04/02/2026 | Press release | Distributed by Public on 04/02/2026 15:27
NAVY
General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $1,265,790,364 cost-plus-fixed-fee modification to a previously awarded contract (N00024-20-C-2120) for lead yard support and development studies and design efforts related to Virginia-class submarines. This contract modification includes options which, if exercised, would bring the cumulative value of the contract change to $2,491,982,722. Work will be performed in Groton, Connecticut (91%); Newport News, Virginia (8%); Newport, Rhode Island (<1%); and Quonset Point, Rhode Island (<1%), and is expected to be completed by April 2027. Fiscal 2026 research, development, test and evaluation (Navy) funds in the amount of $139,997,575 (64%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $46,977,000 (22%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $10,706,000 (5%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $11,583,799 (5%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $3,476,681 (2%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $1,500,000 (1%); fiscal 2026 shipbuilding and conversion (Navy) funds in the amount of $2,400,000 (1%); fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $750,000 (<1%); and fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $1,092,340 (<1%), will be obligated at time of award, of which $1,092,340 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
General Dynamics Mission Systems Inc., Pittsfield, Massachusetts, was awarded a $60,811,614 cost-plus-fixed-fee modification to previously awarded contract (N6339424C0004) to exercise options for design agent services and lifecycle sustainment services in support of Independence-variant Littoral Combat Ships. Work will be performed in San Diego, California and is expected to be completed by March 2027. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $494,072 (30%); fiscal 2025 other procurement (Navy) funds in the amount of $490,000 (30%); fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $306,000 (18%); fiscal 2026 research, development, test and evaluation (Navy) funds in the amount of $200,000 (12%); fiscal 2026 other procurement (Navy) funds in the amount of $109,862 (7%); and fiscal 2024 other procurement (Navy) funds in the amount of $58,131 (4%) will be obligated at time of award, of which $858,203 will expire at the end of the fiscal year. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity. (Awarded March 30, 2026).
Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $48,544,341 modification (P00017) to a previously awarded cost-plus-fixed-fee contract (N0001924C0011). This modification adds scope to procure special tooling and test equipment in support of F-35 production and modifications for the Joint Strike Fighter program for the Air Force, Marine Corps, Navy, and F-35 Cooperative Program Partners. Work will be performed in Fort Worth, Texas (48.1%); Marietta, Georgia (26.9%); Westminster, Colorado (20.7%); Palmdale, California (2.1%); various locations outside the continental U.S. (2%); and various locations within the continental U.S. (0.2%), and is expected to be completed in March 2031. Fiscal 2025 aircraft procurement (Air Force) funds in the amount of $19,129,490; fiscal 2025 aircraft procurement (Navy) funds in the amount of $18,914,989; and F-35 cooperative program partner funds in the amount of $8,061,920, will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Professional Contract Services Inc., Austin, Texas, was awarded a $40,865,883 modification to a contract (N40085-20-D-0040) for base operations support services. This modification provides for the exerciser of option six of the original award and brings the estimated total cumulative contract value to $281,489,230. Work will be performed at Naval Medical Center Portsmouth, Virginia, and its outlying support sites and will be completed by March 2027. Fiscal 2026 operation and maintenance, (Navy) funds in the amount of $38,233,793 for the recurring work portion will be obligated via task order, and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Portsmouth, Virginia, is the contracting activity. (Awarded April 1, 2026).
The Boeing Co., St. Louis, Missouri, is awarded a $12,074,613 cost-plus-fixed-fee order (N0001926F0221) against a previously issued basic ordering agreement (N0001921G0006). This order is for the phase I structural repair manual general development procedures to provide the Government with the ability to perform basic inspection, repair evaluation, and structural repairs for negligible/minor damage and, when applicable, corrosion mitigation procedures for all engineering, development and manufacturing and system demonstration test articles for MQ-25A aircraft. Work will be performed in St. Louis, Missouri and is expected to be completed in March 2028. Fiscal 2025 research, development, test and evaluation funds in the amount of $4,255,948 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
AIR FORCE
Parker Hannifin Corporation, Irvine, California, has been awarded a $33,945,621 firm-fixed price requirements contract modification (P00038) to previously awarded FA810918D0004 for the remanufacture of C-5 Aircraft Flight Control Manifolds. The modification brings the total cumulative face value of the contract to $266,776,416 from $232,830,795. Work will be performed in Irvine, California and is expected to be completed by April 4, 2027. No funds are being obligated at the time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity.
Northrop Grumman Systems Corporation, Woodland Hills, California has been awarded a $18,930,001 modification (P00016) to previously awarded FA8128-21-D-0001 for Inertial Navigation Element Engineering Services. The modification brings the total cumulative face value of the contract to $33,930,000 from $14,999,999. Work will be performed at Salt Lake City, Utah and is expected to be completed by March 4, 2032. No funds are being obligated at the time of award. The Air Force Nuclear Weapons Center, Air-Launched Cruise Missile Sustainment Contracting Division, Tinker Air Force Base, Oklahoma is the contracting activity.
PlanetiQ Global Weather & Climate Solutions, Inc., Golden, Colorado, has been awarded a $14,993,986 Sequential Phase II Small Business Innovation Research Strategic Funding Increase Firm Fixed Price Contract for the Commercial Weather Data Program. This contract provides for the development of Global Navigation Satellite Systems Polarimetric Radio Occultation. Work will be performed at Golden, Colorado and is expected to be completed by March 31, 2030. This contract was a sole source acquisition. Fiscal year 2025 research, development, test and evaluation funds in the amount of $1,513,913 are being obligated at the time of award. The Air Force Life Cycle Management Center Weather Branch, Hanscom Air Force Base, Massachusetts is the contracting activity (FA233026CB003). (Awarded on March 31, 2026).
Rally Point Management, LLC, Fort Walton Beach, Florida has been awarded a $9,413,162 modification (P00013) to previously awarded FA489023F0023 for providing Air Force Office of Special Investigations with Locally Employed Person Screening Teams. The modification brings the total cumulative face value of the contract to $34,454,966 from $25,041,804. Work will be performed at various locations and is expected to be completed by April 28, 2028. Fiscal year 2026 operations and maintenance funds in the amount of $9,079,250 are being obligated at time of award. The Headquarters Air Combat Command, Acquisition Management & Integration Center, Langley Air Force Base, Virginia, is the contracting activity.
ARMY
Pittman-Sealevel LLC,* St. Rose, Louisiana, was awarded a firm-fixed-price contract for the West Shore Lake Pontchartrain, Louisiana, Hurricane and Storm Damage Risk Reduction Project Reserve Relief, and I-55 Pump Stations and Drainage Structures (WSLP-114). The amount of this action is $419,667. Bids were solicited via the internet with three received. Work will be performed in La Place, Louisiana, with an estimated completion date of May 29, 2030. Fiscal 2022 construction, Corps of Engineers, civil funds in the amount of $419,667,888 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans District, is the contracting activity (W912P8-26-C-A012).
DEFENSE LOGISTICS AGENCY
SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $80,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. 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 214-day bridge contract with no option periods. Locations of performance are Nebraska, Ohio, Indiana, Wisconsin, Iowa, Minnesota, North Dakota, South Dakota, Missouri, Kentucky and Michigan, with a Nov. 2, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2026 through 2027 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-26-D-0006).
SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. 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 214-day bridge contract with no option periods. Locations of performance are California, Washington, Montana, Idaho and Wyoming, with a Nov. 2, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2026 through 2027 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-26-D-0005).
Bimbo Bakeries USA Inc., Irving, Texas, has been awarded a maximum $21,375,000 fixed-price, indefinite-delivery/indefinite-quantity contract for fresh bread and bakery items. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Location of performance is Georgia, with an April 7, 2029, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2026 through 2029 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-26-D-W007).
Global Advanced Metals USA,* Boyertown, Pennsylvania, has been awarded a maximum $15,070,000 firm-fixed-price delivery order (SP8000-26-F0013) issued against a five-year indefinite-delivery/indefinite-quantity contract (SP8000-25-D-0005) for Tantalum ingots. This is 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 three-year contract with no option periods. The delivery order end date is April 1, 2029. Using military services are Army, Navy, Air Force, Marine Corps, and Space Command. Type of appropriation is fiscal 2025 transaction funds. The contracting activity is Defense Logistics Agency Contracting Services Office, Columbus, Ohio.
T Square Logistics Services Corp., Colorado Springs, Colorado (SPE603-26-C-5010, $14,807,354); and BSH Management Services LLC, doing business as Blackson Arrow, Merritt Island, Florida (SPE603-26-C-5011, $9,601,702), have each been awarded a firm-fixed‐price contract issued against solicitation SPE603-25-R-0512 for Government-Owned Contractor-Operated retail/bulk fuel services. This was a competitive acquisition with eight responses received. These are four‐year base contracts with one-five‐year option period, and one option to extend, not to exceed six months. Location of performance is Texas, with an April 30, 2030, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2026 through 2030 defense working capital funds. The contracting activity is Defense Logistics Agency Energy, Fort Belvoir, Virginia.
*Small business