Contracts Valued at $7.5 Million and Above
ARMY
Raytheon Missiles and Defense, Andover, Massachusetts, was awarded an $841,682,106 fixed-price-incentive contract for fire units to include new production hardware, software, services inherent to production, spares and documentation. The modification brings the total cumulative face value of the contract to $1,721,373,872. Work will be performed in Andover, Massachusetts, with an estimated completion date of June 30, 2031. Fiscal 2026 Foreign Military Sales (Spain) funds in the amount of $841,682,106 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-26-C-0004). (Awarded Dec. 19, 2025)
Raytheon Co., Fullerton, California, was awarded a $77,718,025 modification (P00019) to contract W31P4Q-24-C-0015 for Sentinel A3 Radar life cycle contractor support. Work will be performed in Fullerton, California, with an estimated completion date of Dec. 31, 2026. Fiscal 2026 operations and maintenance, Army funds in the amount of $9,767,814 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
BAE Systems Land and Armaments L.P., York, Pennsylvania, was awarded a $77,117,634 modification (PZ0005) to delivery order W912CH-25-F-0270 for production of M109A7 self-propelled howitzers, M992A3 vehicles and total package fielding kits. The modification brings the total cumulative face value of the contract to $500,465,100. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2028. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-F-0270). (Awarded Dec. 19, 2025)
The Boeing Co., Ridley Park, Pennsylvania, was awarded a $58,617,941 cost-plus-fixed-fee contract for field service representatives to support CH-47F helicopters. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 15, 2031. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-26-D-0014).
Elbit America Inc., Fort Worth, Texas, was awarded a $49,908,307 firm-fixed-price contract for Heads Up displays. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 21, 2030. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-26-D-0018).
Stantec Consulting Services Inc., Denver, Colorado, was awarded a $49,000,000 firm-fixed-price contract for geotechnical services. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 30, 2030. U.S. Army Corps of Engineers, Huntington District, is the contracting activity (W91237-26-D-A007).
Kilgore Flares Co. LLC, Toone, Tennessee, was awarded an $18,461,031 firm-fixed-price contract for the procurement of MJU-7A/B infrared countermeasure flares. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2027. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-26-F-0013).
CORRECTION: The $512,217,829 cost-plus-fixed-fee, firm-fixed-price contract (W56KGY-26-D-0003) announced on Dec. 19, 2025, to Raytheon Co., El Segundo, California, for engineering, production, and sustainment services to develop, acquire, field, and provide life-cycle support for Synthetic Aperture Radar/Moving Target Indicator Radar, was actually awarded on Dec. 22, 2025.
NAVY
General Atomics, San Diego, California, is awarded a $149,963,257 cost-plus-fixed-fee and cost, indefinite-delivery/indefinite-quantity contract with a cost-plus-incentive-fee provision to provide for programmatic, engineering, logistics, software support activity, configuration management, diminishing manufacturing sources and material shortages, repairs and overhauls, technical support, and program planning support for the electromagnetic aircraft launch and advanced arresting gear systems in support of in-service Ford Class Carrier(s). Work will be performed in San Diego, California (98.6%); and various locations within the continental U.S. (1.4%), and ordering is expected to be complete by December 2030. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $2,815,939; all 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 (N0001926D1001).
Bechtel Plant Machinery Inc., Monroeville, Pennsylvania was awarded a $128,478,836 cost-plus-fixed-fee modification to previously awarded contract (N00024-24-C-2112) for naval nuclear propulsion components. This modification includes options which, if exercised, would bring the cumulative value of this modification to $197,713,950. Work will be performed in Monroeville, Pennsylvania (91%); and Schenectady, New York (9%), and is expected to be completed by September 2034. Fiscal 2026 other procurement (Navy) funds in the amount of $124,219,726 were obligated at time of award and funds will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Dec. 18, 2025)
The Raytheon Co., McKinney, Texas, is awarded an $85,764,010 modification (PZ0002) to a firm-fixed-price contract (N0001924C0040). This modification definitizes the existing undefinitized contract action (base award and P00003) to procure complete APY-10 Radar Systems and associated support for P-8A Multi-Mission Maritime production aircraft. The definitized quantities are as follows: seven shipsets for the Navy; 14 shipsets plus spares for the government of Canada; three shipsets plus spares for the government of Germany; and spares for the government of the United Kingdom. Work will be performed in McKinney, Texas, and is expected to be completed in December 2030. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $225,815; fiscal 2024 aircraft procurement funds in the amount of $22,672,499; and Foreign Military Sales customer funds in the amount of $62,865,696, will be obligated at the time of award, $22,898,314 of which will expire at the end of the current fiscal year. This contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
The Raytheon Co., Tucson, Arizona, is being awarded $34,723,420 for firm-fixed-price delivery order N00104-26-F-CL0A under previously awarded basic ordering agreement (N00104-24-G-CL01) for the manufacture of new parts (spares) for the close-in weapon system (CIWS) used aboard nearly all Navy surface ships. The delivery order does not include an option provision. Work will be performed in Louisville, Kentucky (70%); and in Andover, Massachusetts (30%). Work is expected to be completed by December 2028. Fiscal 2026 working capital funds (Navy) in the contract’s full amount of $34,723,420 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1) and one offer was received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.
Huntington Ingalls Inc., Newport News, Virginia, is awarded a $33,455,511 cost-plus-fixed-fee modification to a 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 USS Nimitz (CVN 68) inactivation and defueling. Work will be performed in Newport News, Virginia, and is expected to be completed by March 2026. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $32,700,016 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 (N00024-25-C-2127).
Bell Textron Inc., Fort Worth, Texas, is awarded a $27,500,665 firm-fixed-price and cost-plus-fixed-fee modification (P00001) to a previously awarded order (N0001925F0088) against a previously issued basic ordering agreement (N0001921G0012). This effort exercises options to procure the following H-1 structural improvements and electrical power upgrades (SIEPU) Time critical parts: 19 rotorcraft station control units, 18 alternating current generators, 18 generator control units, and 20 tube assemblies, repair and upgrade of nine AH-1W whiskey combining gearboxes (C-Boxes) and two UH-1Y/AH-1Z retrograde condition C-Boxes to AH-1Z SIEPU C-Boxes. Additionally, the effort procures production tooling: Four assembly installation and removal tools, two assembly tools, two assembly holding fixture for quill – torque, one holding fixture needed in mills and jig bore, one inspection fixture, two holding fixtures to install washer seats in shim/stud, five thermal fit tools to seat liners, two holding fixture- dual sided for the Navy. Work will be performed in Fort Worth, Texas (76.51%); Tempe, Arizona (6.58%); Grand Rapids, Michigan (5.01%); St. Laurent, Quebec, Canada (1.95%); Lebanon, New Hampshire (1.6%); South Rutherfordton, North Carolina (1.43%); and various locations within the continental U.S. (6.92%), and is expected to be completed in December 2028. Fiscal 2026 aircraft procurement (Navy) funds in the amount of $27,262,324; and fiscal 2025 aircraft procurement (Navy) funds in the amount of $238,341, 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 completed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Raytheon Co., Largo, Florida, is being awarded a $22,013,911 firm-fixed-price, cost-plus-fixed-fee, cost-plus-incentive-fee, and cost-only modification to a previously awarded contract (N00024-25-C-5239) to incrementally fund line items for design, development, integration, test, and maintenance of system capabilities for the design agent and engineering support efforts to the critical major weapon system, Cooperative Engagement Capabilities. Work will be performed in Saint Petersburg, Florida (81%); Largo, Florida (16%); and Maynard, Massachusetts (3%), and is expected to be completed by November 2026. Fiscal 2026 research, development, test, and evaluation (Navy) funds in the amount of $10,106,880 (46%); fiscal 2026 research, development, test and evaluation (USMC) funds in the amount of $4,635,500 (21%); fiscal 2026 operations and maintenance (Navy) funds in the amount of $3,342,000 (15%); fiscal 2026 operations and maintenance (USMC) funds in the amount of $1,755,000 (8%); fiscal 2025 research, development, test, and evaluation (Navy) funds in the amount of $983,748 (4%); fiscal 2026 research, development, test and evaluation (Missile Defense Agency) funds in the amount of $490,783 (3%); fiscal 2026 procurement marine corps (USMC) funds in the amount of $400,000 (2%); and fiscal 2025 research, development, test, and evaluation (Office of Naval Research) funds in the amount of $300,000 (1%), will be obligated at time of award and funds in the amount of $6,380,748 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Textron Systems Corp., Hunt Valley, Maryland, is awarded a $16,614,327 modification (P00004) to a firm-fixed-price order (N0001924F0023) against a previously issued basic ordering agreement (N0001921G0008). This modification exercises options to procure intelligence, surveillance, and reconnaissance services for land-based deployment hub sites. Work will be performed in Hunt Valley, Maryland (20%); and various locations outside the continental U.S. (80%), and is expected to be completed in December 2026. Fiscal 2026 operation and maintenance (Navy) funds in the amount of $11,076,218 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. The order that is being modified was competed via a limited sources competition. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
The Raytheon Co., Tucson, Arizona, is being awarded $16,576,580 for firm-fixed-price delivery order (N00104-26-F-CL09) under a previously awarded basic ordering agreement (N00104-24-G-CL01) for the overhaul/repair of parts for the close-in weapon system used aboard nearly all Navy surface ships. The delivery order does not include an option provision. Work will be performed in Louisville, Kentucky (70%); and in Andover, Massachusetts (30%). Work is expected to be completed by December 2028. Fiscal 2026 working capital funds (Navy) in the contract’s full amount of $16,576,580 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1) and one offer was received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.
World Wide Technology LLC, St. Louis, Missouri, is awarded a $15,285,426 firm-fixed-price contract. This effort procures Information Technology hardware and software in support of the Program Executive Office Digital Enterprise Services, Webster Outlying Field Integrated Command, Control and Intel Systems Division. Work will be performed in St. Louis, Missouri, and is expected to be completed in April 2026. Fiscal 2025 other procurement (Navy) funds in the amount of $15,285,426 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract action was not competed. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833526C0184).
AIR FORCE
Northrop Grumman Systems Corp., Rolling Meadows, Illinois, was awarded a $50,000,000 modification (P00033) to a previously awarded contract (FA8540-19-D-0001) for LITENING CATP program. This modification brings the total face value of the contract to $1,360,000,000 from $1,310,000,000. This action does not obligate any funding. Funding will be obligated on orders awarded under this contract. Work will be performed at Rolling Meadows, Illinois, and is expected to be completed by Dec. 31, 2025, with delivery orders expanding into calendar year 2029. This contract does not include Foreign Military Sales. Robins Air Force Base, Georgia, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Propper International Inc., Cabo Rojo, Puerto Rico, has been awarded a maximum $48,380,842 fixed-price, indefinite-delivery/indefinite-quantity contract for flame resistant pants. This was a competitive acquisition with four responses received. This is a one-year contract with no option periods. The ordering period end date is Dec. 22, 2026. Using military service is Department of Agriculture. Type of appropriation is fiscal 2026 through 2027 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-26-D-0008).
Winston-Salem Industries for the Blind Inc., doing business as IFB Solutions,* Winston-Salem, North Carolina, has been awarded a maximum $35,371,688 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for fire resistant environment ensemble intermediate weather outer layer jacket in the operational camouflage pattern. This is a four-year contract with no option periods. The ordering period end date is Dec. 22, 2029. Using military service is Army. 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-B003).
Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded an estimated $29,432,585 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for steering gears. 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 three-year contract with no option periods. The performance completion date is Dec. 22, 2028. Using military service is Army. Type of appropriation is fiscal 2026 through 2029 Army working capital funds. The contracting activity is Defense Logistics Agency Weapons Support, Warren, Michigan (SPRDL1-26-D-0015).
*Small business
**Mandatory source



