Contracts for March 13, 2026 > U.S. Department of War > Contract
ARMY
Anduril Industries Inc., Costa Mesa, California, was awarded a firm-fixed-price contract with a cumulative total of $20,000,000,000 to consolidate current and future commercial solutions—including the proprietary, open-architecture, AI-enabled Lattice suite, integrated hardware, data, computer infrastructure, and technical support services—into a unified, mission-ready capability supporting the Army’s evolving operational and business needs. Work locations and funding will be determined with each order, with an estimated completion date of March 12, 2036. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W9128Z-26-D-A001).
BHDG-Stanley JV,* Marion, Illinois, (W91248-26-D-A001); CEMS Engineering Inc.,* Summerville, South Carolina, (W91248-26-D-A002); GMHill Baker JV LLC,* Jacksonville, Florida, (W91248-26-D-A003); Raymond Pond Federal Solution JV LLC,* Conyers, Georgia, (W91248-26-D-A004); and SBCC-RS&H Joint Venture LLC,* Jacksonville, Florida, (W91248-26-D-A005), were awarded a $249,500,000 order-dependent contract for architect – engineering design services for planning and design of facilities and infrastructure in the Southeast Region. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2036. U.S. Army 419th Contracting Support Brigade, Fort Campbell, Kentucky, is the contracting activity.
AEC Emersion JV,* Columbus, Ohio, (W91248-26-D-A010); BHDG-Stanley JV,* Marion, Illinois (W91248-26-D-A011); G.M. Hill Baker JV LLC,* Jacksonville, Florida, (W91248-26-D-A012); Kenneth Hahn Architects Inc.,* Omaha, Nebraska, (W91248-26-D-A013); Tessere Inc.,* Wichita, Kansas, (W91248-26-D-A014) will compete for each order of the $249,500,000 order-dependent contract for architect – engineering design services for planning and design of facilities and infrastructure in the Midwest Region. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2036. U.S. Army 419th Contracting Support Brigade, Fort Campbell, Kentucky, is the contracting activity.
AE Works Ltd,* Sewickley, Pennsylvania (W91248-26-D-A015); BBIX LLC,* Boston, Massachusetts, (W91248-26-D-A016); BKM Prime AE SB JV LLC,* Baltimore, Maryland, (W91248-26-D-A017); G.M. Hill Baker JV LLC,* Jacksonville, Florida, (W91248-26-D-A018); and MJ-FFA LLC,* Albany, New York, (W91248-26-D-A019), were awarded a $249,500,000 order-dependent contract for Army enterprise architect and engineering design services to support the planning and design of facilities and infrastructure for construction projects in the Northeast Region. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2036. U.S. Army 419th Contracting Support Brigade, Fort Campbell, Kentucky, is the contracting activity.
KAL Architects Inc.,* Irvine, California, (W91248-26-D-A025); OEI-AECOM JV2 LLC,* Dallas, Texas (W91248-26-D-A026); PacRim-TranSystems JV LP,* Orange, California, (W91248-26-D-A027); Raymond Pond Federal Solution JV LLC,* Conyers, Georgia, (W91248-26-D-A028); and S&B Christ Consulting LLC,* Las Vegas, Nevada, (W91248-26-D-A029), were awarded a combined $249,500,000 order-dependent contract for Army enterprise architect and engineering design services to support the planning and design of facilities and infrastructure for construction projects in the West Region. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2036. U.S. Army 419th Contracting Support Brigade, Fort Campbell, Kentucky, is the contracting activity.
The Boeing Co., Mesa, Arizona, was awarded a $95,949,499 modification (P00016) to contract W58RGZ-24-C-0028 for performance-based logistics support for depot level repair of Apache Airframe components. The modification brings the total cumulative face value of the contract to $489,697,502. Work will be performed in Mesa, Arizona, with an estimated completion date of April 30, 2027. Fiscal year 2026 other procurement, Army funds in the amount of $95,949,499 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
The DCODE Group Inc, Washington, D.C., was awarded a $19,000,000 firm-fixed-price contract to support the Joint Innovation Outposts Team, which will accelerate decision-making, field advanced capabilities at the pace of technology, and foster innovative environments for rapid Army solution deployment. Work will be performed in Washington District of Columbia, with an estimated completion date of March 12, 2030. Fiscal year 2026 research, development, test, and evaluation, Army funds in the amount of $800,000 were obligated at the time of the award. The contracting activity is Army Contracting Command, – Aberdeen Proving Ground, Maryland, (W9128Z-26-C-A007).
DMZ Builders, Concord, California, was awarded a firm-fixed-price contract to replace and repair rial curves. The amount of this action is $12,460,000 with a total cumulative face value of $18,996,000. Bids were solicited via the internet with four received. Work will be performed in Concord, California, with an estimated completion date of April 17, 2027. Fiscal 2025 operation and maintenance, defense-wide funds in the amount of $12,460,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-26-C-A003).
Varec NV, Mechelen, Belgium, was awarded a firmed-fixed-price contract for M113 track pad shoes. The amount of this action is $9,025,754. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of March 13, 2031. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-26-D-0030).
AIR FORCE
Raytheon Co., Marlboro, Massachusetts, has been awarded a ceiling $2,011,063,181 modification (P00011) to a previously awarded contract FA8735-21-D-0001 for Advanced Extremely High Frequency Terminal. This modification brings the total cumulative face value of the contract to $2,971,063,181 from $960,000,000. Work will be performed at Marlboro, Massachusetts; and Largo, Florida, and is expected to be completed by Aug. 9, 2031. There are no funds being obligated at the time of award. The Air Force Nuclear Weapons Center Strategic Communications Division, Bedford, Massachusetts, is the contracting activity.
NAVY
The Boeing Co., St. Louis, Missouri, is awarded a not-to-exceed $489,306,966 cost, undefinitized order (N0001926F1055) against a previously issued basic ordering agreement (N0001921G0006). This order is for the procurement of non-recurring engineering and associated test assets, to include four Beowulf A-Kits, four Gunbay Pallet A-Kits, 12 Beowulf B-Kits, 15 sensor control unit B-Kits, and nine power control unit B-Kits, as well as support equipment in support of the design, development, and integration of the AN/ALQ-264(V) Beowulf upgrade to the existing EA-18G platform. Work will be performed in Baltimore, Maryland (61%); St. Louis, Missouri (28%); and Bethpage, New York (11%), and is expected to be completed in February 2030. Fiscal 2026 research, development, test and evaluation funds in the amount of $33,988,353 will be obligated at the time of award, none 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.
Huntington Ingalls Inc., Newport News, Virginia, is awarded an option exercise of $95,703,960 cost-plus-fixed-fee modification to previously awarded contract (N00024-25-C-2127) for advance planning and long-lead-time material procurement to prepare and make ready for the accomplishment of the inactivation and defueling of USS Nimitz (CVN 68). Work will be performed in Newport News, Virginia, and is expected to be completed by March 2027. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $32,695,077 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1), (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity.
The Boeing Co., St. Louis Missouri, is awarded a $60,103,735 cost-plus-fixed-fee modification (P00006) to an order (N0001924F0259) against a previously issued basic ordering agreement (N0001921G0006). This modification adds scope for the procurement of developmental and operational test support, developmental and operational test aircraft installation and capability validation activities, including avionics and airframe material, to support the Growler Block II Phase I upgrade, known as the Next Generation Electronic Attack Unit. Additionally, this modification adds non-reoccurring engineering, consisting of anti-tamper requirements, functional and physical configuration audits, systems engineering, software development and integration, human engineering, test and evaluation requirements, developmental and operational ground and flight testing, product support requirements, and additional software requirement changes. Work will be performed in Linthicum, Maryland (16.3%); Bethpage, New York (37.9%); Minneapolis, Minnesota (27.4%); and St. Louis, Missouri (18.4%), and is expected to be completed in February 2029. Fiscal 2026 research, development, test, and evaluation funds in the amount of $13,082,629 will be obligated at the time of award, none 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.
Southwest-Environmental Planning JV, Charlottesville, Virginia, is awarded a $55,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineer environmental support services. This contract provides for the preparation of Navy and Marine Corps environmental planning documents and tasks. Work will be performed at Navy and Marine Corps government facilities within the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of responsibility, and is expected to be completed by March 2031. Fiscal 2026 operations and maintenance; Navy funds in the amount of $5,000 will be obligated at time of award to satisfy the minimum guarantee and will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website, with two offers received. NAVFAC Southwest, San Diego, California, is the contracting activity (N62473-26-D-0010).
Kongsberg Defence and Aerospace, Kongsberg, Norway, is awarded a $45,544,458 firm-fixed-price contract for a Naval Strike Missile Coastal Defense System for the Republic of Latvia. This contract includes options which, if exercised, would bring the cumulative value of this contract to $56,344,728. This contract involves Foreign Military Sales (FMS) to Latvia. Work will be performed in Kongsberg, Norway (63%); Kangasala, Finland (9%); Turin, Italy (9%); Andøya, Norway (3%); Billingstad, Norway (2%); Vigrestad, Norway (1%); Hvidovre, Denmark (1%); Cambridge, United Kingdom (1%); and various locations all less than 1% (11%), and is expected to be completed by July 2030. If all options are exercised, work will continue through November 2031. FMS (Latvia) funds in the amount of $45,544,458 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(4) (international agreement). Naval Sea Systems Command (NAVSEA), Washington, D.C., is the contracting activity (N00024-26-C-5432).
The Boeing Co., St. Louis, Missouri, is awarded a $38,899,972 firm-fixed-price order (N0001926F0220) against a previously issued basic ordering agreement (N0001921G0006). This order is for the procurement of 44 advanced capabilities mission computer units, to include 26 spares for the Naval Supply Systems Command and 18 laboratory assets for the Navy. Work will be performed in Bloomington, Minnesota (68%); St. Louis Missouri (22%); and Linthicum Heights, Maryland (10%), and is expected to be completed in June 2029. Fiscal 2026 aircraft procurement (Navy) funds in the amount of $168,400; fiscal 2026 aircraft procurement (Navy) funds in the amount of $15,844,734; and fiscal 2026 working capital (Navy) funds in the amount of $22,886,838, will be obligated at the time of award, none 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.
Detyens Shipyards Inc.,* North Charleston, South Carolina, is awarded a $31,378,288 firm-fixed-price contract (N3220526C1231) for the 166-calendar day shipyard availability for the regular overhaul and dry docking of Military Sealift Command’s fleet ordinance and dry cargo vessel USNS Supply (T-AOE 6). This contract includes a base work package and four unexercised options for additional work and time, which if exercised, would increase the cumulative value of this contract to $31,625,677. Work will be performed in North Charleston, South Carolina, beginning May 4, 2025, and is expected to be completed by Oct. 16, 2026. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $31,378,288 are obligated and will expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the Governmentwide Point of Entry website and two offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.
J&J and ALMS Mission Support Solutions LLC,* Anchorage, Alaska, is awarded a $31,213,019 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract (N69450-22-D-0043) for base operation support services. This award brings the total cumulative face value of the contract to $117,324,293. The contract modification is for the exercise of option period three for base operations support services at Naval Air Station Pensacola, Saufley Field, Corry Station, and Bronson Field. Work will be performed in Pensacola, Florida, and is expected to be completed by March 2027. Fiscal 2026 Defense Health Program; fiscal 2026 operations and maintenance, (Navy); fiscal 2026 operations and maintenance, (Marine Corps); fiscal 2026 family housing operations and maintenance ; fiscal 2026 operation and maintenance, (Air Force); fiscal 2026 operations and maintenance, (Army Reserve); and fiscal 2026 Defense working capital funds, will be obligated on individual task orders issued during the option period. No funds will be obligated at time of award. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity
Bollinger Mississippi Shipbuilding, Pascagoula, Mississippi, is awarded a $14,922,120 cost reimbursable contract modification to a previously awarded contract (N00024-19-C-2210) for long lead time material for the Polar Security Cutter land-based test facility and production integration facility. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2027. Fiscal 2025 procurement, construction, and improvement (Coast Guard) funds in the amount of $7,494,138 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.
DEFENSE LOGISTICS AGENCY
Engie Resources LLC, Houston, Texas, has been awarded an estimated $56,257,954 firm-fixed-price, requirements contract to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with four responses received. This is a four-year contract with no option periods. The performance completion date is Jan. 31, 2031. Using military service is Air Force. The using customer is solely responsible for funding this contract and funds vary in appropriation type and fiscal year. The contracting activity is Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-26-D-8005).
Colville Inc., Anchorage, Alaska (SPE605-26-D-1000, $39,026,450); Crowley Fuels LLC, Anchorage, Alaska (SPE605-26-D-1001, $36,072,482); Petro Marine 49 Inc.,* Seward, Alaska (SPE605-26-D-1004, $17,775,457); Petro Star Inc.,* Anchorage, Alaska (SPE605-26-D-1006, $14,424,665); Bades Group LLC,* Germantown, Maryland (SPE605-26-D-1010, $11,359,811); Delta Western LLC, Seattle, Washington (SPE605-26-D-1009, $9,847,874) and Shoreside Petroleum Inc.,* Anchorage, Alaska (SPE605-26-D-1007, $9,251,770) have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE605-25-R-0208 for delivery of various types of fuel in support of the Alaska PC&S 3.9 purchase program. This was a competitive acquisition with 14 responses received. These are five-year base contracts with one six-month option period. The location of performance is Alaska, with a March 31, 2031, performance completion date. Using customers are War Department and federal civilian agencies. Type of appropriation is fiscal 2026 through 2031 defense working capital funds. The contracting activity is Defense Logistics Agency Energy, Fort Belvoir, Virginia.
Murdock Webbing Co. Inc.,* Central Falls, Rhode Island, has been awarded an estimated $9,007,759 firm-fixed-price, indefinite-quantity contract for aircraft arresting webbing assemblies. This was a competitive acquisition with two responses received. This is a three-year base contract with two one-year option periods. The performance completion date is March 12, 2029. Using military services are Air Force and Navy. Type of appropriation is fiscal 2026 through 2029 defense working capital funds. The contracting activity is Defense Logistics Agency Weapons Support, Columbus, Ohio (SPE7MX-26-D-0026).
DEFENSE INFORMATION SYSTEMS AGENCY
AT&T Corp., Columbia, Maryland, was awarded a non-competitive, firm-fixed-price contract modification to the National Security and Emergency Preparedness Priority Service contract. An in-scope modification was completed to award the optional task for Wireless Priority Services on 5G. The face value of this action is $9,161,537 funded by fiscal 2025 Procurement, Construction, and Improvements funds. The total cumulative face value of the contract has increased from $160,477,418 to $169,638,955. Performance will be in Columbia, Maryland; Atlanta, Georgia; and Middletown, New Jersey. The performance completion is February 28, 2028. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity.
*Small business
First Appeared on
Source link