05/13/2026 | Press release | Distributed by Public on 05/13/2026 15:44
DEFENSE LOGISTICS AGENCY
Olgoonik Logistics LLC, Anchorage, Alaska, has been awarded a maximum $477,913,568 hybrid, firm-fixed-price, cost-plus-fixed-fee, cost-reimbursement, no-fee, indefinite-delivery/indefinite-quantity contract for global rapid deployment capabilities to support contingency, emergent, surge, and other distribution and disposition services. This was a competitive acquisition with four responses received. This is a two-year base contract with four two-year option periods. Locations of performance are inside and outside the continental U.S. The ordering period end date is May 12, 2028. Using customer is Defense Logistics Agency. Type of appropriation is fiscal year 2026 through 2028 defense working capital funds. The contracting activity is Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300‐26-D-5001).
NAVY
Huntington Ingalls Industries Fleet Support Group, LLC (HII-FSG), Virginia Beach, Virginia, is awarded a $220,654,563 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity modification to a previously awarded contract (N00024-21-D-4114) to provide Navy aircraft carrier engineering maintenance assist team and surface engineering maintenance assist team in support of maintenance and planning for the overhaul and repair of equipment and systems associated with Navy aircraft carriers and west coast Navy surface ships. Work will be performed aboard Navy aircraft carriers within the continental U.S.; outside the continental U.S.; and forward deployed locations, and is expected to be completed by February 2027. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Conrad Shipyard LLC,* Morgan City, Louisiana, is awarded a $122,375,200 firm-fixed-price modification to a previously awarded contract (N00024-22-C-2253) for the detail, design, and construction of four additional Yard Repair, Berthing, and Messing. Work will be performed in Amelia, Louisiana, and is expected to be completed by July 2029. Fiscal 2026 shipbuilding and conversion (Navy) funds in the amount of $122,375,200 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract action was not competitively procured in accordance with 10 U.S. Code 3204(a)(3) (industrial mobilization). Naval Sea Systems Command, Washington, D.C., is the contracting activity.
General Dynamics Information Technology Inc., Falls Church, Virginia, is awarded a $39,198,688 modification (N00039) to a previously awarded cost-plus-fixed-fee contract (N0003923C0002). This modification provides for the ongoing sustainment of the Navy Standard Integrated Personnel System, the Navy's primary personnel management platform supporting active and reserve sailors worldwide. This modification includes a one-year base period and four three-month option periods. The option periods, if exercised, would bring the cumulative value of this modification to $79,315,988. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $3,870,000 will be obligated at the time of award. Work will be performed in New Orleans, Louisiana (60%); and Arlington, Virginia (40%), with a contract completion date, if all options are exercised, of May 14, 2028. This sole source contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) - Only One Responsible Source (Federal Acquisition Regulation subpart 6.103-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.
ECS Construction Services Inc.,* Raymond, Maine, is awarded an $18,521,581 firm-fixed-price contract for structural repairs at Berth 13, Portsmouth Naval Shipyard. This project will restore deck loading capacity and extend the usable life of the structure. Work will be performed in Kittery, Maine, and is expected to be completed by April 2028. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $13,777,188 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website, with two offers received. The Officer in Charge of Construction Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity (N62470-26-C-0004).
BAE Systems Information & Electronic Systems Integration Inc., Merrimack, New Hampshire, is awarded a cost-plus-fixed-fee contract for the UnderSea Advantage Block Upgrade (USABU) Future Naval Capability (FNC) program. This contract provides for the development and demonstration of a new, advanced sonar system. BAE Systems, in partnership with Sparton, will achieve this by integrating BAE's new sonar technology into existing sonobuoy components from Sparton. This collaboration will produce a new sonobuoy that has greater capability than the current version, all while fitting into a standard 'A'-size deployment package. The project will conclude with a successful at-sea test, where the prototype will be deployed to collect acoustic data. This effort directly supports the objectives of the Navy's USABU FNC program. Work will be performed in Merrimack, New Hampshire (65%); and DeLeon Springs, Florida (35%). Work is expected to be completed in September 2029. The total cumulative value of this contract, including a 40-month base period, one 12-month option period, and one six-month option period, is $12,562,662. Options, if exercised, are expected to run concurrently with the base period and to finish before the 40-month base period ends. Fiscal 2025 and 2026 research, development, test and evaluation (Navy) funds in the amount of $1,808,283 and $445,000, respectively, are obligated at the time of award. Funds in the amount of $1,808,283 will expire at the end of the current fiscal year. This contract was competitively procured under long range broad agency announcement (BAA) N0001424SB001 entitled "Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology." Since proposals were received throughout the year under the Long-Range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N0001426C2205).
*Small business