U.S. Department of War

04/01/2026 | Press release | Distributed by Public on 04/01/2026 15:23

Contracts for April 1, 2026

AIR FORCE

Tyto Government Solutions Inc., Reston, Virginia, was awarded a $51,384,801,016 firm-fixed-price contract for Cyber Transport Systems sustainment. This contract provides for mission critical infrastructure and delivers responsive, technical, and engineering services under the previously mentioned contract. Work will be performed at various bases and sites across the U.S. and is expected to be completed by March 30, 2031. This contract was a competitive acquisition and two offers were received. Fiscal 2026 operations and maintenance funds in the amount of $1,642,046 are being obligated at the time of the award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8218-26-F-B001). (Awarded March 30, 2026).

The Boeing Co., St. Louis, Missouri, was awarded a ceiling $900,000,000 program indefinite-delivery/indefinite-quantity contract for T-38 Avionics sustainment and support. This contract provides for total life cycle support for the T-38C Avionics System, ensuring the system remains current, airworthy, and capable of meeting mission requirements. Work will be performed at Columbus Air Force Base, Mississippi; Laughlin AFB, Texas; Joint Base San Antonio-Randolph Air Force Base, Texas; Sheppard AFB, Texas; Vance AFB, Oklahoma; Holloman AFB, New Mexico; Edwards AFB, California; Patuxent River, Maryland; and St. Louis, Missouri, and is expected to be completed by March 31, 2036. This contract was a competitive acquisition and one offer was received. Fiscal 2026 operations and maintenance funds in the amount of $56,199,728are being obligated at the time of award. The Air Force Life Cycle Management Center, Legacy Training Aircraft Division, Hill AFB, Utah, is the contracting activity (FA8220-26-D-B002). (Awarded March 31, 2026).

LMI Consulting LLC, Tysons, Virginia, was awarded a $100,000,000 small business innovation research Phase III indefinite-delivery/indefinite-quantity contract for product integration for lifecycle logistics and readiness sustainment support. This contract provides for the modernization and unification of support execution, integrating product support, lifecycle logistics, digital transformation, and readiness sustainment. Work will be performed at Tysons, Virginia, and is expected to be completed by March 31, 2031. This contract was a sole source acquisition. No funds are being obligated at time of award. The Space Systems Command, Peterson Space Force Base, Colorado, is the contracting activity. (FA8821-26-D-B001).

Raytheon, Aurora, Colorado, has been awarded a $45,397,968 unpriced change order (P00490) to the previously awarded contract FA8807-10-C-0001 for the Global Positioning System Next Generation Operational Control System. The modification brings the total cumulative face value of the contract to $4,589,863,136 from $4,544,465,168. Work will be performed at various locations and is expected to be completed by March 31, 2027. Fiscal 2026 research, development, test and evaluation funds in the amount of $9,000,000 are being obligated at time of award. The Space Systems Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity. (Awarded March 31, 2026).

LATA-CTI Environmental Services, Albuquerque, New Mexico, has been awarded a ceiling $15,769,013 modification (P0004) to previously awarded contract FA8903-20-D-0004 for comprehensive environmental construction and optimization services designed to achieve or accelerate response complete and site closeout in a cost-effective manner. The modification brings the total cumulative ceiling to $75,769,013 from $60,000,000. Work will be performed at Rantoul, Illinois; Milwaukee, Wisconsin; Kettering, Ohio; Columbus, Ohio; Heath, Ohio; Kansas City, Missouri; Marquette, Michigan; Oscoda, Michigan and is expected to be completed by Sept. 23, 2030. No funds are being obligated at time of award. The Air Force Installation Contracting Center, 772d Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity. (Awarded March 30, 2026).

Advanced Concepts Enterprises Inc., Shalimar, Florida, has been awarded a $12,585,240 modification (P00049) to previously awarded contract FA4890-20-C-0013 for the C2 contract academic training and courseware development. The modification brings the total cumulative face value of the contract to $61,510,757 from $48,925,517. Work will be performed at Robins Air Force Base, Georgia; Luke Air Force Base, Arizona; Rome, New York; Joint Base Lewis-McChord, Washington; Hill AFB, Utah; Mountain Home AFB, Idaho; Tinker AFB, Oklahoma; Aviano Air Base, Italy; Fort Hood, Texas; Fort Bliss, Texas; Fort Drum, New York; Fort Riley, Kansas; Fort Carson, Colorado; Fort Bragg, North Carolina; Fort Stewart, Georgia; Fort Campbell, Tennessee; Nellis AFB, Nevada; and Camp Bullis, Texas, and is expected to be completed by April 30, 2027. Fiscal 2026 operations and maintenance funds in the amount of $12,585,240 are being obligated at the time of award. The Air Combat Command Acquisition Management and Integration Center, Hampton, Virginia, is the contracting activity.

ARMY

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, was awarded a $145,830,000 firm-fixed-price contract for the production of 155mm M776 cannon tubes in support of the M777A2 155mm howitzer. This total cumulative face value is $462,770,000. 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 March 31, 2031. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-26-D-0006).

AECOM Technical Services Inc., Los Angeles, California (W91278-26-D-A002); Stanley Consultants Inc., Muscatine, Iowa (W91278-26-D-A003); Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri (W91278-26-D-A004); Jacobs Government Services Co., Arlington, Virginia (W91278-26-D-A005); CEMS Engineering Inc., Summerville, South Carolina (W91278-26-D-A006); HDR Engineering Inc., Omaha, Nebraska (W91278-26-D-A007); CDM Federal Programs Corp., Fairfax, Virginia (W91278-26-D-A008); Baskerville-Donovan Inc., Mobile, Alabama (W9127826-D-A009); and Stantec GS Inc., Charlottesville, Virginia (W91278-26-D-A010), will compete for each order of the $49,000,000 firm-fixed-price contract for architect-engineer services to support the U.S. Army Corps of Engineers, South Atlantic Division, Mobile District, Horizontal Design Program. The total cumulative face value is $49,000,000. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2031. The U.S. Army Corps of Engineers, Mobile District, is the contracting activity.

Bluestone Environmental Group Inc., Malvern, Pennsylvania (W912DW-26-D-A014); ERG-Terracon JV LLC, Baltimore, Maryland (W912DW-26-D-A015); Gulf South Research Corp.,* Baton Rouge, Louisiana (W912DW-26-D-A016); Harris Environmental Group Inc., Tucson, Arizona (W912DW-26-D-A017); and Stell Environmental Enterprises Inc., Mountlake Terrace, Washington (W912DW-26-D-A018), will compete for each order of the $45,000,000 firm-fixed-price contract for environmental consulting services for U.S. Army Corps of Engineers projects primarily within the Seattle District, with availability for use throughout the Northwestern Division. The total cumulative face value is $45,000,000. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2029. The U.S. Army Corps of Engineers, Seattle District, is the contracting activity.

Colt's Manufacturing Co. LLC, West Hartford, Connecticut, was awarded a $40,863,564 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production of M4/M4A1 carbines for Foreign Military Sales to Bosnia and Herzegovina, Iraq, Macedonia, and Tunisia. This total cumulative face value is $40,863,564. 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 March 31, 2031. Army Contracting Command, Newark, New Jersey. is the contracting activity (W15QKN-26-D-A008).

Seaside Engineering & Surveying LLC,* Baker, Florida, was awarded a $10,132,744 firm-fixed-price contract for land boundary surveys for Group "A" Del Rio Texas Sector-1, Del Rio Texas Sector-2, Maverick County, Laredo Section-Zapata County, and Big Bend Texas Section-Presidio County, Texas, in support of interagency and international service projects, primarily for the Department of Homeland Security and Customs and Border Protection. Bids were solicited via the internet with one received. Work will be performed in Del Rio, Texas, with an estimated completion date of Oct. 1, 2027. Fiscal 2025 Corps of Engineers, Civil construction funds in the amount of $10,132,744 were obligated at the time of the award. The U.S. Army Corps of Engineers, Fort Worth District, is the contracting activity (W9126G-26-C-A010).

CORRECTION: The $14,096,052 modification (P00035) contract (W9113M-23-C-0062) announced on March 30, 2026, to Range Generation Next LLC, Sterling, Virginia, for Reagan Test Site support in support of Kwajalein Islands, was actually awarded on March 31, 2026.

NAVY

Bird-Johnson Propeller Co. LLC, Walpole, Massachusetts (N3220526D1001); and Kongsberg Maritime Inc., Houston, Texas (N3220526D1002), are each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The shared ceiling for both is $49,000,000. These contracts provide for long-standing, recurring requirements covering a broad range of propulsion systems, steering gear, engines, and associated parts service and supply in support of the following, but not limited to, MSC class vessels: T-AKE (dry cargo/ammunition); T-AO (fleet replenishment oiler); T-AKR (large, medium-speed roll-on/roll-off); T-ESB (expeditionary sea base), and T-ESD (expeditionary sea dock). The government is contracting not only for specific original equipment manufacturer products, but also for delivery and service within specific time constraints as defined by the contract. The contract contains a five-year ordering period and one six-month option. The contract will be performed on a worldwide basis beginning April 1, 2026, and will conclude on Sept. 30, 2031, if option is exercised. No funding is being obligated, as this is an indefinite-delivery/indefinite-quantity contract, where funding is obligated at the order level. Funding for the fiscal year in which orders are placed will be utilized at that time. This contract was procured utilizing other than full and open competition, solicited via the Government Point of Entry website; two offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

American Bureau of Shipping (ABS), Spring, Texas, was awarded a $21,562,923 modification under a previously awarded firm-fixed-price contract (N3220522C4029) to exercise a one-year option period (P00029) for the continued regulatory service to survey and audit ships. The contract also conducts plan reviews to verify, confirm, and document that U.S. government vessels owned by Military Sealift Command are maintained in class or can be placed in class with the ABS. Work will be performed worldwide and is expected to be completed by March 31, 2027. This contract includes one 12-month base period and four 12-month option periods which, if exercised, would bring the cumulative value of this contract to $98,385,173. Working capital funds (Navy) in the amount of $3,000,000; and fiscal 2026 operations and maintenance (Navy) funds in the amount of $3,078,013, were obligated upon the exercise of this option. The remaining amount of $15,484,910 will be incrementally funded as funding becomes available in accordance with Defense Federal Acquisition Regulation Supplement 252.232-7007, Limitation of Government's Obligation. Fiscal 2026 funding in the amount of $3,921,987 will be obligated no later than quarter four; and fiscal 2027 funding in the amount of $11,562,923, will be obligated no later than quarter two. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

*Small business

U.S. Department of War published this content on April 01, 2026, and is solely responsible for the information contained herein. Distributed via Public Technologies (PUBT), unedited and unaltered, on April 01, 2026 at 21:24 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]