03/30/2026 | Press release | Distributed by Public on 03/30/2026 15:36
NAVY
RTX Corp., East Hartford, Connecticut, is awarded a $3,813,591,875 modification (P00013) to a cost-plus-incentive-fee, fixed-price incentive undefinitized contract (N0001923C0030). This modification definitizes Lot 18 F135 propulsion system production, as well as provides for the production of F135 propulsion systems in support of lot 19 F-35 aircraft production for the Joint Strike Fighter program for the Air Force, Marine Corps, Navy, F-35 Cooperative Program Partners, and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (17%); Indianapolis, Indiana (10%); Middletown, Connecticut (8%); Kent, Washington (7%); North Berwick, Maine (4%); El Cajon, California (3%); Cromwell, Connecticut (3%); Whitehall, Michigan (3%); Portland, Oregon (2%); San Diego, California (2%); South Bend, Indiana (2%); Columbus, Georgia (1%); Hampton, Virginia (1%); Manchester, Connecticut (1%); Cheshire, Connecticut (1%); Elmwood Park, New Jersey (1%); various locations within the continental U.S. (27%); and various locations outside the continental U.S. (7%), and is expected to be completed in March 2028. Fiscal 2024 aircraft procurement (Navy) funding in the amount of $224,247,042; fiscal 2024 aircraft procurement (Air Force) funding in the amount of $206,647,419; fiscal 2025 aircraft procurement (Navy) funding in the amount of $800,283,358; fiscal 2025 aircraft procurement (Air Force) funding in the amount of $730,249,239; F-35 cooperative program partner funds in the amount of $383,896,514; and FMS funds in the amount $1,468,268,302, will be obligated at the time of award, $430,894,461 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.
CAE USA Inc., Tampa, Florida (N6134022D100-1P00005); BGI-Aero Simulation Inc. (ASI) JV LLC, Mount Pleasant, South Carolina (N6134022D1002 P00005); Valiant Global Defense Services Inc., Herndon, Virginia (N6134022D1003-P00005); Delaware Resource Group of Oklahoma LLC, Oklahoma City, Oklahoma (N6134022D1004-P00007); Fidelity Technologies Corp., Reading, Pennsylvania (N6134022D1005); FlightSafety Defense Corp., Fort Worth, Texas (N6134022D1006 P00005); LB&B Associates Inc., Columbia, Maryland (N6134022D1007-P00005); Engineering Support Personnel Inc.,* Orlando, Florida (N6134022D2001-P00005); and LTSS JV,* Minot, North Dakota (N6134022D2002-P00007), are awarded modification to a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with the estimated aggregate ceiling of the modifications being $1,200,000,000, increasing the total contract ceiling from $1,310,000,000 to $2,510,000,000. These modifications increase the aggregate ceiling of the contracts to provide continued sustainment services and training requirements in support of fielded training systems to include, training simulator contractor operation and maintenance services and contractor instructional services, with minor training simulator modifications, training simulator relocations, training systems management, in-service engineering office support, spares and product support, and other related support services performed ancillary to contractor operation and maintenance services and contractor instructional services for the Naval Air Warfare Center Training Systems Division. Companies have an opportunity to compete for individual orders. Percentages for work performed at each location is unknown until award of task orders under this contract, however work will be performed at Navy installations in Mayport, Florida; Norfolk, Virginia; Jacksonville, Florida; Whidbey Island, Washington; Key West, Florida; Fallon, Nevada; Pensacola, Florida; Lakehurst, New Jersey; New Orleans, Louisiana; Ft. Worth, Texas; Naval Submarine Base New London Groton, Connecticut; and Marine Corps Air Station Cherry Point, North Carolina, and is expected to be completed in August 2027. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The original contracts were competed. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.
Hexagon US Federal Inc., Huntsville, Alabama, is awarded a $34,732,868 firm-fixed-price modification (P00030) to previously awarded firm-fixed-price contract (M67854-23-C-4902) for sustainment of the Consolidated Emergency Response System (CERS) to provide hardware, software, and services to sustain and maintain CERS at Marine Corps installations. The total cumulative face value of this contract is $34,732,868. The contract modification is to exercise Option Year Three, 12-month period for the sustainment of the existing CERS. Work will be performed at Iwakuni, Japan (8.8%); Cherry Point, North Carolina (7.6%); Quantico, Virginia (7.6%); Camp Butler, Okinawa, Japan (7.6%); Beaufort, South Carolina (7.6%); Parris Island, South Carolina (7.6%); Albany, Georgia (7.6%); Camp Pendleton, California (7.6%); Barstow, California (7.6%); 29 Palms, California (7.6%); Miramar, Florida (7.6%); Camp Lejeune, North Carolina (7.6%); and Yuma, Arizona (7.6%), with an expected completion date of March 31, 2027. Fiscal 2026 operations and maintenance (Marine Corps) funds in the amount of $9,854,274 are obligated at time of award. Contract funds in the amount of $9,854,274 will expire at the end of the current fiscal year. This procurement is a sole source award to a large business in accordance with Federal Acquisition Regulation 6.302-1, authorized or required by statue. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.
Kittery Water District, Kittery, Maine is awarded a $25,000,000 firm-fixed-price contract for water services at Portsmouth Naval Shipyard. Work will be performed on the Portsmouth Naval Shipyard, Kittery Maine, and is expected to be completed by March 22, 2036. Operation and maintenance, (Navy) contract funds will be obligated annually. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N4008526C0001).
Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $18,789,439 cost-plus-fixed-fee order (N0001926F0002) against a previously issued basic ordering agreement (N0001922G0002). This order provides continued flight test support for all test activities for the MV-22, CMV-22, CV-22 in support of the Marine Corps, Air Force, Navy, U.S. Special Operations Command and the government of Japan. Work will be performed in Patuxent River, Maryland (55%); Ridley Park, Pennsylvania (22%); Fort Worth, Texas (17%); and Hurlburt Field, Florida (6%), and is expected to be completed in January 2031. Fiscal 2024 procurement (Defense Wide) funds in the amount of $272,330; fiscal 2025 procurement (Defense Wide) funds in the amount of $472,805; fiscal 2026 aircraft procurement (Navy) funds in the amount of $5,105,291; fiscal 2026 research, development, test and evaluation (Navy) funds in the amount of $7,660,086; fiscal 2026 aircraft procurement (Air Force) funds in the amount of $1,305,549; fiscal 2026 research, development, test and evaluation (Defense Wide) funds in the amount of $10,000; and Foreign Military Sales funds in the amount of $1,375,495, will be obligated at the time of award, $272,330 of which will expire at the end of the current fiscal year. This order was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
ARMY
BL Harbert International LLC, Birmingham, Alabama, was awarded a firm-fixed-price contract for construction of new Unaccompanied Enlisted Personnel Housing barracks. The amount of this action is $124,752,752. Bids were solicited via the internet with five received. Work will be performed in Fort Stewart, Georgia, with an estimated completion date of April 5, 2029. Fiscal 2026 military construction, Army funds in the amount of $124,752,752 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah District, is the contracting activity (W912HN-26-C-A022).
Honeywell International Inc., Phoenix, Arizona, was awarded a $45,033,279 modification (P00023) to contract W56HZV-20-D-0062 for Program Seven Year Engineering Work Directives, including development and qualification of the J8 digital electronic control unit for the Total InterGrated Engine Revitalization Program supporting the automotive gas turbine 1500 engine in the Abrams family of vehicles. The modification brings the total cumulative face value of the contract to $2,734,033,279. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2029. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.
Range Generation Next LLC, Sterling, Virginia, was awarded a $14,096,052 modification (P00035) to contract W9113M-23-C-0062 for Reagan Test Site support in support of the Kwajalein Islands. The modification brings the total cumulative face value of the contract to $546,696,690. Work will be performed in Huntsville, Alabama, with an estimated completion date of Oct. 1, 2028. Fiscal 2026 research, development, test and evaluation, Army funds in the amount of $14,096,052 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
U.S. TRANSPORTATION COMMAND
RTX BBN Technologies Inc., Cambridge, Massachusetts (HTC71126DE125), was awarded an indefinite-delivery/indefinite-quantity contract with a total cumulative face value of $125,000,000. This contract provides a suite of tools for development and sustainment of complex simulation and optimization modeling environments supporting analysis of the Joint Deployment and Distribution Enterprise. Work will be performed at the contractor's facility. The performance period is from April 1, 2026, to March 31, 2031. Working capital funds (Transportation) for fiscal 2026 will be obligated for individual task orders. The contracting activity is U.S. Transportation Command, Scott Air Force Base, Illinois.
AIR FORCE
Booz Allen Hamilton, McLean, Virginia, was awarded a ceiling $81,500,000 requirements type, firm-fixed-price contract for a the J5 Lead System Design Integrator services. This contract provides commercial engineering services for the design, development, and integration of technically complex systems in support of the Hypersonic Test Capability Improvement project at Arnold Engineering Development Complex. Work will be performed at Arnold Air Force Base, Tennessee; and McLean, Virginia, and is expected to be completed by March 2034. This contract was a sole source acquisition. No funds are being obligated at the time of award. The Air Force Test Center, Arnold AFB, Tennessee, is the contracting activity (FA9101-26-D-B004).
L3 Harris, Greenville, Texas, was awarded a not-to-exceed $77,086,927 firm-fixed-price undefinitized contracting action for global communication connectivity for U.S. senior leaders on the operational support airlift and the Executive Airlift Aircraft Combined Commercial Satellite Communications (COMSATCOM) services contract. This contract provides for multi-orbit, multi-frequency band airborne COMSATCOM services for fixed-wing and rotary-wing aircraft, with common terrestrial connectivity, customer support, and ancillary services, fully integrating multiple communications systems' control under a full featured "single pane of glass" graphic user interface in support of global communications connectivity for U.S. Senior Leaders. Work will be performed globally and is expected to be completed by October 31, 2028. This contract was a sole source acquisition. Fiscal 2026 operations and maintenance funds in the amount of $37,772,593 are being obligated at time of award. The Space Systems Command Commercial Space Office, Chantilly, Virginia, is the contracting activity (FA254126CB014).
Lockheed Martin Rotary Mission Systems, Stratford, Connecticut, has been awarded a $53,345,350 modification (P00362) to previously awarded contract FA862914C2403 for interim contractor support. The modification brings the total cumulative face value of the contract to $6,450,545,515 from $6,427,118,822. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be completed by September 31, 2027. Fiscal 2026 aircraft procurement funds in the amount of $23,426,693 are being obligated at time of award. The Air Force Life Cycle Management Center Helicopter Division, Wright Patterson AFB, Ohio, is the contracting activity.
Sierra Nevada Co. LLC, Englewood, Colorado, has been awarded a $20,082,388 cost-plus-fixed-fee and cost reimbursement modification (P00031) to the previously awarded contract FA2834-24-C-B002 for the Survivable Airborne Operations Center. The modification brings the total cumulative face value of the contract to $13,100,973,035 from $13,080,890,647. Work will be performed at Englewood, Colorado, and is expected to be completed by Nov. 30, 2026. Fiscal 2026 research, development, test and evaluation funds in the amount of $20,082,388 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Bedford, Massachusetts, is the contracting activity.
Inversion Space Co., San Francisco, California, was awarded a $18,973,049 firm fixed price contract for the point-to-point transportation program. This contract provides for the development, testing and demonstration of the arc re-entry vehicle for in-space and point-to-point operations. Work will be performed at Los Angeles, California, and is expected to be completed by June 30, 2028. This contract was a sole source acquisition. Fiscal 2025 research, development, test and evaluation funds in the amount of $5,500,000; and fiscal 2026 research, development, test and evaluation funds in the amount of $2,500,000, are being obligated at time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2385-26-C-B001).
Serco Inc., Herndon, Virginia, has been awarded a $9,280,904 modification (P00045) to previously awarded firm-fixed-price contract FA2517-20-C-0003 for operations and maintenance support for the Ground-based Electro-optical Deep Space Surveillance System. The modification brings the total cumulative face value of the contract to $58,861,469 from $49,580,565. Work will be performed at Socorro, New Mexico; Diego Garcia, British Indian Ocean Territory; and Maui, Hawaii, and is expected to be completed by April 30, 2027. Fiscal 2026 operations and maintenance funds in the amount of $9,280,904 are being obligated at time of award. The U.S. Space Force Combat Forces Command, Space Acquisition and Integration Office, Peterson Space Force Base, Colorado, is the contracting activity.
*Small business