NAVY
Science Applications International Corp., Reston, Virginia, was awarded a $241,650,962 cost-plus-fixed-fee and firm-fixed-price, indefinite-delivery/indefinite-quality contract for Propulsion Test Facility Complex operations and maintenance. This contract has a 60-month ordering period during which delivery and task orders will be issued. This contract combines purchases for the U.S. Navy (85%) and the governments of Australia (2%), Brazil (2%), Canada (2%), Egypt (1%), India (2%), Japan (2%), Netherlands (2%), and Turkey (2%) under the Foreign Military Sales program. Work will be performed in Newport, Rhode Island (56%); Middletown, Rhode Island (38%); Keyport, Washington (3%); and Bedford, Indiana (3%), and is expected to be completed by November 2030. Service cost center funds in the amount of $5,000,000 will be obligated on the first task order immediately following award of the basic contract and will not expire at the end of the current fiscal year. This contract was competitively procured via SAM.gov, with one offer received. The Naval Undersea Warfare Center Division, Newport, Rhode Island is the contracting activity (N66604-26-D-A600) (Awarded Oct. 22, 2025).
Centurum Information Technology, Inc.,* Marlton, New Jersey (N66001-26-D-0023); Serco, Inc. Herndon, Virginia. (N66001-26-D-0024); Systems Engineering Support Company, Inc.,* San Diego, California (N66001-26-D-0025); and VT Milcom, Inc., Virginia Beach, Virginia (N66001-26-D-0026) are each awarded a cost-plus-fixed-fee/cost-only, indefinite-quantity/indefinite-delivery contract to provide production management, integration, fabrication, and system and component procurement for Network Integration Engineering Facility (NIEF) production services. Technical services include basic research, end-to-end system design, prototype development, systems engineering, integration, deployment, and life cycle support of command, control, communications, computers, intelligence, surveillance, and reconnaissance systems. The estimated value of each contract is $95,988,347. Throughout the duration of the awarded contracts, the total obligated amount on orders for all the awarded contracts combined will not exceed $95,988,347. Work will be performed in San Diego and is expected to be completed by December 2032. No funds will be obligated at the time of award however, a minimum guarantee task order of $10,000 will be issued under each contract immediately after contract award. Fiscal 2026 other procurement (Navy) and Fiscal 2026 research development test & evaluation (Navy) funding in the cumulative amount of $40,000 will be obligated. Funds will not expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. Naval Information Warfare Center Pacific is the contracting activity.
Fairlead Boatworks Inc.* Newport News, Virginia (N50054-26-D-0001); Colonna's Shipyard Inc.* Norfolk, Virginia (N50054-26-D-0002); East Coast Repair and Fabrication LLC* Portsmouth, Virginia (N50054-26-D-0003); Atlantic Fabrication and Boiler Services Inc.* Portsmouth, Virginia (N50054-26-D-0004); Tecnico Corporation* Chesapeake, Virginia (N50054-26-D-0005); Lyon Shipyard Inc.* Norfolk, Virginia (N50054-26-D-0006), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite quantity, multiple award contract for the management, labor, supplies, and equipment deemed necessary to provide marine boatyard and industrial support which includes specific modifications, upgrades, service life extension and repairs to boats, craft, lighterage and service craft and/or their associated systems and periodic maintenance. Fairlead Boatworks Inc. is being awarded $13,722,950, and if all options are exercised the total value will be $79,238,437. Colonna's Shipyard Inc. is being awarded $10,769,630, and if all options are exercised the total value will be $61,896,432. East Coast Repair and Fabrication LLC is being awarded $10,279,571, and if all options are exercised the total value will be $58,790,737. Atlantic Fabrication and Boiler Services Inc. is being awarded $8,568,700, and if all options are exercised the total value will be $52,859,978. Tecnico Corporation is being awarded $9,017,032, and if all options are exercised the total value will be $52,223,540. Lyon Shipyard Inc. is being awarded $8,924,708, and if all options are exercised the total value will be $51,519,558. If all options are exercised, the shared ceiling amongst all awardees is $79,238,437. Work will be primarily performed within a 100-mile radius of Norfolk, Virginia. Work is expected to be completed by Dec. 11, 2026, and if all options are exercised, work will continue until Dec. 10, 2030. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $30,000 ($5,000 per contract) will be obligated for the minimum guarantee and will expire at the end of the current fiscal year. This multiple award contract was procured as a small business set-aside via the System for Award Management website with fifteen offers received. Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.
Oshkosh Defense LLC, Oshkosh, Wisconsin, is awarded a $49,200,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to convert, test, and deliver existing Medium Tactical Vehicle Replacement Extra Long Wheelbase cargo armored vehicles into an equal number of Condition Code "A" Resupply Vehicles for the United States Marine Corps. All work will be performed in Oshkosh, Wisconsin with an expected completion date of November 2030. The maximum dollar value, including all ordering years, is $49,200,000. No funds will be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1(a)(2)(iii). Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-26-D-0024).
The Boeing Co., Seattle, Washington, is awarded a $31,664,536 modification (P00040) to a cost-plus-fixed fee order (N0001920F0647) against a previously issued basic ordering agreement (N0001916G0001). This modification exercises an option to procure three P-8A Increment 3 retrofit kit installations in support of the Anti-Submarine Warfare capabilities upgrades for the Navy. Work will be performed in Jacksonville, Florida (79.6%); St. Louis, Missouri (10.9%); and Mesa, Arizona (9.5%), and is expected to be completed January 2027. Fiscal 2026 aircraft procurement funds in the amount of $31,664,536 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
AIR FORCE
Northrop Grumman Systems Corporation, Northridge, California, was awarded a ceiling $ 100,000,000 cost-reimbursement/firm-fixed-rice, indefinite-delivery indefinite-quantity contract for Stand-in Attack Weapon and Advanced Anti-Radiation Guided Missile Extended Range. This contract provides for efforts to support work that is aligned with the Stand-in Attack Weapon Middle Tier Acquisition and to support both production and research and development for Advanced Anti-Radiation Guided Missile Extended Range hardware design and development, systems engineering and integration, system modeling, qualification and testing as well as repair capability for delivered test assets. Work will be performed at Northridge, California and is expected to be completed by Dec. 31, 2034. This contract was a sole source acquisition. Fiscal 2025 research and development funds in the amount of $18,701 are being obligated at time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. (FA865926DB002)
ARMY
BFBC LLC, Bozeman, Montana, was awarded a $78,926,000 firm-fixed-price contract for design-build construction services of approximately six miles of protective barrier fencing with a five-foot anti-climb plate, access gate installations and roadway improvements within the National Defense Area 1, Roosevelt Corridor near Antelope Wells, New Mexico. Work will be performed in Hachita, New Mexico, with an estimated completion date of Sept. 15, 2026. Fiscal 2023 military construction, Army funds in the amount of $78,926,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles District, is the contracting activity (W912PL-26-C-A002).
Sikorsky Aircraft Corporation, Stratford, Connecticut, was awarded a firm-fixed-price contract for support of foreign military sales (FMS) customers with UH-60A/L/M helicopter. The amount of this action is $43,612,272. 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 Dec. 31, 2030. U.S. Army Corps of Engineers, Rock Island Arsenal, Illinois, is the contracting activity (W912CH-25-D-0063).
Lockheed Martin, Orlando, Florida, was awarded a $35,810,336.90 modification (P00023) to contract W58RGZ-21-C-0016 for performance-based logistics supporting depot-level maintenance of Apache Attack Helicopters (AH-64) Sensors components, specifically the Modernized Target Acquisition Designation System/Pilot Night Vision Sensor (MTADS/PNVS), including all obsolescence replacement configurations, upgrades and United States Government-approved components. The modification brings the total cumulative face value of the contract to $363,776,446.58. Work will be performed in Orlando, Florida, with an estimated completion date of June 30, 2026. Fiscal 2026 Army working capital funds in the amount of $35,810,336.90 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
CTI Companies LLC,* Ogden, Utah, was awarded a $23,601,009.39 firm-fixed-price contract for the Defense Logistics Agency Warehouse Renovation Project in Tucson, Arizona. The total cumulative face value is $24,276,244.44. Work will be performed in Tucson, Arizona, with an estimated completion date of Dec. 8, 2027. Fiscal 2022 sustainment, restoration and modernization funds, fiscal 2023 equipment funds, and fiscal 2024 capital funds in the combined amount of $23,601,009.39 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle District, is the contracting activity (W912DW-26-C-0002).
DEFENSE LOGISTICS AGENCY
Bestwork Industries for the Blind Inc.,* Cherry Hill, New Jersey, has been awarded a maximum $68,200,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for extreme cold weather sleeping bag system. This is a five-year contract with no option periods. The ordering period end date is Dec. 8, 2030. Using military service is Army. Type of appropriation is fiscal 2026 through 2027 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-26-D-B002).
Seashore Fruit & Produce Co. Inc.,** Vineland, New Jersey, has been awarded a maximum $875,419,538 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with four responses received. This is a five-year contract with no option periods. Location of performance is New York, with a Nov. 30, 2030, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Department of Agriculture. Type of appropriation is fiscal 2026 through 2031 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-26-D-P448). (Awarded on December 3, 2025)
SOCOM
SOF Landing LLC, Sanford, N.C. was awarded a $11,799,905.00 (contract ceiling) Firm-Fixed Price Indefinite Delivery Indefinite Quantity contract (Contract Number H9223926DE001) for medical training caprines in support of U.S. Army Special Operations Command. The period of performance includes five 12-month ordering periods and five option periods. The combined periods begin Jan. 1, 2026 and end Dec. 31, 2035. $41,940.00 is being obligated at the time of award. U.S. Army Special Operations Command, headquartered at Fort Bragg, N.C., is the contracting activity.
*Small business