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 Dec. 15, 2025

NAVY

BAE Systems - Norfolk Ship Repair (BAE), Norfolk, Virginia, was awarded a $117,702,348 firm-fixed-price modification to a previously awarded contract (N0002426C4403) to provide funding for the accomplishment of maintenance, modernization, and repair of USS Forrest Sherman (DDG 98) fiscal 2026 depot modernization period. The scope of this acquisition includes all labor, supervision, equipment, production, testing, facilities, and quality assurance necessary to prepare for and accomplish the Chief of Naval Operations availability for critical modernization, maintenance, and repair programs. Work will be performed in Norfolk, Virginia, and is expected to be completed by August 2027. Fiscal 2026 other procurement (Navy) funds in the amount of $117,702,348 will be obligated at the 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.

Sikorsky Aircraft Corp., Lockheed Martin Co., Stratford, Connecticut, is awarded a $113,502,108 modification (P00015) to a previously awarded firm-fixed-price, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract (N0001923D0011). This modification increases the contract ceiling to provide continued integrated logistics support, sustaining engineering, spares support, material management, component overhaul, and training activities in support of sustaining the VH-92A Patriot in-service helicopter for the Navy. Work will be performed in Stratford, Connecticut (84%); Owego, New York (5%); Quantico, Virgina (4%); Patuxent River, Maryland (4%); Orlando, Florida (1%); Moorestown, New Jersey (1%); and various locations outside the continental U.S. (1%), and is expected to be completed in November 2031. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The contract that is being modified was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Waterman Transport Inc., Mobile, Alabama, is awarded a $9,497,000 firm-fixed-price contract with pass-through elements (N3220526C1212) for a time charter of one, U.S. flag, self-sustaining roll-on/roll-off vessel for the transportation of military cargo to support Department of Defense transportation requirements. This contract is for a 63-day period of performance with no option period. Work will be performed between the U.S. West Coast and the Far East region and is expected to be completed by March 2026. Working capital funds (Transportation) in the amount of $9,497,000 are obligated for fiscal 2026 and will expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the Government Point of Entry website and six proposals were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

ARMY

Professional Contract Services Inc., Austin, Texas, was awarded a $104,168,216 firm-fixed-price contract for base operations, facility maintenance and repair services, and minor construction. Work will be performed at Detroit Arsenal, Michigan, with an estimated completion date of June 30, 2030. Fiscal 2026 operation and maintenance, Army funds in the amount of $4,102,212 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-26-C-A002).

Amentum Services Inc., Chantilly, Virginia, was awarded a $30,645,502 modification (P00069) to contract W58RGZ-25-C-0003 for worldwide aviation maintenance. The modification brings the total cumulative face value of the contract to $289,470,540. Work will be performed in Chantilly, Virginia, with an estimated completion date of Nov. 30, 2026. Fiscal 2010 and 2025 Foreign Military Sales (Egypt, Kuwait, and Slovenia); fiscal 2026 operation and maintenance, Army; and fiscal 2025 aircraft procurement, Army funds in the combined amount of $30,645,502 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Colt's Manufacturing Co. LLC, West Hartford, Connecticut, was awarded a $12,934,700 firm-fixed-price contract for Colt M4A1 carbines, suppressors, and flash hiders. Work will be performed in West Hartford, Connecticut, with an estimated completion date of June 30, 2026. Fiscal 2025 Foreign Military Sales (Israel) funds in the amount of $12,934,700 were obligated at the time of the award. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-26-C-0005).

Longbow LLC, Orlando, Florida, was awarded an $11,203,243 modification (P00017) to contract W58RGZ-22-C-0053 for sustainment of the Apache AH-64D/E Model Fire Control Radar, including depot-level and supply support elements and program management functions. The modification brings the total cumulative face value of the contract to $59,343,206. Work will be performed in Orlando, Florida, with an estimated completion date of Dec. 31, 2026. Fiscal 2026 Army Working Capital funds in the amount of $11,203,243 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

CORRECTION: The $500,000,000 firm-fixed-price contract (W909MY-26-D-0001) announced on Dec. 12, 2025, to Cummins Power Generation Inc., Minneapolis, Minnesota, for 500-kilowatt skid mobile electric power generator sets and power plants, including minor modifications, was actually awarded on Dec. 15, 2025, with an estimated completion date of Dec. 15, 2030. 

CORRECTION: The $63,796,000 firm-fixed-price contract (W912BV-26-CA-003) announced on Dec. 12, 2025, Alberici, St. Louis, Missouri, to replace the Fort Gibson Spillway Bridge in accordance with project plans and specifications, was actually awarded on Dec. 15, 2025.

DEFENSE LOGISTICS AGENCY

Ham Produce and Seafood Inc.,* Honolulu, Hawaii, has been awarded a maximum $26,250,000 fixed-price with economic-price-adjustment, indefinite-delivery contract for fresh fruits and vegetables. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. The ordering period end date is March 5, 2031. Using customer is War Department. Type of appropriation is fiscal 2026 through 2031 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Honolulu, Hawaii (SPE302-26-D-P016).  

Teradyne Inc., North Reading, Massachusetts, has been awarded a maximum $16,723,189 firm-fixed-price contract for circuit card assemblies. 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 base contract with one one-year option period. The performance completion date is Sept. 15, 2026. Using military service is Army. Type of appropriation is fiscal 2026 Army working capital funds. The contracting activity is Defense Logistics Agency Weapons Support, Warren, Michigan (SPRDL1-26-C-0035).

Southeastern Kentucky Rehabilitation Industries,** Corbin, Kentucky, has been awarded a maximum $14,312,903 modification (P00008) to a five-year contract (SPE1C1-24-D-N017) with no option periods adding various boonie covers via conversion. This is a firm-fixed-price, indefinite-quantity contract. The ordering period end date is June 17, 2029. Using military services are Navy and Marine Corps. Type of appropriation is fiscal 2026 through 2029 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small business