U.S. Department of War

05/07/2026 | Press release | Distributed by Public on 05/07/2026 15:25

Contracts for May 7, 2026

NAVY

General Dynamics Mission Systems Inc., Manassas, Virginia, is awarded a $66,176,980 cost-plus-fixed-fee, and cost only, indefinite-delivery/indefinite-quantity type contract (N66604-26-D-B600) for continued Small Business Innovative Research (SBIR) Phase III development of the Data Acquisition and Retrieval System in support of the Virginia- and Columbia-class test program. This contract includes an ordering period of five years. Work will be performed in Groton, Connecticut (80%); Newport, Rhode Island (10%); Port Canaveral, Florida (5%); and Andros Island, Bahamas (5%), and is expected to be completed by May 2031. Fiscal 2026 shipbuilding and conversion (Navy) funds in the amount of $567,377 (51%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $369,216 (33%); and fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $174,487 (16%), will be obligated on the first task order immediately following award of the basic contract, none of which expire at the end of the current fiscal year. This contract is a SBIR Phase III sole source contract and was not competitively procured on the SAM.gov website, in accordance with 10 U.S. Code 3204(a)(5), as implemented by Federal Acquisition Regulation 6.302-5, authorized or required by statute. Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity.

Huntington Ingalls Industries Unmanned Systems, Pocasset, Massachusetts, is awarded a $36,985,007 firm-fixed-price modification to previously awarded contract (N00024-23-C-6308) to exercise an option for Lionfish Small Unmanned Undersea Vehicle production, support equipment, and ancillary equipment. Work will be performed in Pocasset, Massachusetts (99%); and Hampton, Virginia (1%), and is expected to be completed by May 2027. Fiscal 2025 other procurement (Navy) funds in the amount of $36,985,007 will be obligated at the 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.

SEACORP LLC,* Middletown, Rhode Island, is awarded a $31,953,501 cost-plus-fixed-fee, and cost only, indefinite-delivery/indefinite-quantity type contract (N66604-26-D-C600)for the development of payload control system technology in support of Navy submarines. This contract includes an ordering period of five years. Work will be performed in Middletown, Rhode Island (40%); Newport, Rhode Island (31%); the United Kingdom (4%); Australia (4%); Washington, D.C. (3%); San Diego, California (3%); Pearl Harbor, Hawaii (3%); Groton, Connecticut (3%); Dahlgren, Virginia (1%); Kings Bay, Georgia (1%); Bangor, Washington (1%); Austin, Texas (1%); Denver, Colorado (1%); Laurel, Maryland (1%); Manassas, Virginia (1%); Norfolk, Virginia (1%); and Pittsfield, Massachusetts (1%), and is expected to be completed by May 2031. Fiscal 2026 other procurement (Navy) funds in the amount of $264,917 will be obligated on the first task order immediately following award of the basic contract, which will not expire at the end of the current fiscal year. This contract is a Small Business Innovative Research Phase III sole source contract and was not competitively procured on the SAM.gov website, in accordance with 10 U.S. Code 3204(a)(5), as implemented by Federal Acquisition Regulation 6.302-5, authorized or required by statute. Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is awarded an undefinitized $29,375,000 cost plus fixed fee modification to previously awarded contract (N00024-16-C-2116) for select long lead time material procurement, assembly, and associated production efforts for main turbine generator spares in support of the Gerald R. Ford-class shore-based spares program. Work will be performed in Sykesville, Maryland (67%); Sunnyvale, California (22%); and Cheswick, Pennsylvania (11%), and is expected to be completed by December 2030. Fiscal 2026 shipbuilding and conversion (Navy) funding in the amount of $22,031,248 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.

ICR Inc.,* Aurora, Colorado, is awarded a $16,340,190 cost-plus-fixed-fee order (N6833526F1046) against a previously issued basic ordering agreement (N6833525G0033). This order provides for continued enhancement of workflow application for recording production and targeting history, its deployment of additional combat commands, training of joint targeting circle users, and necessary upgrades to ensure the warfighter is fully equipped and ready for action when required in support of Small Business Innovation Research (SBIR) Phase III effort for Topic AF191-009 entitled, "Pitch Day in Command, Control, Communications, Intelligence, and Network (C3I&N)", for advancing the key enabling technology for the workflow manager. Work will be performed in Chantilly, Virgina (92%); Tampa, Florida (2%); Bellevue, Nebraska (2%); Honolulu, Hawaii (2%); and Ramstein, Germany (2%), and is expected to be completed in May 2027. Fiscal 2026 research, development, test and evaluation (Navy) funds in the amount of $1,920,457 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was competed. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

AIR FORCE

Work Services Corp., Wichita Falls, Texas, has been awarded a $22,499,325 modification (P00014) to a previously awarded contract (FA302023C0007) for food services at Sheppard Air Force Base, Texas. The modification brings the total cumulative face value of the contract to $112,882,694 from $112,035,451. Work will be performed at Sheppard AFB, Texas, and is expected to be completed by June 30, 2027. Fiscal 2026 operation and maintenance funds in the amount of $22,499,325 are being obligated at time of award. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity.

Thomas Instrument Inc., Brookshire, Texas (FA8118-26-D-0031); and Aero Engineering Support Group Inc., Kissimmee, Florida (FA8118-26-D-0032), were awarded a $23,475,173 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the remanufacture of the T-38 Electro-Mechanical Actuator. This contract provides for the remanufacture of the T-38 Electro-Mechanical Actuator which is used to convert electrical energy into controlled rotary motion to operate an aircraft flap system. Work will be performed at Brookshire, Texas; and Kissimmee, Florida, and is expected to be completed by May 6, 2031. These contracts were competitive acquisitions and two offers were received. No funds are being obligated at time of award. The Air Force Sustainment Center Contracting Accessories Section, Tinker Air Force Base, Oklahoma, is the contracting activity.

ARMY

Mirador Enterprises Inc.,* El Paso, Texas, was awarded a $20,000,000 modification (P00004) to contract W911SG-22-D-0004 for minor construction, facility repair, rehabilitation, and alterations. The modification brings the total cumulative face value of the contract to $100,000,000. Work locations and funding will be determined with each order, with an estimated completion date of May 8, 2027. Army 418th Contracting Support Brigade, Fort Bliss, Texas, is the contracting activity.

Breakwater Marine LLC, Farmingdale, New York, was awarded a $12,984,450 firm-fixed-price contract for maintenance dredging of the Hague Basin at the U.S. Merchant Marine Academy, including processing, transporting, and placing dredged material at a contractor furnished, State permitted upland site. Bids were solicited via the internet with five received. Work will be performed in Kings Point, New York, with an estimated completion date of June 19, 2026. Fiscal 2025 Department of Transportation, U.S. Merchant Marine Academy funds in the amount of $12,984,450 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-26-C-A007).

CORRECTION: The $14,988,840 firm-fixed-price contract (W9127N-26-C-A022) announced on May 5, 2026, to Eaton Corp., Raleigh, North Carolina, for the supply of main unit switchgear assemblies, and the development and delivery of associated shop drawings, factory inspections and test reports, was actually awarded on May 6, 2026.

DEFENSE LOGISTICS AGENCY

Melton Sales and Service,* Columbus, New Jersey, has been awarded an estimated $14,419,430 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for chain hoist assemblies. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. The performance completion date is May 7, 2031. Using military service is Army. Type of appropriation is fiscal 2026 through 2031 Army working capital funds. The contracting activity is Defense Logistics Agency Weapons Support, Warren, Michigan (SPRDL1-26-D-0030).

WASHINGTON HEADQUARTERS SERVICES

Suvi Global Services LLC, in Herndon, Virginia, has been awarded a firm-fixed-price and time-and-materials contract (HQ003426FE222) with a value of $11,651,544. The purpose of this contract is to provide information technology support services across all Department of War (DOW) Office of Inspector General (DOW OIG) networks to ensure confidentiality, integrity, and availability to DOW OIG systems and data for all current and future network environments. The support services include the following: basis services, program management services, digital workplace services and support, infrastructure support services, and disaster recovery services. Work will be performed at the OIG, the Mark Center, Alexandria, Virginia. The estimated completion date is May 6, 2031. The total amount of the contract if all options are exercised is $68,058,739. Funds in the amount of $8,812,916, are being obligated at the time of the award. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

*Small business

U.S. Department of War published this content on May 07, 2026, and is solely responsible for the information contained herein. Distributed via Public Technologies (PUBT), unedited and unaltered, on May 07, 2026 at 21:26 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]