U.S. Department of War

01/16/2026 | Press release | Distributed by Public on 01/16/2026 22:23

Contracts for Jan. 16, 2026

NAVY

4 Marine Service LLC,* Guayanilla, Puerto Rico (N00023-25-D-0001); Acquisition Logistics LLC,* Clint, Texas (N00023-25-D-0004); African Contract Solutions Inc.,* Irving, Texas (N00023-25-D-0005); Ahntech Inc.,* Los Altos, California (N00023-25-D-0007); Amentum Services Inc., Chantilly, Virginia (N00023-25-D-0009); Amstability LLC,* Alexandria, Virginia (N00023-25-D-0011); Anglicotech LLC,* Arlington, Virginia (N00023-25-D-0012); Atlantic Diving Supply Inc., Virginia Beach, Virginia (N00023-25-D-0013); Centerra Group LLC, Herndon, Virginia (N00023-25-D-0016); Culmen International LLC, Alexandria, Virginia (N00023-25-D-0019); Da Defense Logistics HQ,* El Paso, Texas (N00023-25-D-0020); Delta Vector USA LLC,* Texas City, Texas (N00023-25-D-0023); Deployed Resources LLC, Rome, New York (N00023-25-D-0025); Elizarov Consulting Group LLC,* Germantown, Maryland (N00023-25-D-0031); GardaWorld Federal Services LLC, Arlington, Virginia (N00023-25-D-0032); Gemini Tech Services,* Willow Park, Texas (N00023-25-D-0034); Greenlight Group LLC,* Destin, Florida (N00023-25-D-0036); Hall Brian* doing business as Brian Hall Properties,* Solana Beach, California (N00023-25-D-0038); Hong Ye Rental & Construction Ltd.,* Saipan, North Mariana Islands (N00023-25-D-0040); CBRE Government & Defense Services, McLean, Virginia (N00023-25-D-0044); KBR Services LLC, Houston, Texas (N00023-25-D-0046); KUOG Corp.,* Huntsville, Alabama (N00023-25-D-0047); KVG LLC , Gettysburg, Pennsylvania (N00023-25-D-0048); Lee Eng & Construction Inc.,* Houston, Texas (N00023-25-D-0049); Logistics Worldwide 365 LLC,* Dallas, Georgia (N00023-25-D-0051); Loyal Source Government Services LLC, Orlando, Florida (N00023-25-D-0052); Lukos LLC, Tampa, Florida (N00023-25-D-0053); Maginot Support Services,* Flower Mound, Texas (N00023-25-D-0054); Marianas Integration LLC,* Saipan, North Mariana Islands (N00023-25-D-0055); MLSUSA Corp., East Longmeadow, Massachusetts (N00023-25-D-0058); Noble Supply & Logistics LLC, Boston, Massachusetts (N00023-25-D-0064); Obera LLC,* Herndon, Virginia (N00023-25-D-0065); Pacific Defense Contracting LLC,* Bangor, Maine (N00023-25-D-0068); Palladium International LLC, Washington, D.C. (N00023-25-D-0069); Red Orange North America Inc.,* Fort Washington, Pennsylvania (N00023-25-D-0073); Relyant Global LLC, Maryville, Tennessee (N00023-25-D-0074); Response AI Solutions LLC,* Great Falls, Virginia (N00023-25-D-0075); RMGS-Berger, a JV LLC, Virginia Beach, Virginia (N00023-25-D-0077); TechTrans International Inc., Houston, Texas (N00023-25-D-0081); Terrestris LLC,* Dumfries, Virginia (N00023-25-D-0082); Trailer Bridge Inc., Jacksonville, Florida (N00023-25-D-0084); US21 Inc., Fairfax, Virginia (N00023-25-D-0085); Vectrus Systems LLC, also known as V2X, Colorado Springs, Colorado (N00023-25-D-0086); Waypoint LLC,* Lead, South Dakota (N00023-25-D-0087); Weston Trolley Co. LLC,* Dearborn, Missouri (N00023-25-D-0088); Active Deployment Systems, San Marcos, Texas (N00023-25-D-0091); Acuity International LLC, Reston, Virginia (N00023-25-D-0092); Apex Site Services,* Waxahachie, Texas (N00023-25-D-0093); Aspen Medical USA,* Washington, D.C. (N00023-25-D-0094); Aspetto Inc.,* Fredericksburg, Virginia (N00023-25-D-0095); Asset Protection & Security Services L.P., Corpus Christi, Texas (N00023-25-D-0096); ATCO Frontec USA, Houston, Texas (N00023-25-D-0097); Beachview Logistics US Inc., Brunswick, Georgia (N00023-25-D-0098); Big Jet LLC,* Pittsburgh, Pennsylvania (N00023-25-D-0099); Bluewater Management Group, Chesapeake, Virginia (N00023-25-D-0100); CFK Services,* Milton, Florida (N00023-25-D-0101); Cherokee Nation Government Solutions LLC,* Tulsa, Oklahoma (N00023-25-D-0102); Continuity Global Solutions, Port Saint Joe, Florida (N00023-25-D-0103); CoreCivic Inc., Brentwood, Tennessee (N00023-25-D-0104); Cotton Commercial USA Inc., Katy, Texas (N00023-25-D-0105); Crisis Response Co. LLC, Southlake, Texas (N00023-25-D-0106); Critical Contingency Solutions LLC,* Wimberley, Texas (N00023-25-D-0107); Disaster Management Group LLC, Jupiter, Florida (N00023-25-D-0108); DKW Communications Inc.,* Washington, D.C. (N00023-25-D-0109); Dynamik Inc.,* San Diego, California (N00023-25-D-0110); Ecology Mir Group LLC,* Fairfax, Virginia (N00023-25-D-0111); EDS Holdco LLC, Lexington, Kentucky (N00023-25-D-0112); EEC-Lukos JV LLC,* Haines City, Florida (N00023-25-D-0113); EFS Ebrex Inc.,* Vienna, Virginia (N00023-25-D-0114); EGA Associates LLC,* Jeannette, Pennsylvania (N00023-25-D-0115); Environmental Chemical Corp., Burlingame, California (N00023-25-D-0116); Environmental Earth-Wise Inc.,* Baytown, Texas (N00023-25-D-0117); GenStrong LLC, Wilmington, North Carolina (N00023-25-D-0118); Gothams LLC, Austin, Texas (N00023-25-D-0119); Hikina 2 Komohana Consulting Inc.,* Boulder, Colorado (N00023-25-D-0120); Industrial Tent Systems LLC, Houston, Texas (N00023-25-D-0121); InnoVis JV LLC,* Washington, D.C. (N00023-25-D-0122); Kastel Enterprises MK LLC,* Mobile, Alabama (N00023-25-D-0123); KTC Solutions LLC, Houston, Texas (N00023-25-D-0125); LEMOINE Disaster Recovery LLC, Lafayette, Louisianna (N00023-25-D-0126); MCS Government Services LLC, Lewisville, Texas (N00023-25-D-0127); Monmouth Solutions Inc.,* Lowell, Massachusetts (N00023-25-D-0128); Octagon Industries Inc.,* San Antonio, Texas (N00023-25-D-0129); Parker Tide LLC,* Washington, D.C. (N00023-25-D-0130); Parsons Government Services Inc., Centreville, Virginia (N00023-25-D-0131); Pegasus Support Services LLC, Woodstock, Georgia (N00023-25-D-0132); Rapid Deployment Inc., Mobile, Alabama (N00023-25-D-0133); Recana Solutions LLC, Houston, Texas (N00023-25-D-0134); Responsive Deployment LLC,* Mckinney, Texas (N00023-25-D-0135); Rockwell American Services Ltd.,* Terrebonne, Oregon (N00023-25-D-0136); Safety & Security International, Greensboro, North Carolina (N00023-25-D-0137); SAKOM Services WI LLC,* Shawano, Wisconsin (N00023-25-D-0138); SK2 LLC,* San Juan, Puerto Rico (N00023-25-D-0139); SLSCO Ltd., Galveston, Texas (N00023-25-D-0140); SOC LLC, Chantilly, Virginia (N00023-25-D-0141); SOS International LLC, Reston, Virginia (N00023-25-D-0142); Target Logistics Management LLC, The Woodlands, Texas (N00023-25-D-0143); Taylors International Services Inc., Lafayette, Louisiana (N00023-25-D-0144); Team Housing Solutions, New Braunfels, Texas (N00023-25-D-0145); Trigent Solutions Inc.,* Chantilly, Virginia (N00023-25-D-0146); Universal Protection Service LP, Conshohocken, Pennsylvania (N00023-25-D-0147); USA Up Star LLC, Greenwood, Indiana (N00023-25-D-0148); Vision Quest Solutions, Inc.,* Hot Springs, South Dakota (N00023-25-D-0149); 701C LLC,* Sterling, Virginia (N00023-25-D-0150); Anovaeon LLC,* San Antonio, Texas (N00023-25-D-0151); Guardian 6 Solutions LLC,* Cedar Hill, Texas (N00023-25-D-0152); KDP Global Enterprises LLC,* Hollywood, Florida (N00023-25-D-0153); ResponseForce1 LLC,* Fort Walton Beach, Florida (N00023-25-D-0154); and Worldwide Employee Housing Solutions,* Seguin, Texas (N00023-25-D-0156), are awarded modifications to increase their base period contract ceiling with the amount of $45,000,000,000 to support worldwide expeditionary multiple award contract (WEXMAC) territorial integrity of the U.S. (TITUS). WEXMAC TITUS will provide supplies and services in support of but not limited to supporting the six phases of the continuum of military operations in support of the geographic Combatant Command's joint operations, coalition partners, and other federal agencies in setting and sustaining the theater through the following requirements: theater opening (includes reception, staging, onward-movement, and integration support; sustainment; theater distribution; and stability operations and Defense Support of Civil Authorities support. The WEXMAC TITUS description of contractual scope provides that services and supplies provided through the performance of this contract include but are not limited to humanitarian assistance/disaster relief, contingency, exercise, lodging, logistics, water-based, and land-based support. The base period began in January 2025 and is expected to be completed by December 2029; if all options are exercised, the performance period will be completed by December 2034. The increased contract ceiling modifications will be incorporated into the contractors' existing base performance period with one five-year option with individual requirements performed under task orders when specific dates and locations are identified. If the option period is exercised, the total estimated contract maximum for each contractor could be $65,000,000,000. Work will be performed in the U.S. and outlying territories outlined in the original contract. Due to the fact that the specific requirements cannot be predicted at this time, more specific information about the percentage and where the work will be performed cannot be currently provided. Due to the minimum guarantee already being fulfilled, no funding will be obligated for these modifications. Additional funds will be obligated at the task order level with the appropriate fiscal year funding as issued by the customers for each area of responsibility. The requirement was competitively procured as full and open competition with 109 offers received. 114 incumbent offerors were found compliant and responsible and will receive modifications to their existing contracts. Naval Supply Systems Command, Mechanicsburg, Pennsylvania, is the contracting activity.

BAE Systems, Maritime Solutions Norfolk, Norfolk, Virginia, was awarded a $204,160,189 firm-fixed-price (FFP) contract action for maintenance, modernization and repair of USS Iwo Jima (LHD 7) fiscal 2026 Selected Restricted Availability (SRA). The scope of this acquisition includes all labor, supervision, equipment, production, testing, facilities, and quality assurance necessary to prepare for and accomplish the Chief of Naval Operations Availability for critical modernization, maintenance, and repair programs. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $255,879,128. Work will be performed in Norfolk, Virginia, and is expected to be completed by February 2028. Fiscal 2026 other procurement, (Navy) funds in the amount of $119,289,270 (58%); fiscal 2026 operations and maintenance, (Navy) funds in the amount of $83,921,516 (41%); fiscal 2025 other procurement, (Navy) funds in the amount of $753,338 (<1%); and navy working capital funds in the amount of $196,065 (<1%), will be obligated at the time of award and $83,921,516 will expire at the end of the current fiscal year. This contract was competitively solicited using full and open competition via the System for Award Management website, with three offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002426C4405).

M&N-BMCD LANT SIOP JV, Norfolk, Virginia, is awarded a $150,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity architect-engineering contract for various projects in support of the Shipyard Infrastructure Optimization Program under the cognizance of Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic. The maximum dollar value, including the base period and four option years, is $150,000,000. Work will be performed at Norfolk Naval Shipyard in Portsmouth, Virginia, and will be completed in January 2031. Fiscal 2024 military construction - design funds in the amount of $10,000 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 qualification packages received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity. (N62470-26-D-0005)

The Sherwin-Williams Co., Cleveland, Ohio, is awarded a $127,500,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract (N3220526D4094) to provide worldwide paints, coatings, solvents, preservation products, and engineering and technical services. The contract will contain one five-year base period. The contract will be performed on a worldwide basis beginning Jan. 15, 2026, and will conclude on Jan 14, 2031. This contract was full and open and solicited via the Government Point of Entry website; two timely proposals were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Prism Maritime LLC,* Chesapeake, Virginia, was awarded a $44,519,078 cost-plus-fixed-fee modification to a previously awarded contract (N6339423C0004) to exercise options providing technical and engineering support services for the Alteration Installation Team. These services include installation, modification, and upgrade for various combat systems of Navy Surface Warfare Center Port Hueneme Division (NSWC PHD). Fiscal 2026 operation maintenance (Navy) funds in the amount of $2,293,641 will be obligated at time of award and does not expire at the end of this fiscal year. Work will be performed at shore sites, land-based test facilities, shipyards, and aboard ships in port or at sea for the Navy, Coast Guard, and Foreign Military Sales locations, which will be specified within the individual technical instructions or delivery and task orders when issued. NSWC PHD, Port Hueneme, California, is the contracting authority. (Awarded Jan. 16, 2026)

CEMS Engineering Inc.,* Summerville, South Carolina, is awarded a $33,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineer design and related services. Work to be performed provides for professional engineering services for the preparation of design-bid-build documents and design-build request for proposals. Work will be performed at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Southeast area of operations and is expected to be completed by January 2031. Fiscal 2026 operations and maintenance, (Navy) funds in the amount of $1,000 will be obligated at time of award on a task order to satisfy the minimum guarantee. Additional funds will be obligated on individual task orders as they are issued. This contract was competitively procured via contract opportunities on Sam.gov, with 14 offers received. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity (N69450-26-D-0008).

Hornbeck Offshore Operators LLC, Covington, Louisiana, is awarded a $5,394,939 firm, fixed-price with pass-through elements (N3220526C1210) for a time charter of one United States (U.S) flag, vessel to provide support submarine sea trails and other fleet mission support services. This contract is for a 183-day base period with one 182-day option period, which if exercised, would bring the cumulative value of this contract to $10,551,545. Work will be performed in Joint Expeditionary Base Little Creek, Virginia Beach, VA with expectation of additional worldwide possibilities. The contract is expected to be completed if all options are exercised by February 2027. The base period is awarded subject to availability of funds. Working capital funds (Navy) in the amount of $5,394,939 will be obligated for fiscal 2026 and will expire at the end of the fiscal year. This contract was competitively procured as full and open competition with proposals solicited via the System Award Management website and 13 proposals were received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Kongsberg Defence and Aerospace, Kongsberg, Norway, is awarded a $9,172,610 firm-fixed-price modification to a previously awarded contract (N00024-25-C-5434) for the definitization and procurement of critical material and crucial production activities in support of the Over-The-Horizon Weapon System. Work will be performed in Kongsberg, Norway (38%); GS't Harde, Netherlands (7%); Schrobenhausen, Germany (6%); Bergen, Norway (5%); Toulouse, France (5%); Raufoss, Norway (5%); Staubø, Norway (4%); Høvik, Norway (2%); Solna, Sweden (2%); Eidsvoll, Norway (2%); Horten, Norway (2%); Chandler, Arizona (2%); Chatou, France (1%); Oslo, Norway (1%); Woodland Hills, California (1%); and various locations, all less than 1% each (17%), and is expected to be completed by September 2030. Fiscal 2025 other procurement (Marine Corps) funds in the amount of $19,742,683 (54%); fiscal 2024 other procurement (Marine Corps) funds in the amount of $4,992,312 (14%); fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $4,461,153 (12%); fiscal 2025 weapons procurement (Navy) funds in the amount of $2,948,389 (8%); fiscal 2024 weapons procurement (Navy) funds in the amount of $2,931,770.00 (8%); and fiscal 2025 other procurement (Navy) funds in the amount of $1,241,378.00 (4%), will be obligated at time of award, and funds in the amount of $12,385,285 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

DEFENSE MICROELECTRONICS ACTIVITY

The Boeing Co., St. Louis, Missouri (HQ072726DE007), is being awarded a firm-fixed-price and cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. The contract shares a programmatic ceiling of $25,357,000,000. This multiple award contract has a base ordering period of five years with two option periods, three years and two years respectively, to establish a 10-year ordering period for the Defense Microelectronics Activity (DMEA) Advanced Technology Support Program. Fiscal 2026 funds in the amount $5,000 are being obligated at the time of award on the initial Task Order. The Advanced Technology Support Program V contract procures engineering development that rapidly fields emerging technologies, quickly closes capability gaps and keeps the Department of Defense ahead of electronics obsolescence issues. This multiple award contract was competitively procured with 17 offers received. Work locations and funding will be determined with each order. DMEA McClellan, California, is the contracting activity.

Lockheed Martin Corp., Owego, New York (HQ072726DE001); and BAE Systems, Nashua, New Hampshire (HQ072726DE002), are each being awarded a firm-fixed-price and cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This multiple award contract has a base ordering period of five years with two option periods, three years and two years respectively, to establish a 10-year ordering period for the Defense Microelectronics Activity (DMEA) Advanced Technology Support Program. The contracts share a programmatic ceiling of $25,357,000,000. Fiscal 2026 funds in the amount $5,000 per task order, for a total of $10,000, are being obligated at the time of award. The Advanced Technology Support Program V contract procures engineering development that rapidly fields emerging technologies, quickly closes capability gaps and keeps the Department of Defense ahead of electronics obsolescence issues. This multiple award contract was competitively procured with 17 offers received. Work locations and funding will be determined with each order. DMEA McClellan, California, is the contracting activity.

ARMY

The Boeing Co., Ridley Park, Pennsylvania, was awarded a $118,847,877 modification (P00001) to contract W58RGZ-26-C-0003 for aircraft maintenance, training devices, training conducts, and non-recurring engineering efforts. The modification brings the total cumulative face value of the contract to $95,270,007. Work will be performed in Ridley Park, Pennsylvania, with an estimated completion date of Nov. 30, 2030. Fiscal 2026 Foreign Military Sales (Germany) funds in the amount of $118,847,877 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded an $18,135,000 firm-fixed-price contract for construction services, including furnishing personnel, transportation, mobilization and demobilization, equipment and materials required in connection with maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Brunswick, Georgia, with an estimated completion date of Oct. 31, 2026. Fiscal 2026 civil construction funds in the amount of $18,135,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah District, is the contracting activity (W912HN-26-C-A010).

AIR FORCE

Lockheed Martin Rotary and Mission Systems, Liverpool, New York, has been awarded a $68,514,158 modification (P00075) under a previously awarded contract (FA8730-21-C-0022) for the Three-Dimensional Expeditionary Long-Range Radar. This modification provides for an option exercise to produce three radar systems, and associated production management, travel and other direct costs under the basic contract. The modification brings the total cumulative face value of the contract to $554,062,251 from $485,548,093. The location of performance is Liverpool, New York. The work is expected to be completed by March 16, 2027. Fiscal 2026 other procurement funds in the amount of $68,514,158 are being obligated at time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

L3Harris Technologies Integrated Systems L.P., Greenville, Texas, has been awarded a $13,076,940 firm-fixed-price contract modification (P00001) to previously awarded contract FA8620-25-F-B045 for project management and engineering technical services in support of the development, delivery and sustainment of aircraft and ground stations. The modification brings the total cumulative face value of the contract to $25,025,212 from $11,948,272. Work will be performed in Greenville, Texas, and is expected to be completed by Dec. 31, 2026. This contract involves Foreign Military Sales (FMS). FMS funds in the amount of $13,076,940 are being obligated at time of award. The 645th Aeronautical Engineering Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

DEFENSE FINANCE AND ACCOUNTING SERVICE

FEDITC LLC,** Rockville, Maryland (GS35F0269W, HQ042326FE022), is awarded a $64,147,277 firm-fixed-price task order for enterprise services labor initiative. This task order provides support services across the Defense Finance and Accounting Services (DFAS) technical infrastructure for program and project management, infrastructure and cloud engineering support, security infrastructure operations, teleservices, cybersecurity service provider analysis and security infrastructure support, and cybersecurity compliance and information assurance support. Work will be performed at various DFAS locations with an expected completion date of Jan. 31, 2031. Fiscal 2026 operations and maintenance funds in the amount of $12,088,734 are being obligated at the time of award. This was a competitive acquisition, and four responses were received. The DFAS Contract Services Directorate, Columbus, Ohio, is the contracting activity.

DEFENSE LOGISTICS AGENCY

General Electric Co., Lynn, Massachusetts, has been awarded a maximum $43,780,864 modification (P00038) to a five-year base contract (SPE4AX-21-D-9413) with one five-year option period adding F110 front frames. This is a fixed-price with price redetermination, requirements contract. Location of performance is Ohio, with a Dec. 31, 2029, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2026 defense working capital funds. The contracting activity is Defense Logistics Agency Weapons Support, Richmond, Virginia.

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

KPMG LLP, McLean, Virginia, has been awarded a $13,727,012 firm-fixed-price contract for continued Defense Counterintelligence and Security Agency (DCSA) financial management transformation support services. This contract provides for continued modernization and transformation of the DCSA Office of the Chief Financial Officer to align to the Department of War Financial Management Strategic Plan and implementation of the Planning, Programming, Budgeting, and Execution Commission Reform Findings and Implementation Plan. Work will be performed at the contractor site in Tysons Corner, Virginia (98%); Nashville, Tennessee (1%); and Baltimore, Maryland (1%), with an estimated completion date of Jan. 19, 2028. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) and Federal Acquisition Regulation 6.302-1 (only one responsible source and no other supplies or services will satisfy agency requirements). Fiscal 2026 defense working capital; and operations and maintenance funds, in the amount of $12,583,094 were obligated at the time of award. DCSA, Quantico, Virginia, is the contracting activity (HS0021-26-C-E003).

DEFENSE HEALTH AGENCY

CareSource Military & Veterans Co., Dayton, Ohio, was awarded a modification for Option Period One of a previously announced contract (HT9402-25-C-0002) with a value of $13,389,182 for delivering the TRICARE managed care support services in the Tampa, Florida, location. Fiscal 2026 funds are partially being obligated at the time of award. This action awards the requirement for the TRICARE Competitive Plans Demonstration project under which the contractor will offer the TRICARE Prime benefit to eligible beneficiaries in the Tampa area, who will choose between receiving the benefit from CareSource or from the regional TRICARE managed care support contractor. Services provided include health care services, claims processing, and associated customer support. The contract was issued as a result of a competitive solicitation. The period of performance is Jan. 1, 2026, to Dec. 31, 2026. The Defense Health Agency, Managed Care Contracting Division, Aurora, Colorado, is the contracting activity. (Awarded Nov. 24, 2025)

CareSource Military & Veterans Co., Dayton, Ohio, was awarded a modification for Option Period One of a previously announced contract action (HT9402-25-C-0001) with a value of $11,867,649 for delivering TRICARE managed care support services in the Atlanta, Georgia, location. Fiscal 2026 funds are partially being obligated at the time of award. This action awarded the requirement for the TRICARE Competitive Plans Demonstration project under which the contractor will offer the TRICARE Prime benefit to eligible beneficiaries in the Atlanta area, who will choose between receiving the benefit from CareSource or from the regional TRICARE managed care support contractor. Services provided include health care services, claims processing, and associated customer support. The contract was issued as a result of a competitive solicitation. The period of performance is Jan. 1, 2026, to Dec. 31, 2026. The Defense Health Agency, Managed Care Contracting Division, Aurora, Colorado, is the contracting activity. (Awarded Nov. 24, 2025)

*Small business
**An other than small business

U.S. Department of War published this content on January 16, 2026, and is solely responsible for the information contained herein. Distributed via Public Technologies (PUBT), unedited and unaltered, on January 17, 2026 at 04:23 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]