MISSILE DEFENSE AGENCY
The Missile Defense Agency (MDA) has made an additional 340 awards under the Scalable Homeland Innovative Enterprise Layered Defense (SHIELD) multiple award, indefinite-delivery/indefinite-quantity contract, with a ceiling of $151,000,000,000 following the initial 1,014 awards announced Dec. 2, 2025, and the second announcement of 1,086 awards announced Dec. 18, 2025. SHIELD allows MDA and other Department of Defense entities to rapidly compete orders under one flexible enterprise vehicle. Performance will occur across the United States. 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).
ARMY
AECOM + Tetra Tech JV, Boston, Massachusetts (W912DY-26-D-A008); Black & Veatch Special Projects Corp., Overland Park, Kansas (W912DY-26-D-A009); Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri (W912DY-26-D-A010); Dewberry & Power Engineers MDA JV, Fairfax, Virginia (W912DY-26-D-A011); HDR Architecture Inc., Omaha, Nebraska (W912DY-26-D-A013); Jacobs Government Services Co., Arlington, Virginia (W912DY-26-D-A014); and Michael Baker-Cardno JV, Coraopolis, Pennsylvania (W912DY-26-D-A015), will compete for each order of the $400,000,000 firm-fixed-price contract for full spectrum facility engineering and architectural services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 22, 2033. U.S. Army Corps of Engineers' Engineering and Support Center, Huntsville, Alabama, is the contracting activity.
Striveworks Inc.,* Austin, Texas, was awarded a $70,000,000 firm-fixed-price contract for the purchase of Chariot Software Platform licenses. Bids were solicited via the web with one received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 14, 2028. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGU-26-D-A001).
Vita Inclinata Technologies Inc., Broomfield, Colorado, was awarded a $45,604,394 firm-fixed-price contract for the Vita Rescue System - Litter Attachment Starter Kit, extended warranty, and associated sub-components. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 15, 2031. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-26-D-0028).
Rigid Constructors LLC, Maurice, Louisiana, was awarded a $24,602,400 firm-fixed-price contract for the construction of irrigation canal, farm offtakes, siphon structures, gravity turnout, pump turnouts, and associated grading and drainage. The amount of this action is $24,602,400. Bids were solicited via the internet with five received. Work will be performed in Scott, Arkansas, with an estimated completion date of March 16, 2028. Fiscal 2026 civil construction funds in the amount of $24,602,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis District, is the contracting activity (W912EQ-26-C-A004).
Benaka Inc., New Brunswick, New Jersey, was awarded a $23,011,552 firm-fixed-price contract for the design and construction for the maintenance and repair of the Edgemont Army Reserve Center. Bids were solicited via the internet with nine received. Work will be performed in Newtown Square, Pennsylvania, with an estimated completion date of May 14, 2028. Fiscal 2026 operations and maintenance, Army Reserve funds in the amount of $23,011,552 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville District, is the contracting activity (W912QR-26-C-A011).
Butt Construction Co. Inc., Dayton, Ohio, was awarded a $9,081,400 firm-fixed-price contract, with a cumulative total face value of $9,320,800, for the design-build construction of the Artificial Intelligence Manufacturing Research Capability Center. Bids were solicited via the internet with two received. Work will be performed at Wright-Patterson Air Force Base, Ohio, with an estimated completion date of Nov. 26, 2027. Fiscal 2024 and 2025 research, development, test, and evaluation, defense-wide funds in the amount of $9,081,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville District, is the contracting activity (W912QR-26-C-A010).
NAVY
Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $57,379,638 cost-plus-incentive-fee modification to previously awarded contract (N00024-24-C-5131) to exercise options for AEGIS development and test sites operation and maintenance at the Combat Systems Engineering Development Site, SPY-1A Test Facility and Naval Systems Computing Center. Work will be performed in Moorestown, New Jersey, and is expected to be completed by January 2027. Fiscal 2026 shipbuilding and conversion (Navy) funds in the amount of $11,497,724 (86%); fiscal 2026 research development test and evaluation (Navy) funds in the amount of $845,682 (6%); fiscal 2026 other procurement (Navy) funds in the amount of $617,245 (5%); fiscal 2025 research, development, test and evaluation (Army) funds in the amount of $302,487 (2%); and fiscal 2026 operations and maintenance (Navy) funds in the amount of 160,475 (1%), will be obligated at the time of award, of which $160,475 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Jan. 13, 2026)
KBR Wyle Services LLC, Lexington Park, Maryland, is awarded $52,634,575 cost-plus-fixed-fee, cost, indefinite-delivery/indefinite-quantity contract to provide support and sustainment of Counter Uncrewed Systems to include systems that provide detection, characterization, identification, mitigation, and assessment of friendly or adversarial platforms for the Naval Air Warfare Center (NAWCAD), Aircraft Division, Webster Outlying Field, Airborne Systems Integration (ASI) Division in support of the Navy. Work will be performed in St. Inigoes, Maryland, and is expected to be complete by March 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 competed, and three offers were received. NAWCAD, Patuxent River, Maryland, is the contracting activity (N0042126D1001).
L3Harris Corp., Millersville, Maryland, is awarded a $30,869,447 fixed-price incentive (firm-target) contract (N00024-26-C-6101) for production of Towed Body 29C towed array production, integration and testing. Work will be performed in Millersville, Maryland (57%); Liverpool, New York, (40%); and Ashaway, Rhode Island (3%), and is expected to be completed by Sept. 30, 2028. Fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $3,942,784 (15%); fiscal 2025 shipbuilding and conversion (Navy) funding in the amount of $3,942,784 (15%); and fiscal 2026 other procurement (Navy) funding in the amount of $18,573,884 (70%), will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with one offer received. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
JAG Ketchikan LLC, Ketchikan, Alaska, is awarded a $27,000,000 indefinite-delivery/indefinite-quantity contract (N00167-26-D-1001) for the inspection, repair, maintenance, and preservation support services of Southeast Alaska Acoustic Measurement Facility Static Site Service Craft, IX-527 and IX-528. This contract includes a 594-day ordering period, with the maximum value of $27,000,000, if the full contract ceiling is utilized. Work will be performed in Ketchikan, Alaska. Fiscal 2026 service cost center (Naval Surface Warfare Center Carderock Division) funds in the amount of $2,842,806 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management (Sam.gov), with three offers received. Naval Surface Warfare System Carderock Division, Bethesda, Maryland, is the contracting activity (N00167-26-D-1001).
AIR FORCE
Mission Essential Group LLC, New Albany, Ohio, was awarded a $47,920,791 firm-fixed-price, cost-reimbursement-incentive contract for enterprise support for the Integrated Broadcast Service (IBS). The contract provides for sustainment activities of the IBS-Enterprise Services program. Work will be performed at Fairfax, Virginia, and is expected to be completed Jan. 19, 2031. This contract involves foreign military sales to Canada, the United Kingdom, New Zealand, and Australia. This award is the result of a sole source acquisition. No funds will be obligated at the time of award but will be incrementally obligated by delivery order prior to the contract start date as funds become available. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8555-26-D-B003).
FEDCON-1 LLC, Plano, Texas, was awarded a $31,075,507 firm-fixed-price and cost-reimbursable contract for Theater Deployable Communication Contractor Logistics Support. This contract provides for contractor comprehensive sustainment and support services for the Air Force theater deployable communications equipment. Work will be performed at Plano, Texas, and is expected to be completed by Jan. 14, 2031. This contract was a competitive acquisition, and two offers were received. Fiscal 2026 operations and maintenance funds in the amount of $4,191,966 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. (FA872626CB002)
General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a face value $14,314,754 cost-plus fixed-fee contract modification (P00018) to previously awarded FA8689-23-C-2013 to exercise an option for continued sustainment for the Italian Air Force MQ-9 Unmanned Aerial System Program fleet currently being serviced under the second option year of the contract that provides logistics support activities and software maintenance services. Work will be performed in Poway, California; Italy; and Kuwait, and is expected to be complete by Jan. 31, 2027. This contract involves Foreign Military Sales (FMS) to Italy. FMS in the amount of $14,314,754 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Heartland Manufacturing Inc.,* Brentwood, New York, has been awarded a maximum $45,019,842 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for wool berets. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The ordering period end date is Jan. 14, 2031. Using military services are Army and Air Force. Type of appropriation is fiscal 2026 through 2031 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-26-D-0021).
BAE Systems & Armaments L.P., York, Pennsylvania, has been awarded a minimum $19,827,460 firm-fixed-price contract for Bradley Fighting Vehicle engine fuel tanks. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(2), as stated in Federal Acquisition Regulation 6.302-2. This is a one-year, single-purchase contract with no option periods. The performance completion date is Aug. 31, 2027. Using customers are Army and federal civilian agencies. Type of appropriation is fiscal 2026 through 2027 Army working capital funds. The contracting activity is Defense Logistics Agency Weapons Support, Redstone Arsenal, Alabama (SPRRA2-26-C-0006).
DEFENSE THREAT REDUCTION AGENCY
ARServices Ltd., Falls Church, Virginia, will be awarded a contract modification (HDTRA121C0042 P00037) valued at $26,231,225, for an extension of Program Management Office (PMO) advisory and assistance services (A&AS) with a period of performance of Jan. 16, 2026, through Jan. 15, 2027, with two additional 6-month option periods. This effort will provide a bridge of continuity for essential A&AS support and tasks include specific focus areas providing expertise in support of planning, programming, budgeting, and execution of projects, programs and portfolios across the Chemical, Biological, Radiological, Nuclear, and High-Yield Explosives spectrum in support of Countering Weapons of Mass Destruction and Countering Emerging Threats missions and objectives. Fiscal 2025 and fiscal 2026 research, development, test and evaluation funds in the amounts of $1,471,471 and $7,243,952, respectively; and fiscal 2026 operations and maintenance funds in the amount of $2,894,000, are being obligated at the time of award. The work will primarily be performed at Fort Belvoir, Virginia. The authority for this award is Federal Acquisition Regulation 6.302-1(a)(2)(iii)(B), Only one responsible source and no other services will satisfy agency requirements. The Defense Threat Reduction Agency, DoDAAC HDTRA1, Fort Belvoir, Virginia, is the contracting activity.
Systems Planning and Analysis Inc., Alexandria, Virginia, will be awarded a contract modification (HDTRA121C0054 P00032) valued at $16,496,004 for an extension of scientific & technical (S&T) subject matter expertise (SME) advisory and assistance services (A&AS) with a period of performance of Jan. 16, 2026, through Jan. 15, 2027, with two, additional 6-month option periods. This effort will provide a bridge of continuity for essential A&AS support and tasks include providing S&T SME across the chemical, biological, radiological, nuclear, and high-yield explosives spectrum in support of countering weapons of mass destruction and countering emerging threats missions and objectives. Fiscal 2025 and fiscal 2026 research, development, test and evaluation funds in the amounts of $1,206,569 and $6,804,542, respectively, are being obligated at the time of award. The work will primarily be performed at Fort Belvoir, Virginia. The authority for this award is Federal Acquisition Regulation 6.302-1(a)(2)(iii)(B), Only one responsible source and no other services will satisfy agency requirements. The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity.
*Small business