An official website of the United States Government 
Here's how you know

Official websites use .gov

.gov website belongs to an official government organization in the United States.

Secure .gov websites use HTTPS

A lock ( lock ) or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.

Contracts for March 6, 2026

ARMY

M. A. Mortenson Co., Minneapolis, Minnesota, was awarded a $610,000,000 firm-fixed-price contract for the Department of Agriculture's Domestic New World Screwworm Sterile Insect Production Facility at Moore Airbase in Edinburg, Texas. Bids were solicited online, with two received. Work will be performed in Edinburg, Texas, with an estimated completion date of March 6, 2028. Fiscal 2026 Department of Agriculture funds in the amount of $610,000,000 were obligated at the time of the award. The U.S. Army Corps of Engineers, Fort Worth District, is the contracting activity (W9126G-26-C-A011).

New Dominion Construction LLC,* Dumfries, Virginia (W5168W-26-D-A010); Howard W. Pence Inc., Elizabethtown, Kentucky (W5168W-26-D-A011); Fiber Business Solutions Group Inc., Norristown, Pennsylvania (W5168W-26-D-A012); and Emmaty Inc., Milford, Massachusetts (W5168W-26-D-A013), will compete for each order of a $165,000,000 firm-fixed-price contract for construction services at Fort Lee, Virginia. Bids were solicited online, with five received. Work locations and funding will be determined with each order, with an estimated completion date of March 25, 2031. The Installation Readiness Center, Fort Lee, Virginia, is the contracting activity.

HDR-Dewberry SAS CW JV, Tampa, Florida (W912HN-26-D-A007); GHD Inc., Phoenix, Arizona (W912HN-26-D-A006); AECOM Technical Services Inc., Los Angeles, California (W912HN-26-D-A008); and Arcadis U.S. Inc., Highlands Ranch, Colorado (W912HN-26--DA009), will compete for each order of a $45,000,000 firm-fixed-price contract for general design architect-engineering services supporting civil works and non-military construction projects within the South Atlantic Division and Savannah District. Bids were solicited online, with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of March 6, 2031. The U.S. Army Corps of Engineers, Savannah District, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Collins Aerospace, Cedar Rapids, Iowa, was awarded a $174,070,000 indefinite-delivery/indefinite-quantity contract (H9224126DE003) with cost-plus-fixed-fee, cost reimbursement, and firm-fixed-price contract line item numbers for the modernization, production, sustainment, and contractor logistics support of Post Deployment Software Support VI systems used on Army Special Operations aviation aircraft. The work will primarily be performed in Cedar Rapids, Iowa, and is expected to be complete by March 2031, with an optional six-month extension to September 2031. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity. (Awarded March 5, 2026)

AIR FORCE

BlackSky Geospatial Solutions LLC, Herndon, Virginia, has been awarded a $99,000,000 indefinite-delivery/indefinite-quantity Small Business Innovation Research Phase III contract for research and development. This contract provides for the development of a low-cost, precision, large aperture optical imaging system testbed using a segmented primary mirror, precision laser metrology and mirror positioning, and large format focal plane arrays. Work will be performed at Herndon, Virginia, and is expected to be complete by March 6, 2032. This contract was a sole source acquisition. Fiscal 2026 research and development funds in the amount of $2,100,000 are being obligated at time of award. The Air Force Research Laboratory Center for Rapid Innovation, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2385-26-D-B001/FA2385-26-F-B002).

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $53,115,962 modification (P00028) to previously awarded FA8682-19-C-0008 for the facilitation of Phase IV B: tooling and test equipment for increased Long Range Anti-Ship Missile production. The modification brings the total cumulative face value of the contract to $462,948,418 from $409,832,456. Work will be performed at Orlando, Florida, and it is expected to be completed by Nov. 29, 2028. Fiscal 2025 Navy production funds in the amount of $ 53,115,962 are being obligated at time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. 

NAVY

Anglicotech LLC, Arlington, Virginia; CANA LLC, Haymarket, Virginia; IT Partners Inc., Herndon, Virginia; KSA Integration LLC, Stafford, Virginia; SteerBridge Strategies LLC, Vienna, Virginia; Targeted Approach LLC, Manassas, Virginia; and Unico Government Solutions LLC, Oxon Hill, Maryland, are awarded multiple award contracts with a combined estimated value of $96,000,000. This hybrid firm-fixed-price and cost, indefinite-delivery/indefinite-quantity contract is to provide professional services support to the Marine Corps Logistics Plans, Policies, and Strategic Mobility Division and its subordinate elements. Work will be performed at government facilities, primarily in the National Capital Region, and at contractor facilities, with an expected completion date of March 8, 2031. Fiscal 2025 operations and maintenance (Marine Corps) funds in the amount of $35,000 ($5,000 per awardee) are obligated at the time of award and will expire at the end of the current fiscal year. All other funding will be made available as task orders are awarded. This contract was competitively procured via SAM.gov with19 proposals received. Marine Corps Installations Command Headquarters, Arlington, Virginia, is the contracting activity.

Global PCCI, Irvine, California, is awarded a $50,000,000 cost-plus-award-fee and cost-plus-fixed-fee modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00024-19-D-4323) for the emergency ship salvage material system. This modification increases the contract ordering ceiling from $366,800,000 to $416,800,000. Work will be performed in Irvine, California, and other locations worldwide, and is expected to be completed by November 2026. No funding will be obligated at the time of award; all funding will be made available at the task or delivery order level as contracting actions occur. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Northrop Grumman Systems Corp., Sykesville, Maryland, is awarded a $12,689,872 modification (P00010) to a previously awarded cost-plus-fixed-fee contract (N6833523C0248). This modification increases the contract ceiling to support additional tasking within scope in support of finalizing the development of the Advanced Recovery Control (ARC) phase III upgrade efforts. These efforts include the construction of ARC prototype systems, requirements and design verification, environmental testing, and engineering and test support for validation in support of the advancement in the Navy's aircraft recovery operations. Work will be performed in Sykesville, Maryland, and is expected to be completed in December 2027. Fiscal 2026 research, development, test, and evaluation (Navy) funds in the amount of $1,151,250 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Warfare Command Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

 *Small business