03/20/2026 | Press release | Distributed by Public on 03/20/2026 15:26
MISSILE DEFENSE AGENCY
Utah State University Space Dynamics Laboratory (USU/SDL), Logan, Utah, has been awarded a $414,000,000 contract modification to a previously awarded sole-source University Affiliated Research Center (UARC) for technical and analytical support to the Missile Defense Agency (MDA). MDA must provide a highly integrated and effective Missile Defense System to defend the homeland, regional interests, allies, and deployed forces against ballistic missile threats of all ranges and in all phases of flight. MDA requires continued access to the unique and specialized knowledge, expertise, and often proprietary data resident with USU/SDL for the development of complex and highly technical systems engineering and integration products. The objective of this cost-plus-fixed-fee contract is to provide technical and analytical support for MDA related USU/SDL core competencies in accordance with the Department of Defense UARC Engagement Guide. In this modification (P00020), the ordering period is extended to 22 November 2031, and the ceiling is increased to $714,000,000 by $414,000,000. Work will be performed in Logan, Utah, and is expected to be completed by Nov. 22 2031. This contract permits other than full and open competition for this effort using 10 U.S. Code 3204(a)(3)(B) as implemented in Federal Acquisition Regulation 6.103-3(b)(2). MDA, Huntsville, Alabama, is the contracting activity (HQ0854-22-D-0001).
DEFENSE LOGISTICS AGENCY
US Foods Inc., doing business as US Foods - Los Angeles, La Mirada, California, has been awarded a maximum $137,113,715 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food and beverage items. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 322-day bridge contract with no option periods. Location of performance is Arizona, with a Feb. 6, 2027, ordering period end date. 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 (SPE300-26-D-3013).
JCB Inc., Pooler, Georgia, has been awarded an estimated $22,322,809 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for tire and wheel assemblies. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. The performance completion date is March 18, 2031. Using military service is Army. Type of appropriation is fiscal 2026 through 2031 Army working capital funds. The contracting activity is Defense Logistics Agency Weapons Support, Warren, Michigan (SPRDL1-26-D-0022).
ARMY
Aerovironment Inc., Simi Valley, California, was awarded a $117,306,232 firm-fixed-price contract for procurement and delivery of P550 Long Range Reconnaissance systems. Work locations and funding will be determined with each order, with an estimated completion date of July 23, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-26-F-0238).
The SURVICE Engineering Company LLC, Belcamp, Maryland, was awarded a $19,163,162 firm-fixed-price contract for the procurement of tactical resupply vehicles with ancillary support, trainer boxes, program and engineering support, and logistics services and spares/repairs. Work locations and funding will be determined with each order, with an estimated completion date of March 17, 2028. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-26-F-0223). (Awarded March 19, 2026).
Aerovironment Inc., Simi Valley, California, was awarded a $17,583,318 firm-fixed-price contract to procure Red Dragon, battery chargers, ground control stations, launchers, critical part kit materials, training materials, and field service representative support. 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 April 8, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-26-F-0206). (Awarded March 12, 2026).
Sandhills Utility Services LLC,* Fort Liberty, North Carolina, was awarded a firm-fixed-price contract for microgrid and back-up power construction. The amount of this action is $15,925,307, with a total cumulative face value of $17,940,700. Bids were solicited via the internet with one received. Work will be performed in Fayetteville, North Carolina, with an estimated completion date of Feb. 1, 2028. Fiscal 2026 military construction, defense-wide funds in the amount of $15,925,307 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville District, is the contracting activity (W912QR-26-C-A020).
NAVY
Amee Bay LLC,* Anchorage, Alaska (N42158-26-D-S001); AMP United LLC,* Dover, New Hampshire (N42158-26-D-S002); Delphinus Engineering Inc.,* Newtown Square, Pennsylvania (N42158-26-D-S003); Get It Industrial Marine LLC,* Portsmouth, Virginia (N42158-26-D-0004); Glotech Inc.,* Rockville, Maryland (N42158-26-D-S005); Mid Atlantic Engineering Technical Services Inc.,* Chesapeake, Virginia (N42158-26-D-S006); Mills Marine & Ship Repair LLC,* Suffolk, Virginia (N42158-26-D-S007); Orbis Sibro Inc., doing business as Orbis,* Charleston, South Carolina (N42158-26-D-S008); Owl International Inc., doing business as Global a 1st Flagship Co.,* Irvine, California (N42158-26-D-S009); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N32253-26-D-S010); and Tecnico Corp.,* Chesapeake, Virginia (N42158-26-D-S011), were awarded a combined $114,021,616 firm-fixed-price level-of-effort, indefinite-delivery/indefinite-quantity contract for the procurement involving specific supply of production touch labor to support the repair, maintenance and alterations requirements for U.S. Navy waterborne vessels, surface ships and submarines at any location under Norfolk Naval Shipyard Naval Support Activity and Lead Maintenance Activity cognizance. Each awardee will be awarded $1,000 (minimum contract guarantee per awardee) at the task order level upon contract award. These contracts bring a cumulative value of $114,021,616 over a five-year ordering period to the eleven vendors combined. Work will be performed in the state of Virginia and is expected to be completed by March 2031. Fiscal 2026 operations and maintenance (Navy) funding in the amount of $11,000 will be obligated at the task order level after award and will expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. This contract was competitively procured via the SAM.gov website, with 13 offers received. Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity. (Awarded March 4, 2026).
Vertex Modernization and Sustainment LLC, Indianapolis, Indiana, was awarded $87,077,655 for a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the repair of SUU-79 pylons used on the F/A-18 aircraft. The contract does not contain an option provision. All work will be performed in Indianapolis, Indiana, and is expected to be completed by January 2029. Fiscal 2026 working capital funds (Navy) in the amount of $12,006,400 will be obligated at the time of award to fund delivery order (N00383-26-F-EP00) that will be awarded concurrently with the contract. Funds will not expire at the end of the current fiscal year. Subsequent delivery orders under the contract will be funded with appropriate fiscal year working capital funds (Navy) at the time of their issuance and those funds will not expire at the end of the applicable fiscal year. The requirement was competitively procured through the System for Award Management website (Sam.gov) as an unrestricted, competitive procurement with three offers received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-26-D-0005).
Huntington-Ingalls Industries-Ingalls Shipbuilding, Pascagoula, Mississippi, is awarded a not-to-exceed $19,334,820 fixed-price incentive, unpriced change order modification to a previously awarded contract (N00024-18-C-2406) for high temperature superconducting degaussing system in support of Engineering Change Proposal 2724 on the future USS Pittsburgh (LPD 31). Work will be performed in Pascagoula, Mississippi, and is expected to be completed by October 2028. Fiscal 2026 shipbuilding and conversion (Navy) funds in the amount of $8,754,542 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Gulf Coast, Pascagoula, Mississippi, is the contracting activity.
DEFENSE HEALTH AGENCY
Dawson CMS LLC, Fairfax, Virginia, was awarded a fixed-price contract bridge (HT001524C0005 P00011) with a value of $13,029,886 to support the Defense Health Agency (DHA) Market Technology Integration Office (MTIO) and provide program management support services in support of the DHA, MTIO, and other organizations. Services include, but are not limited to, the following areas: program management, technical support services, subject matter expert services, information system security, network administration, systems administration, and help desk support services. This support enables the MTIO to properly support the 48 sites that have staffed facilities worldwide. This contract was a direct 8(a) acquisition. This is a 12-month bridge to the base contract. Location of performance is worldwide with a March 28, 2027, performance completion date. The base year is funded with fiscal 2026 operations and maintenance funds in the amount of $13,029,886. The Defense Health Agency, Enterprise Medical Services Contracting Division, San Antonio, Texas, is the contracting activity. (Awarded Feb. 27, 2026).
U.S. TRANSPORTATION COMMAND
Phoenix Air Group Inc., Cartersville, Georgia (HTC71126CE123), was awarded an $11,880,350 firm-fixed-price contract with time-and-materials for reimbursable expenses. This contract provides dedicated passenger air charter services to support U.S. Africa Command operations. Work will be performed in Stuttgart, Germany. The period of performance is from May 1, 2026, to April 30, 2027. Operations and maintenance funds for fiscal 2026 are being used for this award. The total cumulative face value of this contract is $11,880,350. The U.S. Transportation Command, Scott Air Force Base, Illinois, is the contracting activity.
*Small business