NAVY
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $991,127,074 firm-fixed-price order (N0001926F0301) against a previously issued basic ordering agreement (N0001924G0010). This order provides for the production and delivery of 432 material modification kits (97 for the Air Force, 54 for the Marines, 42 for the Navy, 106 for Foreign Military Sales (FMS) customers, and 133 for non-U.S. Department of War (DOW) participants) in support of F-35 Joint Strike Fighter aircraft modifications and retrofit efforts associated with modernization of the electronic warfare system and related capability upgrades. Work will be performed in Fort Worth, Texas, and is expected to be completed by March 2032. Fiscal 2026 aircraft procurement (Air Force) funds in the amount of $82,150,190; fiscal 2026 aircraft procurement (Navy) funds in the amount of $115,048,244; fiscal 2025 aircraft procurement (Air Force) funds in the amount of $140,758,499; fiscal 2025 aircraft procurement (Navy) funds in the amount of $75,306,828; fiscal 2024 aircraft procurement (Navy) funds in the amount of $29,999,052; FMS customers funds in the amount of $288,825,371; and non-U.S. DOW participants funds in the amount of $259,038,890, will be obligated at the time of award, $29,999,052 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.
Northrop Grumman Systems Corp., San Diego, California, is awarded a $196,066,981 modification (P00037) to a cost-plus-fixed-fee contract (N0001924C0005). This modification exercises options to provide continued logistics and test support, and continued field service representatives technical support, as well as supports reach-back engineering support to ensure that the MQ-4C Triton air vehicle are mission-capable for Intelligence, Surveillance and Reconnaissance missions in support of the Navy and the Royal Australian Air Force (RAAF). Work will be performed in San Diego, California (37.1%); Patuxent River, Maryland (14.8%); Jacksonville, Florida (10.7%); Okinawa, Japan (7.2%); Mayport, Florida (6.9%); Whidbey Island, Washington (4.4%); Baltimore, Maryland (3.5%); Chantilly, Virginia (3.1%); Yigo, Guam (1.3%); various locations within the continental U.S. (CONUS) (2.4%); and various locations outside of the CONUS (8.6%), and is expected to be completed in May 2027. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $51,093,769; fiscal 2026 aircraft procurement (Navy) funds in the amount of $21,087,224; fiscal 2026 research, development, test and evaluation (Navy) funds in the amount of $1,000,000; and RAAF Cooperative partner funds in the amount of $7,500,000, will be obligated at the time of award, $51,093,769 of which will expire at the end of the current fiscal year. This effort was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Young & Rubicam LLC, New York, New York, is awarded $84,020,164 for modification P00023, increasing the ceiling available to a previously awarded, indefinite-delivery/indefinite-quantity, firm-fixed-price contract (N00189-21-D-Z024). This modification will provide for marketing and advertising services in support of the Navy Recruiting Command advertising program. This modification will bring the estimated cumulative value of the total contract value from the previously modified $579,182,742 to $663,902,206. The original contract included a one-year base ordering period that began in May 2021 with four one-year ordering period options that was to end May 2026. The modification extends the contract’s performance period for eight months and as a result the ordering period will be completed by January 2026. The extension is pursuant to the authority of Federal Acquisition Regulation (FAR) 6.10302, unusual and compelling urgency. Work will be performed in Memphis, Tennessee (59%); and New York, New York (41%). No new funding will be obligated at time of award. Operations and maintenance (Navy) funds will fund individual orders with appropriate fiscal year appropriations at the time of their issuance. This contract modification action is being executed on a non-competitive basis pursuant to FAR 52.212-4. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity.
Central Maine Power, Augusta, Maine, is awarded a $44,000,000 firm-fixed-price contract for electrical services at Portsmouth Naval Shipyard, Kittery, Maine. These services include, but are not limited to, construction of substations, administration of transmission, distribution and supply services for electricity, metering, and energy services. Work will be performed at Portsmouth Naval Shipyard, Kittery, Maine, and is expected to be completed by May 2036. Operations and maintenance, (Navy) contract funds will be obligated annually. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N4008526C0009).
The Boeing Co., Huntington Beach, California, is awarded an $18,614,280 cost-plus-fixed-fee modification to a previously awarded contract (N00024-23-C-4103) to exercise Option Year Three for continued AN/USQ-82(V) program design agent and technical engineering support. This contract combines purchases for the Navy (93%) and the governments of Canada (3%); Australia (2%), Japan (1%); and Korea (1%), under the Foreign Military Sales (FMS) program. Work will be performed in Huntington Beach, California (68%); Bath, Maine (12%); Pascagoula, Mississippi (9%); Arlington, Virginia (6%); Annapolis Junction, Maryland (3%); and Tukwila, Washington (2%), and is expected to be completed by May 2027. Fiscal 2026 other procurement, (Navy) funds in the amount of $ $6,817,746 (37%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $1,978,247 (11%); fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $1,371,756 (7%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $1,192,130 (6%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $1,186,611 (6%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,038,215 (5%); fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $801,173 (4%); fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $718,139 (4%); fiscal 2026 research, development, test and evaluation (Navy) funds in the amount of $681,851 (4%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $672,694 (4%); FMS (Canada) funds in the amount of $527,383 (3%); FMS (Australian) funds in the amount of $456,972 (2%); fiscal 2026 operation and maintenance (Navy) funds in the amount of $356,165 (2%); FMS (Japan) funds in the amount of $256,959 (1%); fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $237,883 (1%); FMS (Korea) funds in the amount of $237,603 (1%); and FMS (Germany) funds in the amount of $82,754 (1%) will be obligated at time of award, and funds in the amount of $356,165 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
BAE Space and Mission Systems Inc., Boulder, Colorado, was awarded a $9,847,465 hybrid cost plus fixed fee, firm fixed price modification to previously awarded contract (N0016424DJQ04) for sustainment, test, teardown, and evaluation and refurbishment support of the Stalker Long Range Electro Optic Sensor System AN/SAY-3 system. Work will be performed in Boulder, Colorado, and is expected to be completed by June 2027. Fiscal 2025 other procurement (Navy) funds in the amount of $546,303 will be obligated on a delivery order after award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. (Awarded May 14, 2026).
ARMY
AECOM Services LLC, Arlington, Virginia (W91278-26-D-A048); Arcadis-Exp Federal JV, Highlands Ranch, Colorado (W91278-26-D-A049); Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri (W91278-26-D-A050); BV-HDR SAM MILCON JV, Overland Park, Kansas (W91278-26-D-A051); CEMS Engineering Inc.,* Summerville, South Carolina (W91278-26-D-A052); Knight Architects Inc.,* Atlanta, Georgia (W91278-26-D-A053); Legacy-exp Federal JV LLC,* Birmingham, Alabama (W91278-26-D-A054); Michael Baker-International Stantec JV, Moon Township, Pennsylvania (W91278-26-D-A055); Perigee Prime AE SB JV23 LLC,* West Jordan, Utah (W91278-26-D-A056); Raymond Pond Federal Solutions JV LLC,* Conyers, Georgia (W91278-26-D-A057); RS&H-CEMS JC, Jacksonville, Florida (W91278-26-D-A058); Sherlock Smith & Adams Inc.,* Montgomery, Alabama (W91278-26-D-A059); Sherlock Smith & Adams-Clark Nexsen JV, Montgomery, Alabama (W91278-26-D-A060); and The Johnson-McAdams Firm P.A.,* Greenwood, Mississippi (W91278-26-D-A061), will compete for each order of the $499,000,000 firm-fixed-price contract for architect and engineering services to support planning, design and construction for the U.S. Army Corps of Engineers South Atlantic Division, Mobile District, Military Design and Construction Program. Bids were solicited via the internet with 46 received. Work locations and funding will be determined with each order, with an estimated completion date of May 14, 2031. U.S. Army Corps of Engineers, Mobile District, is the contracting activity.
Northrop Grumman Systems Corp., San Diego, California, was awarded a $325,531,920 cost-plus-fixed-fee contract for development of the RangeHawk universal payload architecture prototype, a high-altitude long endurance airborne test resource to improve agility and adaptability of high-speed systems test data collection, including prototype development, air vehicle modification, sensor integration, and logistics preparation for demonstration and validation. Bids were solicited via the internet with one received. Work will be performed in San Diego, California, with an estimated completion date of May 14, 2031. Fiscal 2026 research, development, test, and evaluation, Army funds in the amount of $65,657,001 were obligated at the time of the award. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-26-C-A002).
General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $229,652,638 fixed-price-incentive contract for procurement of 50 Stryker Double V-Hull A1 vehicles in support of Product Manager Stryker Brigade Combat Team. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2028. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-26-F-0292).
Lockheed Martin Missile and Fire Control, Grand Prairie, Texas, was awarded a $61,000,000 cost-plus-incentive-fee contract for development and demonstration of the Missile Segment Enhancement Containerized Launcher and Remote Interceptor Guidance 360 Degrees Containerized System, including support for flight test execution, hardware-in-the-loop activities, and production of three RIG-360 Integrated Assemblies. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2027. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-26-F-0071).
Red Point Construction LLC,* Palmer, Alaska, was awarded a $38,609,450 firm-fixed-price contract for a design-build project to renew and extend the service life of the distribution infrastructure within the utilidor serving the heating and water needs for the entire Clear Space Force Station, including removal and replacement of steam, condensate, and water piping and supports. With all options exercised, the total cumulative face value of the contract is $48,372,792. Bids were solicited via the internet with five received. Work will be performed in Clear Space Force Station, Alaska, with an estimated completion date of May 5, 2030. Fiscal 2026 operations and maintenance, Defense-Wide funds in the amount of $38,609,450 were obligated at the time of the award. U.S. Army Corps of Engineers, Alaska District, is the contracting activity (W911KB-26-C-A016).
Sardis Catering Inc., College Park, Maryland, was awarded a $9,899,754 firm-fixed-price contract for commercial food preparation and catering services to provide daily subsistence support to D.C. National Guard personnel operating from LSA Lincoln at Joint Base Anacostia-Bolling and the D.C. Armory. Bids were solicited via the internet with one received. Work will be performed in Washington, D.C., with an estimated completion date of June 28, 2026. Fiscal 2026 operations and maintenance, Army National Guard funds in the amount of $9,899,754 were obligated at the time of the award. U.S. Property and Fiscal Office, Washington, D.C., is the contracting activity (W912R1-26-P-A005).
Vertosoft LLC, Leesburg, Virginia, was awarded a firm-fixed-price contract for a technical refresh solution to replace end-of-life IBM Netezza Performance Server hardware and software. The amount of this action is $9,837,124, with a total cumulative face value of $13,318,634. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of June 29, 2027. U.S. Army Corps of Engineers, Humphreys Engineer Center Support Activity, is the contracting activity (W912HQ-26-F-A094). (Awarded May 14, 2026).
AIR FORCE
Northrop Grumman Systems Corp., Redondo Beach, California, has been awarded a $398,000,000 firm-fixed-price contract for a satellite communication space vehicle. This contract provides for the development of the SATCOM space vehicle with launch and on-orbit support. Work will be performed at Redondo Beach, California; Dulles, Virginia; and various other locations in the U.S., and is expected to be completed by July 11, 2030. This contract was a sole source acquisition under the authority of 10 U.S. Code 4022. Fiscal 2025 research and development funds in the amount of $24,000,000; and fiscal 2026 research and development funds in the amount of $78,000,000, are being obligated at time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity (FA8807-25-C-B001).
DEFENSE LOGISTICS AGENCY
TRC Government Services LLC, Tulsa, Oklahoma, has been awarded a minimum $23,833,476 firm-fixed-price contract for hybrid optimization contractor-owned contractor-operated and government-owned contractor-operated retail and bulk fuel services at Schofield Barracks and Wheeler Airfield, Oahu, Hawaii. This was a competitive acquisition with two responses received. This is a four-year base contract with four five-year and one four-year six-month option periods with one option to extend not to exceed six months. The performance completion date is May 14, 2031. Using military service is Army. Type of appropriation is fiscal 2026 defense working capital funds. The contracting activity is Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603‐26‐C‐5013).
National Industries for the Blind,** Alexandria, Virginia, has been awarded a maximum $44,846,175 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for innerspring mattresses. This is a two-year contract with no option periods. Location of performance is North Carolina, with a May 15, 2028, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2026 through 2028 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-26-D-B005).
UPDATE: W.S. Darley Co.,* Itasca, Illinois (SPE8EC-26-D-0017, $523,000,000) has been added as an awardee to the multiple award contract for fire and emergency vehicles, issued against solicitation SPE8EC-21-R-0005 and awarded July 24, 2023. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
*Small business
**Mandatory source