ARMY
Raytheon, Andover Massachusetts, was awarded a $1,025,100,000 modification (P00013) to contract W31P4Q-24-C-0024 for Year Two requirements for Lower Tier Air and Missile Defense Sensor production. The modification brings the total cumulative face value of the contract to $1,025,100,000. Work will be performed in Andover, Massachusetts, with an estimated completion date of March 31, 2030. Fiscal 2026 other procurement, Army funds in the amount of $254,571,432 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Faxon Machining LLC,* Cincinnati, Ohio, was awarded a firm-fixed-price contract for Bomb Live Unit 136/B 2,000 lb. high fragmenting bomb bodies and CNU-417/E containers in support of Air Force and potential Foreign Military Sales requirements. The amount of this action is $473,230,500. 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 Jan. 27, 2031. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-26-D-0001).
Atlantic Fabrication & Boiler Services Inc.,* Portsmouth, Virginia (W912CH-26-D-A018); BAE Systems, San Diego Ship Repair Inc., San Diego, California (W912CH-26-D-A019); Bay Ship & Yacht Co.,* Alameda, California (W912CH-26-D-A020); Colonna's Ship Yard Inc.,* Norfolk, Virginia (W912CH-26-D-A021); Fincantieri Marine Repair LLC, Jacksonville, Florida (W912CH-26-D-A022); Fraser Industries,* Superior, Wisconsin (W912CH-26-D-A023); GMD Shipyard Corp.,* Brooklyn, New York (W912CH-26-D-A024); JT Marine Inc.,* Vancouver, Washington (W912CH-26-D-A025); Lyon Shipyard Inc.* Norfolk, Virginia (W912CH-26-D-A026); Metal Trades LLC,* Yonges Island, South Carolina (W912CH-26-D-A027); Murtech Inc.* Glen Burnie, Maryland (W912CH-26-D-A028); Platypus Marine Inc.* Port Angeles, Washington (W912CH-26-D-A029); Vigor Marine LLC, Portland, Oregon (W912CH-26-D-A030); and Yank Marine Services LLC,* Dorchester, New Jersey (W912CH-26-D-A031), will compete for each order of the $226,171,863 firm-fixed-price contract for the Army Watercraft Sustainment Maintenance Program, including on condition cyclic maintenance and service life extension program efforts for the Army watercraft fleet in the continental U.S. This total cumulative face value is $241,398,489. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of July 30, 2031. Army Contracting Command, Detroit Arsenal, Warren, Michigan, is the contracting activity.
Atlantic Fabrication & Boiler Services Inc.,* Portsmouth, Virginia (W912CH-26-D-A032); Bay Ship & Yacht Co.,* Alameda, California (W912CH-26-D-A033); Fincantieri Marine Repair LLC, Jacksonville, Florida (W912CH-26-D-A034); Hanwha Ocean Co. Ltd., Gyeongsangnam-Do, South Korea (W912CH-26-D-A035); Heavy Engineering Industries and Shipbuilding Company K.S.C, Shuwaikh, Kuwait (W912CH-26-D-A036); Japan Marine United Corp., Yokohama-Shi, Japan (W912CH-26-D-A037); JK Industry Co. Ltd., Jeollanam-Do, South Korea (W912CH-26-D-A038); Marisco Ltd.,* Kapolei, Hawaii (W912CH-26-D-A039); Pacific Shipyards International LLC,* Honolulu, Hawaii (W912CH-26-D-A040); Subic Drydock Corp., Olongapo, Philippines (W912CH-26-D-A041); Sumitomo Heavy Industries Ltd., Shinagawa-Ku, Japan (W912CH-26-D-A042); Sunjin Entech Co. Ltd., Busan, South Korea (W912CH-26-D-A043); Tropical Reef Shipyard Pty Ltd., Portsmith, Australia (W912CH-26-D-A044); and Yokohama Engineering Works Ltd., Kanagawa, Japan (W912CH-26-D-A045), will compete for each order of the $193,169,160 firm-fixed-price contract for the Army Watercraft Sustainment Maintenance Program, including on condition cyclic maintenance and service life extension program efforts for the Army watercraft fleet outside the continental U.S. This total cumulative face value is $211,054,557. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of July 30, 2031. Army Contracting Command, Detroit Arsenal, Warren, Michigan, is the contracting activity.
J&J Maintenance, doing business as CBRE, McLean, Virginia (W9127826-DA022); Eagle Eye,* Southport, North Carolina (W9127826-DA028); Royce Construction Services,* Reston, Virginia (W9127826-DA020); SES Electrical LLC,* Knoxville, Tennessee (W9127826-DA026); Global Engineering & Construction,* Renton, Washington (W9127826-DA027); Facility Services Management Inc., Clarksville, Tennessee (W9127826-DA024); Korte Construction Co., doing business as The Korte Co., St. Louis, Missouri (W9127826-DA025); StructSure Projects Inc., Kansas City, Missouri (W9127826-DA023); and Patriot Strategies LLC,* Alexandria, Virginia (W9127826-DA021), will compete for each order of the $99,000,000 firm-fixed-price contract for design-build architect-engineer services in support of the Defense Health Agency Program, Northern Region. The total cumulative face value is $99,000,000. Bids were solicited via the internet with 21 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 28, 2031. The U.S. Army Corps of Engineers, Mobile District, is the contracting activity.
Atlantic Fabrication & Boiler Services Inc.,* Portsmouth, Virginia (W912CH-26-D-A046); BAE Systems, San Diego Ship Repair Inc., San Diego, California (W912CH-26-D-A047); Colonna's Ship Yard Inc.,* Norfolk, Virginia (W912CH-26-D-A048); Fincantieri Marine Repair LLC, Jacksonville, Florida (W912CH-26-D-A049); Heavy Engineering Industries and Shipbuilding Company K.S.C, Shuwaikh, Kuwait (W912CH-26-D-A050); HII Mission Technologies Corp., McLean, Virginia (W912CH-26-D-A051); Japan Marine United Corp., Yokohama-Shi, Japan (W912CH-26-D-A052); JT Marine Inc.,* Vancouver, Washington (W912CH-26-D-A053); Lyon Shipyard Inc., Norfolk, Virginia (W912CH-26-D-A054); Marisco Ltd.,* Kapolei, Hawaii (W912CH-26-D-A055); Metal Trades LLC,* Yonges Island, South Carolina (W912CH-26-D-A056); Mid Atlantic Engineering Technical Services Inc.,* Chesapeake, Virginia (W912CH-26-D-A057); Pacific Shipyards International LLC,* Honolulu, Hawaii (W912CH-26-D-A058); QED Systems Inc.,* Virginia Beach, Virginia (W912CH-26-D-A059); Subic Drydock Corp., Olongapo, Philippines (W912CH-26-D-A060); Sumitomo Heavy Industries Ltd., Shinagawa-Ku, South Africa (W912CH-26-D-A061); Sunjin Entech Co. Ltd., Busan, South Korea (W912CH-26-D-A062); Tropical Reef Shipyard Pty Ltd., Portsmith, Australia (W912CH-26-D-A063); and Yokohama Engineering Works Ltd., Kanagawa, Japan (W912CH-26-D-A064), will compete for each order of the $63,426,042 firm-fixed-price for Army Watercraft Sustainment Maintenance Program, including pier side maintenance, emergency and un-programmed repairs, emergency drydocking, modernization, and modification efforts for the Army watercraft fleet. This total cumulative face value is $69,768,646. Bids were solicited via the internet with 19 received. Work locations and funding will be determined with each order, with an estimated completion date of July 30, 2031. Army Contracting Command, Detroit Arsenal, Warren, Michigan, is the contracting activity.
Baird-Stantec JV,* Madison, Wisconsin, was awarded a firm-fixed-price contract for complete, detailed architectural-and-engineering design and support for engineering and construction projects, primarily horizontal in nature, for the U.S. Army Corps of Engineers, Philadelphia District. The amount of this action is $24,000,000. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 28, 2031. The U.S. Army Corps of Engineers, Philadelphia District, is the contracting activity (W912BU-26-D-A002).
Strata Architecture Inc., Kansas City, Missouri (W912P9-26-D-A027); Vali Cooper International LLC, Covington, Louisiana (W912P9-26-D-A028); Hardlines Design Company,* Columbus, Ohio (W912P9-26-D-A029); and Trivers Associates Inc.,* St. Louis, Missouri (W912P9-26-D-A030), will compete for each order of the $20,000,000 firm-fixed-price contract for architect-engineer services, including multi-discipline miscellaneous civil and military works design and other architect-engineer services in support of the U.S. Army Corps of Engineers, St. Louis District, with a focus on historic preservation. This total cumulative face value is $20,000,000. 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 Jan. 28, 2031. U.S. Army Corps of Engineers, St. Louis District, is the contracting activity.
Dentsply North America LLC, Charlotte, North Carolina, was awarded a firm-fixed-price, contract to provide government-owned dental computer-aided design and manufacturing equipment and related support for Defense Health Agency dental clinics. The amount of this action is $14,378,140. 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 Jan. 30, 2031. Army Health Contracting Activity, Health Readiness Contracting Office, Fort Sam Houston, Texas, is the contracting activity (W81K04-26-D-A002).
NAVY
Jacobs/B&M JV, Arlington, Virginia, is awarded a $249,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineer (A-E) services. This contract provides for multi-discipline A-E projects primarily in the Pacific and Indian Ocean areas under the cognizance of Naval Facilities Engineering Systems Command (NAVFAC), Pacific. Work will be performed at various locations within the NAVFAC Pacific area of responsibility including, but not limited to Guam (50%), Hawaii (15%), Tinian (10%), Philippines (10%), Australia (10%), and Diego Garcia (5%). The term of the contract is not to exceed 60 months with an expected completion date of January 2031, or until all task orders have been completed. Fiscal 2025 planning and design (Navy) funds in the amount of $10,000 are obligated for the minimum guarantee of this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction and operation and maintenance funds. This contract was competitively procured via the sam.gov website with three proposals received. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-26-D-1206).
Port Madison Construction Corp.,* Poulsbo, Washington (N44255-23-D-1600); Ayko Group WA Patriot JV,* Honolulu, Hawaii (N44255-23-D-1601); Blue Trident Newton JV2,* Bainbridge Island, Washington (N44255-23-D-1602); Bristol Prime Contractors,* Anchorage, Alaska (N44255-23-D-1603); Doyon Management Services, LLC,* Federal Way, Washington (N44255-23-D-1604); DTS P&L JV2,* Oak Harbor, Washington (N44255-23-D-1605); Grenlar Shape JV, LLC,* Poulsbo, Washington (N44255-23-D-1606); TriCoast – PacTech JV,* Longview, Washington (N44255-23-D-1607); Chugach Solutions Enterprise,* Anchorage, Alaska (N44255-23-D-1608); and GSINA PAC II JV LLC,* Flemmington, New Jersey (N44255-23-D-1609); are awarded a $110,000,000 multiple award construction contract modification for new construction, renovation, alteration, demolition, and repair of facilities. The maximum dollar value, including one three year base period and one five year option period, for all 10 contracts combined is $510,000,000. Work will be performed within the Naval Facilities Engineering Systems Command (NAVFAC) Northwest area of responsibility, including Washington (90%), Alaska, Idaho, Iowa, Minnesota, Montana, Nebraska, Oregon, North Dakota, South Dakota, and Wyoming (1% each). Work is expected to be completed by July 2031. Future task orders will be primarily funded by operations and maintenance (Navy); and military construction funds. No funds will be obligated at time of award. This contract was competitively procured via the SAM.gov with twenty-two proposals received. Awardees may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Northwest, Silverdale, Washington, is the contracting activity.
AECOM-BAKER ATLANTIC PLANNING JV, Arlington, Virginia, is awarded a $95,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for multi-discipline architect-engineer services. This contract provides for planning and engineering services for Navy and Marine Corps projects throughout the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic area of operations, with an expected completion date of January 2031. Fiscal 2026 operations and maintenance, Navy funds in the amount of $10,000 will be obligated at time of award to satisfy the minimum guarantee and will expire at the end of the current fiscal year. This contract was competitively procured via SAM.gov website, with two qualification packages received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity (N62470-26-D-0003).
Helicopter Institute Inc.,* Fort Worth, Texas, was awarded $57,484,392 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides designated Rotary-Wing Naval Flight Students with basic, primary flight instruction in a commercial helicopter in support of the Chief of Naval Air Training. Work will be performed at the Joint Reserve Base, Fort Worth, Texas, and is expected to be complete by October 2030. 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 as a Small Business set-aside, and two offers were received. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134026D0001). (Awarded on Jan. 28, 2026)
CCI CAPCO LLC,* Grand Junction, Colorado, is being awarded a $38,177,056 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture of airborne expendable countermeasure devices. This contract includes a five-year ordering period with no options. All work will be performed in Grand Junction, Colorado, and all work is expected to be completed by January 2031. This announcement involves Foreign Military Sales (FMS) to Canada (32%), Israel (12%), Denmark (2%), South Korea (2%), Belgium (1%), Italy (1%), Germany (1%), Japan (1%), Netherlands (1%), Norway (1%), Poland (1%), Switzerland (1%), and the United Kingdom (1%). FMS funds in the amount of $2,993,440 (57%); fiscal 2024 procurement of ammunition (Air Force) funds in the amount of $1,299,993 (24%); fiscal 2025 procurement of ammunition (Navy and Marine Corps) funds in the amount of $631,051 (11%); fiscal 2025 procurement of ammunition (Air Force) funds in the amount of $197,680 (4%); fiscal 2024 procurement of ammunition (Navy and Marine Corps) funds in the amount of $81,847 (2%); fiscal 2026 procurement of ammunition (Navy and Marine Corps) funds in the amount of $79,347 (1%); and fiscal 2025 aircraft procurement (Air Force) funds in the amounts of $35,582 (1%), will be obligated at the time of award to fund delivery order N00104-26-F-BF01 at a total amount of $5,318,940 that will be awarded concurrently with the contract. All fiscal 2024 funds will expire at the end of the current fiscal year and other funds utilized will not. This requirement was solicited as a full and open competition with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-26-D-BF01).
Lockheed Martin Rotary and Missions Systems, Owego, New York, is awarded a $18,700,806 modification (P00003) to a firm-fixed-price order (N0001924F1883) against a previously issued basic ordering agreement (N0001923G0002). This modification exercises options to procure 24 digital magnetic anomaly detection kits and associated hardware for the Navy as well as provide associated program management support. Work will be performed in Owego, New York and is expected to be completed in April 2027. Fiscal 2026 aircraft procurement (Navy) funds in the amount of $11,701,750; and fiscal 2024 aircraft procurement (Navy) funds in the amount of $6,999,056, will be obligated at the time of award, $6,999,056 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.
Detyens Shipyard's Inc.,* North Charleston, South Carolina, is awarded a $17,517,910 firm-fixed-price contract N3220526C1221 for a 62-calendar day shipyard availability for the regular overhaul availability of Military Sealift Command's USNS Robert E. Peary (T-AKE 5). This contract includes a base work package and two unexercised options for additional work and time, which if exercised, would increase the cumulative value of this contract to $17,676,554. Work will be performed in North Charleston, South Carolina, beginning April 1, 2026, and is expected to be completed by June 1, 2026. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $17,517,910 are obligated and will expire at the end of the fiscal year. This contract was a small business set-aside solicited via the government wide Point of Entry website and three offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220526C1221).
AIR FORCE
Sabena Aerospace Engineering, Woluwe-Saint-Lambert, Belgium, has been awarded a $235,449,716 ceiling, time-and-materials, and firm-fixed-price contract for F-16 System Program Office Foreign Military Sales (FMS) support. This contract provides for F-16 Intermediate and Depot Level aircraft and engine maintenance, and material management support for Ukraine. Work will be performed at Sabena's facility in Woluwe-Saint-Lambert, Belgium, and is expected to be completed by Jan. 28, 2029. This contract involves FMS to Ukraine. This contract was a sole source acquisition. FMS funds in the amount of $69,725,380 are being obligated at the time of award. The Air Force Lifecycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA823226CB005).
L3Harris Technologies Integrated Systems L.P., Greenville, Texas, was awarded a $95,573,639 cost-plus-fixed-fee contract for contractor logistics support. This contract provides for the sustainment of aircraft and ground stations. Work will be performed in Greenville, Texas, and is expected to be completed by Dec. 31, 2027. This contract involves Foreign Military Sales (FMS). This contract was a sole source acquisition. FMS funds in the amount of $28,417,963 are being obligated at time of award. The 645th Aeronautical Engineering Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
CAE USA Inc., Arlington, Texas, has been awarded a $69,879,521 definitization modification (PZ0012) to previously awarded (FA8621-23-C-0023) P00009 Phase II to provide F-16 Block 70 Training Simulators program for the Taiwan Air Force. The modification brings the total cumulative face value of the contract is $127,999,185 from $58,119,664. Work will be performed at Arlington, Texas, and is expected to be completed Aug. 29, 2028. This modification involves Foreign Military Sales (FMS) to the Taiwan Air Force. Fiscal 2026 FMS in the amount of $59,421,788 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.
C. Martin Co. Inc., North Las Vegas, Nevada, was awarded a $47,992,641 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a ceiling of $125,000,000 for civil engineering facility and equipment support services. This contract provides for all personnel, tools, supervision, and other items and services to perform civil engineering support of government equipment and facilities for multiple customers to include the 88th Air Base Wing, 711th Human Performance Wing, Air Force Petroleum Lab, Air Force Research Labs, and the National Air and Space Intelligence Center. Work will be performed at Wright Patterson Air Force Base, Ohio, and is expected to be completed by Jan. 31, 2031. This contract was competitive acquisition and five offers were received. Fiscal 2026 operation and maintenance funds in the amount of $494,744; and fiscal 2026 research, development, test and evaluation funds in the amount of $2,391,591, are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8601-26-D-0002) .
FERROTHERM Corp., Cleveland, Ohio, has been awarded an $11,278,185 maximum firm-fixed-price, indefinite-delivery/indefinite-quantity contract for F-100 engine sustainment. This contract provides for the repair and overhaul of 7th-12th stage compressor stator shrouds. Work will be performed in Cleveland, Ohio, and is expected to be complete by May 2031. This contract is the result of a competitive acquisition, and two offers received. No funds are being obligated at the time of the award. Air Force Sustainment Command, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8121-26-D-0001). (Awarded on Jan. 21, 2026)
Atmospheric Environmental Research Inc., a subsidiary of JANUS Research Group LLC, has been awarded a $9,119,149 cost-plus fixed-fee contract for geospace environment technologies and science. This contract provides for research to better understand and quantify the impact of the space environment on Department of War and national security systems. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by April 29, 2029. This contract is in response to a Broad Agency Announcement Call with multiple white papers received. Fiscal 2026 research and development funds in the amount of $192,961 are being obligated at time of award. Air Force Research Labs, Kirtland AFB, New Mexico, is the contracting activity (FA9453-26-C-X010).
DEFENSE LOGISTICS AGENCY
Tetra Tech Inc., Collinsville, Illinois, has been awarded a maximum $24,962,053 firm-fixed-price indefinite-delivery/indefinite-quantity contract for hydrant fueling automation maintenance system. This was a competitive acquisition with five responses received. This is a five-year contract with no option periods. The performance completion date is May 12, 2031. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is Defense Logistics Agency Contracting Services Office, Columbus, Ohio (SP4706-26-D-0002).
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
Teledyne Scientific & Imaging LLC, Thousand Oaks, California, has been awarded a $9,839,529 modification (P00006) to cost-plus-fixed-fee contract HR001124C0307 to exercise the Phase Two option of the Miniature Integrated Thermal Management Systems for 3D Heterogeneous Integration program. The modification brings the total cumulative face value of the contract to $17,041,613 from $7,202,084. Work will be performed in Thousand Oaks, California (100%), with an estimated completion date of January 2028. Fiscal 2026 research and development funds in the amount of $519,428 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.
*Small business