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. 19, 2025

DEFENSE HEALTH AGENCY

TriWest Healthcare Alliance, Phoenix, Arizona, was awarded $6,812,165,714 to exercise Option Period Two under contract HT940223C0002 (inclusive of adjustments to estimated health care costs, as a result of change orders accomplished during the implementation phase of contract performance; adjustments to managed care support services costs due to the protest delay contract shift; and the economic price adjustment for Option Period Two) for health care and administrative support services in support of the Defense Health Agency (DHA) TRICARE program in the West Region. The contractor will assist DHA in operating an integrated health care delivery system combining the resources of the contractor and the military's direct medical care system to provide health, medical, and administrative support services to eligible members of the uniformed services, retirees, and their eligible family members. The West Region includes the states of Alaska, Arizona, Arkansas, California, Colorado, Hawaii, Idaho, Illinois, Iowa, Kansas, Louisiana, Minnesota, Missouri, Montana, Nebraska, Nevada, New Mexico, North Dakota, Oklahoma, Oregon, South Dakota, Texas, Utah, Washington, Wisconsin, and Wyoming. The cost-plus-award-fee, firm-fixed-price, and fixed-price type contract was awarded Dec. 22, 2022, with a 12-month base period (transition-in) and eight one-year option periods, plus a transition-out period. The option year period of performance is Jan. 1, 2026, to Dec. 31, 2026. The place of performance is Phoenix, Arizona. DHA's Managed Care Contracting Division, Aurora, Colorado, is the contracting activity. (Awarded Dec. 11, 2025)

Agile Decision Sciences LLC, Huntsville, Alabama, was awarded a $13,271,550 firm-fixed-price option under a previously awarded contract, HT001124C0007. This modification exercises an option to continue administrative, analytical, and consulting services to support, analyze, and investigate issues related to military public health, force health protection, and health service support during deployments, extended training missions, and operational testing. Services include management, planning and execution support; studies, analytical, and evaluation support; administrative support; document and records management; business process reengineering; logistical support; budget planning and management; knowledge management; and business office support. Supported organizations include the Deputy Assistant Secretary of War for Health Readiness Policy and Oversight, Principal Deputy Assistant Secretary of War for Health Affairs, Office of the Assistant Secretary of War for Health Affairs, the Director, Defense Health Agency, the Chief of Staff, and other subordinate program directorates. The award obligates fiscal 2026 operations and maintenance appropriations for services from Dec. 7, 2025, through Dec. 6, 2026. The total value of the contract, including unexercised options, is $73,187,618. The principal place of performance is Falls Church, Virginia. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded Dec. 5, 2025)

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $3,626,277,130 modification (P00028) to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee, fixed-price-incentive-fee, and firm-fixed-price contract (N0001924C0039). This modification exercises an option to provide continued logistics support to include ground maintenance activities, action request solution, depot activities, automatic logistics information system operations and maintenance, reliability and maintainability, supply chain management, pilot training, maintainer training, and training system sustainment in support of delivered F-35 Lightning II Joint Strike Fighter Air Systems for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) customers, and non-Department of Defense (DOD) program partners. Work will be performed in Fort Worth, Texas (57%); Orlando, Florida (26%); Greenville, South Carolina, (11%); Marietta, Georgia, (4%); and Palmdale, California (2%), and is expected to be completed in December 2026. Fiscal 2026 operations and maintenance (Air Force) funds in the amount of $431,519,065; fiscal 2026 operations and maintenance (Marine Corp) funds in the amount of $151,959,389; fiscal 2026 operations and maintenance (Navy) funds in the amount of $81,091,289; FMS customer funds in the amount of $214,744,353; and non-DOD program participant funds in the amount of $339,002,123, will be obligated at time of award, $664,569,743 of which will expire at the end of the current fiscal year. The contract being modified was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, was awarded a $927,583,430 modification to previously awarded cost-plus-fixed-fee contract (N00024-24-C-2114) for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (63%); and Schenectady, New York (37%), and is expected to be completed by September 2035. Fiscal 2026 shipbuilding and conversion (Navy) funds in the amount of $927,583,430 were obligated at time of award and funds will not expire at the end of the current fiscal year. This contract 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). Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Dec. 18, 2025)

AGILE JV LLC,* Manassas, Virginia, is awarded a $445,321,398 cost reimbursable, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide logistics and engineering support to fleet support teams (FST) at the three main depots that fall under Commander, Fleet Readiness Centers (FRC). FSTs are highly focused and provide specialized engineering, logistics and technical support services for multiple type/model/series aircraft, maintenance repair and overhaul (MRO), MRO engineering, MRO logistics and MRO production services, in support of naval aircraft for new weapon systems, system modifications, Foreign Military Sales customers, and support systems to include related equipment, to perform full-spectrum aircraft maintenance operations. Work will be performed in Commander, FRC East, Cherry Point, North Carolina (48%); FRC Southeast, Jacksonville, Florida (46%); and FRC Southwest, San Diego, California (6%), and is expected to be completed in January 2031. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured as a small business set aside and one offer was received. Commander, FRC, Patuxent River, Maryland, is the contracting activity (N6852026D0001). 

Raytheon Co., Tucson, Arizona, is awarded a $63,397,404 cost-plus-fixed-fee modification to a previously awarded contract (N00024-22-C-5405) to exercise options for design-agent engineering and technical services, technical data package maintenance, travel, and incidental material in support of the Phalanx Close-In Weapon System, SeaRAM, and the Land-based Phalanx Weapon System. This contract combines purchases for the Navy (85%); and the government of Japan (15%), under the Foreign Military Sales (FMS) program. Work will be performed in Tucson, Arizona (47%); Yuma, Arizona (12%); At Sea / Shipboard (7%); El Segundo, California (5%); China Lake, California (5%); Louisville, Kentucky (3%); Forest, Mississippi (1%); Dallas, Texas (1%); Picatinny, New Jersey (1%); and various other locations each less than 1% (18%). Work is expected to be completed by January 2027. Fiscal 2026 research, development, test and evaluation (Navy) funds in the amount of $1,954,000 (51%); fiscal 2025 weapons procurement (Navy) funds in the amount of $852,200 (22%); FMS (Japan) funds in the amount of $600,000 (15%); fiscal 2025 other procurement (Navy) funds in the amount of $379,000 (10%); fiscal 2026 weapons procurement (Navy) funds in the amount of $16,000 (1%); and fiscal 2026 operation and maintenance (Navy) funds in the amount of $15,000 (1%), will be obligated at time of award, and funds in the amount of $15,000 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Gentex Corp., Simpson, Pennsylvania, is awarded $22,595,321 firm-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide the Next-Generation Fixed Wing Helmet (NGFWH) system. The NGFWH system is intended to streamline and modernize fixed-wing helmet capabilities by reducing, and eventually replacing, the legacy HGU-55/P and HGU-68/P helmets. Additionally, the NGFWH system will serve as a platform for future upgrades, ensuring adaptability to evolving mission needs. Work will be performed in Carbondale, Pennsylvania (73%); Manchester, New Hampshire (21%); and Rancho Cucamonga California (6%), and is expected to be complete by December 2030. No funds will be obligated at the time of award. Funds will be obligated as orders are issued. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0042126D0002). 

Amentum Services Inc., Chantilly, Virginia, is awarded a $26,063,040 modification to a previously awarded contract (N62742-25-C-3570) for support services to Department of War components. This award brings the total cumulative face value of the contract to $232,681,970. Work will be performed at various locations within the Naval Facilities Engineering Systems Command (NAVFAC), Pacific area of operations, including Southeast Asia, South Asia, and Oceania, and is expected to be completed by December 2026. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $3,100,000 will be obligated at time of award and will expire at the end of the current fiscal year. NAVFAC Pacific, Pearl Harbor, Hawaii, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $22,152,837 firm-fixed-price modification (P00002) to a previously issued order (N0001925F0280) against a previously issued basic ordering agreement (N0001921G0006). This modification is for the production and delivery of 30 Distributed Targeting Processor-Networked (DTP-N) B Kits; as well as provides associated cybersecurity, travel, and obsolescence for the DTP-N program in support of F-18 service life modifications for the Navy. Work will be performed in Melbourne, Florida (60%) and St. Louis, Missouri (40%) and is expected to be completed in March 2027. Fiscal 2026 aircraft procurement (Navy) funds in the amount of $22,152,837 will be obligated at time of award, none of which will expire at the end of the fiscal year. This order was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Mission Systems Sector, Linthicum Heights, Maryland, is awarded a $14,486,001 firm-fixed-price modification to a previously awarded contract (N00024-20-C-5519) for provisioned item spares and engineering change kits in support of the production of Surface Electronic Warfare Improvement Program Block Three subsystems. Work will be performed in Chelmsford, Massachusetts (60%); Hudson, New Hampshire (24%): and Woburn, Massachusetts (16%), and is expected to be completed by December 2029. Fiscal 2026 other procurement (Navy) funds in the amount of $10,200,000 (70%); and fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $4,286,001 (30%), 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.

Huntington Ingalls Inc. Newport News Shipbuilding, Newport News, Virginia, is awarded an $11,048,000 cost reimbursable modification to a previously awarded contract (N00024-15-C-2114) to exercise an option for Pier Three North facility upgrades for Nimitz-class aircraft carrier defueling and inactivation and to support Gerald R. Ford-class aircraft carriers. Work will be performed in Newport News, Virginia, and is expected to be completed by September 2027. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $11,048,000 will be obligated at time of award and will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AIR FORCE

U.S. Aviation Academy, Denton, Texas, was awarded a $835,580,012 indefinite-delivery/ indefinite-quantity for initial pilot training (IPT). This contract provides for foundational aviation training for U.S. government and international military student candidates in support of Air Education and Training Command requirements. The IPT program delivers standardized, performance-based pilot training designed to develop foundational flying skills necessary for follow-on advanced training pipelines. Training is conducted using contractor-provided aircraft, simulators, curriculum, and instructional services in accordance with the performance work statement. Work will be performed at multiple locations to include Denton, Texas; San Marcos, Texas; and Peachtree, Georgia, and is expected to be completed by December 18, 2035. This contract was a competitive acquisition, and eight offers were received. Fiscal 2025 operation and maintenance appropriations for funds in the amount of $399,010 are being obligated at the time of award. The 338th Enterprise Sourcing Squadron is the contracting activity (FA3002-26-D-0002).

The Boeing Co., Long Beach, California, was awarded a $266,616,652 cost-plus fixed-fee, firm-fixed-price contract. The contract provides for the design, manufacture, integration, qualification, and certification of the C-17A flight deck replacement modification. This includes the material, kit installation labor, non-recurring engineering design, manufacturing, system integration test and evaluation, product support, data, and interim contractor support. Work will be performed in Long Beach, California; Warner Robins, Georgia; Oklahoma City, Oklahoma; Fort Walton Beach, Florida; San Antinio, Texas; and Mesa, Arizona, and is expected to be completed by Nov. 30, 2031. This award is the result of a sole source acquisition. Fiscal 2026-2033 research development technology and engineering funds in the amount of $9,082,800 are being obligated at the time of award. Robins Air Force Base, Warner Robins, Georgia, is the contracting activity (FA852626CB001).

Amentum Technology Inc., Tullahoma, Tennessee, has been awarded a $99,000,000 ceiling, requirements type, firm-fixed-price contract for a new facility exhaust system. This contract provides for design, procurement, and installation of a new facility exhaust system for Arnold Engineering Development Complex. Work will be performed at Arnold Air Force Base, Tennessee, and is expected to be completed by December 2030. This award is the result of a competitive acquisition, and one offer was received. Fiscal 2025 research, development, test and evaluation funds in the amount of $3,914,222 are being obligated at the time of award. Air Force Test Center, Arnold AFB, Tennessee, is the contracting activity (FA9101-26-D-B001).

Radiance Technologies, Huntsville, Alabama, (FA239126DB001, FA239126FB001); Stellar Science, Albuquerque, New Mexico, (FA239126DB003, FA239126FB002); and Infinity Labs LLC, Beavercreek, Ohio (FA239126DB004, FA239126FB003), were awarded a shared cost-plus fixed-fee ceiling $85,000,000 contract for the Advanced Framework For Simulation, Integration, And Modeling  (AFSIM) for the Greater Enterprise. This contract provides for maturing and scaling AFSIM as an enterprise capability while fostering a vibrant community of users, developers, and maintainers contributing to its evolution. Work will be performed at Huntsville, Alabama; Albuquerque, New Mexico; and Beavercreek, Ohio, and is expected to be completed by Feb. 19, 2030. These contracts were competitive acquisitions, and four offers were received. Fiscal 2026 research, development, test and evaluation funds in the amount of $987,421 are being obligated at time of award. Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity. 

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded a $41,565,771 modification (P00149) to a previously awarded contract (FA8615-17-C-6047) for continued Active Electronically Scanned Array radar development. The modification brings the total cumulative face value of the contract to $1,786,287,085 from $1,744,721,314. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed June 03, 2028. Fiscal 2026 research, development, test and evaluation funds in the amount of $6,006,517; and fiscal 2025 research, development, test and evaluation funds in the amount of $1,002,165, for a total of $7,008,682, are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

FCN Inc., Rockville, Maryland, was awarded a $25,675,000, fixed-fee contract for the Elastic Program Enterprise License Agreement License Bundle. This contract provides for the Elastic License Bundle, which includes unlimited Enterprise resource unit software licenses, consulting services, professional annual training subscriptions, monthly training courses, and warranty coverage in support of the Cyberspace Vulnerability Assessment and Hunter and Air Force Cyber Defense weapon systems. Work will be performed at Joint Base San Antonio, Lackland Air Force Base, Texas; Chapman Annex, San Antonio, Texas; Scott AFB, Illinois; and Hurlburt Field, Florida, and is expected to be completed by Dec. 18, 2026. This contract was a competitive acquisition, and four offers were received. Fiscal 2026 operations and maintenance funds in the amount of $25,675,000 are being obligated at time of award. The Air Force Life Cycle Management Center, JBSA-Lackland, Texas is the contracting activity. (NNG15SC71B, FA830726FB013)

Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a $21,402,223 firm-fixed-price contract action modification (P00017) to a previously awarded contract (FA8107-21-D-0001) for the B-52 engine. This contract modification is for additional production engine transfer bracket kits. The location of performance is Indianapolis, Indiana, and work is expected to be completed by Sep 23, 2038. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.  

ARMY

Raytheon Co., El Segundo, California, was awarded a $512,217,829 cost-plus-fixed-fee, firm-fixed-price contract for engineering, production, and sustainment services to develop, acquire, field, and provide life-cycle support for Synthetic Aperture Radar/Moving Target Indicator Radar. 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, 2036. Army Contracting Command, Aberdeen Proving Ground, is the contracting activity (W56KGY-26-D-0003).

Technica LLC, Charleston, South Carolina, was awarded a $30,661,614 modification (P00153) to contract W52P1J-20-F-0184 for logistics support services. The modification brings the total cumulative face value of the contract to $61,323,229. Work locations and funding will be determined with each order, with an estimated completion date of April 3, 2027. Army Contracting Command, Rock Island, Illinois, is the contracting activity.

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded an $11,146,013 modification (P00122) to contract W56HZV-22-C-0012 to exercise option hours for Abrams system technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 27, 2027. Fiscal 2023 research, development, test, and evaluation, Army funds in the amount of $35,305; fiscal 2024 and 2025 procurement of weapons and tracked combat vehicles, Army funds in the amount of $10,606,494; and fiscal 2026 operation and maintenance, Army funds in the amount of $504,214 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Northrop Grumman Systems Corp., Oklahoma City, Oklahoma, has been awarded an estimated $264,867,008 modification to award a hybrid firm-fixed-price and cost-plus-fixed-fee delivery order (SPRTA1-26-F-0020) against a five-year indefinite-delivery/indefinite-quantity contract (SPRTA1-19-D-0001) for B-2 rudders. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. This is a five-year eleven-month contract with no option periods. Location of performance is Utah and California, with an estimated delivery completion date of Nov. 16, 2032. Using military service is Air Force. Type of appropriation is fiscal 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Weapons Support, Oklahoma City, Oklahoma.

The Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $262,069,451 fixed-price-incentive, performance-based contract for V-22 Phase II consumable market basket items. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in the Federal Acquisition Regulation 6.302-1. This is a five-year base contract with one five-year option period. The ordering period end date is Nov. 30, 2030. Using military services are Navy, Marine Corps, and Air Force. Type of appropriation is fiscal 2026 through 2031 defense working capital funds. The contracting activity is the Defense Logistics Agency Weapons Support, Philadelphia, Pennsylvania (SPRPA1-26-D-0002).

MISSILE DEFENSE AGENCY 

Aerojet Rocketdyne, Coleman Aerospace Inc., a wholly owned subsidiary of Aerojet Rocketdyne Inc., Orlando, Florida, is being awarded a $10,333,902 modification (P00258) to exercise an option to a previously awarded contract (HQ1047-14-C-0001) to increase calendar year 2026 program management office support. The value of this contract is increased from $1,279,737,274 to $1,290,071,176. Under this modification, the contractor will provide calendar year 2026 program management office support as set forth in the performance work statement. The work will be performed in Orlando, and Cape Canaveral Space Force Station, Florida. The performance period is from Jan. 1, 2026, through Dec. 31, 2026. Fiscal 2026-2027 research, development, test and evaluation funds in the amount of $2,311,000 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

*Small business