MISSILE DEFENSE AGENCY
The Missile Defense Agency (MDA) has awarded the first in a series of awards for the Scalable Homeland Innovative Enterprise Layered Defense (SHIELD) multiple award, indefinite-delivery/indefinite-quantity contract with a ceiling of $151,000,000,000. This first phase of staggered awards is to 1,014 qualifying offerors in accordance with the terms of the solicitation. SHIELD allows MDA and other Department of Defense entities to rapidly compete orders under one flexible enterprise vehicle. Performance will occur across the U.S. 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 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. MDA, Redstone Arsenal, Huntsville, Alabama, is the contracting activity (HQ085925RE001).
DEFENSE LOGISTICS AGENCY
SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $75,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. 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 182-day bridge contract with no option periods. Location of performance is California, with a June 2, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2026 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-26-D-0003).
ASRC Federal Facilities Logistics LLC,** Fairfield, New Jersey, has been awarded a maximum $75,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. 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 182-day bridge contract with no option periods. Locations of performance are California, Utah, Arizona and Nevada, with a June 2, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2026 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-26-D-0004).
NAVY
Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $64,131,178 cost-plus-incentive-fee and cost-only modification to a previously awarded contract (N00024-19-C-5603) for Ship Self-Defense System combat system engineering support. Work will be performed in Moorestown, New Jersey (96%); and San Diego, California (4%), and is expected to be completed by December 2026. Fiscal 2025 research, development, test and evaluation (Navy) $8,000,000 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.
Vectrus Systems LLC, Colorado Springs, Colorado, is awarded a $17,381,621 cost-plus-fixed-fee, firm-fixed-price, cost contract to provide program and project management, engineering, technical assistance, logistics and financial management support for the MH-60R air vehicles, subsystems, armament, engine, airborne weapons, spares, and support equipment for Foreign Military Sales (FMS) customer and cooperative programs partners. Work will be performed in California, Maryland (74%); Patuxent River, Maryland (8%); San Deigo, California (7%); Copenhagen, Denmark (6.4%); Philadelphia. Pennsylvania (3%); and various locations outside the continental U.S. (1.6%). FMS customer funds in the amount of $1,585,686 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Warfare Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042126C1001).
BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is being awarded a $14,233,053 cost-plus-fixed-fee contract modification (P00045) under a previously awarded and announced contract (N00030-22-C-6001) for support services for the U.S. Trident II D5 Strategic Weapon Systems program, Attack Weapon System program, and the Nuclear Weapon Security program. Tasks to be performed include systems engineering and integration, test engineering, data analysis, and safety engineering. This contract award also benefits a foreign military sale to the United Kingdom. Work will be performed in Rockville, Maryland (48.9%); Washington, D.C. (18.3%); Cape Canaveral, Florida (5.2%); Frederick, Maryland (4.8%); Silverdale, Washington (3.6%); St. Mary's, Georgia (2.7%); King's Bay, Georgia (2.4%); York, Pennsylvania (1.8%); Fort Walton Beach, Florida (1.6%); Rochester, United Kingdom (1.2%); Conway, South Carolina (1.0%); and various other locations (less than 1% each, 8.5% total). Work is expected to be completed Sept. 30, 2026. This action is awarded subject to the Availability of Funds. No funds will expire at the end of the current fiscal year. This contract was a sole source acquisition pursuant to 10 U.S. Code 2304(c)(1)(4) and was previously synopsized on the System for Award Management (SAM.gov) online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.
Huntington Ingalls Inc., Ingalls Shipbuilding Division, Pascagoula, Mississippi, is awarded a $9,541,379 cost-plus-award-fee, cost-plus-fixed-fee with a special performance incentive, and cost only modification to a previously awarded contract (N00024-20-C-4203) to exercise Option Year Six for the accomplishment of follow-on for Ticonderoga-class guided missile cruiser integrated planning yard services, including design, planning and material support services for both maintenance and modernization. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by December 2026. No funding will be obligated at the time of award. This option year was not competitively procured in accordance with Federal Acquisition Regulations 6.302-1 (a) (2ii), only one responsible source and no other supplies or services will satisfy the agency requirements. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
*Small business
**Small-disadvantaged business