U.S. Department of War

12/11/2025 | Press release | Distributed by Public on 12/11/2025 16:16

Contracts For Dec. 11, 2025

NAVY

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $104,623,274 cost-plus-incentive-fee and cost type modification to a previously awarded contract (N00024-23-C-5101) for the production of the Foreign Military Sale (FMS) portions unit of the Solid-State SPY ASEA Radar (SPY-7). This contract involves FMS to the government of Canada. Work will be performed in Moorestown, New Jersey, and is expected to be completed by January 2032. FMS (Canada) funds in the amount of $104,623,274 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements) and 10 U.S. Code 2304(c)(4) (International Agreement). Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Technology Security Associates Inc., California, Maryland, is awarded $82,323,063 cost-plus-fixed-fee, cost indefinite-delivery/indefinite-quantity contract to provide a full range of platform security for the Naval Air Systems Command, Naval Air Warfare Centers, and Commander, Fleet Readiness Centers, to include administrative and acquisition security support; physical, personnel, and information security management; industrial, communications, and operations security, support security manager with the management of security classifications guides, program protection plan and incident response; as well as provide international programs security support to include technology transfer policy, foreign disclosure, export control, foreign visits, foreign partner security assessments, and end use monitoring. Work will be performed in Patuxent River, Maryland (86%); St. Inigoes, Maryland (2%); Orlando, Florida (2%); Jacksonville, Florida (2%); Washington, D.C. (2%); Lakehurst, New Jersey (2%); and various locations within the continental U.S. (4%), and is expected to be complete by December 2030. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competed, and three offers were received. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042126D0007).

Obsidian Global LLC,* Washington, D.C., is being awarded $70,909,090 for a firm-fixed-price, indefinite-delivery/indefinite-quantity contract in support of Naval Information Forces (NAVIFOR) to provide support for the management, support and operation of NAVIFOR's N4 Directorate Programs. This contract includes a five-year ordering period with a six-month option period pursuant to Federal Acquisition Regulation 52.217-8 which, if exercised, will bring the total estimated value of the contract to $78,000,000. Work will be performed only in response to awarded task orders at U.S. government facilities in locations specified in the awarded tasks orders and is anticipated to occur in Suffolk, Virginia (50%); Norfolk, Virginia (15%); Wahiawa, Hawaii (10%); San Diego, California (10%); Panama City, Florida (10%); and various territory sites below one percent (5%) to support Fleet customers, both afloat and ashore, throughout the world. The base ordering period for the contract is expected to be completed by December 2030 and if the option is exercised by June 2031. Fiscal 2025 operations and maintenance (Navy) funds in the contract's minimum guarantee amount of $10,000 will be obligated at the time of award. These funds were preserved and are available for obligation in accordance with 31 U.S. Code 1558. Individual task orders will be subsequently funded with appropriate fiscal year operations and maintenance (Navy) funds at the time of their issuance. This contract was competitively procured through the System for Award Management (sam.gov) as a total small business set-aside requirement with 11 offers received. Naval Supply Systems Command, Fleet Logistics Center Norfolk Fleet Directorate, Norfolk, Virginia, is the contracting activity (N00189-26-D-0001).

JLL-Midnight Sun IFMS LLC, Kotzebue, Alaska, is awarded a $34,605,359 modification to a previously awarded contract (N69450-19-D-1750) for base operations support services. This award brings the total cumulative face value of the contract to $255,089,802. The contract modification exercises option period seven for an additional twelve months of base operations support services under the basic contract. Work will be performed at Naval Air Station Jacksonville, Florida, and is expected to be completed by December 2026. No funds will be obligated at time of award. Fiscal 2026 operations and maintenance (O&M) (Navy); fiscal 2026 Defense health program; fiscal 2026 O&M (Army); and fiscal 2026 O&M (Defense Agencies) contract funds, in the amount of $28,328,446, for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity.

Raytheon Missiles and Defense, Marlborough, Massachusetts, was awarded a $19,981,684 firm-fixed-price modification under previously awarded order (N00024-25-F-5362) for additional AEGIS solid state switch assembly mod kits with on-board assembly spares for Navy guided-missile destroyers. Work will be performed in Andover, Massachusetts (56%); Chesapeake, Virginia (28%); Marlborough, Massachusetts (15%); and Burlington, Massachusetts (1%), and is expected to be completed by September 2029. Fiscal 2026 other procurement (Navy) funds in the amount of $19,981,684 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Dec. 9, 2025)

ARMY

BL Harbert International LLC, Birmingham, Alabama, was awarded a $61,350,000 firm-fixed-price contract to construct an Academic Training Center facility for the F-35 program, supporting multiple countries simultaneously, including all incidental related work. The total cumulative face value of the contract is $62,425,000. Work will be performed in Fort Smith, Arkansas, with an estimated completion date of March 21, 2028. Fiscal 2010 construction, Corps of Engineers, civil funds in the amount of $61,350,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Little Rock District, is the contracting activity (W9127S-26-C-A001).

RENK America LLC, Muskegon, Michigan, was awarded a $17,998,120 modification (P00086) to contract W56HZV-20-C-0124 for the exercise of option quantities supporting the Armored Multi-Purpose Vehicle system, including 65 hydro-mechanically propelled 800-horsepower transmissions with remanufactured transmission containers, 90 transmission control modules, 65 shift towers, 65 YEC cables, and TEC cables. The modification brings the total cumulative face value of the contract to $902,627,390. Work will be performed in Muskegon, Michigan, with an estimated completion date of Dec. 31, 2028. Fiscal 2025 and 2026 procurement of weapons and tracked combat vehicles, Army funds in the combined amount of $17,998,120 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, is the contracting activity.

WRH Inc., South Amana, Iowa, was awarded an $11,575,000 firm-fixed-price contract for design-bid-build construction and repair of Substation A at the Joint Manufacturing Technology Center, Rock Island Arsenal, Illinois. The total cumulative face value of the contract is $12,510,000. Work will be performed in Rock Island, Illinois, with an estimated completion date of October 2, 2027. Fiscal 2025 operation and maintenance, Army funds in the amount of $11,575,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville District, is the contracting activity (W912QR-26-C-A006).

MISSILE DEFENSE AGENCY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a noncompetitive firm-fixed-price and cost-plus-fixed-fee contract modification under a Foreign Military Sales (FMS) Case JA-P-NCO with the Japan Ministry of Defense. The contract modification P00061 to contract HQ0851-21-C-0001 has an estimated value of $52,293,200. The total value of the contract is increased from $1,552,193,993 to $1,604,487,193. Under this contract modification, the contractor will procure material and equipment for the initial outfitting and spares for the Aegis System Equipped Vessel program supporting Japan. The work will be performed in Moorestown, New Jersey. The performance period for this action is from Dec. 11, 2025, through Dec. 31, 2029. FMS funds in the amount of $51,518,358 are being obligated at the time of modification award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

DEFENSE FINANCE AND ACCOUNTING SERVICE

Kearney & Company PC, Alexandria, Virginia, was awarded a fixed-price and labor-hour contract option modification (P00012) dated Nov. 5, 2025, and executed subject to availability of funding due to the government shutdown, for financial statement audit of the U.S. Army Corps of Engineers (USACE) civil works, and the financial statements for the agencies owning the funds sub allotted to USACE military programs for fiscal 2026. The contract has a 12-month base period with four individual one-year option periods with a maximum value of $49,238,991. Work will be performed in Washington, D.C., and other locations inside and outside of the U.S., with an expected completion date of Dec. 31, 2026. This contract is the result of a competitive acquisition for which two quotes were received. Fiscal 2026 Army Corps of Engineer civil works revolving funds in the amount of $9,617,351 are being obligated via Modification P00013. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio is the contracting activity (HQ0423-23-F-0016).

AIR FORCE

Science Applications International Corp., Reston, Virginia, has been awarded a $26,253,706 cost-plus-fixed-fee contract in support of Air Force modeling simulation sustainment support. The Air Force modeling and simulation services support (AFMS3) contract provides comprehensive support to the Department of the Air Force, other Department of Defense entities, and external partner agencies within the joint modeling and simulation community. AFMS3 enables the seamless integration of cross-functional modeling and simulation environments that enhance Warfighter performance and decision-making. Work will be predominantly performed in Orlando, Florida, and if all options are exercised, work is expected to be completed by June 30, 2026. This award is the result of a sole source contract action. Fiscal 2025 operations and maintenance funds in the amount of $3,562,595 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-26-F-0003).

DEFENSE LOGISTICS AGENCY

Bernard Cap LLC,* Hialeah, Florida, has been awarded a maximum $18,857,146 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for green service uniform garrison caps. This was a competitive acquisition with six responses received. This is a five-year contract with no option periods. The ordering period end date is Dec. 10, 2030. Using military service is Army. Type of appropriation is fiscal 2026 through 2031 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-26-D-0015).

AvKARE LLC, Pulaski, Tennessee, has been awarded an estimated $12,915,328 firm-fixed-price requirements contract for telmisartan tablets. This was a competitive acquisition with nine responses received. This is a one-year base contract with four one-year option periods. Locations of performance are Kentucky and New York, with a Dec. 10, 2026, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard, Department of Veterans Affairs, Indian Health Services, Defense Health Agency, and Federal Bureau of Prisons. Type of appropriation is fiscal 2026 through 2027 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D2-26-D-0002).

UPDATE: Eagle Safe Surfaces Colorado Inc.,* Englewood, Colorado (SPE8EC-26-D-0006, $139,000,000), has been added as an awardee to the multiple award contract for snow removal equipment, issued against solicitation SPE8EC-21-R-0008 and awarded Jan. 20, 2023. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small business

U.S. Department of War published this content on December 11, 2025, and is solely responsible for the information contained herein. Distributed via Public Technologies (PUBT), unedited and unaltered, on December 11, 2025 at 22:16 UTC. If you believe the information included in the content is inaccurate or outdated and requires editing or removal, please contact us at [email protected]