AIR FORCE
Vectrus Systems LLC., Colardo Springs, Colorado, was awarded a $252,050,925 cost-plus fixed-fee indefinite contract action for base support services in support of the Iraq F-16 program. This contract provides for base operating support, base life support, and security services. Work will be performed at Martyr BG Ali Flaih Air Base, Iraq, and is expected to be complete by September 24, 2026. This contract involves Foreign Military Sales to Iraq. This contract was a sole source acquisition. Foreign Military Sales funds in the amount of $123,994,954 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio is the contracting activity. (FA8630-25-C-B017 P00004)
DRS Sustainment Systems Inc., Bridgeton, Missouri, was awarded a $12,693,852 fixed-price-incentive delivery order on an indefinite delivery requirements contract for contractor logistics support of the Tunner aircraft cargo loader. This contract provides for material management infrastructure, material management parts, and program engineering support for the tunner ACL. Work will be performed in West Plains, Missouri, and is expected to be completed by November 21, 2026. Fiscal Year 2026 operations and maintenance funds in the amount of $12,693,852 are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. (FA8534-26-F-0002/FA8534-25-D-0001)
General Electric Co., Cincinnati, Ohio, was awarded a maximum $ 9,740,500 firm-fixed price contract for procurement of initial spares and consumables. This contract provides initial provisioning of F110-GE-129 engine component spares and consumables. Work will be performed at Cincinnati, Ohio, and is expected to be completed November 27, 2026. This contract involves Foreign Military Sales (FMS) to the Bulgarian Air Force. This contract was a sole source acquisition. FMS funds in the amount of $9,740,500 are being obligated at time of award. The Air Force Lifecycle Management Center, Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity. (FA8122-26-F-0002) (This contract was awarded November 18, 2025)
NAVY
Huntington Ingalls Incorporated, Newport News, Virginia, was awarded a $60,000,000 cost-reimbursable, a $58,556,527 cost-plus-incentive-fee, a $20,924,993 fixed-price-incentive (firm target), and a $3,436,456 cost-plus-fixed-fee modification to previously-awarded contracts (N00024-15-C-2114) and (N00024-09-C-2116) to improve capability at ship delivery, to definitize unpriced change orders in support of Pre-Commissioning Unit John F. Kennedy (CVN 79). Work will be performed in Newport News, Virginia, and is expected to be completed by June 2026. No funds will be obligated at the time of award. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Nov. 19, 2025)
Vectrus Systems LLC, Colorado Springs, Colorado, is awarded a $33,634,728 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract (N62470-20-D-0010). This award brings the total cumulative value to $186,859,582. This modification provides for the exercise of option five for base operations support services. Work will be performed at Isa Air Base, Kingdom of Bahrain, and is expected to be completed by November 2026. No funds will be obligated at time of award. Fiscal 2025 operation and maintenance (Navy) funds will be obligated on individual task orders, subject to the availability of funds. The Naval Facilities Engineering Systems Command, Europe, Africa, Central, is the contracting activity.
BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is awarded a $31,550,329 cost plus award fee modification to previously awarded contract (N00024-21-C-2451) for the fitting out availabilities and post shakedown availabilities for amphibious transport ships USS Fort Lauderdale (LPD 28); USS Richard McCool Jr. (LPD 29); and Harrisburg (LPD 30). Work will be performed in Norfolk, Virginia, and is expected to be completed by September 2026. Fiscal year 2017 shipbuilding and conversion (Navy) funds in the amount of $2,098,383 (75%); and fiscal year 2025 shipbuilding and conversion (Navy) funds in the amount of $715,358 (25%) will be obligated at time of award and funds in the amount of $2,098,383 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Raytheon Company, Largo, Florida, is being awarded a $22,062,022 firm-fixed price, cost-plus-fixed-fee, cost-plus-incentive-fee, and cost-only modification to previously awarded contract (N00024-25-C-5239) to exercise options for design, development, integration, testing, 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 2025 research, development, test, and evaluation (Navy) funds in the amount of $7,364,477 (33%), fiscal year 2025 Foreign Military Sales (Australia) funds in the amount of $6,276,754 (29%), fiscal year 2025 foreign military sales (Japan) funds in the amount of $4,540,824 (21%), fiscal year 2025 foreign military sales (Canada) funds in the amount of $1,979,967 (9%), fiscal year 2025 other procurement (Navy) funds in the amount of $1,650,000 (7%), and fiscal 2025 research, development, test, and evaluation (USMC) funds in the amount of $250,000 (1%), will be obligated at time of award, of which $7,614,477 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
McNally Industries, LLC, Grantsburg, Wisconsin, was awarded a $10,847,917 firm-fixed-price order under previously awarded Basic Ordering Agreement (BOA) (N00024-23-G-5320) for the procurement of four MK 6 Ammunition Hoists. Work will be performed in Grantsburg, Wisconsin, and is expected to be completed by March 2029. Fiscal year 2025 shipbuilding and conversion (Navy) $5,423,959 (50%) and fiscal year 2024 shipbuilding and conversion (Navy) $5,423,958 (50%) funding was obligated at time of award and will not expire at the end of the current fiscal year. This order was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-26-F-5317). (Awarded Oct. 20, 2025)
DEFENSE LOGISTICS AGENCY
PRAK Industries LLC,* Camuy, Puerto Rico, has been awarded a maximum $44,283,084 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various combat uniform coats and trousers. This was a competitive acquisition with six responses received. This is a five-year contract with no option periods. The ordering period end date is Nov. 20, 2030. Using customers are Navy and Coast Guard. Type of appropriation is fiscal 2026 through 2031 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-26-D-0012).
Coastal Pacific Food Distributors, Fife, Washington, has been awarded a maximum $41,063,053 firm-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 350-day bridge contract with no option periods. The ordering period end date is Nov. 14, 2026. Using military service is Navy. Type of appropriation is fiscal 2026 through 2027 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-26-D-3003).
UPDATE: Dustoff Technologies LLC,* Bethesda, Maryland, (SPE2D1-26-D-0003, $48,600,000) has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R-0002 and awarded Feb. 10, 2022. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
ARMY
Northbank Civil and Marine,* Vancouver, Washington, was awarded a $19,853,000 firm-fixed-price contract for intake gate hydraulic system upgrades at the Ice Harbor Dam. Bids were solicited via the internet with four received. Work will be performed in Burbank, Washington, with an estimated completion date of March 30, 2029. Fiscal 2025 Bonneville Power Administration funds in the amount of $3,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Walla Walla District, is the contracting activity (W912EF-26-C-A002).
U.S. SPECIAL OPERATIONS COMMAND
CORRECTION: The firm-fixed-price delivery order announced on Nov. 20, 2025, to The Boeing Co., Ridley Park, Pennsylvania, was announced with the wrong amount. The correct amount is $271,733,232.
*Small business