive (firm-target) contract N00024-26-C-6100 for production of Towed Body 34A towed array production, integration, and testing. This contract includes options which, if exercised, would bring the cumulative value of this contract to $65,470,348. Work will be performed in Millersville, Maryland (25%); Liverpool, New York (40%); and Ashaway, Rhode Island (35%), and is expected to be completed by July 2028. Fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $1,964,476 (11%); fiscal 2025 shipbuilding and conversion (Navy) funding in the amount of $1,964,476 (11%); and fiscal 2026 other procurement (Navy) funding in the amount of $14,518,946 (78%), will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website with two offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
General Dynamics Mission Systems, Manassas, Virginia, is awarded a $22,984,706 cost-plus-fixed-fee modification to a previously awarded contract (N00024-24-C-6240) to exercise options for engineering and technical development and production procurement. Work will be performed in Manassas, Virginia (30%); Groton, Connecticut (25%); Port Orchard, Washington (15%); Las Vegas, Nevada (10%); Cleveland, Ohio (10%); Chesapeake, Virginia (4%); Pearl Harbor, Hawaii (2%); San Diego, California (2%); and Kings Bay, Georgia (2%), and is expected to be completed by January 2027. Fiscal 2026 other procurement (Navy) funds in the amount of $1,700,000 (73%); and fiscal 2026 research, development, test and evaluation (Navy) funds in the amount of $625,000 (27%), 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.
Detyens Shipyards Inc.,* North Charleston, South Carolina, was awarded a $15,376,216 firm-fixed-price contract (N3220526C0005) for the 76-calendar day shipyard availability for the midterm availability of Military Sealift Command's fleet replenishment oiler USNS Leroy Grumman (T-AO 195). This contract includes a base work package and two unexercised options for additional work and time which, if exercised, would increase the cumulative value of this contract to $15,507,715. Work will be performed in North Charleston, South Carolina, beginning Feb. 1, 2026, and is expected to be completed by April 17, 2026. Fiscal 2026 operation and maintenance (Navy) funds in the amount of $15,376,216 are obligated and will expire at the end of the fiscal year. This contract was a small business set-aside with proposals solicited via the Government wide Point of Entry website and three offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220526C0005).
*Small business