AIR FORCE
Anduril Industries Inc., Costa Mesa, California, has been awarded a $100,300,000 modification (P00008) to a previously awarded indefinite-delivery indefinite-quantity contract (FA8820-24-D-B001) for deployment, upgrades, and continuous development of reliable, secure, redundant, and resilient mesh networking capabilities for existing and future Space Domain Awareness and Space Surveillance Network sensors. The modification brings the total maximum ceiling value of the contract to $200,000,000 from $99,700,000. Work will be performed at Colorado Springs, Colorado; Costa Mesa, California; and various SDANet Nodes site locations, and is expected to be completed by Sept. 23, 2027. No funds are being obligated at time of award. The Space Systems Command Directorate of Contracting, Peterson Space Force Base, Colorado, is the contracting activity.
Lockheed Martin Corp., Lockheed Martin Aeronautics Company, Marietta, Georgia, has been awarded a maximum $48,000,000 indefinite-delivery/indefinite-quantity contract for C-130J logistics sustainment support. This contract provides for sustainment and logistical support for the C-130J aircraft, as well as engineering support, program management, and repairs. Work will be performed at Marietta, Georgia; Robins Air Force Base, Georgia; and Hurlburt Field, Florida, and is expected to be completed by May 4, 2031. This contract was a sole source acquisition. Fiscal 2025 procurement funds in the amount of $5,014,295; and fiscal 2026 procurement funds in the amount of $508,515, are being obligated at time of award. Air Force Life Cycle Management Center, Robins AFB, Georgia, is the contracting activity (FA8509-26-D-B003).
Amentum Services Inc., Chantilly, Virginia, has been awarded a $11,519,840 contract for T-6 sustainment and contractor logistics support. This contract provides for 15 T-6A aircraft sustainment contract, including Supply Support, Field Service Representative, Labor and Engineering Task Assignments for a 90-day transition period and one base year. Work will be performed at Balad Air Base, Iraq, and is expected to be completed by June 30, 2028. This contract involves Foreign Military Sales (FMS) to Iraq. This contract is a sole source acquisition. FMS funds in the amount of $10,695,617 are being obligated at the time of award. The Air Force Life Cycle Management Center, Legacy Training Aircraft Division, Wright Patterson, Air Force Base, is the contracting activity (FA8617-26-C-B001). (Awarded on May 1, 2026).
ARMY
ATX Capital Partners, ATX Defense, Austin, Texas (W9128Z-26-D-A012); Beryllium Infosec, Dallas, Texas (W9128Z-26-D-A005); Broadstone Tech., doing business as Cytex Inc., Frederick, Maryland (W9128Z-26-D-A006); David T Scott & Associates, Arlington, Virginia (W9128Z-26-D-A007); Eccalon LLC, Hanover, Maryland (W9128Z-26-D-A008); Exostar, Herndon, Virginia (W9128Z-26-D-A004); Security Centric, Livermore, California (W9128Z-26-D-A011); and Summit 7 Systems, Huntsville, Alabama (W9128Z-26-D-A010), will compete for each order of the $49,000,000 firm-fixed-price contract for the Nex Gen Commercial Operations in the Defending Enclave pilot program for small-business cybersecurity compliance. Bids were solicited via the internet with 31 received. Work locations and funding will be determined with each order, with an estimated completion date of May 14, 2031. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.
American Council on the Teaching of Foreign Languages Inc., Alexandria, Virginia, was awarded a $34,000,000 firm-fixed-price contract to provide Oral Proficiency Interview foreign language testing support services. Work locations and funding will be determined with each order, with an estimated completion date of May 15, 2033. Bids were solicited via the internet with five received. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911S0-26-D-A005).
Eaton Corp., Raleigh, North Carolina, was awarded a $14,988,840 firm-fixed-price contract for the supply of main unit switchgear assemblies, and the development and delivery of associated shop drawings, factory inspections and test reports. Bids were solicited via the internet with one received. Work will be performed in Cascade Locks, Oregon, with an estimated completion date of Dec. 31, 2029. Fiscal 2026 operations and maintenance, civil funds in the amount of $9,164,085 were allocated at the time of award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-26-C-A022).
ALTA Language Services Inc,* Atlanta, Georgia, was awarded a $12,713,071 modification (P00003) to a firm-fixed-price contract for the development of test items for the full range of languages associated with the Defense Language Proficiency Test. The modification brings the total cumulative face value of the contract to $30,932,017. Work locations and funding will be determined with each order, with an estimated completion date of May 9, 2030. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W91QF4-25-D-0002).
NAVY
Tyto Athene LLC, Reston, Virginia, is awarded $35,981,560 for a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00189-26-D-L003) in support of Fleet Cyber Command/ U.S. Tenth Fleet (FCC/C10F) to establish the Shore Equipment Installation and Maintenance Management Program (SEIMMP). The SEIMMP program will provide technical direction and labor for engineering, installation and maintenance for electronic systems and equipment and their associated infrastructure in support of FCC/C10F’s missions for security, cyber and information technology. 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 $40,000,000. Work under the contract will only be performed in response to awarded task orders. Work under the contract will be performed at the following locations: Fort Meade, Maryland (30%); Chesapeake, Virginia (30%); and Oahu, Hawaii (30%). The remaining 10% of work under the contract will be performed at various stateside and overseas locations that cannot be determined at this time and will be based on task order requirements. The ordering period for the contract is anticipated to begin in June 2026 and continue through May 2031; and if the six-month option period is exercised the ordering period would continue through November 2031. Fiscal 2026 operations and maintenance funds (Navy) in the contract’s minimum amount of $10,000 will be obligated at the time of award and will expire at the end of the current fiscal year. Subsequent task 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) as an unrestricted procurement with five offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Norfolk, Virginia, is the contracting activity.
Dominion Energy Inc., Richmond, Virginia, is awarded a $19,855,574 modification to a previously awarded contract (N4008518F9951) for upgrades to the Navy-owned Gosport Tie Station, increasing both circuit capacity and spares to account for future Navy needs at Norfolk Naval Shipyard. This award brings the total cumulative funded amount of the contract to $21,320,302. Work will be performed at Norfolk Naval Shipyard, Norfolk, Virginia, and is expected to be completed by September 2032. Fiscal 2026 military construction (Department of War) funds in the amount of $19,855,574 are obligated on this award and will expire at the end of fiscal 2030. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $14,545,797 cost-plus-incentive-fee order (N0001926F0304) against a previously issued basic ordering agreement (N0001924G0010). This order provides for the procurement and installation of flight test instrumentation on CF-5 wings to mitigate the F-35 testing capability gap in support of carrier-variant ship suitability flight testing, bridging test capacity until the flight sciences aircraft are delivered. Work will be performed in Fort Worth, Texas (81%); Orlando, Florida (7%); Linthicum, Maryland (3%); Nashua, New Hampshire (3%); San Diego, California (2%); El Segundo, California (2%); Samlesbury, United Kingdom (1%); various locations within the continental U.S (CONUS) (1%); and various locations outside CONUS (1%), and is expected to be completed in May 2028. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $4,000,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
*Small business