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 April 29, 2026

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded an undefinitized contract action with a not-to-exceed of $1,132,447,811 for full rate production 17 of High Mobility Artillery Rocket Systems M142 launchers and supporting requirements to address urgent needs for the Army, Marine Corps, and Foreign Military Sales customers in Australia, Canada, Estonia, Sweden, and Taiwan. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2028. Army Contracting Command, Aviation Logistics, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-D-0019; W31P4Q-26-F-0036).

DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a $150,000,000 modification (P00018) to contract W909MY-22-C-0023 for manufacturing and delivering Third Generation Forward Looking Infrared (3GEN FLIR) Low-Rate Initial Production Dewar Cooler Benches to support the XM30 Mechanized Infantry Combat Vehicle, the Future Advanced Long-range Common Optical / Netted-fires Sensor, and the Abrams M1E3 Main Battle Tank. The modification brings the total cumulative face value of the contract to $213,138,361. Work will be performed in Melbourne, Florida, with an estimated completion date of Jan. 31, 2029. Fiscal 2025 other procurement, Army funds in the amount of $20,195,591 were obligated at the time of the award. Army Contracting Command. Aberdeen Proving Ground, Belvoir Division, Ft. Belvoir, Virginia, is the contracting activity (W909MY-22-C-0023).

Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $21,679,126 firm-fixed-price contract for construction services supporting the Beach Nourishment Great Egg Harbor Inlet to Townsends Inlet Project. Work will be performed in Strathmere, New Jersey, with an estimated completion date of Aug. 15, 2026. Fiscal 2026 construction, Corps of Engineers, civil funds in the amount of $10,999,999; and Rivers and Harbors contributed and advance, Corps of Engineers, funds in the amount of $10,679,126, were obligated at the time of the award. Army Corps of Engineers, Philadelphia District, is the contracting activity (W912BU-26-C-A022).

NAVY

Raytheon Co., Tucson Arizona, was awarded a $832,997,256 firm-fixed-price modification to previously-awarded contract (N00024-24-C-5408) to exercise the options for Evolved SEASPARROW Missile Blk 2 Guided Missile Assemblies and to award container requirements for Australia, Belgium, Canada, Denmark, Germany, Greece, Netherlands, Norway, Portugal, Spain, Türkiye, and the U.S. Work will be performed in Tucson, Arizona (12%); Edinburgh, Australia (11%); Mississauga, Canada (10%); San Jose, California (9%); Raufoss, Norway (9%); Hengelo OV, Netherlands (5%); Ottobrunn, Germany (5%); Cambridge, Canada (4%); Nashua, New Hampshire (4%); Koropi Attica, Greece (3%); Lystrup, Denmark (2%); Ankara, Turkey (2%); Andover, Massachusetts (2%); Torrance, California (2%); Westlake Village, California (2%); Grenaa, Denmark (2%); Eight Mile Plains Brisbane, Australia (2%); Tomago, Australia (1%); Canton, New York (1%); Camden, Arkansas (1%); Aranjuez, Spain (1%), Milwaukie, Oregon (1%), and various other locations each less than 1% (9%), and is expected to be completed by September 2030. Fiscal 2026 weapons procurement (Navy) funds in the amount of $413,302,253 (50%); fiscal 2026 other customer funds in the amount of $409,228,809 (49%); fiscal 2025 other customer funds in the amount of $4,119,626 (<1%); fiscal 2022 other customer funds in the amount of $2,120,293 (<1%); fiscal 2024 other customer funds in the amount of $1,670,455 (<1%); fiscal 2025 weapons procurement (Navy) funds in the amount of $1,429,528 (<1%); and fiscal 2024 weapons procurement (Navy) in the amount of $803,734 (<1%), were obligated at the time of award and $803,734 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded April 24, 2026).

MANCON LLC, Virginia Beach, Virginia, is being awarded $87,272,727 for an indefinite-delivery/indefinite-quantity contract in support of the Norfolk Super Servmart store where the contractor is responsible for the provision of supplies, parts, equipment, and store operation services required by Naval Supply Systems Command Fleet Logistics Center Norfolk for the Norfolk Super Servmart. The five-year contract is fixed-price with provisions for economic price adjustments that will include terms and conditions for the placement of firm-fixed-price delivery orders. The contract will include a five-year ordering period and a six-month option pursuant to Federal Acquisition Regulation 52.217-8 which if exercised will bring the total estimated value of the contract to $96,000,000. Work under the contract will only be performed in response to awarded delivery orders. All work under the contract will be completed in Norfolk, Virginia. The ordering period for the contract is anticipated to begin in May 2026 and continue through April 2031 and if the six-month option period is exercised the ordering period would continue through October 2031. Fiscal 2026 operations and maintenance (Navy) funds in the contract’s minimum guarantee amount of $10,000 will be obligated at the time of award and will expire at the end of the current fiscal year. Subsequent delivery orders under the resultant contract will be funded with appropriate fiscal year operation and maintenance funds and the expiration of those funds will depend on the funds used when the orders are issued. This contract was competitively procured through the System for Award Management website (Sam.gov) with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Norfolk, Virginia, is the contracting activity. (N00189-26-D-L008).

Fuse Integration Inc.,* San Diego, California, is awarded a $48,201,649 modification (P00013) to a cost-plus-fixed-fee order (N0042125F0484) against a previously issued basic ordering agreement (N0042122G1002). This modification increases the order ceiling by realigning the option years to the base year, extending the base year period of performance to support experimentation and risk reduction of Tactical Edge Networking Targeting in a Contested Long-Range Environment network architectures in support of advancing Line of Site and Beyond Line of Site mesh networks. Additionally, the contractor will deliver and demonstrate systems for experimentation and developmental test events, as well as fleet exercises to support various platforms and configurations in assessing interoperability and resiliency with mesh networks for the Navy and Air Force. Work will be performed in Patuxent River, Maryland (22.6%); China Lake, California (17%); Point Mugu, California (10.1%); Washington, D.C. (8.5% ); Naval Air Station Fallon, Nevada (8.5%); Camp Pendleton, California (8.5%); Melbourne, Florida (5.6%); Shreveport, Louisiana (5.6%); Joint Base Pearl Harbor, Hickman, Hawaii (3.4%);  Tinker Air Force Base, Oklahoma (3.4%); Dyess Air Force Base, Texas (3.4%); Andersen Air Force Base, Guam (1.7%); and Anchorage, Alaska (1.7%), and is expected to be completed in April 2030. Fiscal 2026 research development, test and evaluation (Navy) funds in the amount of $1,349,020; fiscal 2026 research development, test and evaluation (Air Force) funds in the amount of $106,664; and fiscal 2025 research development, test and evaluation (Air Force) funds in the amount of $2,464,301, will be obligated at the time of award, $2,464,301 of which will expire at the end of the current fiscal year. This contact action was not competed. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Syracuse, New York, is awarded a $15,304,000 cost-plus-incentive fee contract modification to a previously awarded delivery order (N00024-25-F-6260) under an indefinite-delivery/indefinite quantity contract (N00024-25-D-6211) for engineering support related to submarine electronic warfare systems on new construction and in-service submarines. Work will be performed in Syracuse, New York, and is expected to be completed by February 2027. Fiscal 2026 shipbuilding and conversion (Navy) funds in the amount of $6,000,000 (95%); fiscal 2026 other procurement (Navy) funds in the amount of $204,000 (3%); and fiscal 2026 operations & maintenance (Navy) funds in the amount of $100,000 (2%) will be obligated at the time of award and funds in the amount of $100,000 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AIR FORCE

Honeywell International Inc., Phoenix, Arizona., has been awarded a maximum $60,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract for Honeywell software and engineering support for the C-5 Super Galaxy fleet. This contract provides for hardware and software support, and engineering services including technical troubleshooting, system qualification, and obsolescence management for legacy components. Work will be performed at Phoenix, Arizona, and is expected to be completed by April 29, 2032. This contract was a sole source acquisition. Fiscal 2026 appropriation funds in the amount of $9,601,984 are being obligated at time of award. The C-5 Contract Branch, Robins Air Force Base, Georgia, is the contracting activity (FA8525-26-D-B001). 

DEFENSE LOGISTICS AGENCY

McRae Industries Inc.,* Mount Gilead, North Carolina (SPE1C1-26-D-0044, $43,753,986); and Original Footwear Manufacturing Inc.,* Big Rapids, Michigan (SPE1C1-26-D-0043, $41,922,741), have each been awarded a fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE1C1-26-R-0026 for cold weather combat boots. These are three-year contracts with no option periods. The ordering period end date is April 28, 2029. Using military service is Air Force. Type of appropriation is fiscal 2026 through 2029 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

General Electric Co., Lynn, Massachusetts, has been awarded a maximum $9,114,336 firm-fixed-price delivery order (SPRTA1-26-F-0175) issued against a five-year basic ordering agreement (SPE4A1-24-G-0014) with no option periods for J85 aircraft turbine nozzle manufacturing. The delivery order end date is July 31, 2030. Using military service is Air Force. Type of appropriation is fiscal 2026 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma. 
 
CORRECTION: The contract announced on April 24, 2026, for American Surgical Instrument Repair LLC,* Punta Gorda, Florida (SPE2DH-26-D-0010), for $15,600,000 was announced with an incorrect award date. The correct award date is April 28, 2026.

*Small business