Contracts Valued at $7.5 Million and Above

ARMY

SAVIT Corp.*, Rockaway New Jersey (W15QKN-26-D-A032); The Lockwood Group,* Belcamp Maryland (W15QKN-26-D-A033); Total Technology Inc., Mount Laurel, New Jersey (W15QKN-26-D-A034); Logisys Technical Services Inc., Huntsville Alabama (W15QKN-26-D-A035); Progsit LLC,* Dumont New Jersey (W15QKN-26-D-A036); SPAARK Skies LLC,* Chambersburg, Pennsylvania (W15QKN-26-D-A037); WisEngineering LLC,* Denville, New Jersey (W15QKN-26-D-A038); Bigelow Family Holdings, doing business as, Mettle Ops,* Sterling Heights, Michigan (W15QKN-26-D-A039); Pioneering Decisive Solutions Inc., California, Maryland (W15QKN-26-D-A040); and Universal Technical Resource Services Inc., Cherry Hill, New Jersey (W15QKN-26-D-A041), were awarded a multiple-award, task order contract with a shared ceiling of $467,695,553 for omnibus research and development, engineering, and support services for the Combat Capabilities Development Command Armament Center in the areas of large caliber cannon engineering support, weapons research technical support, system testing and diagnostics, and netcentric support. Work locations will be determined with each order. The estimated completion date is Jan. 27, 2031. Funding will be obligated with each order by fiscal year and fund type as requirements are identified. The contracting activity is Army Contracting Command, Newark, New Jersey.

Intuitive Research and Technology Corp., Huntsville Alabama (W31P4Q-20-A-0010, W31P4Q-25-F-0279), was awarded a $24,418,233 modification (P00003) to a previously awarded firm-fixed-price time-and-materials contract, bringing the total cumulative face value to $73,952,4723. This modification raises the contract ceiling and realigns funding and hours to support current and incoming requirements for systems engineering and technical assistance technical support. Work locations will be determined with each order. The estimated completion date is Sept. 26, 2026. Funding will be obligated incrementally by fiscal year and fund type as requirements are identified. The contracting activity is Army Contracting Command, Aviation Logistics, Redstone Arsenal, Alabama.

NAVY

CAPE-APTIM JV1 LLC,** Norcross, Georgia, is awarded a $95,000,000 cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract for environmental remedial action services at environmentally contaminated sites. Work will be performed at Navy and Marine Corps installations and other government agencies throughout the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic area of responsibility and is expected to be completed by January 2031. The maximum dollar value, including the base period and four option years, is $95,000,000. Fiscal 2026 environmental restoration, (Navy) funds in the amount of $10,000 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 SAM.gov website, with three offers received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity (N62470-26-D-0004).

Ultra Maritime, Braintree, Massachusetts, was awarded a $59,603,232 firm-fixed-price, cost-plus-fixed-fee, and cost indefinite-delivery/indefinite-quantity contract for production of acoustic device countermeasures MK3 and MK4 for in-service submarines. Work will be performed in Braintree, Massachusetts, and is expected to be completed by January 2031. Fiscal 2026 other procurement (Navy) funds in the amount of $8,500,333 (88%); and fiscal 2025 other procurement (Navy) funds in the amount of $1,152,032 (12%), will be obligated for production of acoustic device countermeasures and launch tubes under delivery order N00024-26-F-6227 and will not expire at the end of the current fiscal year. The requirement was competitively procured through full and open competition via System for Award Management with one offer received in response to this solicitation. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-26-D-6214). (Awarded Jan. 26, 2026)

Black Hills Ammunition Inc.,* Rapid City, South Dakota, is being awarded a $28,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 5.56mm reduced ricochet limited penetration MK 255 MOD 1 ammunition. This contract does not include options. Work will be performed in Rapid City, South Dakota, and is expected to be completed by January 2031. Fiscal 2026 Defense procurement funding in the amount of $455,664 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured on the basis of 100% Small Business Set-Aside, and four offers were received via the Procurement Integrated Enterprise Environment Solicitation module. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contract activity (N0016426DJN17).

American Structurepoint Inc., Indianapolis, Indiana, is awarded a combined $12,000,000 firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract (N0016426D1025) for architect-engineer services related to construction projects located at Naval Support Activity Crane, Indiana, inclusive of Lake Glendora Test Facility. American Structurepoint Inc. will be awarded $491 (minimum contract guarantee) at contract award. This contract is for a cumulative value of $12,000,000 over a five year period. Work will be performed at Naval Support Activity Crane, Crane, Indiana (90%); and Lake Glendora Test Facility, Sullivan, Indiana (10%), and is expected to continue through January 2031. Fiscal 2026 working capital funding in the amount of $491 will be obligated at the time of award and will not expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. This contract was competitively procured via the System for Award Management website with four offers received. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity.

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $9,542,931 firm-fixed-price order (N0001926F1020) against a previously issued basic ordering agreement (N0001923G0002). This order is for the production and delivery of tooling in support of CH-53K gearbox and main rotor head maintenance, repair, and overhaul for the CH-53K rotary wing aircraft for the Marine Corps. Work will be performed in Stratford, Connecticut, and is expected to be completed in August 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $9,542,931 will be obligated at the time of award, all 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.

Lockheed Martin Corp., Syracuse, New York, is awarded a $9,500,000 cost-plus-incentive-fee and cost contract modification to a previously awarded delivery order (N00024-25-F-6260) under an indefinite-delivery/indefinite-quantity contract (N00024-25-D-6211) to exercise options for engineering support related to submarine electronic warfare systems on new construction and in-service submarines. Work will be performed in Syracuse, New York, and is expected to be completed by February 2027. Fiscal 2026 other procurement (Navy) funds in the amount of $4,867,641 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.

AIR FORCE

L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $62,749,158 modification (P00353) to previously awarded (FA8823-20-C-0004) for the Eglin Radar, round based Electro Optical Deep Space Surveillance Telescope, Space Surveillance Telescope, and Agile Portfolio Engineering Sustainment Option Year Seven. The modification brings the total cumulative face value of the contract to $1,506,007,631 from $1,443,258,473. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Jan. 31, 2027. No funds are being obligated at the time of award; fiscal 2026 operations and maintenance funds; and fiscal 2026 research development test and evaluation funds, will be incrementally funded prior to the period of performance start date. The Space Systems Command Directorate of Contracting, Peterson Space Force Base, Colorado, is the contracting activity.

General Dynamic Information Technology, Falls Church, Virginia, has been awarded a $19,138,520 Option Year Seven modification (P00034) to a previously awarded contract (FA489019FA022) for the Distributed Common Ground System network weapon system. The modification brings the total cumulative face value of the contract to $151,513,053 from $132,374,532. Work will be performed at Joint Base Langley-Eustis, Virginia; and Beale Air Force Base, California; and is expected to be completed by Jan. 31, 2027. Fiscal 2026 operation and maintenance funds in the amount of $15,396,233 are being obligated at time of award. The Acquisition Management and Integration Center, Hampton, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Merchants Foodservice, Hattiesburg, Mississippi, has been awarded a maximum $47,465,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. 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 315-day bridge contract with no option periods. The ordering period end date is Dec. 12, 2026. Using military services are Army, Navy, Air Force, and Marine Corp. Type of appropriation is fiscal 2026 through 2027 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-26-D-3010).

Gentex Corp., Carbondale, Pennsylvania, has been awarded a maximum $17,150,236 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for ballistic helmet-2 and associated subcomponents. 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 ordering period end date is Jan. 29, 2031. Using military service is Air Force. Type of appropriation is fiscal 2026 through 2031 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-26-D-0022).

DEFENSE HEALTH AGENCY

American Systems Corp., McLean, Virginia, is awarded a firm-fixed-price contract (HT001126FE007) in the amount of $11,237,189 for continued enterprise development, sustainment, and maintenance support to the Defense Occupational and Environment Health Readiness System – Industrial Hygiene (DOEHRS-IH) and Defense Occupational and Environmental Health Readiness System Hearing Conservation systems. Enterprise sustainment involves maintenance for defects, cyber-security, including hardware and operating system updates of all environments. Ongoing sustainment and maintenance activities across the DOEHRS-IH Enterprise will ensure the DOEHRS-IH Web Application, Data Warehouse, and reporting capabilities are available to the worldwide user community. Fiscal 2026 operations and maintenance; and research and development funding, was obligated at the time of award. Place of performance is McLean, Virginia. Period of performance is Jan. 6, 2026, to Jan. 5, 2027. The Defense Health Agency, Professional Services Contracting Division Falls Church, Virgina, is the contracting activity. (Awarded Jan. 6, 2026)

*Small business
**Small business joint venture

Related News

Jillian Hamilton has worked in a variety of Program Management roles for multiple Federal Government contractors. She has helped manage projects in training and IT. She received her Bachelors degree in Business with an emphasis in Marketing from Penn State University and her MBA from the University of Phoenix.