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 May 1, 2026

AIR FORCE

Marvin Engineering Co., Inglewood, California, has been awarded a $138,217,405 firm-fixed-price requirements contract for guided missile launchers and associated power supplies. This contract provides for components for fighter aircraft that carry and release Advanced Medium Range Air-to-Air Missiles for Foreign Military Sales partners. Work will be performed at Inglewood, California, and is expected to be completed by April 30, 2036. This contract involves foreign military sales. This contract was a sole source acquisition. No funds are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8520-26-D-B001). (Awarded April 30, 2026). 

Planned Systems International Inc., Columbia, Maryland, has been awarded a $110,096,319 hybrid firm-fixed-price, time-and-materials, and cost-reimbursement task order for Air Force Special Operations Command enhanced mission integration. This contract provides for the global operations, maintenance, sustainment, cybersecurity, engineering, and deployed support of Air Force Special Operations Command’s integrated mission systems and capabilities. Work will be performed at Hurlburt Field, Florida, and is expected to be completed by April 30, 2031. This contract was a competitive acquisition and one offer was received. Fiscal 2026 operation and maintenance funds in the amount of $14,000,007 are being obligated at time of award. The Air Force Installation Contracting Center, Hurlburt Field, Florida, is the contracting activity (FA002126F0002). 
 
The Boeing Co., St. Louis, Missouri, has been awarded a $37,814,186 firm-fixed-price modification (P00028) to a previously awarded contract (FA8621-17-C-6398) for contractor logistics support on the F-15 Saudi advanced aircrew training device Phase II program. The modification brings the total cumulative face value of the contract to $144,264,886 from $106,450,700. Work will be performed at King Faisal Air Base, and King Khalid Air Base and is expected to be completed by May 31, 2029. This contract involves Foreign Military Sales (FMS) to the Royal Saudi Air Force. FMS funds in the amount of $37,814,186 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. (Awarded April 29, 2026).

Lockheed Martin Rotary Mission Systems, Moorestown, New Jersey, has been awarded a $27,456,111 modification (P00006) to previously awarded FA8820-25-C-B002 for the Space Fence System (AN/FSY-3, radar, space surveillance). This contract provides for the continued provision of highly specialized services of the Space Fence System original equipment manufacturer to execute a variety of detection, tracking, and intelligence capabilities. The modification brings the total cumulative face value of the contract to $66,142,810 from $59,948,252. Work will be performed at Eglin Air Force Base, Florida; and the Kwajalein Atoll, and is expected to be completed by April 30, 2027. Fiscal 2026 operations and maintenance funds in the amount of $25,140,000 are being obligated at time of award. U.S. Space Force Space Systems Command, Peterson Space Force Base, Colorado Springs, Colorado, is the contracting activity. (Awarded April 30, 2026).

ARMY

Raytheon RTX, Andover, Massachusetts, was awarded a $441,600,000 modification (P00026) to contract W31P4Q-23-C-0036 for the procurement of PATRIOT GEM-T missiles in support of Operation Epic Fury. The modification brings the total cumulative face value of the contract to $441,600,000. Work will be performed in Chambersburg, Pennsylvania, with an estimated completion date of Sept. 30, 2026. Fiscal 2026 special funds in the amount of $441,600,000 were obligated at the time of the award. Army Contracting Command, Aviation Logistics, Redstone Arsenal, Alabama, is the contracting activity. (Awarded April 30, 2026).

General Constructors Inc. of the Quad Cities, Bettendorf, Iowa, was awarded a $40,391,096 firm-fixed-price contract for construction of the Downstream River Floodwall and Pump Station in Cedar Rapids, Iowa. Bids were solicited via the internet with five received. Work will be performed in Cedar Rapids, Iowa, with an estimated completion date of Aug. 27, 2028. Fiscal 2018 construction, Corps of Engineers, civil funds in the amount of $40,391,096 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island District, is the contracting activity (W912EK-26-C-A016).

NAVY

ASIS Boats USA LLC, doing business as Ocean Craft Marine,* Annapolis, Maryland (N00024-26-D-2210); Brig USA LLC, doing business as Fluid Marine Response,* Franklinton, North Carolina (N00024-26-D-2211); Ghostworks Marine Inc.,* Holland, Michigan (N00024-26-D-2212); Ribcraft USA LLC,* Marblehead, Massachusetts (N00024-26-D-2213); St. Johns Ship Building Inc.,* Palatka, Florida (N00024-26-D-2214); Structural Composites Inc.,* Melbourne, Florida (N00024-26-D-2215); United States Marine Inc.,* Gulfport, Mississippi (N00024-26-D-2216); and The Whiskey Project Group USA LLC,* Edenton, North Carolina (N00024-26-D-2216), are awarded a $325,944,120 firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for the procurement of up to 474 composite rigid hull inflatable boats. These contracts, if exercised, would bring the maximum cumulative value to $650,102,911 over a 10-year period to the eight vendors. Each awardee will be awarded $1,000 (minimum contract guarantee per awardee) at contract award. Work will be performed in the various geographic locations as indicated above and the first orders are expected to be completed by July 2026. Fiscal 2024 other procurement (Navy) funds in the amount of $8,000 will be obligated at time of award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the Procurement Integrated Enterprise Environment with 15 offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

L3 Harris Technologies Inc., Interstate Electronics Corp., Anaheim, California, is being awarded a $77,246,424 cost-plus-fixed-fee and cost-plus-incentive-fee modification (P00046) for new procurement options under a previously awarded and announced contract (N0003022C2001) to provide services and support for Flight Test Instrumentation systems for the Trident II Strategic Weapon System. Work will be performed in Yorba Linda, California (55%); Cape Canaveral, Florida (30%); Washington, D.C. (7%); Barrow-in-Furness, United Kingdom (3%); Bremerton, Washington (2%); Kings Bay, Georgia (2%); and Groton, Connecticut (1%). Work is expected to be completed by February 2029. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $46,666,841; fiscal 2026 research, development, test and evaluation (Navy) funds in the amount of $5,751,300; fiscal 2026 other procurement (Navy) funds in the amount of $6,560,811; and fiscal 2026 weapons procurement (Navy) funds in the amount of $613,523, are being obligated at time of award. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $46,666,841 will expire at the end of the current fiscal year. The total value of the modification, including options, is $77,246,424. The total amount of U.S. appropriated funds obligated under this action is $59,592,475. This action also benefits a Foreign Military Sale. The contract action is being awarded on a sole source basis under 10 U.S. Code 3204(a)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Cruz Associates, Inc.,* Yorktown, Virginia, is awarded a $22,961,438 cost-plus-fixed fee modification to previously awarded contract (N0017425C0001) to exercise an option for manufacturing and technical expertise services in all areas relative to energetics development. Work will be performed in Indian Head, Maryland (98%); and Yorktown, Virginia (2%), and is expected to be completed May 2027. Fiscal 2026 working capital fund funds in the amount of $21,870,307 (95%), fiscal 2026 operations and maintenance (Army) funds in the amount of $835,681 (4%), and fiscal 2026 operations and maintenance (Navy) funds in the amount of $255,450 (1%) will be obligated at time of award and $1,091,131 will expire at the end of the current fiscal year. Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity. 

Huntington Ingalls Industries, Ingalls Shipbuilding, Pascagoula, Mississippi, is awarded a cost-only modification to previously awarded contract (N00024-18-C-2307) for shipyard infrastructure investments and implementation of the distributed shipbuilding model. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by July 2032. Fiscal 2026 shipbuilding and conversion (Navy) funds will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Telephonics Corp., Farmingdale, New York, has been awarded a maximum $18,819,430 firm-fixed-price, indefinite-delivery requirements contract for interface control equipment. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a two-year contract with no option periods. The performance completion date is May 1, 2028. Using military service is Army. Type of appropriation is fiscal 2026 Army working capital funds. The contracting activity is Defense Logistics Agency Weapon Support, Redstone Arsenal, Alabama (SPRRA1-26-D-0006).

 *Small business