03/16/2026 | Press release | Distributed by Public on 03/16/2026 15:44
AIR FORCE
United Crane & Excavation Inc., Grand Forks, North Dakota, was awarded a ceiling $63,966,205 firm-fixed-price, single award, indefinite-delivery requirements contract for base paving. This contract provides for a streamlined means to complete a broad range of maintenance, repair and design for paving projects estimated between $2,000 and $4,500,000. Work will be performed at Grand Forks Air Force Base, North Dakota, and is expected to be completed by March 15, 2031. This contract was a competitive acquisition and four offers were received. No funds are being obligated at the time of award. The 319th Contracting Squadron, Grand Forks AFB, North Dakota, is the contracting activity (FA465924D0001).
Accion Inc., doing business as, Revolution Space, Boston, Massachusetts, was awarded a $19,975,607 fixed-price contract for propulsive adaptor for long-duration orbital maneuvers with integrated navigation and operations. The contract provides for an in-space propulsion system which will have twice the thrust of existing Hall thrusters with equivalent power. Work will be performed at Boston, Massachusetts, and is expected to be completed by July 8, 2027. This contract was a sole source acquisition. Fiscal 2025 other procurement funds in the amount of $19,975,607 are being obligated at the time of award. The Air Force Test Center, Edwards Air Force Base, California is the contracting activity (FA9300-26-C-6004). (Awarded March 10, 2026).
CORRECTION: The contract announced on Feb. 13, 2026, for The Nebraska Strategic Research Institute, Lincoln, Nebraska (FA4600-26-D-0001), for $499,341,5879 was announced with the wrong contractor and an incorrect dollar amount. The correct contractor is The National Strategic Research Institute, and the correct dollar amount is $499,341,589. The contracting activity is the 55th Contracting Squadron, Offutt Air Force Base, Nebraska.
NAVY
Raytheon Co., Sterling, Virginia, is being awarded a $40,254,004 cost-plus-fixed-fee contract for operations and maintenance services in support of the relocatable over-the-horizon radar at the Forces Surveillance Support Center, Chesapeake, Virginia. The contract will include a one-year base period of performance and four one-year option period pursuant to Federal Acquisition Regulation 52.217-9, which if exercised will bring the total estimated value of the contract to $212,119,774. Work will be completed by April 2027; if all options are exercised, work will be completed by April 2031. Services under the contract will be performed in multiple locations: Chesapeake, Virginia (48%); Freer, Texas (10%); Premont, Texas (10%); New Kent, Virginia (9%); Juana Diaz, Puerto Rico (9%); Vieques Diaz, Puerto Rico (9%); Dallas, Texas (3%); and Fairfax, Virginia (2%). Fiscal 2026 operations and maintenance (Navy) funds in the amount of $1,000,000 will be obligated at time of award to incrementally fund the contract's base period of performance and funds will expire at the end of fiscal 2026. Option periods will be funded with appropriate fiscal year operation and maintenance (Navy) funds. The requirement was competitively procured through the System for Award Management website (Sam.gov) as an unrestricted, competitive procurement with one offer received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia, Pennsylvania, is the contracting activity (N00189-26-C-Z013).
Defense Maritime Solutions Inc., Chesapeake, Virginia (N6449826D1006); and Bird-Johnson Propeller Co. LLC, Walpole, Massachusetts (N6449826D1005), were awarded a combined $40,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for the procurement of Monobloc propellers and caps. Work will be performed in Chesapeake, Virginia; and Walpole, Massachusetts, and is expected to be completed in March 2034. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $1,000 ($500 minimum contract guarantee per awardee) will be obligated at time of award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the System for Award Management (SAM) website, with two offers received. Naval Surface Warfare Center, Philadelphia Division is the contracting activity (N6449826D1006 and N6449826D1005). (Awarded March 13, 2026)
CAES Systems LLC, Lansdale, Pennsylvania, is awarded a $20,701,961 firm-fixed-price contract (N0001926C0132). This procurement will implement an engineering change proposal developed under a previous contract and includes the production and delivery of up to 85 modified low-band transmitters (LBT) to low-band consolidation (LBC) transmitters, associated spare components, and up to 11 -501 LBCs to -503 variant supporting changes required to address emerging threats and obsolescence. To maximize reuse, the existing LBTs will be provided to CAES as government furnished property modified, tested, and delivered as LBC transmitters. Work will be performed in Lansdale, Pennsylvania (44%); Patterson, New York (15%); Peabody, Massachusetts (8%); Mt. Laurel, New Jersey (4%); Lancaster, Pennsylvania (3%); Woburn, Massachusetts (3%); Hatfield, Pennsylvania (2%); Shelton, Connecticut (2%); Ventura, California (1%); Carson, California (1%); and various other continental U.S. locations less than 1% each (14%), and is expected to be completed in December 2030. Fiscal 2026 aircraft procurement (Navy) funds in the amount of $20,701,961 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Science Applications International Corp., Reston, Virginia, was awarded a $16,790,854 cost-plus-fixed-fee and cost-reimbursable contract (N0003926CE001) to provide program management, systems engineering, operations and maintenance, and logistics support services for the portfolio of Kingdom of Saudi Arabia Foreign Military Sales (FMS) C4I, Surveillance and Reconnaissance (C4ISR) cases with an option for Surge efforts as well as an option for Communication Security (COMSEC) custodial services. The contract is a one-year base with four one-year option periods. The option periods, if exercised, would bring the cumulative value of this contract to an estimated $123,209,148. Work will be predominantly performed outside continental U.S., Saudi Arabia and is expected to be completed in March 2027. If options are exercised, work could continue until March 2031. This contract will utilize FMS funding. The contract was competitively procured via Procurement Integrated Enterprise Environment Solicitation Module and System for Award Management (SAM.gov) website with three offers received. The Naval Information Warfare Systems System Command, San Diego, California, is the contracting authority.
ARMY
Dean Marine and Excavating Inc.,* Mount Clemens, Michigan, was awarded a $10,225,450 firm-fixed-price contract for the repair and rehabilitation of the Lorain Harbor West Breakwater. Work will be performed in Lorain, Ohio, with an estimated completion date of Sept. 15, 2028. Fiscal 2023, 2024, and 2025 civil construction funds in the amount of $8,709,768 were obligated at the time of the award. U.S. Army Corps of Engineers, Buffalo District, is the contracting activity (W912P4-26-C-A003).
*Small business