ARMY
Bryce Space and Technology LLC,* Alexandria, Virginia, was awarded a $79,192,056 cost-no-fee, cost-plus-fixed-fee, and firm-fixed-price contract for services including human capital, intelligence and security documentation processing, strategic planning, business development, operations, project management, acquisition development, financial management, safety and risk management, and related mission support in chemical and biological detection, protection, decontamination, testing, sciences, toxicology, aerosol science, target defeat, veterinary services, and computational methods. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 1, 2031. Army Contracting Command – Aberdeen Proving Ground, Edgewood Division, is the contracting activity (W911SR-26-D-A001).
Veterans Northwest Construction LLC, Seattle, Washington, was awarded a firm-fixed-price contract for multi-disciplinary maintenance, repair, and minor construction in support of Joint Base Lewis-McChord Public Works and other customers supported by the Seattle District Corps of Engineers. The amount of this action is $45,000,000. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 22, 2029. U.S. Army Corps of Engineers, Seattle District, is the contracting activity (W912DW-26-D-A002).
NAVY
BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, is awarded a $73,798,992 modification (P00006) to a previously awarded firm-fixed-price contract (N0001924C0003). This modification exercises the option to procure 1,248 radio frequency countermeasures in support of the U.S. and Foreign Military Sales (FMS) fighter aircraft. Work will be performed in Nashua, New Hampshire (40%); Elkton, Maryland (16%); Chatsworth, California (7%); Rosamond, California (4%); Dover, New Hampshire (4%); Rochester, New York (4%); Topsfield, Massachusetts (3%); Poughkeepsie, New York (1%); and other various locations within the continental U.S. (21%), and is expected to be completed in February 2029. Fiscal 2025 procurement of ammunition (Navy and Marine Corps) funds in the amount of $3,551,657; fiscal 2026 procurement of ammunition (Navy and Marine Corps) funds in the amount of $9,441,486; fiscal 2026 aircraft procurement (Air Force) funds in the amount of $19,355,045; and FMS funds in the amount of $41,450,803, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract modification was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Systems Planning and Analysis Inc., Alexandria, Virginia, is being awarded a $67,519,083 cost-plus-fixed-fee term (including option years) task order (N00030-26-F-3021) to support the Trident II Submarine Launched Ballistic Missile Strategic Weapons System (SWS). Tasks to be performed include systems engineering and analysis support, technical assessments and future studies, arms control and treaty support, risk assessment and high consequence event prevention framework, nuclear deterrence mission oversight counsel technical support, program integration support, strategic deterrent industrial base studies, technical studies, technical assessment and systems engineering analysis support, program assistance and analytic support, strategic partner technical studies, enterprise data management, alteration support, and SWS United Kingdom (U.K.) unique systems engineering and program support. This contract benefits a Foreign Military Sale to the U.K. Work will be performed in Alexandria, Virginia (50%); Washington, D.C. (35%); Arlington, Virginia (5%); Silverdale, Washington (4%); Kings Bay, Georgia (2%); Cape Canaveral, Florida (2%); and the U.K. (2%). Work is expected to be completed on September 30, 2030. Fiscal 2026 operations and maintenance, Navy funds in the amount of $3,406,963, and Fiscal 2026 weapons procurement, Navy funds in the amount of $942,040 will be obligated on this award. Funds in the amount of $3,406,963 will expire at the end of the current fiscal year. This Task Order will be awarded as a sole source acquisition with the authority of 15 U.S. Code 638 Research and Development and was previously synopsized on the System for Award Management (SAM.gov) online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.
Oceanetics Inc.,* Annapolis, Maryland, is awarded $20,000,000 for a firm-fixed price, cost-plus-fixed-fee modification to a previously awarded contract (N39430-23-D-4050). This modification provides for an increase in contract capacity. Work will be performed within the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) area of operations and is expected to be completed by May 2028. This award brings the total cumulative face value of the contract to $149,989,368. No funds will be obligated at time of award. Future task orders will be primarily funded by operations and maintenance, (Navy); Navy working capital fund; research, development, test and evaluation; and other procurement, (Navy) funds. NAVFAC EXWC, Port Hueneme, California, is the contracting activity.
Raytheon Co., Tucson, Arizona, is awarded a $19,299,600 cost-plus-fixed-fee modification to previously awarded contract (N00024-23-C-5401) to exercise options for design agent and engineering support for the Rolling Airframe Missile. This contract combines purchases for the Navy (69%); the government of Japan (25%); the government of Qatar (3%); the government of South Korea (2%); and the government of Canada (1%), under the Foreign Military Sales (FMS) program. Work will be performed in Tucson, Arizona, and is expected to be completed by March 2028. FMS (Japan) funds in the amount of $4,499,906 (25%); fiscal 2025 weapons procurement (Navy) funds in the amount of $4,464,824 (25%); fiscal 2026 research, development, test and evaluation (Navy) funds in the amount of $3,539,029 (20%); fiscal 2026 weapons procurement (Navy) funds in the amount of $2,334,251 (13%); fiscal 2026 other procurement (Navy) funds in the amount of $1,815,000 (10%); FMS (Qatar) funds in the amount of $699,964 (3%); FMS (South Korea) funds in the amount of $514,536 (2%); fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $97,451 (1%); and FMS (Canada) funds in the amount of $29,919 (1%), will be obligated at time of award, of which $97,451 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Northrop Grumman Systems Corp., Melbourne, Florida, is awarded an $11,506,788 modification (P00119) to a previously awarded cost-plus-fixed-fee contract (N0001918C1037). This modification adds scope for the production and delivery of 82 obsolescence redesign weapons displays (67 for the Navy and 15 for the government of Japan) in support of E-2D Advanced Hawkeye aircraft modernization efforts. Work will be performed in Largo, Florida (89%); and Melbourne, Florida (11%), and is expected to be completed in March 2029. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $9,388,857; and Foreign Military Sales customer funds in the amount of $2,117,931, will be obligated at the time of award, $9,388,857 of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
DEFENSE LOGISTICS AGENCY
DLX Enterprises LLC,* Eugene, Oregon, has been awarded a maximum $46,359,788 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for modular general purpose tent system and components. This was a competitive acquisition with two responses received. This is a three-year contract with no option periods. Location of performance is Tennessee, with a Jan. 22, 2029, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2026 through 2029 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-26-D-0018).
UPDATE: FedMedical Inc.,* Summerville, South Carolina (SPE2D1-26-D-0007, $10,000,000), has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R-0002 and awarded Feb. 10, 2022. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
CORRECTION: The contract announced on Jan. 21, 2026, for Genesis Vision Inc.,* Rochester, New York (SPE2DF-26-D-0005), for $41,250,000 was announced with an incorrect award date. The correct award date is Jan. 22, 2026.
CORRECTION: The contract announced on Jan. 12, 2026, for Linmarr Associates Inc.,* Irvine, California (SPRDL1-26-C-0007), for $13,171,234 was announced with an incorrect award date. The correct award date is Jan. 21, 2026.
AIR FORCE
Accenture Federal Services LLC, Arlington, Virginia, has been awarded $38,480,659 not-to-exceed, undefinitized contract action, for Enterprise Resource Planning Common Services support. This contract provides information technology services to the Enterprise Resource Planning Common Services program management office. Work will be performed at Arlington, Virgina and is expected to be completed by Jan. 23, 2027. This contract is the result of a sole source selection acquisition. Fiscal 2026 operation and maintenance appropriations funds in the amount of $11,412,568; and fiscal 2026 research, development, test and evaluation funds in the amount of $2,509,935, are being obligated at the time of award. Air Force Life Cycle Management Center is the contracting activity at Wright-Patterson Air Force Base, Ohio (FA877126C0001).
Omni Fed, Gainesville, Virgina, was awarded a $9,911,506 firm-fixed-price contract for modeling and simulation. This contract provides enhancement and deployment of the Command-and-Control Simulated Environment Training modeling and simulation platform to improve automation, resilience, and usability across operational environments. Work will be performed at Orlando, Florida, and is expected to be completed by July 28, 2026. This contract is a sole source award. Fiscal 2026 research, development, test, and evaluation funds in the amount of $3,000,000 are being obligated at the time of award. Kessel Run, Hanscom Air Force Base, Massachusetts is the contracting activity (FA873026CB002).
U.S. SPECIAL OPERATIONS COMMAND
Trofholz Technologies Inc., Sacramento, California, was awarded an indefinite-delivery/indefinite-quantity contract (H9224026DE002) with a ceiling of $27,100,000 for life-cycle support of NSW integrated electronic security systems. $760,000 is obligated at the time of award. The contract period of performance includes a five-year base ordering period with optional two-year ordering periods, beginning Jan. 23, 2026, until Jan. 22, 2032. The work will be performed in both continental U.S. and outside the continental U.S. locations. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.
*Small business