ARMY
CDM Constructors Inc., Boston, Massachusetts (W912ER-26-DA001); Conti Federal Services LLC, Orlando, Florida (W912ER-26-DA004); Arkel International LLC, Baton Rouge, Louisiana (W912ER-26-DA005); Perini Management Services Inc., Framingham, Massachusetts (W912ER-26-DA006); and Exyte U.S. Inc., Albany, New York (W912ER-26-DA007), will compete for each order of the $900,000,000 firm-fixed-price contract to provide repair, alteration and construction services, including maintenance, demolition, site and infrastructure improvements, system maintenance, airfield pavements, asbestos abatement and supporting work for complete and usable facilities in support of Foreign Military Financing programs for Israel. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 10, 2032. U.S. Army Corps of Engineers, Middle East District, is the contracting activity.
Dubuque Barge and Fleeting Service Co.,* Dubuque, Iowa, was awarded a firm-fixed-price contract for mechanical dredging services in the Mississippi River Basin under an indefinite-delivery/indefinite-quantity contract. The amount of this action is $25,000,000. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 9, 2032. U.S. Army Corps of Engineers, Rock Island District, is the contracting activity (W912EK-26-D-A001).
AIR FORCE
Leidos Inc., Reston, Virginia, was awarded a $454,954,000 ceiling, time-and-materials and firm-fixed-price task order issued under the General Services Administration multiple award schedule for Cloud One Architecture and common shared services. This contract provides enterprise level cloud architecture and common shared services support. Work will be performed at various outside the continental U.S. locations and is expected to be completed by Oct. 10, 2031. This was a competitive acquisition, and 11 offers were received. Fiscal 2026 operations and maintenance funds in the amount of $28,664,092 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8726-26-F-B002).
Avarint LLC, Buffalo, New York, was awarded a ceiling $96,008,576 indefinite-delivery/indefinite-quantity contract for Counter Hypersonic Aircraft Command Control and Communications (C3). This contract provides for development and operations of specialized technical and engineering work for the Digital Integrated Air Defense System program office activities. These activities include software development of new capabilities, software sustainment, customer project support and execution, integration into simulators and ranges, and program management support. Work will be performed at Edwards Air Force Base, California, and is expected to be completed by Dec. 7, 2035. This contract was a sole source acquisition, and one offer was received. Fiscal 2025, research, development, test and evaluation funds in the amount of $50,000 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-5001). (Awarded Dec. 8, 2025)
NAVY
Charles Stark Draper Laboratories Inc., Cambridge, Massachusetts, is being awarded a $453,943,849 cost-plus-fixed-fee modification (P00026) against a previously awarded and announced contract (N00030-24-C-6001) for engineering and support services on the Trident (D5) Guidance Subsystem. This requirement is to exercise optional line items for engineering and support services. This modification also benefits a Foreign Military Sale (FMS). Work will be performed in Cambridge, Massachusetts (79%); Pittsfield, Massachusetts (16%); and El Segundo, California (5%). Work is expected to be completed Sept. 30, 2028. Fiscal 2026 Weapons Procurement (Navy) funds in the amount of $275,678,677; fiscal 2026 research development test and evaluation (Navy) funds in the amount of $6,780,365; and fiscal 2026 operations and maintenance (Navy) funds in the amount of $46,560,681, will be obligated at time of award. FMS funds in the amount of $5,792,764 will also be obligated at time of award. No funds will expire at the end of the current fiscal year. This contract was awarded as a sole-source acquisition pursuant to 10 U.S. Code 3204(c)(1) 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 Industries, Pascagoula, Mississippi, is awarded a $30,853,810 cost-plus-fixed-fee and cost-plus-award-fee contract for post-delivery and engineering support for the San Antonio-class amphibious transport dock ship program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $286,757,190. Work will be performed in Pascagoula, Mississippi (80%); and Norfolk, Virginia (20%), and is expected to be completed by December 2026. If all options are exercised, work will continue through December 2030. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $2,809,751 (23%); fiscal 2021 shipbuilding and conversion (Navy) funding in the amount of $2,630,256 (21%); fiscal 2023 shipbuilding and conversion (Navy) funding in the amount of $3,750,000 (31%); fiscal 2024 post-delivery shipbuilding and conversion (Navy) funding in the amount of $161,647 (1%); and fiscal 2025 post-delivery shipbuilding and conversion (Navy) funding in the amount of $3,017,185 (24%), will be obligated at award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-26-C-2443).
IrvinGQ Ltd., Llangeinor, Bridgend, United Kingdom, is awarded a $24,764,102 firm-fixed-price undefinitized contract for follow-on production of the MK-59 Floating Decoy System. Work will be performed in Bridgend, United Kingdom (64%); West Fargo, North Dakota (16%); York, United Kingdom (11%); Bloomfield, Connecticut (2%); and various other locations each less than 2% (7%), and is expected to be completed by December 2026. Fiscal 2025 other procurement (Navy) funds in the amount of $24,764,102 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-26-C-5524).
Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded a $9,767,295 fixed-price incentive (firm-target) modification to previously awarded contract N00024-16-C-2427 to definitize engineering change proposals for the detail design and construction of one Amphibious Assault Ship (General Purpose) replacement America-class Flight 1 ship (LHA 8). Work will be performed in Pascagoula, Mississippi (83%); Brunswick, Georgia (12%); Pelham, Alabama (4%); and Tulsa, Oklahoma (1%), and is expected to be completed by September 2026. No funding will be obligated at time of award. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
DEFENSE FINANCE AND ACCOUNTING SERVICE
Ernst & Young LLP, Washington, D.C., was awarded a labor-hour contract option modification, P00027 dated Nov. 5, 2025, and executed subject to availability of funds due to the government shutdown, for audit services of the Department of the Air Force General Fund and Working Capital Fund financial statements and examination. Work will be performed in Washington, D.C., and other locations within and outside the U.S. The expected completion date is Dec. 31, 2026. This contract is the result of a competitive acquisition for which one quote was received. The contract has a 12-month base period plus four individual one-year option periods with a maximum value of $200,222,745. This award brings the total cumulative value of the contract to $193,429,892. Fiscal 2026 Air Force operations and maintenance funds in the amount of $39,948,362 are being obligated via modification P00028. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-21-F-0087).
*Small business