Contracts
Contracts For Dec. 1, 2025
ARMY
Akima Facilities Operations LLC, Herndon, Virginia, was awarded a firm-fixed-price, labor hours, and time-and-materials contract to support the repair, reset, and recapitalization of military equipment. The amount of this action is $184,882,445. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2029. Army Contracting Command, Letterkenny Army Depot, Pennsylvania, is the contracting activity (W911N2-26-F-A049).
State of Oregon Department of Fish and Wildlife, Salem, Oregon, was awarded a firm-fixed-price to operate and maintain fish hatcheries for the production and release of salmonids in the Columbia, Willamette, and Rogue River Basins, and to conduct research, monitoring, and evaluations of bull trout in the Willamette River Basin. The amount of this action is $99,000,000. 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 Nov. 29, 2030. U.S. Army Corps of Engineers, Portland District, is the contracting activity (W9127N-26-D-A002).
Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $52,000,000 cost-plus-fixed-fee, firm-fixed-price contract for maintaining and operating and configuration of the High Mobility Artillery Rocket System, Multiple Launch Rocket System Launcher Fleet, and the respective repair parts storage and distribution center. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of May 14, 2031. Fiscal 2025 procurement, Army funds in the amount of $342,393, $1,412,854, and $2,189,923, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-26-C-0007).
AECOM International Inc., Frankfurt am Main, Germany (W912GB-26-D-0017); AE Alliance JV, Lynchburg, Virginia (W912GB-26-D-0018); Alberto Izzo & Partners SRL, Napoli, Italy (W912GB-26-D-0019); CDM Federal Services Europe JV, Bickenbach, Germany (W912GB-26-D-0020); HDR-Stanley Italy IDC JV, Omaha, Nebraska (W912GB-26-D-0021); and WSP USA Solutions Inc., Washington, D.C. (W912GB-26-D-0022), will compete for each order of the $45,000,000 firm-fixed-price contract for architecture-engineering services. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2030. U.S. Army Corps of Engineers, Europe District, is the contracting activity.
AECOM International Inc., Frankfurt am Main, Germany (W912GB-26-D-0012); Alberto Izzo & Partners-Benham Design, Napoli, Italy (W912GB-26-D-0013); HDR-Stanley Italy IDC JV, Omaha, Nebraska (W912GB-26-D-0014); and CDM Federal Services Europe JV, Bickenbach, Germany (W912GB-26-D-0015), will compete for each order of the $45,000,000 firm-fixed-price contract for architecture-engineering services. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2030. U.S. Army Corps of Engineers, Europe District, is the contracting activity.
Federal Contracting Inc., Colorado Springs, Colorado, was awarded a firm-fixed-price contract to construct a large child development center utilizing the standard facility design, including areas for infants through preschoolers, administrative and public spaces, kitchen, playgrounds, and all supporting site work and utilities. The amount of this action is $42,430,433. Bids were solicited via web with 11 received. Work will be performed in San Antonio, Texas, with an estimated completion date of Nov. 9, 2027. Fiscal 2026 military construction, defense-wide funds in the amount of $42,430,433 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth District, is the contracting activity (W9126G-26-C-0003).
Kokosing Alberici Traylor LLC, Westerville, Ohio, was awarded a $30,234,166 modification (P00022) to contract W911XK-22-C-0006 for an in-scope change to the New Lock Chamber project, which involves constructing a 1,200-foot-long, 110-foot-wide chamber in Sault Saint Marie, Michigan. The modification brings the total cumulative face value of the contract to $1,921,322,786.65. Work will be performed in Sault Saint Marie, Michigan, with an estimated completion date of July 9, 2029. Fiscal 2019, 2020, 2021, 2022, 2023, and 2025 construction, Corps of Engineers, civil funds in the amount of $2,022,868, $3,046, $21,699, $3,105,155, $360,637.15, and $24,720,760, were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit District, is the contracting activity.
Interdyne Corp.,* Cornelius, North Carolina, was awarded a firm-fixed-price contract for providing preventative maintenance, corrective maintenance and ancillary actions to the Egyptian Armament Air Defense facilities. The amount of this action is $9,777,722. Bids were solicited with one received. Work will be performed in Cario, Egypt, with an estimated completion date of July 16, 2029. Fiscal 2010 Foreign Military Sales (Egypt) funds in the amount of $9,777,722 were obligated at the time of the award. U.S. Army Corps of Engineers, Middle East District, is the contracting activity (W912ER-26-C-A001).
NAVY
BAE Systems Land & Armaments LP, Sterling Heights, Michigan, is awarded a $184,400,905 firm-fixed-price modification to a previously awarded contract (M67854-16-C-0006) for amphibious combat vehicles (ACV). The total value of the contract, if all options are exercised, is $3,859,806,117. This contract modification provides for the exercise of options for the procurement of 30 full rate production ACV medium caliber cannon mission role variants and associated production, fielding and support costs, and spares. Work will be performed in York, Pennsylvania (60%); Aiken, South Carolina (15%); San Jose, California (15%); Sterling Heights, Michigan (5%); and Stafford, Virginia (5%) with an expected completion date of March 2028. Fiscal 2026 procurement (Marine Corps) funds in the amount of $184,400,905 will be obligated at the time of award and will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-0006).
Boeing Co., St. Louis, Missouri, was awarded $104,432,672 for a ceiling-priced delivery order (N00383-26-F-0YY0) under a previously awarded basic ordering agreement (N00383-22-G-YY01) for the repair of large are display and low profile head-up display used in the advanced cockpit system on the F/A-18 E/F and EA-18G aircraft. The delivery order does not include an option period. Work will be performed in Fort Worth, Texas (70%); Talladega, Alabama (20%); and St. Louis, Missouri (10%), and work is expected to be completed by April 2028. Fiscal 2026 working capital (Navy) funds; fiscal 2025 aircraft procurement (Navy) funds; and fiscal 2024 procurement (Air Force) funds in the amount of $53,241,552, will be obligated at the time of award as an undefinitized contract action, all funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.
Huntington Ingalls Industries, Inc, Newport News, Virgina, was awarded a $91,891,302 cost-plus-fixed-fee contract to provide Aircraft Carrier Engineering Support for the Nimitz-class and Gerald R. Ford-class aircraft carriers. The scope includes but is not limited to engineering, technical, design, integrated logistics support, configuration management, database management and modernization, and ship change document development. This contract includes options which, if exercised, would bring the cumulative value of this contract to $471,969,850. Work will be performed in Newport News, Virginia (96%); Portsmouth, Virginia (2%); and Bremerton, Washington (2%), and is expected to be completed by November 2030. If all options are exercised, work will continue through November 2030. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $10,800; fiscal 2026 operations and maintenance (Navy) funds in the amount of $4,370,000; and fiscal 2026 research, development, test and evaluation (Navy) funds in the amount of $1,300,000, will be obligated at time of award, of which $4,370,000 will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 3204 (a)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-26-C-2100).
Total Concepts of Designs Inc.,* is awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacturing of various metal parts for use in the manufacture, assembly, packaging, and shipping of All Up Round five inch projectiles and propelling charges, and the Mk14 MOD4 tank assembly. Work will be performed in Scottsburg, Indiana (60%); Cincinnati, Ohio (20%); and Hammond, Indiana (20%), and is expected to be completed by October 2030. Fiscal 2024 procurement of ammunition (Navy and Marine Corps) funds in the amount of $1,453,302 (97%); and fiscal 2025 procurement of ammunition, Navy and Marine Corps (Navy) funds in the amount of $47,220 (3%), will be obligated at time of award, of which $1,453,302 will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website with two offers received. Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity (N00174-26-D-0002).
CGI Federal Inc., Fairfax, Virginia, is awarded a $17,653,994, firm-fixed-price, with cost reimbursable travel and other direct costs, task order (M6700425F3002) under a multiple award contract (N0017819D7431) via Seaport Next Generation (NXG) for Plans and Data Support Services. This contract provides the full range and depth of logistics services and software systems support for the Marine Corps Preposition Program which includes the Maritime Preposition Forces Program, Marine Corps Preposition Program -Norway, Marine Corps Preposition Program -Philippines, and other locations to be determined in support of the future Prepositioning Network. Work will be performed at Jacksonville, Florida, with an expected completion date of Dec. 31, 2030, if all options are exercised. This task order includes a one-year base and four twelve-month option periods which, if exercised, would bring the cumulative value of this contract to $17,653,994. Fiscal 2026 operations and maintenance funds in the amount of $2,900,000 has been provided for the base year period. This contract was competitively solicited and procured via the Seaport NXG with three offers received. Blount Island Command, Jacksonville, Florida, is the contracting activity.
Delphinus Engineering Inc.,* Newtown, Pennsylvania, is awarded a $14,549,938 cost-plus-incentive-fee contract for the development, fabrication, production, integration, and testing of the Victoria-class bow array and lift system. This contract includes options which, if exercised, would bring the cumulative value of this contract to $36,979,203. This contract involves Foreign Military Sales (FMS) to Canada (100%). Work will be performed in Newtown, Pennsylvania, and is expected to be completed by July 2030. FMS funds in the amount of $14,549,938 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304 (a) (4), (International Agreement). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-26-C-6103).
Charles Stark Draper Laboratories Inc., Cambridge, Massachusetts, is being awarded a $9,635,327 cost-plus-fixed-fee modification (P00005) under a previously awarded and announced contract (N0003023C6008) for production of the Trident (D5) Guidance Subsystem. This requirement includes design analysis, testing, procurement, and manufacturing of Alternate Pendulous Integrating Gyroscopic Accelerometer repairs and associated material. Work will be performed in Cambridge, Massachusetts (50%); Pittsfield, Massachusetts (25%); and Clearwater, Florida (25%). Work is expected to be completed Nov. 30, 2028. Fiscal 2025 Weapons Procurement (Navy) funds in the amount of $9,635,327 will be obligated at time of award. No funds will expire at the end of the current fiscal year. This contract was awarded as a sole-source acquisition pursuant to 10 U.S. Code 3204(c)(1) and was previously synopsized on the System for Award Management (SAM.gov) online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.
Defense Logistics Agency
Tri-State Government Services Inc., Chattanooga, Tennessee, has been awarded a maximum $20,861,015 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for hazardous waste removal, transportation and disposal services. This was a competitive acquisition with three responses received. This is a two-year six-month base contract with one two-year six-month option period. Location of performance is Alabama, with a June 1, 2028, ordering period end date. Using customers are Army, Air Force, Army National Guard, and Air National Guard. Type of appropriation is fiscal 2026 through 2027 defense working capital funds. The contracting activity is Defense Logistics Agency Disposition Services, Battle Creek, Michigan (SP4500-26-D-0003).
Lion Vallen Industries,* Pendergrass, Georgia, has been awarded an estimated $10,117,070 modification (P00022) exercising the fourth one‐year option period of a two‐year base contract (SPE1C1‐21‐D‐1417) with five one‐year option periods for warehousing, storage, logistics and distribution functions. This is a firm-fixed‐price with economic‐price‐adjustment, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Dec. 1, 2026. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2026 through 2027 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
https://www.defense.gov/News/Contracts/Contract/Article/4345564/
|
NEWSLETTER
|
| Join the GlobalSecurity.org mailing list |
|
|
|

