AIR FORCE
The Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $2,805,961,005 hybrid cost-plus-fixed-fee and fixed-priced incentive undefinitized contract for F-15 Republic of Korea aircraft upgrades. This contract provides for the design and development of an integrated suite of aircraft systems to support modification of the F-15K aircraft for the Republic of Korea Air Force and Defense Acquisition Program Administration. Work will be performed at St. Louis, Missouri, and is expected to be complete by Dec. 31, 2037. This contract involves Foreign Military Sales to the Republic of Korea. This contract was a sole source acquisition. Foreign military sale funds in the amount of $540,000,000 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 (FA8634-26-C-B002).
L3 Technologies Inc., Salt Lake City, Utah, has been awarded a $283,300,000 indefinite-delivery/indefinite-quantity contract for the performance of ground control element support and sustainment services. This contract provides for ordering of logistics support and sustainment services required to maintain and enhance the performance of element systems and ancillary capabilities. Work will be performed at Salt Lake City, Utah, and is expected to be complete by Jan. 29, 2031. This award is the result of a sole source acquisition. Fiscal 2026 operations and maintenance funds in the amount of $3,500,000 are being obligated at the time of award. The Air Force Command, Control, Communication, and Battle Management Portfolio Acquisition Executive Office, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA239826DB001).
Oracle America Inc., Redwood City, California, was awarded an $88,112,197 firm-fixed-price task order for the Cloud One program. This contract provides for Oracle Cloud service offerings in support of the Air Force's Cloud One program and their customers. Work will be performed at the contractors designated facilities across the contiguous U.S. and is expected to be completed by Dec. 7, 2028. This award is the result of a sole source acquisition. Fiscal 2026 operations and maintenance funds in the amount of $280,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8726-26-F-B005).
L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded an $80,269,309 modification (P00354) to a previously awarded contract (FA8823-20-C-0004) for the National Space Defense Center, and Distributed Space Command and Control System Sustainment Option Year Seven, including depot-level maintenance, mission software support, hardware modification support, sustaining engineering analysis, cybersecurity support, and technical data management and limited supply support. The modification brings the total cumulative face value of the contract to $1,586,276,940 from $1,506,007,631. Work will be performed in Colorado Springs, Colorado; Vandenberg Space Force Base, California; and Dahlgren, Virginia, and is expected to be completed by Jan. 31, 2027. Fiscal 2026 operations and maintenance funds in the amount of $78,302,110; and fiscal 2026 research, development, test and evaluation funds in the amount of $1,200,000, are being obligated at the time of award. The Space Systems Command Directorate of Contracting, Peterson SFB, Colorado, is the contracting activity.
Dark Wolf Solutions LLC, Herndon, Virgina, was awarded a ceiling of $67,200,000 indefinite-delivery/indefinite-quantity contract for cyber space innovation support services. This contract provides for assisting the Secretary of the Air Force Chief Information Office and the Department of the Air Force in their effort to rapidly accredit appropriately tested emerging technologies for the assessment and remediation of cyber vulnerabilities. Work will be performed at the Pentagon, Washinton D.C.; Department of Defense facilities; and other contractor and third-party facilities within the U.S., and is expected to be completed by Feb. 5, 2031. This contract was a sole source Small Business Innovation Research Program Phase III acquisition, and one offer was received. Fiscal 2026 operation and maintenance funds in the amount of $2,750,000 are being obligated at the time of award. The Air Force District of Washinton Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA701426D0001).
Northrop Grumman Systems Corp., McLean, Virginia, was awarded a $50,000,000 time-and-materials, firm-fixed-price task order for commercial agile software development services. This contract provides for direct sustainment and modernization of software development in support of the Strategy Mission Planning and Execution, Data Fusion, and Visualization suite of software applications. Work will be performed at Bellevue, Nebraska; and Offutt Air Force Base, Nebraska, and is expected to be completed by Oct. 31, 2031. This contract was a competitive acquisition, and one offer was received. Operations and maintenance funds in the amount of $685,155 are being obligated at time of award. The Air Force Nuclear Weapons Center, Command and Control Division, Offutt AFB, Nebraska, is the contracting activity (FA2217-26-F-B001).
Sierra Nevada Company LLC, Englewood, Colorado, has been awarded a $26,375,510 cost-plus-fixed-fee and cost-reimbursement modification (P00026) to a previously awarded contract (FA2834-24-C-B002) for the Survivable Airborne Operations Center. This modification is for the repair of stringer cracks on the Engineering and Manufacturing Development 1 aircraft. The modification brings the total cumulative face value of the contract to $13,107,266,157 from $13,080,890,647. Work will be performed at Englewood, Colorado, and is expected to be completed by Dec. 31, 2027. Fiscal 2025 research, development, testing, and evaluation funds in the amount of $26,375,510 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Bedford, Massachusetts, is the contracting activity.
Lockheed Martin Rotary and Mission Systems, Liverpool, New York, has been awarded an $18,823,706 modification (P00076) under a previously awarded contract (FA8730-21-C-0022) for three-dimensional expeditionary long-range radar. This modification provides for option exercise to produce one radar system, and associated production management the basic contract. The modification brings the total cumulative face value of the contract to $572,885,957 from $554,062,251. Work will be performed at Liverpool, New York, and is expected to be completed by Dec. 15, 2027. Fiscal 2026 procurement funds in the amount of $18,823,706 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.
WASHINGTON HEADQUARTERS SERVICES
Booz Allen Hamilton,* McLean, Virginia (HQ003426DE003); Deloitte Consulting LLP,* Arlington, Virginia (HQ003426DE004); Clarity Innovation LLC,* Ponte Verda, Florida (HQ003426DE005); Leidos Inc.,* Reston, Virginia (HQ003426DE006); Tyto Government Solutions Inc.,* Reston, Virginia (HQ003426DE007); Bridge Core LLC,* Reston, Virginia (HQ003426DE008); and KBR Wyle Services LLC, Chantilly, Virginia (HQ003426DE009), were awarded a multiple award, indefinite-delivery/indefinite-quantity contract with a shared ceiling of $561,000,000 for support to the Office of the Director of Cost Assessment and Program Evaluation (ODCAPE) Joint Data Support Division (managed by the Office of the Secretary of War, ODCAPE) for identifying, collecting, analyzing, and managing data related to historical, current, and future U.S. and non-U. S. military forces. Work locations will be performed at the Pentagon, and the Mark Center. The estimated completion date is Jan. 8, 2031. Fiscal 2026 operations and maintenance, defense wide funding is in the amount of $21,000.00 is obligated. The contracting activity is Washington Headquarters Services, Arlington, Virginia.
NAVY
General Dynamics Mission Systems Inc., Pittsfield, Massachusetts, is being awarded a $255,134,514 hybrid, cost-plus-incentive-fee, cost-plus-fixed-fee, and cost-only contract (N0003026C1005) for the fiscal 2026-2027 Strategic Weapon System (SWS) Fire Control Subsystem (FCS) efforts. The contract has options in the amount of $485,309,314. This contract award also benefits a Foreign Military Sale to the United Kingdom. Tasks to be performed include FCS development, production, sustainment, modernization, repair, installation, training, and technical engineering services support for the U.S. SSBN, UK SSBN, and SSGN fleets. Work will be performed in Pittsfield, Massachusetts (87%); United Kingdom (4%); Groton, Connecticut (3%); Quonset Point, Rhode Island (2%); Cape Canaveral, Florida (2%); Bangor, Washington (1%); and Kings Bay, Georgia (1%). Work is expected to be completed on June 1, 2033. Fiscal 2026 other procurement (Navy) funds in the amount of $29,638,636; fiscal 2026 shipbuilding and conversion (Navy) funds in the amount of $4,430,533; fiscal 2026 weapons procurement (Navy) funds in the amount of $65,721; fiscal 2026 research, development, test and evaluation (Navy) funds in the amount of $13,850,000; fiscal 2025 other procurement (Navy) funds in the amount of $1,490,687; fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $7,429,268; fiscal 2025 weapons procurement (Navy) funds in the amount of $3,800,228; fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $22,659,599; fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $31,459,487; and fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $613,811, are being obligated on this award. Fiscal 2022 shipbuilding and conversion (Navy) funds will expire at the end of the current fiscal year. This contract was awarded as a sole source acquisition pursuant to 10 U.S. Code 3204(a)(1) and was previously synopsized on the System for Award Management (SAM.gov) online portal. Strategic Systems Programs, Washington, D.C., is the contracting authority.
Vigor Marine LLC, Portland, Oregon, is awarded a $89,003,482 firm, fixed-price contract (N3220526C0006) for a 185-calendar day shipyard availability for the regular overhaul and dry dock availability of Military Sealift Command's hospital ship USNS Mercy (T-AH 19). This contract includes a base work package and three unexercised options for additional work and time, which if exercised, would increase the cumulative value of this contract to $90,220,312. Work will be performed in Portland, Oregon, beginning March 20, 2026, and is expected to be completed by Sept. 20, 2026. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $89,003,482 are obligated and will expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the Government wide Point of Entry website and one offer was received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220526C006).
Katmai North America LLC, Anchorage, Alaska, is being awarded a $37,600,000 firm-fixed-price and cost reimbursement (travel and other direct cost only) indefinite delivery, indefinite quantity contract with a five-year ordering period for business and operations services in support of the Marine Corps Warfighting Laboratory. The contract ordering period is from Feb.15, 2026 to Feb. 14, 2031. This contract requires performance primarily at the Marine Corps Base Quantico, Virginia. Fiscal 2026 operations and maintenance (Marine Corps) funds in the amount of $1,565,091; and 2026 research and development (Navy) funds in the amount of $579,225, will be obligated at the time of award for task order one. Subsequent task orders will utilize fiscal year operations and maintenance (Marine Corps) and Research and Development (Navy) funds available at time of task order award. This contract was procured as a sole source to an Alaskan Native company under Federal Acquisition Regulation 6.302-5(b)(4), 6.303-1(b), 6.303-2(d), 19.808-1(a) and Class Deviation 2020-O0009.The Marine Corps Installations National Capital Region-Regional Contracting Office, Quantico, Virginia, is the contracting activity (M00264-26-D-0003).
Raytheon Co., Tewksbury, Massachusetts, is awarded a $29,420,128 cost-plus-fixed-fee modification to a previously awarded contract (N00024-22-C-5501) to exercise the Option Year 3 line items for dual band radar (DBR) design agent and technical engineering follow-on requirements support of the DBR systems installed aboard Gerald R. Ford-class aircraft carriers and Zumwalt-class destroyers. Work will be performed in Tewksbury, Massachusetts (40%); Marlborough, Massachusetts (20%); San Diego, California (15%); Norfolk, Virginia (10%); Andover, Massachusetts (5%); Portsmouth, Rhode Island (5%); and Chesapeake, Virginia (5%), and is expected to be completed by January 2027. Fiscal 2026 other procurement (Navy) funds in the amount of $6,115,607 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.
Young & Rubicam LLC, New York, New York, is being awarded $29,000,000 for a modification (P00021) increasing the ceiling available to a previously awarded, indefinite-delivery/indefinite-quantity, firm-fixed-price contract (N00189-21-D-Z024). This modification will provide for marketing and advertising services in support of the Navy Recruiting Command advertising program. This modification will bring the estimated cumulative value of the total contract value from the previously modified $550,182,742 to $579,182,742. The original contract included a one-year base ordering period that began in May 2021 with four one-year ordering period options. The contract is in its final fourth-year option ordering period and the ordering period will be completed by May 2026. Work will be performed in Memphis, Tennessee (59%); and New York, New York (41%). No new funding will be obligated at time of award. Operations and maintenance (Navy) funds will fund individual orders with appropriate fiscal year appropriations at the time of their issuance. This contract modification action is being executed on a non-competitive basis pursuant to Federal Acquisition Regulation 52.212-4. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity.
Detyens Shipyards Inc.,* North Charleston, South Carolina, is awarded a $28,193,867 firm-fixed-price contract (N3220526C1222) for a 136-calendar day shipyard availability for the Post Shakedown Availability of Military Sealift Command's fleet replenishment oiler USNS Robert F. Kennedy (T-AO 207). This contract includes a base work package and four unexercised options for additional work and time, which if exercised, would increase the cumulative value of this contract to $29,016,429. Work will be performed in North Charleston, South Carolina, beginning March 2, 2026, and is expected to be completed by July 15, 2026. Fiscal 2026 operation and maintenance (Navy) funds in the amount of $28,193,867 are obligated and will expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the Government wide Point of Entry website and four offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220526C122).
The Boeing Co., St. Louis, Missouri, is awarded a $25,507,850 modification (P00004) to a firm-fixed-price order (N0001922F2016) against a previously issued basic ordering agreement (N0001921G0006). This modification adds scope for the production and delivery of 16 infrared search and track (IRST) pod block II weapon replaceable assemblies to include16 fuel tank assemblies, 16 sensor assembly structures, and final system integration and acceptance testing of 16 IRST pods, as well as providing non-recurring engineering, sustainment, and tooling in support of IRST low-rate initial production Lot Eight for the Navy. Work will be performed in St. Louis, Missouri (79.7%); and Santa Ana, California (20.3%), and is expected to be completed in August 2028. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $25,507,850 will be obligated at the time of award, all 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.
Lockheed Martin Corp., Rotary and Mission Systems, Liverpool, New York, is awarded a $19,079,792 cost-plus-incentive-fee modification to a previously awarded contract (N00024-23-C-6106) to exercise options for engineering and maintenance services at Intermediate Maintenance Activity, Pearl Harbor, Hawaii, in support of the MK48 heavyweight torpedo efforts. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by February 2027. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $3,732,335 will be obligated at the 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.
Detyens Shipyards Inc., * North Charleston, South Carolina, is awarded an $11,028,108 firm-fixed-price contract (N3220526C1220) for a 75-calendar day shipyard availability for the regular overhaul and dry-docking availability of Military Sealift Command's expeditionary fast transport USNS Cody (T-EPF 14). This contract includes a base work package and four unexercised options for additional work and time, which if exercised, would increase the cumulative value of this contract to $11,307,404. Work will be performed in North Charleston, South Carolina, beginning March 30, 2026, and is expected to be completed by June 12, 2026. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $11,028,108 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.
Systems & Technology Research LLC, Woburn, Massachusetts (N6600123C4037) was awarded a $9,565,901 contract modification to a previously awarded cost-plus-fixed-fee contract for the development of innovative payloads to conduct acoustic warfare to counter active surface sonars, bringing the cumulative face value of the contract to $20,467,210. Work will be performed in Braintree, Massachusetts; Springfield, Massachusetts; Woburn, Massachusetts; South Kingstown, Rhode Island; and Arlington, Virginia. The expected completion date is Jan. 3, 2027. This modification exercises and incrementally funds the first option of the contract. At the time of the award, $3,000,000 in fiscal 2026-2027 research, development, test, and evaluation funds from the Defense Advanced Research Projects Agency were obligated. The contract funds will not expire at the end of the current fiscal year. NIWC Pacific, San Diego, California, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Avon Protection Ceradyne LLC, Salem, New Hampshire, has been awarded a maximum $40,509,375 modification (P00064) exercising the fourth one-year option period of a one-year base contract (SPE1C1-22-D-1516) with four one-year option periods for second generation advanced combat helmets. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Ohio, with a Feb. 6, 2027, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2026 through 2027 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY
ASRC Federal Administrative Services LLC, ** Beltsville, Maryland, has been awarded a $28,213,164 firm-fixed-price contract (HS002126CE004) for the Defense Counterintelligence and Security Agency (DCSA). This is a bridge contract which provides Case Processing Operations Center support services. Work will be performed at Boyers, Pennsylvania; and St. Louis, Missouri, with an estimated completion date of July 31, 2026. Fiscal 2026 DCSA defense working capital funds in the amount of $9,451,192 were obligated at the time of award. This is not a multiyear contract. One solicitation was issued, and one proposal was received. DCSA Procurement Solutions, Quantico, Virginia, is the contracting activity.
*Small business
**8(a) direct award