An official website of the United States Government 
Here's how you know

Official websites use .gov

.gov website belongs to an official government organization in the United States.

Secure .gov websites use HTTPS

A lock ( lock ) or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.

Contracts For Nov. 12, 2025

Contracts for Oct. 1, 2025, Through Nov. 12, 2025

DEFENSE LOGISTICS AGENCY

ASRC Federal Facilities Logistics LLC, Fairfield, New Jersey, has been awarded a maximum $1,177,199,575 firm-fixed-price long-term contract for third generation chemicals, petroleum, oils and lubricants (ChemPOL). This was a sole-source acquisition using U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1 (a)(ii)(A). This is a five-year base contract with one three-year option period and one two-year option period. Using customers are Army, Navy, Air Force, Marine Corps, Space Force and other federal civilian agencies. The performance completion date is Oct. 14, 2030. Type of appropriation is Fiscal 2026 through 2031 defense capital working funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia, (SPE4AX-26-D-9000). (Awarded Oct. 15, 2025)

Pratt & Whitney, a division of RTX Corp., East Hartford, Connecticut, has been awarded an estimated $1,091,594,171 firm-fixed-price with prospective redetermination, requirements contract for F100 engine consumable and depot level repairable parts and program management services. 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 base contract with one five-year option period. The performance completion date is Sept. 29, 2030. Using miliary service is Air Force. Type of appropriation is Fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia, (SPE4AX-25-D-9002). (Awarded on Sept. 29, 2025)

Hudson Technologies Co.,* Woodcliff Lake, New Jersey, has been awarded a maximum $210,399,912 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for industrial gas and cylinders. This was a competitive acquisition with three responses received. This is a five-year base contract with one five-year option period. The performance completion date is July 29, 2030. Using customers are Army, Navy, Air Force, Marine Corps, Space Force and Defense Logistics Agency. Type of appropriation is Fiscal 2025 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Weapons Support, Richmond, Virginia (SPE4AX-26-D-9003). (Awarded on Oct. 22, 2025)

WGL Energy Services Inc., Vienna, Virginia, (SPE604-26-D-8004, $241,502,937); Constellation NewEnergy Inc., Baltimore, Maryland, (SPE604-26-D-8000, $109,685,010); MP2 Energy NE LLC, doing business as Shell Energy Solutions, Houston, Texas, (SPE604-26-D-8003, $45,035,484) and Direct Energy Business LLC, Houston, Texas, (SPE604-26-D-8001, $17,553,047) have each been awarded a firm-fixed-price, requirements contract under solicitation SPE604-25-R-0405 to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with eight responses received. These are two-year contracts with no option periods. Locations of performance are Illinois, Maryland, New Jersey, Ohio, Pennsylvania and Washington, D.C., with a Dec. 31, 2027, performance completion date. Using customers are Army, Navy, Air Force, Defense Department, Department of Energy, National Institutes of Health and Department of Agriculture. The using customer is solely responsible for funding this contract and funds vary in appropriation type and Fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. (Awarded Oct. 2, 2025)

SRI International, Menlo Park, California, has been awarded a maximum $73,698,454 long-term, indefinite-delivery, cost-plus-fixed-fee, requirements contract for advanced microcircuit emulation improvement program. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1) and 3204 (a)(3), as stated in Federal Acquisition Regulation 6.302-1 and 6.302-3. This is a five-year base contract with one four-month option period. Location of performance is New Jersey, with a Jan. 31, 2031, performance completion date. Using customer is Defense Logistics Agency. No funds will be obligated at the time of the award; funds will be obligated at the delivery order level as contracting actions occur. Type of appropriation is Fiscal 2026 through 2031 research, development, test and evaluation funding. The contracting activity is the Defense Logistics Agency Weapons Support, Columbus, Ohio (SPE7MX-26-D-0001). (Awarded Oct. 17, 2025)

Kandor Manufacturing Inc.,* Arecibo, Puerto Rico, has been awarded a maximum $53,913,600 modification (P00020) exercising the third one-year option period of a one-year base contract (SPE1C1-23-D-0008) with four 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 Oct. 8, 2026. Using military services are Army, Navy and Air Force. Type of appropriation is Fiscal 2026 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. (Awarded Oct. 09, 2025)

Gil Sewing Corp.,* Morton Grove, Illinois, has been awarded a maximum $53,762,388 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for dress trousers and slacks. This was a competitive acquisition with eight responses received. This is a five-year contract with no option periods. The ordering period date is Oct. 8, 2030. Using military services are Air Force and Space Force. Type of appropriation is Fiscal 2026 through 2031 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-26-D-0007).  (Awarded Oct. 08, 2025)

Raytheon Technologies Corp., East Hartford, Connecticut, has been awarded an estimated $51,823,266 firm-fixed-price delivery order (SPRTA1-25-F-1123) issued against a five-year basic order agreement (SPE4A1-21-G-0001) with no option periods for the manufacture of F100 hot section modules. The performance completion date is July 31, 2029. Using military service is Air Force. Type of appropriation is Fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma. (Awarded on Sept. 30, 2025)

Raytheon Technologies Corp., East Hartford, Connecticut, has been awarded an estimated $50,013,026 firm-fixed-price delivery order (SPRTA1-25-F-0751) issued against a five-year basic order agreement (SPE4A1-21-G-0001) with no option periods for the manufacture of F100 hot section modules. The performance completion date is July 31, 2029. Using military service is Air Force. Type of appropriation is Fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma. (Awarded on Sept. 30, 2025)

Gentex Corp., Simpson, Pennsylvania, has been awarded an estimated $38,376,425 modification (P00036) exercising the third one-year option period of a one-year-base contract (SPE1C1-23-D-0004) with four one-year option periods for advanced combat helmets. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Oct. 16, 2026. Using military service is Army. Type of appropriation is Fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. (Awarded Oct. 10, 2025)

Imperial Flying Service, Imperial, California, has been awarded a minimum $34,059,625 fixed-price with economic-price-adjustment contract for fuel support at Imperial County Airport, California. 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 three-year contract with no option periods. The performance completion date is March 31, 2029. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is Fiscal 2026 through 2029 defense working capital funds. The contracting activity is Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-26-D-0004). (Awarded on Nov. 12, 2025)

Carson Industries Inc.,* Hilton Head, South Carolina, has been awarded a maximum $31,500,000 fixed-price, indefinite-delivery/indefinite-quantity contract for AN/PVS-14 monocular night vision device viewer single battery compartment installation. This was a competitive acquisition with six responses received. This is five-year contract with no option periods. The ordering period end date is Nov. 3, 2031. Using military service is Army. Type of appropriation is Fiscal 2026 through 2031 defense working capital funds. The contracting activity is the Defense Logistics Agency Weapons Support, Aberdeen Proving Grounds, Maryland (SPRBL1-26-D-0003). (Awarded Nov. 04, 2025)

Michelin North America Inc., Greenville, South Carolina, has been awarded an estimated $25,420,507 firm-fixed-price requirements contract for ground tires. 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 three-year contract with no option periods. The performance completion date is Dec. 10, 2027. Using military service is Army. Type of appropriation is Fiscal 2026 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Weapons Support, Columbus, Ohio (SPE7LX-26-D-0004). (Awarded Oct. 09, 2025)

Manson Products Co. Inc.,* Honolulu, Hawaii, has been awarded a maximum $25,000,000 fixed-price with economic-price-adjustment, indefinite-delivery contract for fresh fruits and vegetables. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The ordering period end date is Oct. 27, 2030. Using customers are Department of Agriculture. Type of appropriation is Fiscal 2026 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Honolulu, Hawaii (SPE302-26-D-S210).  (Awarded Oct. 28, 2025)

DFA Dairy Brands Fluid LLC, doing business as PET Dairy, Spartanburg, South Carolina, has been awarded a maximum $22,500,000 fixed-price, indefinite-delivery/indefinite-quantity contract for fresh milk and dairy items. This was a competitive acquisition with two responses received. This is a three-year contract with no option periods. Location of performance is Georgia, with a Nov. 11, 2028, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is Fiscal 2026 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-26-D-V001). (Awarded Oct. 28, 2025)

The Boeing Co., Saint Louis, Missouri, has been awarded a maximum $20,900,711 modification (P00005) undefinitized delivery order (SPRPA124F0051) against a three-year basic ordering agreement (SPRPA1-22-D-001U) for the PB support contract. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. The performance completion date is Sept. 16, 2027. The military services are Air Force, Army, Navy and Marine Corps. Type of appropriation is Fiscal 2026 defense working capital funds. The contracting activity is DLA Weapons Support, Philadelphia, Pennsylvania. (Awarded on Nov. 12, 2025)

Caterpillar Defense, Irving, Texas, has been awarded a maximum $20,791,829 firm-fixed-price one-time buy contract for diesel engines. 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 four-month contract with no option periods. The delivery order end-date is Feb. 3, 2027. Using military service is Army. Type of appropriation is Fiscal 2026 Army working capital funds. The contracting activity is the Defense Logistics Agency Weapons Support, Warren, Michigan (SPRDL1-26-C-0001). (Awarded Nov. 03, 2025)

US Foods Inc., doing business as US Food Service Manassas, Manassas, Virginia, has been awarded a maximum $19,487,231 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food and beverage items. 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 357-day bridge contract with no option periods. The ordering period end date is Oct. 3, 2026. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is Fiscal 2026 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-26-D-3002). (Awarded Oct. 10, 2025)

AM General LLC, South Bend, Indiana, has been awarded a maximum $12,661,060 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for diesel engine cylinder heads. 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 Oct. 9, 2030. Using military service is Army. Type of appropriation is Fiscal 2026 through 2031 Army working capital funds. The contracting activity is the Defense Logistics Agency Weapons Support, Warren, Michigan (SPRDL1-26-D-0002). (Awarded Oct. 10, 2025)

Norotos Inc.,* Santa Ana, California, has been awarded a maximum $12,369,727 firm-fixed-price, indefinite-quantity contract for low profile shrouds. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. The performance completion date is Nov. 9, 2030. Using military service is Army. Type of appropriation is Fiscal 2025 through 2030 defense working capital funds. The contracting activity is Defense Logistics Agency Weapons Support, Richmond, Virginia (SPE4A7-26-D-0037). (Awarded Nov. 10, 2025)

Stryten Manufacturing LLC, Alpharetta, Georgia, has been awarded a maximum $11,695,843 firm-fixed-price, indefinite-quantity contract for battery storage. This was a competitive acquisition with two responses received. This is a three-year contract with one one-year option period. The ordering period end date is Oct. 9, 2028. Using military services are Air Force, Army, Marines and Navy. Type of appropriation is Fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Weapons Support, Columbus, Ohio (SPE7LX-26-D-0001). (Awarded Oct. 09, 2025)

SND Manufacturing Ltd.,* Dallas, Texas, has been awarded a maximum $9,251,732 modification (P00007) exercising the second one-year option period of a one-year base contract (SPE1C1-24-D-0052) with four one-year option periods for running suit jackets and trunks. This is an indefinite-delivery contract. The ordering period end date is Nov. 14, 2026. Using military services are Navy, Marine Corps, Air Force and Space Force. Type of appropriation is Fiscal 2026 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. (Awarded Nov. 03, 2025)

Mersen USA GS Corp, Saint Marys, Pennsylvania, has been awarded a maximum of $9,993,945 firm-fixed-price contract for Iso-statically molded synthetic graphite. This was a competitive acquisition with three responses received. This is a three-year contract with no option periods. The performance completion date is Oct. 10, 2028. Using military services are Army, Navy, Air Force, Marine Corps and Space Force. Type of appropriation is Fiscal 2025 transaction funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus Division #3, Columbus, Ohio (SP8000-26-C-0001). (Awarded Oct. 10, 2025)

Switlik Parachute Co. Inc.,* Trenton, New Jersey, has been awarded a maximum $13,616,688 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for anti-exposure coveralls. 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 Oct. 30, 2030. Using military service is Navy. Type of appropriation is Fiscal 2026 through 2031 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-26-D-0010). (Awarded Nov. 03, 2025)

CORRECTION: The contract announced on Sept. 16, 2025, for Deere & Co., Cary, North Carolina, (SPE8EC-25-D-0055) for $86,000,000 was announced with an incorrect award date and an incorrect contract number. The correct award date is Oct. 1, 2025, and the correct contract number is SPE8EC-26-D-0003.

UPDATE: Benco Dental Supply Co., Pittston, Pennsylvania (SPE2DF-26-D-0001, $157,590,000) has been added as an awardee to the multiple award contract for dental supplies and equipment for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-20-R-0007 and awarded on June 10, 2021. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

UPDATE: RRDS Inc.,* Irvine, California (SPE8EC-26-D-0002, $255,000,000) has been added as an awardee to the multiple award contract for material handling equipment, issued against solicitation SPE8EC-21-R-0001 and awarded July 22, 2022. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

UPDATE: ND Defense LLC,* Madison Heights, Michigan (SPE8EC-26-D-0004, $248,000,000) has been added as an awardee to the multiple award contract for trucks and trailers, issued against solicitation SPE8EC-21-R-0007 and awarded March 18, 2022. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

NAVY

Kranze Technology Solutions Inc., Des Plaines, Illinois, is awarded $99,044,143 firm-fixed price single award indefinite-delivery/indefinite-quantity contract to provide periodic technical refresh of consumable hardware items including the Marine air ground tablet, mission management system and associated ancillary equipment constituting the digital interoperability kit. Work will be performed in Des Plaines, Illinois and is expected to be complete by October 2030. No funds will be obligated at the time of award, funds will be obligated on individual orders as they are issued. NAWCAD, Patuxent River, Maryland, is the contracting activity (N0042126D0001). (Awarded Oct. 10, 2025)

TexTech Engineered Composites, LLC, Winston-Salem, North Carolina, is awarded a $76,822,580 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract for the delivery of carbon phenolic heatshield materials and other reentry materials. This contract combines purchases for the U.S. Navy (98%) and the government of the United Kingdom (2%) under the Foreign Military Sales program. This contract does not include options. Work will be performed in Winston-Salem, North Carolina, and is expected to be completed by October 2030. Fiscal 2025 research, development, test, and evaluation (Navy) funds in the amount of $4,309,864 (59%) and foreign military sales (United Kingdom) funds in the amount of $3,025,143 (41%) will be obligated at time of award, of which $4,309,864 will expire at the end of the current Fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) – only one responsible source and no other type of supplies or services will satisfy agency requirements. Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N0017826D4400). (Awarded Oct. 02, 2025)

SRI International, Menlo Park, California, has been awarded a maximum $73,698,454 long-term, indefinite-delivery, cost-plus-fixed-fee, requirements contract for advanced microcircuit emulation improvement program. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1) and 3204 (a)(3), as stated in Federal Acquisition Regulation 6.302-1 and 6.302-3. This is a five-year base contract with one four-month option period. Location of performance is New Jersey, with a Jan. 31, 2031, performance completion date. Using customer is Defense Logistics Agency. No funds will be obligated at the time of the award; funds will be obligated at the delivery order level as contracting actions occur. Type of appropriation is Fiscal 2026 through 2031 research, development, test and evaluation funding. The contracting activity is the Defense Logistics Agency Weapons Support, Columbus, Ohio (SPE7MX-26-D-0001). (Awarded Oct. 17, 2025)

Ocean Ships, Inc.,* Houston, Texas, is being awarded a $68,951,226 firm, fixed-price contract (N3220525C0501) for the operation and maintenance of seven government-owned Oceanographic Survey (T-AGS) vessels: USNS Waters (T-AGS 45), USNS Pathfinder (T-AGS 60), USNS Bowditch (T-AGS 62), USNS Henson (T-AGS 63), USNS Bruce C. Heezen (T-AGS 64) USNS Mary Sears (T-AGS 65) and USNS Marie Tharp (T-AGS 66). The contract contains a six-month base period and one six-month option period. The contract will be performed on a worldwide basis beginning Oct. 01, 2025, and will conclude on Sep. 30, 2026, if all options are exercised. This contract was a sole-source bridge with proposals solicited via the government point of entry and one proposal received. The United States Navy’s Military Sealift Command in Norfolk, Virginia, is the contracting activity. (Awarded Oct. 01, 2025)

Raytheon Missiles & Defense, Marlborough, Massachusetts, was awarded a $53,793,482 firm-fixed-price modification to previously-awarded contract (N00024-22-C-5500) for spares production of the AN/SPY-6(V) Family of Radars program. Work will be performed in San Diego, California (50%), Andover, Massachusetts (33%), Sykesville, Maryland (13%), Riverside, California (2%), and Cerritos, California (2%). Working capital (Navy) funds in the amount of $13,640,001 (25%); Fiscal 2025 other procurement (Navy) $11,852,401 (22%); Fiscal 2023 shipbuilding and conversion (Navy) $9,598,011 (18%); Fiscal 2024 shipbuilding and conversion (Navy) $7,567,213 (14%); Fiscal 2021 shipbuilding and conversion (Navy) $2,455,516 (4%); Fiscal 2019 shipbuilding and conversion (Navy) $2,088,539 (4%); Fiscal 2018 shipbuilding and conversion (Navy) $2,026,712 (4%); Fiscal 2020 shipbuilding and conversion (Navy) $1,812,511 (3%); Fiscal 2025 operations and maintenance (Navy) $1,495,000 (3%); Fiscal 2024 research, development, test, and evaluation (Navy) $1,000,000 (2%); Fiscal 2017 shipbuilding and conversion (Navy) $159,503 (<1%); Fiscal 2022 shipbuilding and conversion (Navy) $108,075 (<1%) will be obligated at the time of award, of which, $16,135,001 will expire at the end of the current Fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Sept. 20, 2025)

Ocean Ships, Inc.*, Houston, Texas, is being awarded a $39,343,294 modification under a previously awarded firm fixed-price with pass through items contract (N3220525C4127) to exercise a six-month option period (P00011) for the operation and maintenance of the United States Naval Ship (USNS) Montford Point and USNS John Glenn. The vessels are operated as part of the Military Sealift Command Prepositioning and Seabasing Program Office.  Work will be performed on a worldwide basis, and is expected to be completed by May 01, 2026.  This contract includes one 12-month base period and a six-month option under FAR 52.217-8, which if exercised, would bring the cumulative value of this contract to $84,700,000. Since appropriated funds are not currently available, this modification will be awarded subject to FAR 52.232-18, Availability of Funds. (Awarded Oct. 31, 2025)

L3 Technologies, Inc., Camden, New Jersey., is awarded a $30,287,137 firm-fixed-price and cost-plus-fixed-fee modification to previously awarded (N66001-24-C-0018) for procurement, assembly, and configuration of network equipment, components, and spares to support the Battle Force Tactical Network Resilient Command, Control, and Communication System Enhancement High Frequency system. Work will be performed in Camden, New Jersey (95%) and Germantown, Maryland (5%). Work is expected to be completed in May 2027. Fiscal 2025 other procurement (Navy) funds in the amount of $27,296,000 and shipbuilding and conversion (Navy) funds in the amount of $3,494,000 will be obligated at the time of award. This contract was awarded as a sole-source acquisition under the statutory authority of 10 U.S. Code 3204(a)(1), as prescribed by Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Naval Information Warfare Center Pacific, San Diego, California is the contracting activity. (Awarded Oct. 02, 2025)

Raytheon Company, Tucson, Arizona, was awarded a $22,327,419 cost-plus-fixed-fee modification to previously awarded contract (N00024-23-C-5408) for procurement of STANDARD Missile provisioned items ordered spares and test equipment. Work will be performed in Minneapolis, Minnesota (49%); Tucson, Arizona (29%); Orangeburg, New York (5%); Warrington, Pennsylvania (2%); Camden, Arkansas (2%), Middletown, California (1%) and various locations across the United States, each less than 1% (12%) and is expected to be completed by March 2030. Fiscal 2025 operations and maintenance (Navy) $13,396,451 (60%); and Fiscal 2024 weapons procurement (Navy) $8,930,968 (40%) funding were obligated at time of award, of which, $13,396,451 will expire at the end of the current Fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Sept. 26, 2025)

Bascom Hunter Technologies Inc., Baton Rouge, Louisiana, is awarded a $22,189,246 firm-fixed-price, indefinite-delivery, indefinite-quantity, small business innovation research Phase III Contract (N00039-25-D-2003) for the procurement, manufacturing, testing, and delivery of Satellite Terminal (transportable) Non-Geostationary (STtNG) systems, spares, and engineering services. No funding will be placed on contract and obligated at the time of award. STtNG is a new U.S. Navy shipboard carry-on unclassified satellite communications (SATCOM) terminal that is capable of operating over non-geostationary satellites, including proliferated Low Earth Orbit (PLEO), Medium Earth Orbit (MEO), Highly Elliptical Orbit (HEO) and Geosynchronous Earth Orbit. STtNG is expected to operate on any U.S. Navy surface ship and is transportable so that it can be cross-decked from one ship to another and made operational within days. This contract will provide procurement of the STtNG Increment (Inc.2) terminals via its two main subsystems, Protected (P) and Wideband (W), when combined, making up a Full STtNG Inc.2 terminal, as well as the potential procurement of ALL.SPACE terminals, other associated hardware parts for expeditionary purposes, spares, and engineering support services. Engineering support services may include, but are not limited to, efforts to upgrade the Inc.2 terminal to add S-band and Kuiper Modem capability integration. This contract includes a 15-month ordering period. Work will be performed in Baton Rouge, Louisiana, and is expected to be completed by Dec. 31, 2026. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(5) – Authorized or Required by Statute (Federal Acquisition Regulation subpart 6.302-5). The Naval Information Warfare Systems System Command, San Diego, California, is the contracting activity (N00039). (Awarded Oct. 01, 2025)

L3 Technologies Inc., Londonderry, New Hampshire, was awarded a firm-fixed-price contract for the procurement of AN/PEQ-15 Infrared Illuminators, also known as Advanced Target Pointer/Illuminator/Aiming Lights. The amount of this action $20,496,000. 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 September 1, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0022). (Awarded Oct. 21, 2025)

CAE USA Inc., Tampa, Florida, is awarded a $14,332,547 modification (P00035) to a previously awarded firm-fixed-price contract (N6134021C0005). This contract exercises an option to support T-44C Contractor Instructional Services (CIS) to be performed by Contractor Instructors (CI). The CIs shall utilize Contractor provided training aircraft simulators, training devices, associated classroom and other training methods to accomplish recurring training requirements and tactical proficiency development. This service shall include instruction, operation, and curriculum support as required by the Government. The contractor is required to provide all labor, equipment, training devices, and other services necessary for classroom and simulator training. Work will be performed in Corpus Christi, Texas and expected to be completed in October 2026. This contract has been excepted by the Secretary of the Navy and the option exercise modification is being awarded under the authority of DFARS 252.232-7998 Obligations in Advance of Fiscal 2026 Funding. Fiscal 2026 Operations & Maintenance (Navy), funds in the amount of $14,332,547 will be obligated when appropriations are made available.  This modification was not competed. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. (Awarded Oct. 31, 2025)

Vectrus Systems, LLC, a V2X Company, Colorado Springs, Colorado, is awarded a $12,837,684 firm-fixed-price contract for the procurement of Equipment Maintenance Test Support services and includes cost contract line items for materials, shipping and travel. This contract will provide vehicle maintenance and configuration support for the Amphibious Combat Vehicle Family of Vehicles in support of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Caroline County, Virginia with an expected completion date of October 2028. Fiscal 2025 procurement (Marine Corps) funds in the amount of $1,981,065 will be obligated at the time of award and will not expire at the end of the current Fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-26-C-0017). (Awarded Oct. 31, 2025)

Eaton Aerospace LLC, Jackson, Mississippi, is being awarded $8,126,924 for firm-fixed price, delivery order (N00383-26-F-BF00) under previously awarded basic ordering agreement (N00383-24-G-BF01) for the repair of one weapon repairable assemblies, for a total quantity of 309 repairs, in support of the F/A-18 aircraft system. The delivery order does not include an option period. All work will be performed in Jackson, Mississippi, and work is expected to be completed by November 2028. Working capital funds (Navy) in the full amount of $8,126,924 will be obligated at time of award, and funds will not expire at the end of the current Fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. (Awarded Oct. 08, 2025)

Mainsail-Oasis Joint Venture LLC,* Bedford, Massachusetts, is awarded a $7,602,205 cost-reimbursement-type contract for maintaining the Acoustic Explorer, a government owned vessel which provides at-sea support for the Sonobuoy Quality Assurance Program. Work will be performed in San Diego, California and is expected to be complete September 2032. Funding will be made available and obligated at the delivery order level as contracting actions occur. In accordance with FAR 16.504(c)(1)(ii)(B)(4) this single award Indefinite-Delivery, Indefinite-Quantity was issued using full and open competition after exclusion of sources through the use of a total small-business set-aside pursuant to FAR 19.502-2. Naval Information Warfare Center Pacific, San Diego, California is the contracting activity (N66001-23-D-0003). (Awarded Oct. 02, 2025)

Raytheon Co., Tucson, Arizona, was awarded a $10,948,646 cost-plus-fixed-fee completion contract modification to previously awarded contract (N00024-25-C-5409) for the redesign of the Steering Control Section of the STANDARD Missile 6 (SM-6) All-Up Round. Work will be performed in Tucson, Arizona, and is expected to be completed by Nov. 30, 2027. Fiscal 2024 weapons procurement (Navy) funding in the amount of $10,948,646 was obligated at time of award and will not expire at the end of the current Fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (Awarded Sept. 25, 2025).

AIR FORCE

Modern Technology Solutions, Inc., Alexandria, Virginia, has been awarded a $111,006,400 modification (P00020) to previously awarded (FA8806-25-C-B001) for the additional work to support the Space Based Interceptors effort on the Program Management Office, Systems Engineering, Integration and Testing contract. The modification brings the total cumulative face value of the contract to $226,977,329 from $115,970,929. Work will be performed at Huntsville, Alabama, and is expected to be completed by Jan. 10, 2030. Fiscal 2025 research, development, test and evaluation funds in the amount of $1,600,000 are being obligated at the time of award. The Space Systems Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity. (Awarded Oct. 7, 2025) 

Goodrich, a Raytheon Company, Westford, Massachusetts, was awarded a maximum $197,241,157 delivery order for MS-110 Production. This contract provides for the procurement of MS-110 reconnaissance pods, ground stations, contractor program and engineering support, travel, support equipment, datalink capability, non-recurring engineering, spares, technical manuals, and site survey and installation and checkout services. Work will be performed at Westford, Massachusetts and is expected to be completed by July 31, 2031. This contract involves foreign military sales to Poland. This contract was a sole source acquisition. Foreign Military Sales funds in the amount of $33,590,355 are being obligated at time of award. The Air Force Life Cycle Management Center, Wight Patterson Air Force Base, Ohio, is the contracting activity. (FA869126FB009) (Awarded Nov. 7, 2025) 

PTC Inc., Boston, Massachusetts, has been awarded a $20,188,036 modification (P00012) to previously awarded FA8109-21-C-0001 to exercise Option Year IV of the contract. The modification brings the total cumulative face value of the contract to $95,062,570 from $74,874,534. Work will be performed at Boston, Massachusetts, and Wright-Patterson Air Force Base, Ohio, and is expected to be completed by September 28, 2026. Fiscal 2025 working capital funds in the amount of $20,188,036 are being obligated at time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity. (This modification was awarded August 27, 2025)

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $84,729,165 modification (P00011) to previously awarded contract FA8682-24-C-B001 for the Joint Air to Surface Standoff Missile Foreign Military Sales Production Support. The modification brings the total cumulative face value of the contract to $9,578,685,257 from $9,493,956,092. Work will be performed at Orlando, Florida and Troy, Alabama and is expected to be completed July 31, 2031. This contract involves foreign military sales to Poland, Netherlands, Finland, and Japan. Foreign Military Sales Funds in the amount of $84,729,165 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. (Awarded Nov. 10, 2025) 

Blue Origin LLC, Merritt Island, Florida, was awarded a $78,256,000 firm-fixed-price contract for expansion of space vehicle processing. This contract provides for National Security Space Launch space vehicle processing facilities. Work will be performed at Cape Canveral Space Force Station, Florida, and is expected to be completed by Jan. 30, 2028. This contract was a competitive acquisition and three offers were received. Fiscal 2025 research and development funds in the amount of $78,256,000 are being obligated at time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity. (FA8802-26-C-0002) (Awarded Oct. 6, 2025) 

BAE Systems Information and Electronic Systems Integration Inc., Cedar Rapids, Iowa, has been awarded a $79,286,749 modification (P00113) to previously awarded FA8807-21-C-0003 for Military Global Positioning System User Equipment Increment 2. The modification brings the total cumulative face value of the contract to $418,365,816 from $339,079,067. Work will be performed at Cedar Rapids, Iowa and is expected to be completed by October 31, 2026. Fiscal 2025 research, development, test, and evaluation funds in the amount of $1,500,000are being obligated at time of award. The Space Systems Command, Los Angeles, California, is the contracting activity. (Awarded Oct. 31, 2025) 

L3Harris Interstate Electronics Corp., Anaheim, California, has been awarded a $40,650,034 modification (P00092) to previously awarded FA8807-21-C-0005 for Military Global Positioning System User Equipment Increment 2. The modification brings the total cumulative face value of the contract to $262,020,589 from $221,370,555. Work will be performed at Anaheim, California and is expected to be completed by October 31, 2026. Fiscal 2025 research, development, test, and evaluation funds in the amount of $150,000 are being obligated at time of award. The Space Systems Command, Los Angeles, California, is the contracting activity. (Awarded Oct. 31, 2025) 

Teradyne Inc., North Reading, Massachusetts, has been awarded a $14,570,480 modification (P00010) to previously awarded Contract FA8571-21-D-0001 for the purchase of additional quantity of Versatile Diagnostic Automated Test System kits to support the F-35 Program. The modification brings the total cumulative face value of the contract to $99,989,793 from $85,419,313. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by December 31, 2025. Funds are not being obligated at time of award. The Air Force Sustainment Center at Robins Air Force Base, Georgia, is the contracting activity. (Awarded Oct. 31, 2025) 

Anduril Industries, Costa Mesa, California, was awarded a ceiling of $50,000,000 Small Business Innovation Research III indefinite delivery indefinite quantity contract for Agile-Launched, tactically-integrated unmanned system and support services for testing, training, and supportability. This contract provides for procurement and support of the ALTIUS-600 system and related Group 2 UAS variants, payloads, data links, launch tubes, ICS event support, ancillary support equipment, training, technical documentation, configuration control, Integration and engineering validation/ verification to support the government’s efforts to fully integrate the ALTIUS-600 onto various platforms, as well as integrating new accessories onto the ALTIUS-600. Work will be performed at Costa Mesa, California and is expected to be completed by October 22, 2028. This contract was a sole source acquisition. Fiscal year 2025 other procurement funds in the amount of $1,785,000 are being obligated at time of award. The Asymmetric Capabilities, Wright Patterson Air Force Base, Ohio, is the contracting activity. (FA8629-26-D-B002) (Awarded Oct. 21, 2025) 

The Mississippi Department of Rehabilitation Services, Madison, Mississippi, has been awarded a $46,895,059 firm-fixed-price contract for food service. This contract provides food service for three dining facilities at Keesler Air Force Base, to include a central preparation kitchen and flight kitchen. The location of performance is Keesler AFB, MS. The work has a period of performance of Oct. 1, 2025 - Dec. 31, 2030. This award is the result of a sole source acquisition. Fiscal 2026 operations and maintenance funds in the amount of $2,180,962 are being obligated at the time of award. The 81st Contracting Squadron, Keesler AFB, Mississippi, is the contracting activity. (FA301026C0002) (Awarded Oct. 1, 2025) 

L3Harris Technologies Integrated Systems L.P., Greenville, Texas, has been awarded a $26,012,560 modification (P00001) to previously awarded FA8620-23-F-4867 for follow-on SIL, ground, and training system development support, and ground stations.  The modification brings the total cumulative face value of the contract to $68,761,135 from $42,748,575. Work will be performed at Greenville, Texas and is expected to be completed by December 31, 2026.  This contract involves foreign military sales. Foreign military sales funds in the amount of $26,012,560 are being obligated at time of award. The 645th Aeronautical Engineering Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (Awarded Nov. 7, 2025) 

Calspan LLC, Buffalo, New York, was awarded a ceiling $21,262,602 indefinite-delivery/indefinite-quantity contract for the multi-mission variable stability aircraft and support. This contract provides for the acquire services for a multi-mission variable stability aircraft, instructor pilots, ground instructors, simulator and flight test engineers, appropriate other flight crew and ground personnel to instruct aircraft flying qualities, handling qualities, RPA and associated systems, ground testing and support for special projects as required. Work will be performed at Edwards Air Force Base, California, and is expected to be completed by Sept. 30, 2030. This contract was a sole source acquisition, and one offer was received. No funds are being obligated at the time of award. The Air Force Test Center, Test Range and Specialized Contracting Division, Edwards Air Force Base, California, is the contracting activity. (FA9304-26-D-5002) (Awarded Oct. 01, 2025)

Firestorm Labs, San Diego, California, was awarded a maximum $18,000,000 Small Business Innovation Research II for the Firestorm Expeditionary Manufacturing Cell and associated Manufactured Hardware. This contract provides for development of the xCell system to enable mass production of low-cost, autonomous small Unmanned Aircraft Systems, demonstrate production capability, and provide data to support future system verification, training, operation, and product support.  Work will be performed at San Diego, California and is expected to be completed by Oct. 21, 2027. This contract was a sole source acquisition. Fiscal year 2025 research and development funds in the amount of $9,000,000 are being obligated at time of award. The Asymmetric Capabilities, Wright Patterson Air Force Base, Ohio, is the contracting activity. (FA8629-26-C-B001) (Awarded Oct. 20, 2025)

Honeywell International Inc., Phoenix, Arizona, has been awarded a maximum $14,100,000 firm-fixed-price delivery order (SPRPA1-25-F-E80C) issued against a five-year basic ordering agreement (SPE4A1-22-G-0015) for P-8 Poseidon aircraft gas turbo power unit spare parts. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. The performance completion date is July 9, 2028. Using military service is Navy. Type of appropriation is Fiscal 2026 Navy working capital funds. The contracting activity is the Defense Logistics Agency Weapons Support, Philadelphia, Pennsylvania. (Awarded Oct. 31, 2025)

Amentum Services Inc., Chantilly, Virginia, has been awarded a $12,372,498 modification (P00021) to previously awarded (FA4890-22-C-0006) for a maintenance and sustainment service requirement. The contract modification is to exercise and incrementally fund Option Year Four services to provide storage, maintenance, outload, reconstitution, exercise and contingency logistics support of prepositioned materiel. The modification brings the total cumulative face value of the contract to $47,543,400 from $35,170,902. Work will be performed in Husterhohe/Pirmasens, Germany, and Royal Air Force Fairford, United Kingdom and is expected to be completed by Oct. 31, 2026. Fiscal 2026 operation and maintenance funds are being obligated at the time of award. Air Combat Command, Joint Base Langley–Eustis, Virginia, is the contracting activity. (Awarded Oct. 02, 2025)

Street Legal Industries Inc., Oak Ridge, Tennessee, was awarded a $9,375,812 firm-fixed-price single award contract for the Integrated Solid Waste Management, Municipal Solid Waste collection and cardboard recycling services. Work will be performed at Eglin Air Force Base, Florida; Duke Field, Florida; Camp Rudder, Florida; 7th Special Forces, Eglin, Florida ranges and sites, and is expected to be completed by Sept. 30, 2030. This contract is the result of a competitive 100% 8(a) set aside acquisition and for competitive acquisition four offers were received. Fiscal 2026 operations and maintenance funds in the amount of $1,619,344 are being obligated at time of award. The Air Force Test Center, Eglin AFB, Florida, is the contracting activity. (FA2823-26-C-0001) (Awarded Oct. 01, 2025)

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded a $9,356,035 modification (P00165) to previously awarded (FA8615-17-C-6047) for two additional flight test releases for the Integrated Viper Electronic Warfare Suite of the Air Force F-16 Aircraft. The modification brings the total cumulative face value of the contract to $1,726,552,302 from $1,717,196,267. Work will be performed at Rolling Meadows, Illinois and is expected to be completed by March 31, 2026. Fiscal year 2025 Research and Development Funds in the amount of $999,793 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio is the contracting activity. (Awarded Oct. 17, 2025)

Strategic Mission Systems, Oklahoma City, Oklahoma, was awarded a $9,300,000 firm-fixed-price task order for the National Airborne Operations Center for E-4B National and Nuclear Communication Support. This contract provides for the E-4B with System Integration Lab capabilities. Work will be performed at Omaha, Nebraska, and is expected to be completed by Oct. 31, 2028. The contract was a sole source acquisition under the authority of 10 U.S.C 2304(c)(1) as implemented by FAR 6.302-1. Fiscal 2025 research, development, test and evaluation funds in the amount of $9,300,000 are being obligated at the time of the award. The Air Force Life Cycle Management Center located at Tinker Air Force Base, Oklahoma, is the contracting activity. (FA8106-17-D-0006/FA8134-25-F-B030) (Awarded Sept. 30, 2025)

Luxium Solutions LLC, Milford, New Hampshire, was awarded $8,520,000 firm-fixed-price contract for research and development for edge-defined film-fed growth of β-phase gallium oxide substrates for high power electronics. The contract provides for commercialization of two-inch miscut wafers, development of a manufacturing process for four-inch wafers, characterization of the wafers utilizing epitaxial layers, and implementation of epitaxial growth on wafers. Work will be performed at Milford, New Hampshire and is expected to be completed by Oct. 3, 2028. The contract was a competitive acquisition and one offer was received. Fiscal 2024 research and development funds in the amount of $8,520,000 are being obligated at the time of award. The Air Force Laboratory, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity. (FA2394-25-C-B061) (Awarded Oct. 02, 2025)

Honeywell International Inc., Tempe, Arizona, has been awarded a $7,826,935 firm-fixed-price modification (P00030) to the previously awarded contract (FA8109-19-D-0001) for engineering services. This contract provides for the specialized repair, overhaul, and engineering services. Work will be performed in various U.S. locations and is expected to be completed by July 18, 2028. Strategic Contracting, Tinker Air Force Base, Oklahoma, is the contracting activity. (Awarded Sept. 25, 2025)

CORRECTION: The modification announced on Sept. 26, 2025, for The Boeing Co., Long Beach, California, (P00025), for $35,298,187 was announced with an incorrect award date. The correct award date was Sept 29, 2025. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

CORRECTION: The contract announced on Sept. 30, 2025, for Colt Builders and Weil Construction JV LLC, Des Moines, New Mexico, (FA3020-25-F-0204) for $23,631,758 was not awarded. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity.

DEFENSE FINANCE AND ACCOUNTING SERVICE

KPMG, LLP, McLean, Virginia, is being awarded a maximum $368,979,915 labor-hour contract for audit services and travel for the Department of Defense Office of the Inspector General audits of the Department of Army financial statements, with an expected completion date of November 30, 2026.  The contract has a 12-month base period with four individual one-year option periods, and is the result of a competitive acquisition for which two quotes were received. Subject to availability of funding, Fiscal 2026 operations and maintenance (Army) funds in the amount of $68,192,061 will be obligated when funds are available for this contract. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity. (HQ042326FE007) (Awarded Oct. 07, 2025)

Kearney and Company, P.C., Alexandria, Virginia, is being awarded a Labor-Hour contract option for financial statement audit services for the Defense Health Program (DHP), Medicare Eligible Retiree Care Fund and Defense Health Agency Contract Resource Management. The modification, P00020, is for a maximum face value of $12,484,739.24 and brings the total cumulative value of the existing contract, HQ042322F9000 to $59,003,834.65. Work will be performed in various locations including DHP headquarters in Falls Church, Virginia, as well as other federal locations in Texas, Ohio, Indiana, Maryland, Colorado, New York, and Maine, with an expected completion date of Dec. 31, 2026. This contract was the result of a competitive acquisition for which one quote was received. The action is being awarded subject to availability of funds. Fiscal 2026 defense-wide operating and maintenance funds in the amount of $12,484,739.24 will be obligated when available. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity. (Awarded Nov. 03, 2025)

ARMY

The Boeing Company, Ridley Park, Pennsylvania, was awarded a hybrid cost-plus-fixed-fee and firm-fixed-price contract for up to 60 CH-47F Block II Cargo Helicopters, including performance-based logistics, training and non-recurring engineering. The amount of this action is $876,422,130. Bids were solicited via the internet with one received. Work will be performed in Ridley Park, Pennsylvania, with an estimated completion date of Oct. 28, 2035. Fiscal 2026 Germany case funds in the amount of $876,422,130 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-26-C-0003). (Awarded Oct. 27, 2025)

AeroVironment Inc.,* Simi Valley, California, was awarded a firm-fixed-price contract for Puma All Environment 3, Puma Long Endurance, Puma AE/LE Hybrid, and Raven unmanned aircraft systems, as well as spares, training and accessories in support of current and future Foreign Military Sales customers. The amount of this action is $0 with a total cumulative face value of $874,261,536.62. 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 Oct. 25, 2030. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-26-D-0001). (Awarded Oct. 27, 2025)

AES-ESFS JV II LLC,* Anchorage, Alaska (W912DQ-26-D-A001); EA Engineering, Science, and Technology Inc. PBC,* Hunt Valley, Maryland (W912DQ-26-D-A004); HydroGeoLogic Inc.,* Reston, Virginia (W912DQ26DA007); Sevenson Environmental Services Inc.,* Niagara Falls, New York (W912DQ-26-D-A009); FPM-AECOM JV2,* Oneida, New York (W912DQ-26-D-A006); Renova Environmental Company Inc.,* Ocean Township, New Jersey (W912DQ-26-D-A008); Bhate-ER JV LLC,* Birmingham, Alabama (W912DQ-26--DA002); CAPE-APTIM JV1 LLC,* Norcross, Georgia (W912DQ-26-D-A003); Environmental Chemical Corporation,* Burlingame, California (W912DQ-26-D-A005); and LATA-CTI JV LLC,* Albuquerque, New Mexico (W912DQ-26-D-A010), will compete for each order of the $245,000,000 hybrid firm-fixed-price and cost-plus-fixed-fee contract for environmental remediation work at various sites for customers across the Northwestern Division and the Environmental Protection Agency. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 13, 2030. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity. (Awarded Oct. 14, 2025)

Gurri Matute Cromwell JV LLC,* Miami, Florida (W912HN-26-D-2001); GMHill Baker JV, LLC,* Jacksonville, Florida (W912HN-26-D-2002); Zapata Group, Inc,* Charlotte, North Carolina (W912HN-26-D-2003); Sherlock, Smith & Adams Inc.,* Montgomery, Alabama (W912HN-26-D-2004); Blair Remy Merrick MP JOINT VENTURE, LLC,* Oklahoma City, Oklahoma (W912HN-26-D-2005); CEMS Engineering Inc,* Summerville, South Carolina (W912HN-26-D-2006); JP Harvey - Stantec Joint Venture,* Hampton, Virginia (W912HN-26-D-2007); and Knight Architects, Inc.,* Atlanta, Georgia (W912HN-26-D-2008), will compete for each order of the $140,000,000 firm-fixed-price contract for general design architect-engineering services supporting projects within the South Atlantic Division and Savannah District. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 21, 2030. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity. (Awarded Oct. 22, 2025)

Conti Federal Services LLC, Orlando, Florida, was awarded a firm-fixed-price contract for construction of Company Operations Facilities for four companies and a Troop Aid Station. The amount of this action is $97,283,947. Bids were solicited via the internet with five received. Work will be performed in Honolulu, Hawaii, with an estimated completion date of June 24, 2029. Fiscal 2023 military construction, Army funds in the amount of $97,283,947 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-26-C-A002). (Awarded Oct. 16, 2025)

A and M Engineering & Environmental Services Inc,* Tulsa, Oklahoma (W912P9-26-D-A001); Better by Design LLC,* Brookfield, Missouri (W912P9-26-D-A002); Bloomsdale Excavating Company Inc, Bloomsdale, Missouri (W912P9-26-D-A003); Cornerstone Engineering Inc,* Louisville, Kentucky (W912P9-26-D-A004); Davinroy Mechanical Contractor Inc,* Belleville, Illinois (W912P9-26-D-A005); Eagle Eye Electric LLC,* Anchorage, Alaska (W912P9-26-D-A006); Gale Construction Company,* Joliet, Illinois (W912P9-26-D-A007); Legacy Corporation of IL,* East Moline, Illinois (W912P9-26-D-A008); Magruder Construction Co Inc,* Eolia, Missouri (W912P9-26-D-A009); MCOE JV,* Novato, California (W912P9-26-D-A010); Randy Kinder Excavating Inc,* Dexter, Missouri (W912P9-26-D-A011); SD Resources Inc,* Prairie Du Rocher, Illinois (W912P9-26-D-A012); SES Constructors LLC,* Knoxville, Tennessee (W912P9-26-D-A013); and Supplied Industrial Solutions Inc,* Granite City, Illinois (W912P9-26-D-A014), will compete for each order of the $95,000,000 firm-fixed-price contract to provide construction activities for Civil Works and Flood Recovery Projects. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 2, 2030. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity. (Awarded Nov. 03, 2025)

Loc Performance Products LLC, St. Mary's, Ohio, was awarded a $70,832,000 modification (P00002) to contract W912CH-25-C-0012 for T-161 Track Shoes. The modification brings the total cumulative face value of the contract to $70,832,000. Work will be performed in St. Mary's, Ohio, with an estimated completion date of April 17, 2026. Fiscal 2026 revolving funds in the amount of $70,832,000 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. (Awarded Oct. 22, 2025)

Absher Construction Co., Puyallup, Washington, was awarded a firm-fixed-price contract for construction of a Special Operations Forces Consolidated Rigging Facility at Joint Base Lewis-McChord, Washington. The amount of this action is $58,443,387. Bids were solicited via the internet with five received. Work will be performed in Joint Base Lewis-McChord, Washington, with an estimated completion date of Nov. 6, 2027. Fiscal 2024 military construction, defense-wide funds in the amount of $58,443,387 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-26-C-0001). (Awarded Nov. 06, 2025)

David Boland Inc, Titusville, Florida, was awarded a firm-fixed-price contract to construct a 10-megawatt generation plant with microgrid controls. The amount of this action is $54,283,767. Bids were solicited via the internet with six received. Work will be performed at Fort Stewart, Georgia, with an estimated completion date of Sept. 29, 2028. Fiscal 2026 military construction, Army funds in the amount of $54,283,767 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-26-C-A001). (Awarded Oct. 31, 2025)

EMC Inc.,* Grenada, Mississippi (W912EQ-25-D-A001); Johnson-McAdams Surveying & Mapping LLC,* Greenwood, Mississippi (W912EQ-26-D-A002); Seaside Engineering & Surveying LLC,* Baker, Florida (W912EQ-26-D-A003); Chustz + ES2 Joint Venture LLC,* Denham Springs, Louisiana (W912EQ-26-D-A004); and SurvTech Solutions Inc., Tampa, Florida (W912EQ-26-D-A005), will compete for each order of the $25,000,000 firm-fixed-price contract for topographic, hydrographic, GPS/scanning/land/boundary surveys, mapping, and related work assignments. This total cumulative face value is $25,000,000. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 18, 2030. U.S. Army Corps of Engineers, Memphis District, is the contracting activity. (Awarded Nov. 12, 2025)

L3 Technologies Inc., Londonderry, New Hampshire, was awarded a firm-fixed-price contract for the procurement of AN/PEQ-15 Infrared Illuminators, also known as Advanced Target Pointer/Illuminator/Aiming Lights. The amount of this action $20,496,000. 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 September 1, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0022). (Awarded Oct. 20, 2025)

BAE Systems Ordnance Systems Inc, Radford, Virginia, was awarded a firm-fixed-price contract for procurement and storage of 6.4 million pounds of sheeted cotton linters, a primary raw material for making nitrocellulose used in propellant production at Radford Army Ammunition Plant. The amount of this action is $20,348,798. Bids were solicited with one received. Work will be performed in Radford, Virginia, with an estimated completion date of Dec. 31, 2026. Fiscal 2026 funds in the amount of $20,381,455 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W52P1J-11-D-0013 W519TC-26-F-0002). (Awarded Nov. 07, 2025)

Mississippi Limestone Corp.*, Friars Point, Mississippi, was awarded a firm-fixed-price contract to produce and supply articulated concrete mattresses at the U.S. Army Corps of Engineers Delta Casting Field in Madison Parish, Louisiana. The amount of this action is $15,900,000. Bids were solicited via the internet with two received. Work will be performed in Delta, Louisiana, with an estimated completion date of Oct. 13, 2027. Fiscal 2025 construction, Corps of Engineers, Civil funds in the amount of $15,900,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-26-C-A001). (Awarded Oct. 14, 2025)

Manson Construction Co., Seattle, Washington, was awarded a firm-fixed-price contract for a coastal storm risk management project at Hutchinson Island, St. Lucie County, Florida. The amount of this action is $14,659,700. Bids were solicited via the internet with three received. Work will be performed in Jensen Beach, Florida, with an estimated completion date of June 30, 2026. Fiscal 2023 construction, Corps of Engineers, Civil funds in the amount of $14,659,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-26-C-A001). (Awarded Oct. 15, 2025)

Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a firm-fixed-price contract for construction of a dune and beach berm along approximately 4 miles of shoreline in Martin County, Florida. The amount of this action is $14,642,900. Bids were solicited via the internet with one received. Work will be performed in Jensen Beach, Florida, with an estimated completion date of May 30, 2026. Fiscal 2023 funds in the amount of $14,642,900 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-26-CA002). (Awarded Oct. 14, 2025)

Sardi's Catering Inc.*, College Park, Maryland, was awarded a firm-fixed-price contract to provide catered meals for activated servicemembers supporting the District of Columbia mission. The amount of this action is $13,813,219. Bids were solicited via the internet with 15 received. Work will be performed in Washington, D.C., with an estimated completion date of Jan. 31, 2026. Fiscal 2026 operation and maintenance, Army funds were obligated at the time of the award. National Guard Bureau, Arlington, Virginia, is the contracting activity (W912R-1-26-CA001). (Awarded Oct. 08, 2025)

Downrange Operations and Training LLC, Laramie, Wyoming, was awarded a $10,116,075 modification (P00003) to contract W91247-17-D-0011 W900KK-25-F-0024 for training, technical support, and advice to the Royal Saudi Air Defense Forces for seven Terminal High Altitude Area Defense Missile Air Defense Firing Units. The modification brings the total cumulative face value of the contract to $28,657,166. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 9, 2026. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity. (Awarded Oct. 27, 2025)

Coastal Dredging Co. Inc.,* Hammond, Louisiana, was awarded a firm-fixed-price contract for dredging beach from New Pass federal navigation channel for placement on the Lido Key beach placement area in Sarasota, Florida. The amount of this action $8,515,913.04. Bids were solicited via the internet with three received. Work will be performed in Sarasota, Florida, with an estimated completion date of April 15, 2026. Fiscal 2025 operation and maintenance, Corps of Engineers, Civil funds in the amount of $3,960,000 and Fiscal 2022 operation and maintenance, Corps of Engineers, Civil funds in the amount of $4,555,913.04 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-26-C-A003). (Awarded Oct. 22, 2025)

U.S. SPECIAL OPERATIONS COMMAND

The Boeing Company, Meza, Arizona, was awarded a $18,518,311.00 Cost Plus Fixed Fee, Indefinite Delivery Indefinite Quantity contract (Contract Number H9224126DE002) to provide Littlebird Engineering and Technical Support Services for the A/MH-6 Program Office at U.S. Special Operations Command. The work will be performed in Meza, Arizona, and is expected to be completed by Nov. 13, 2030. U.S. Special Operations Command, headquartered at MacDill Air Force Base, Florida, is the contracting activity. (Awarded Nov. 12, 2025)

WASHINGTON HEADQUARTERS SERVICES

Ethic Tech, Huntsville, Alabama, has been awarded an Indefinite-Delivery Indefinite Quantity (IDIQ) Firm-Fixed Price contract HQ003426DE0001. The full value of the contract is $47,000,000.00. The value of this award is $9,000,000. The contract will be executed out of the Pentagon Reservation Maintenance Revolving Fund up to the maximum value of $47,000,000. No funds are being obligated at the time of the award The purpose of this contract is to provide a broad range of inter-related administrative, acquisition, financial management, professional, and program management support services in support of the Washington Headquarters Services (WHS) Facilities Services Directorate (FSD) mission and support elements as well as the mission of the Office of Golden Dome for America. This contract will support all the FSD operations, streamlining the support service functions across the directorate. Aside from accomplishing these tasks separately, as they are described in individual task order PWS, the Contractor is expected to take an integrated, process-oriented approach that will result in standardized, repeatable process improvements that maximize the use of this contract to effectively utilize resources throughout the agency. The work will be performed at the Pentagon, the Mark Center; Fairfield, Pennsylvania; Frederick, Maryland; and Huntsville, Alabama.  The estimated contract completion date is Nov. 3, 2030. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.  (Awarded Nov. 10, 2025)

MISSILE DEFENSE AGENCY

IERUS Technologies, Inc.*, Huntsville, Alabama, is being awarded a competitive cost-plus-fixed-fee contract.  The total value of this contract is $474,955,602. Under this new contract, the contractor will perform Missile Defense System test related activities for multiple radar platforms that includes planning, executing, and analyzing sensor performance in system flight tests and ground tests (including integration testing) for each assigned test event defined in the Integrated Master Test Plan. The work will be performed in Huntsville, Alabama. The performance period is from October 2025 through October 2034.  This contract was competitively procured via publication on the Governmentwide Point of Entry System for Award Management (SAM.gov) website with three proposals received. Fiscal 2025 RDT&E funds in the amount of $5,000,000.00 are being obligated on this award.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0853-26-C-E001). (Awarded Oct. 09, 2025)
Lockheed Martin Corporation Missiles and Fire Control, Dallas, Texas, is being awarded a noncompetitive firm-fixed-price modification (P00114) to contract HQ0147-17-C-0032 for Terminal High Altitude Area Defense (THAAD) Life of Need #11 Obsolescence Mitigation in support of the United States Government.  The total value of this contract modification is $12,496,325.00.  Under this contract modification, the contractor will provide THAAD Life of Need #11, and associated labor under contract line item number 7002.  The work will be performed in Dallas, Texas; Sunnyvale, California; Troy, Alabama; Huntsville, Alabama; and Camden, Arkansas, with an estimated completion date of September 2026.  One offer was solicited, and one offer was received.  Fiscal 2025 Procurement funds in the amount of $12,496,325.00 are being obligated on this award.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-17-C-0032). (Awarded Nov. 04, 2025)