Contracts Valued at $7.5 Million and Above
NAVY
Castelion Corp.,* Torrance, California, is awarded a $49,998,005 firm-fixed-price order (N6833526F1022) against a previously issued basic ordering agreement (N6833526G0006). This order provides full-scale prototypes, flight testing, and operational fielding to continue to expedite the Blackbeard Hypersonic Weapons development, integration, testing, and early operational capability in support of Small Business Innovation Research Phase III effort, topic AF231-D026, entitled “Low Cost Highly Manufacturable Long Range Strike Weapon Production.” Work will be performed in Torrance, California, and is expected to be completed in November 2027. Fiscal 2026 research, development, test and evaluation (Navy) funds in the amount of $49,998,005 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 competed. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.
KTH Services JV LLC,* is awarded a $41,369,267, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for regional base operations support services. This contract provides day-to-day operations, including supervision, management, tools, material, equipment, facilities, and transportation necessary to support base operations support services. Work will be performed at various locations within the Naval Facilities Engineering Systems Command Naval District Washington area of responsibility including, but not limited to, Maryland (54%); Washington, D.C. (35%); and Virginia (11%), and is expected to be completed by April 30, 2034. The maximum dollar value, including one 12-month base period and seven 12-month option periods, is $333,942,384. Fiscal 2026 operations and maintenance (Navy) funds will be obligated on individual task orders and will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website, with three offers received. The Naval Facilities Engineering Systems Command Washington, Washington Navy Yard, D.C., is the contracting activity (N40080-26-D-1004).
Lockheed Martin Space of Titusville, Florida, is being awarded an $18,867,588 cost-plus-fixed-fee modification (P00022) to a previously awarded and announced contract (N0003024C0100) for Trident II (D5) Life Extension 2 SSP Alteration Advanced Design and Development Program efforts. Work will be performed in Huntsville, Alabama (30%); Denver, Colorado (17%); Gilroy, California (12%); Folsom, California (12%); McDonald, Tennessee (8%); Palo Alto, California (5%); Sunnyvale, California (5%); Lanham, Maryland (5%); Titusville, Florida (3%); and locations less than 1.0 % each (3%). Work is expected to be completed Aug. 30, 2030. This action will be awarded using fiscal 2026 weapons procurement (Navy) funds in the amount of $18,867,588 and no funds will expire at the end of the current fiscal year. This contract is being awarded to the Contractor on a sole source basis under 10 U.S. Code 2304(a)(1) and was previously synopsized on the Systems for Award Management (SAM) website, with one proposal received. Strategic Systems Programs, Washington, D.C., is the contracting activity. The information contained in the announcement is unclassified.
AIR FORCE
L3Harris Technologies, Integrated Systems L.P., Greenville, Texas, was awarded a $27,737,627 firm-fixed-price contract for the procurement of programmed depot maintenance. This contract provides for programmed depot maintenance in support of the Tactical Airborne Surveillance System program. Work will be performed at Greenville, Texas, and is expected to be complete by Dec. 31, 2029. This award is the result of a sole source acquisition. Foreign Military Sales funds in the amount of $27,737,627 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-21-G-4027/FA8620-26-F-B055).
U.S. SPECIAL OPERATIONS COMMAND
The Boeing Co., Ridley Park, Pennsylvania, was awarded a $19,421,000 firm-fixed-price modification to an existing delivery order (H9224126FE001) for procurement of MH-47G rotary wing aircraft in support of U.S. Special Operations Command. The majority of the work will be performed in Ridley Park, Pennsylvania, and is expected to be completed by November 2030. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.
ARMY
Iron Mountain Solutions LLC,* Huntsville, Alabama, was awarded an $18,991,952 modification (P00085) to contract GS10F-0390Y/W31P4Q-21-F-B001 for technical support for the Utility Helicopters Project Office. The modification brings the total cumulative face value of the contract to $211,236,297. Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 7, 2026. Fiscal 2025 and 2026 Army procurement; research, development, test and evaluation; and operations and maintenance funds, as well as fiscal 2010, 2024, 2025, and 2026 Foreign Military Sales funds for Albania, Ashmore and Cartier Islands, Austria, Bahrain, Brazil, Croatia, Egypt, Greece, Israel, Japan, Jordan, Latvia, Lithuania, Mexico, Slovakia, Slovenia, Sweden, Taiwan, Thailand, Turkey, and the United Arab Emirates in the amount of $18,991,952, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
DEFENSE HEALTH AGENCY
Accenture Federal Services LLC, Arlington, Virginia, is awarded a $9,338,477 option modification to previously awarded firm-fixed-price contract HT003824C0004 for a total cumulative value of $28,845,061. The modification is a six-month option period in support of the Program Executive Office – Defense Healthcare Management Systems, Joint Operation Medicine Information Systems Program Management Office CustomerX Pod 2 initiative providing user adoption, training and exercise, and release and deployment support. This six-month option period begins Jan. 8, 2026, and concludes on July 7, 2026. The work location is within the contiguous U.S., which could include Fort Campbell, Kentucky; the USS Kearsarge, Norfolk, Virginia; Fort Hood, Texas; Fort McCoy, Wisconsin; San Antonio, Texas; Travis Air Force Base, Dallas, Texas; Camp Beauregard, Louisiana; Tampa, Florida; and others to be determined; outside the contiguous U.S., which could include the Indo-Pacific Command; Germany; Hawaii, South Korea; Poland; Kosovo, European Command; Djibouti; and some others to be determined, or both. The option period is funded with fiscal 2026 operations and maintenance; and fiscal 2024 and 2026 procurement funds. The Defense Health Agency, Defense Healthcare Management Systems Contracting Division, Rosslyn, Virginia, is the contracting activity.
*Small Business



