Contracts Valued at $7.5 Million and Above
NAVY
Balfour Beatty Construction LLC, Dallas, Texas (N62473-21-D-1202); B.L. Harbert International LLC, Birmingham, Alabama (N62473-21-D-1203); Clark Construction Group – California LP, Irvine, California (N62473-21-D-1204); ECC Infrastructure LLC, Burlingame, California (N62473-21-D-1205); Harper Construction Co., Inc., San Diego, California (N62473-21-D-1206); Heffler Contracting Group,* El Cajon, California (N62473-21-D-1207); Korte Construction Co., doing business as The Korte Co., St. Louis, Missouri (N62473-21-D-1208); M. A. Mortenson Co., doing business as M.A. Mortenson Construction, Minneapolis, Minnesota (N62473-21-D-1209); R. A. Burch Construction Co. Inc.,* Ramona, California (N62473-21-D-1210); RQ Construction LLC, Carlsbad, California (N62473-21-D-1211); Sundt Construction Inc., Tempe, Arizona (N62473-21-D-1212); Walsh Federal LLC, Chicago, Illinois (N62473-21-D-1213); Webcor Construction LP, doing business as Webcor Builders, Alameda, California (N62473-21-D-1214); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N62473-21-D-1215), was awarded a combined $149,000,000 modification to a previously awarded multiple award construction contract. This award brings the total cumulative face value of the contract to $2,944,000,000. This contract modification provides for new construction, renovation, and repair of commercial and institutional facilities at various locations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations and is expected to be completed by November 2026. No funds were obligated at time of award. Future task orders will be primarily funded by military construction (Navy), operation and maintenance (O&M) (Navy), or O&M (Marine Corps). This contract was competitively procured via the sam.gov website, with 28 offers received. NAVFAC Southwest, San Diego, California, is the contracting activity. (Awarded Dec. 23, 2025.)
ShadowObjects LLC,* Leonardtown, Maryland, was awarded $49,989,400 firm-fixed-price, level-of-effort, indefinite-delivery/indefinite-quantity contract to provide comprehensive lifecycle functional and technical coordination for the Naval Air Systems Command (NAVAIR) Contracts eBusiness Systems, ensuring seamless operation, modernization, and alignment with NAVAIR’s strategic objectives. These services encompass the sustainment and eventual sunsetting of existing systems and the implementation, data migration, and strategic documentation required for future systems. A key focus of this effort is the integration of contract writing systems, enterprise resource planning systems, and associated eBusiness systems to enhance operational efficiency and compliance. Work will be performed in Patuxent River, Maryland (86%); St. Inigoes, Maryland (2%); Orlando, Florida (2%); Jacksonville, Florida (2%); Washington D.C. (2%); Lakehurst, New Jersey (2%); and various locations within the continental U.S. (4%), and is expected to be complete by December 2030. No funds will be obligated at the time of award; funds will be obligated as orders are issued. This contract was not competed. NAVAIR, Patuxent River, Maryland, is the contracting activity (N0042126D0008).
AAR Government Services Inc., Wood Dale, Illinois, was awarded a $21,467,918 modification (P00014) to a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This modification exercises options to provide continued contractor logistics support services required for operating and maintaining the C-40A aircraft, aircraft subsystems, appliances and support equipment, including depot-level maintenance, main operating base and supply support, and commercial line maintenance for the Navy. Work will be performed in Indianapolis, Indiana (40%); Fort Worth, Texas (22.5%); Kaneohe Bay, Hawaii (17.5%); Jacksonville, Florida (5%); North Island, California (5%); Oceana, Virginia (5%); and Whidbey Island, Washington (5%), and is expected to be completed by June 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Rockwell Collins Inc., doing business as Collins Aerospace Government Systems, Cedar Rapids, Iowa, was awarded a $20,338,803 modification (P00002) to a firm-fixed-price, cost reimbursable order (N0001925F0025) against a previously issued basic ordering agreement (N0001924G0017). This modification exercises an option for the production and delivery of three E-6B full rate production high power transmit set modernization kits for the Navy. Work will be performed in Richardson, Texas, and is expected to be completed in June 2027. Fiscal 2026 aircraft procurement (Navy) funds in the amount of $20,338,803 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.
Alabama Shipyard LLC,* Mobile, Alabama, is awarded a $16,840,735 firm, fixed-price contract (N3220526C0004) for the 98-calendar day shipyard availability for the deactivation of Military Sealift Command’s fleet oiler vessel USNS John Ericsson (T-AO 194). This contract includes a base work package and three unexercised options for additional work and time, which if exercised, would increase the cumulative value of this contract to $17,159,569. Work will be performed in Mobile, Alabama, beginning Feb. 28, 2026, and is expected to be completed by June 5, 2026. Fiscal 2026 operation and maintenance (Navy) funds in the amount of $16,840,735 are obligated and will expire at the end of the fiscal year. This contract was small business set aside solicited via the government wide Point of Entry website and three offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220526C0004).
Bell Textron Inc., Fort Worth, Texas, was awarded a $14,071,857 modification (P00012) to a cost-plus-fixed-fee order (N0001924F2602) against a previously issued basic ordering agreement (N0001921G0012). This modification exercises options to provide continued program management, engineering, and logistics services for calendar year 2026 in support of modification integration and sustainment efforts for the AH-1Z Viper and UH-1Y Venom helicopters for the Marine Corps; and the governments of Bahrain, and the Czech Republic. Work will be performed in Fort Worth, Texas (80%); and Patuxent River, Maryland (20%), and is expected to be completed in December 2026. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $1,931,180; fiscal 2026 aircraft procurement (Navy) funds in the amount of $363,332; and Foreign Military Sales customer funds in the amount of $4,342,043, will be obligated at the time of award, $1,931,180 of which will expire at the end of the current fiscal year. The order and contract being modified were not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Virginia Pilot Association,* Virginia Beach, Virginia, was awarded $13,101,154 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide pilot services in support of Commander, Navy Region Mid-Atlantic Port Operations to assist with the navigation of ships in and out of areas from Cape Henry to the Potomac River and Chesapeake Bay areas. The contract will include a 60-month base ordering period with an additional six-month option pursuant to Federal Acquisitions Regulation (FAR) 52.217-8, which if exercised, will bring the total value to $14,485,330. The base ordering period is expected to be completed by December 2030 and if the option is exercised by June 2031. All work will be performed in navigable waterways in the Hampton Roads, Virginia, area with the program management team based in Norfolk, Virginia. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $199,567 will be obligated to fund the contract’s minimum amount and funds will expire at the end of the current fiscal year. Subsequent task order under the contracts will be funded with appropriate fiscal year operations and maintenance (Navy) funds. This contract was competitively procured under a small business set-aside requirement via the System for Award Management (SAM.gov) website pursuant to FAR Part 15 (Contracting by Negotiation) with one offer received. Naval Supply Systems Command Fleet Logistics Center Norfolk Regional Directorate, Norfolk, Virginia, is the contracting activity (N00189-26-D-0003).
General Dynamics Information Technology Inc., Falls Church, Virginia, was awarded a $12,584,393 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the management, technical services, labor, material, support services, equipment, and facilities to accomplish repair and refurbishment of MK-41 Vertical Launch Systems on board Navy and/or other military type vessels. This contract includes options and if all options are exercised the total value will be $25,542,731. Work will be primarily performed within a 50-mile radius of Norfolk, Virginia, and is expected to be completed by Dec. 23, 2026. If all options are exercised, work will continue until Dec. 23, 2027. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $2,000 will be obligated for the minimum guarantee and will expire at the end of the current fiscal year. This contract was procured as full and open competition via the System for Award Management website with two offers received. Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity (N50054-26-D-0007).
*Small business



