U.S. Department of War

05/12/2026 | Press release | Distributed by Public on 05/12/2026 15:42

Contracts for May 12, 2026

NAVY

Naval Information Warfare Center Pacific, San Diego, California, is awarding a $349,393,234 indefinite-delivery/indefinite-quantity, multiple award contract with cost-plus-fixed-fee and cost-no-fee pricing to the following nine companies: Abbott On Call Inc., Vienna, Virginia (N6600126D0055); Astrion Group, LLC, Huntsville, Alabama (N6600126D0056); HII Mission Technologies Corp., McLean, Virginia (N6600126D0057); Mantech Advanced Systems International, Inc., Herndon, Virginia (N6600126D0058); Naval Systems Inc. Lexington Park, Maryland (N6600126D0059); Peraton Inc., Herndon, Virginia (N6600126D0060); Prescient Edge Corp., McLean, Virginia (N6600126D0061); Science Applications International Corp., Reston, Virginia (N6600126D0062); and Serco Inc., Herndon, Virginia (N6600126D0063). Technical support includes specification and design, fabrication, development, integration, assembly, installation, test, evaluation, demonstration, fielding, operations, maintenance, training, logistics, documentation, administration, configuration management, and program management in support of unmanned maritime systems. Work will be performed in San Diego, California (90%); and outside the continental U.S. (10%) The period of performance is May 12, 2026, through May 13, 2034. Awardees will have the opportunity to compete for task orders during the ordering period. No funds will be obligated at the time of award; funds will be obligated on individual order as they are issued. This contract was competitively procured via a Request for Proposal (N6600126R0018) published on the SAM.gov website and the Procurement Integrated Enterprise Environment PIEE Solicitation Module. 21 offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

COLSA Corp., Huntsville, Alabama, is awarded a $59,398,717 indefinite-delivery/indefinite-quantity, cost plus fixed fee contract (N66001-26-D-0006). With a five-year ordering period from May 2026 through May 2031 to provide engineering services supporting development, maintenance, interoperability and operations of the data link tactical tool, gateway systems, and mini-rack systems. Work will be performed at government facilities in San Diego, California (90%) and at contractor's facilities in Huntsville, Alabama (10%). Fiscal 2026 research, development, test and evaluation, Navy funds are obligated at the time of award. Funds in the amount of $10,000 are obligated at the time of award and will not expire at the end of the fiscal year. This contract was awarded as a sole-source acquisition pursuant to 10 U.S. Code 3204(a)(1). Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

AERMOR LLC,* Virginia Beach, Virginia, is being awarded $36,884,782 for a firm-fixed-price, indefinite-delivery/indefinite-quantity contract in support of the Operational Test and Evaluation Force providing the Surface Warfare Division 70 with analytical operational test and evaluation support services. The contract will include a five-year ordering period and a six-month option pursuant to Federal Acquisition Regulation (FAR) 52.217-8 which, if exercised, will bring the total estimated value of the contract to $40,808,795. Work under the contract will only be performed in response to awarded task orders. The specific places of performance for the test and evaluations are unknown at this time as they will be performed in various locations across the U.S.; and overseas locations, based on the needs of Surface Warfare Division 70. The ordering period for the contract is anticipated to begin in May 2026 and continue through May 2031 and if the six-month option period is exercised the ordering period would continue through November 2031. Fiscal 2025 (Navy) research, development, test and evaluation funds in the contract's minimum amount of $2,500 will be obligated at the time of award and will expire September 2026. Subsequent task orders under the resultant contract will be funded with appropriate fiscal research, development, test and evaluation funds and the expiration of those funds will depend on the funds used when the orders are issued. This contract was competitively procured through the System for Award Management website (Sam.gov) with the solicitation posted as a service-disabled veteran-owned small business set-aside that provided for the award of a contract pursuant to FAR Part 15 (Contracting by Negotiation) with two offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Regional Directorate, Norfolk, Virginia, is the contracting activity (N00189-26-D-W003).

Moog Military Aircraft LLC, Elma, New York, is being awarded $25,928,981 for a firm-fixed-price, long-term contract for the repair of components on four bladefold actuators and one power module supporting V-22 Osprey aircraft sustainment. All work will be performed in Torrance, California, and work is expected to be completed by May 2029. No funding is being obligated at time of award. Delivery orders under the resultant contract will be funded with appropriate fiscal year working capital funds (Navy) and those funds will not expire. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-26-D-0007).

Evaltek, Inc.,* Virginia Beach, Virginia, is being awarded $18,315,034 for a firm-fixed-price, indefinite-delivery/indefinite-quantity contract in support of Operational Test and Evaluation Force providing the Expeditionary Warfare Division 80 with analytical operational test and evaluation support services. The contract will include a five-year ordering period and a six-month option pursuant to Federal Acquisition Regulation (FAR) 52.217-8 which, if exercised, will bring the total estimated value of the contract to $21,162,828. Work under the contract will only be performed in response to awarded task orders. The specific places of performance for the test and evaluations are unknown at this time as they will be performed in various locations across the U.S.; and overseas locations, based on the needs of Expeditionary Warfare Division 80. The ordering period for the contract is anticipated to begin in May 2026 and continue through May 2031 and if the six-month option period is exercised the ordering period would continue through November 2031. Fiscal 2025 (Navy) research, development, test and evaluation funds in the contract's minimum amount of $2,500 will be obligated at the time of award and will expire September 2026. Subsequent task orders under the resultant contract will be funded with appropriate fiscal research, development, test and evaluation funds and the expiration of those funds will depend on the funds used when the orders are issued. This contract was competitively procured through the System for Award Management website (Sam.gov) with the solicitation posted as a service-disabled veteran-owned small business set-aside that provided for the award of a contract pursuant to FAR Part 15 (Contracting by Negotiation) with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Regional Directorate, Norfolk, Virginia, is the contracting activity (N00189-26-D-W006).

Forward Slope Inc., San Diego, California, is being awarded a $12,388,535 cost-plus-fixed-fee/cost-reimbursable contract (N0003926CE002) to deliver Command, Control, Communications, and Computers, enterprise services, and cybersecurity capabilities in support of U.S. government international agreements with the Taipei Economic and Cultural Representative Office. The effort will provide Taiwan installation, training, and engineering services in the continental U.S. (CONUS); and Taiwan, to include program management, engineering, technical, integration, installation, test, and training support. 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 $68,065,325. Work will be performed both in the CONUS; and outside the continental U.S., Taiwan and is expected to be completed in April 2027. If options are exercised, work could continue until April 2031. This contract will utilize Foreign Military Sales funding. The contract was competitively procured via Procurement Integrated Enterprise Environment Solicitation Module and System for Award Management (SAM.gov) website with one offer received. The Naval Information Warfare Systems System Command, San Diego, California, is the contracting authority.

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $212,740,680 modification (P00022) to contract W31P4Q-22-D-0022 for PATRIOT Advanced Capability-3 logistics support, missile repair, and launcher repair and return. This modification brings the total cumulative face value of the contract to $875,631,577. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 24, 2027. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Conti Federal Services LLC, Orlando, Florida, was awarded a $36,337,321 firm-fixed-price contract for design-bid-build construction of the B-21 ADD Flight Simulator Phase 2. Work will be performed at Ellsworth Air Force Base, South Dakota, with an estimated completion date of July 21, 2028. Fiscal year 2026 military construction, defense-wide funds in the amount of $36,337,321 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-26-C-A030).

DEFENSE LOGISTICS AGENCY

Point Blank Enterprises, Pompano Beach, Florida, has been awarded a maximum $46,399,554 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the enhanced small arms protective inserts. This was a competitive acquisition with four responses received. This is a three-year contract with no option periods. The ordering period end date is Nov. 12, 2029. Using military services are Army, Air Force, and Marine Corps. Type of appropriation is fiscal 2026 through 2030 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-26-D-0003).

AIR FORCE

Amentum Technology Inc., Tullahoma, Tennessee, has been awarded a $30,000,000 ceiling, requirements type, firm-fixed price contract for the Return Basin Modernization. This contract provides commercial construction services for the replacement of the existing pump assemblies and supporting infrastructure for the Return Basin at Arnold Engineering Development Complex. Work will be performed at Arnold Air Force Base, Tennessee, and is expected to be completed by May 11, 2028. The contract has a two-year ordering period. This award is the result of a successful prototype that was competed under the authority of 10 U.S.C. 4022. No funds are being obligated at the time of award. The Air Force Test Center, Arnold Air Force Base, Tennessee, is the contracting activity (FA9101-26-D-B007).

CORRECTION: The $125,000,000 modification P00176 awarded to Boeing Co., Tukwila, Washington, associated to a previously awarded contract (FA8625-16-C-6599) contract, was incorrectly announced on May 6, 2026. The contract was awarded on May 8th, 2026.

*Small business

U.S. Department of War published this content on May 12, 2026, and is solely responsible for the information contained herein. Distributed via Public Technologies (PUBT), unedited and unaltered, on May 12, 2026 at 21:42 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]