NAVY
Aim World Services Inc.,* Spring, Texas (N00023-26-D-0001); Alliance Global Group,* Owings Mills, Maryland (N00023-26-D-0002); Ami Expeditionary Healthcare LLC, Reston, Virginia (N00023-26-D-0003); Atlas Advisors LLC, Columbus, Ohio (N00023-26-D-0004); Cart.com Inc., Houston, Texas (N00023-26-D-0005); Dynamic Group LLC, Baton Rouge, Louisiana (N00023-26-D-0006); Global Dimensions LLC,* Fredericksburg, Virginia (N00023-26-D-0007); King & George LLC, Fort Worth, Texas (N00023-26-D-0008); Liberation Technology Services Inc.,* Tampa, Florida (N00023-26-D-0009); Longview International Technology Solutions Inc., Herndon, Virginia (N00023-26-D-0010); Luke & Associates Inc., Rockledge, Florida (N00023-26-D-0011); Metrea Special Aerospace ISR Inc., Tampa, Florida (N00023-26-D-0012); MLU Services LLC, Bogart, Georgia (N00023-26-D-0013); Parliament LLC,* Beachwood, Ohio (N00023-26-D-0014); Recovery Logistics LLC, Apex, North Carolina (N00023-26-D-0015); RK Strategic Management Solutions LLC,* San Antonio, Texas (N00023-26-D-0016); Rock-It Cargo USA LLC, Lititz, Pennsylvania (N00023-26-D-0017); Shipping Consultants Associated USA Inc.,* St. Johns, Florida (N00023-26-D-0018); Starside Security & Investigation Inc.,* Diamond Bar, California (N00023-26-D-0019); The Geo Group Inc., Boca Raton, Florida (N00023-26-D-0020); The Millennium Group Int'l LLC,* Reston, Virginia (N00023-26-D-0021); World Kinect Government Solutions Inc., Miami, Florida (N00023-26-D-0022); ISS Action Inc., Punta Gorda, Florida (N00023-26-D-0023); and Planate Management Group LLC,* Alexandria, Virginia (N00023-26-D-0024), are being awarded a $55,000,000,000 multiple award, firm-fixed price, indefinite-delivery/indefinite-quantity Worldwide Expeditionary Multiple Award Contract (WEXMAC) Territorial Integrity of the U.S. (TITUS) contract. The WEXMAC Titus 2.2 contract will provide supplies and services in support of, but not limited to, supporting the six phases of the continuum of military operations in support of the geographic Combatant Command’s joint operations, coalition partners, and other U.S. federal agencies in setting and sustaining the theater through the following requirements: theater opening (includes reception, staging, onward-movement, and integration support); sustainment; theater distribution; and stability operations and Defense Support of Civil Authorities support. The WEXMAC TITUS description of contractual scope provides that services and supplies provided through the performance of this contract include but are not limited to humanitarian assistance/disaster relief, contingency, exercise, lodging, logistics, water-based, and land-based support. The contracts will run concurrently. The base performance period for these new awardees will begin February 2026 and is expected to be completed by December 2029. If the option is exercised, the performance period will be completed by December 2034. Work will be performed in the U.S. and outlying territories, but because specific requirements cannot be predicted at this time, more specific information about the percentage of work and where it will be performed cannot be currently provided. Fiscal 2026 operations and maintenance funds in the amount of $12,000 will be obligated ($500 on each of the 24 new contracts to fund the contracts’ minimum amounts) at time of award and funds will expire at the end of the current fiscal year. Additional funds will be obligated at the task order level with the appropriate fiscal year funding as issued by the customers for each area of responsibility. The requirement was competitively procured as full and open competition with 36 offers received. Naval Supply Systems Command, Mechanicsburg, Pennsylvania, is the contracting activity.
Crowley Government Services Inc., Jacksonville, Florida (N00023-25-D-0018); and SGK Global Services LLC,* Stafford, Texas (N00023-25-D-0155), are being modified to increase their base period contract ceiling with the amount of $45,000,000,000 to support Worldwide Expeditionary Multiple Award Contract (WEXMAC) Territorial Integrity of the U.S. (TITUS). WEXMAC TITUS will provide supplies and services in support of but not limited to supporting the six phases of the continuum of military operations in support of the geographic Combatant Command’s joint operations, coalition partners, and other U.S. federal agencies in setting and sustaining the theater through the following requirements: theater opening (includes reception, staging, onward-movement, and integration support; sustainment; theater distribution; and stability operations and Defense Support of Civil Authorities support. The WEXMAC TITUS description of contractual scope provides that services and supplies provided through the performance of this contract include but are not limited to humanitarian assistance and disaster relief, contingency, exercise, lodging, logistics, water-based, and land-based support. The base period began in January 2025 and is expected to be completed by December 2029; if all options are exercised, the performance period will be completed by December 2034. The increased contract ceiling modifications will be incorporated into the contractors’ existing base performance period with one five-year option with individual requirements performed under task orders when specific dates and locations are identified. If the option period is exercised, the total estimated contract maximum for each contractor could be $65,000,000,000. Work will be performed in the U.S. and outlying territories outlined in the original contract. Since the specific requirements cannot be predicted at this time, more specific information about the percentage and where the work will be performed cannot be currently provided. Due to the minimum guarantee already being fulfilled, no funding will be obligated for these modifications. Additional funds will be obligated at the task order level with the appropriate fiscal year funding as issued by the customers for each area of responsibility. The requirement was competitively procured as full and open competition with 111 offers received. 114 incumbent offerors were found compliant and responsible and will receive modifications to their existing contracts. Naval Supply Systems Command, Mechanicsburg, Pennsylvania, is the contracting activity.
Vigor Marine LLC, Portland, Oregon, is awarded a $73,424,356 firm-fixed-price contract (N3220526C1223) for a 215-calendar day shipyard availability for the regular overhaul and dry dock availability of Military Sealift Command’s submarine tender vessel USS Emory S. Land (AS 39). This contract includes a base work package and five unexercised options for additional work and time, which if exercised, would increase the cumulative value of this contract to $74,812,111. Work will be performed in Portland, Oregon, beginning May 1, 2026, and is expected to be completed by Dec. 1, 2026. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $68,477,669 are obligated and will expire at the end of the fiscal year. Fiscal 2026 Navy working capital funds in the amount of $4,946,687 are obligated and will not 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.
Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $26,254,791 cost-plus-incentive-fee modification to a 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. This contract combines purchases for the government of Japan (52%); the Republic of Korea (19%); the government of Canada (13%), the government of Australia (10%); the government of Norway (4%); the government of Germany (<1%); and the government of Spain (<1%), under the Foreign Military Sales (FMS) program. Work will be performed in Moorestown, New Jersey, and is expected to be completed by January 2027. FMS (Japan) funds in the amount $8,845,002 (52%); FMS (Korea) funds in the amount of $3,226,571 (19%); FMS (Canada) funds in the amount of $2,326,946 (13%); FMS (Australia) funds in the amount of $1,717,561 (10%); FMS (Norway) funds in the amount of $789,754 (4%); FMS (Germany) funds in the amount of $155,014 (<1%); and FMS (Spain) funds in the amount of $72,593(<1%), will be obligated at the 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.
Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $24,619,976 modification (P00063) to a previously awarded firm-fixed-price contract (N0001920C0009). This modification adds scope to provide on-site engineering, specialized ground test software data loads for various systems, maintenance, and subject matter expert troubleshooting in support of the development and execution of the Electromagnetic Environmental Effects production acceptance compliance tests for F-35 production aircraft for the Air Force, Navy, Marine Corps, and non-U.S. Department of War (DOW) participants. Work will be performed in Fort Worth, Texas and is expected to be completed in June 2027. Fiscal 2025 aircraft procurement (Air Force) funds in the amount of $7,417,958; fiscal 2025 aircraft procurement (Navy) funds in the amount of $7,417,958; and non-U.S. DOW partner funds in the amount of $9,784,060, will be obligated at the time of award, none 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.
Environmental Chemical Corp., Burlingame, California, is awarded a $15,637,425 firm-fixed-price construction contract for mobile operating rooms at Naval Medical Center Camp Lejeune. Work will be performed at Marine Corps Base Camp Lejeune, North Carolina, and is expected to be completed by March 2026. Fiscal 2026 Defense Health program funds in the amount of $15,637,425 will be obligated at time of the award and will expire at the end of the fiscal year. This contract was not competitively procured under the authority of 10 U.S. Code 3204(a)(2), as implemented by Federal Acquisition Regulation 6.302-2, Unusual and compelling urgency. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-26-C-0006).
AIR FORCE
The Nebraska Strategic Research Institute, Lincoln, Nebraska, was awarded a ceiling $499,341,5879 indefinite-delivery/indefinite-quantity University Affiliated Research Center contract for the U.S. Strategic Command (USSTRATCOM). This contract provides essential engineering, research, and/or development capabilities. Work will be performed at Lincoln, Nebraska, alternate requirement owner Government facilities/laboratories, and USSTRATCOM. This is a five-year base ordering period plus one five-year ordering period option period according to Federal Acquisition Regulation 52.217-9. The base ordering period end date is Feb. 12, 2031, and an end date of Feb. 12, 2036, if the ordering period option is exercised. Performance may continue for up to 12 months after the contract ordering period ends. This contract was a sole-source acquisition. Fiscal 2026 operations and maintenance funds in the amount of $1,000 will be obligated at time of award. The 55th Contracting Squadron, Offutt Air Force Base, Nebraska, is the contracting activity (FA4600-26-D-0001).
Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $50,536,217 firm-fixed-price modification (P00012) to a previously awarded contract (FA8682-24-C-B001) for the Joint Air-to-Surface Standoff Missile and Long-Range Anti-Ship Missile Large Lot Procurement. This modification brings the total cumulative face value of the contract to $9,629,401,474 from $9,578,865,257. Work will be performed in Orlando, Florida and is expected to be completed by August 29, 2029. Fiscal 2026 Navy weapons procurement funds in the amount of $8,700,039 are being obligated at time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida is the contracting activity. (Awarded on Feb. 12, 2026)
CORRECTION: The contract announced on Feb. 9, 2025, for Alabama Institute for Deaf & Blind, Talladega, Alabama (FA8571-26-A-0003), for $15,000,000,000 was announced with an incorrect dollar amount. The correct dollar amount is $15,000,000. The contracting activity is the Air Force Sustainment Center Installation Maintenance Contracting Division, Robins Air Force Base, Georgia.
DEFENSE LOGISTICS AGENCY
US Foods Inc., doing business as US Foods - San Francisco, Livermore, California, has been awarded a maximum $298,515,179 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food and beverage items. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. The ordering period end date is Feb. 8, 2031. Using customers are Army, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2026 through 2031 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-26-D-3005).
Pentaq Corp.,* Sabana Grande, Puerto Rico, has been awarded a maximum $12,556,130 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for knee and elbow pads. This was a competitive acquisition with six responses received. This is a three-year contract with no option periods. The ordering period end date is Feb. 13, 2029. Using military services are Army and Marine Corps. 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-0027).
Gill Group Inc., Phoenix, Arizona, has been awarded a maximum $11,367,617 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for steam table pans. 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 Feb. 13, 2031. Using customers are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2026 through 2031 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3SE-26-D-0002).
UPDATE: Gateway USA, doing business as Modern Aviation, Seattle, Washington (SPE607-26-D-0045, $10,776,683), has been added as an awardee to the multiple award contract for fuel support at King County International Airport, Washington, issued against solicitation SPE607-25-R-0204 and awarded on Jan. 7, 2026. The contracting activity is Defense Logistics Agency Energy, Fort Belvoir, Virginia.
U.S. TRANSPORTATION COMMAND
CORRECTION: The Phoenix Air Group Inc., Cartersville, Georgia (HTC71126CE121), contract announced on Feb. 12, 2026, was announced with an incorrect award date. The correct date is Feb. 13, 2026.
*Small Business