Contracts Valued at $7.5 Million and Above

DEFENSE LOGISTICS AGENCY

Red One Medical Devices LLC,* Savannah, Georgia, has been awarded a maximum $207,833,573 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for Zimmer Biomet products. 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 March 24, 2031. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2026 through 2031 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-26-D-0002).

Southeastern Kentucky Rehabilitation Industries,** Corbin, Kentucky, has been awarded a maximum $74,433,048 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for military patrol caps. This is a five-year contract with no option periods. The ordering period end date is Feb. 25, 2031. Using military services are Army and 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-N011).

Jianas Brothers Packaging Co.,* Kansas City, Missouri, has been awarded a maximum $39,791,400 fixed-priced, indefinite-delivery/indefinite-quantity contract for instant powdered juice pouches. This was a competitive acquisition with three responses received. This is a three-year contract with no option periods. The ordering period end date is Feb. 25, 2029. Using military services are Army, Navy and Marine Corps. Type of appropriation is fiscal 2026 through 2029 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-26-D-Z203).

Travis Association for the Blind,** Austin, Texas, has been awarded a maximum $22,561,586 modification (P00019) exercising the third one-year option period of a two-year base contract (SPE1C1-22-D-B123) with three one-year option periods for warehousing, storage, logistics and distribution functions. This is a firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Feb. 28, 2027. Using military services are Air Force and Marine Corps. Type of appropriation is fiscal 2026 through 2027 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

NAVY

The Charles Stark Draper Laboratory, Cambridge, Massachusetts, is being awarded a cost-plus-fixed-fee contract modification (P00028) against a previously awarded and announced contract (N0003024C6001). The total value of the modification award is $179,900,000. This contract award provides Guidance System and Sub-Assembly Repair work. Work will be performed in Cambridge, Massachusetts (15%); Pittsfield, Massachusetts (65%); and Clearwater, Florida (20%), with an expected completion date of Sept. 30, 2027. The contract will be incrementally funded, and no funds will currently expire at the end of the fiscal year. This contract modification was awarded as a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1) and U.S. Code 2304(c)(4) and was previously synopsized on the System for Award Management (SAM.gov) online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

M.C. Dean Inc., Tysons, Virginia, is being awarded a $99,997,217 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N6523626D1023). This commercial contract is for the design, development, delivery, and sustainment of electronic security system and emergency management system solutions for Department of Defense and federal agencies at shore installations worldwide. The contract includes a five-year ordering period. Fiscal 2026 operations and maintenance, Marine Corps funds in the amount of $552,345 will be obligated at time of award. The obligated funds will expire at the end of the current fiscal year. Work will be performed in Washington, D.C. (50 %); and Charleston, South Carolina (50%), and is expected to be completed by February 2031. The contract was competitively procured by full and open competition via the System for Award Management website, with three offers received. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity.

Honeywell International Inc., Minneapolis, Minnesota, is awarded a $30,807,000 firm-fixed-price order (N0001926F0151) against a previously issued basic ordering agreement (N0001921G0020). This order is for the production and delivery of 1,890 Advanced Anti-Radiation Guided Missile Extended Range Inertial Measurement units life of type buy, to include 703 for the Navy, 530 for the Air Force, 104 for the government of Italy, and 553 for multiple, Foreign Military Sales (FMS) customers. Work will be performed in Minneapolis, Minnesota and is expected to be completed in December 2027. Fiscal 2026 weapons procurement (Navy) funds in the amount of $8,916,100; fiscal 2026 weapons procurement (Air Force) funds in the amount of $8,639,000; fiscal 2024 weapons procurement (Navy) funds in the amount of $2,542,800; Italian cooperative program funds in the amount of $1,695,200; and FMS customer funds in the amount of $9,013,900, will be obligated at the time of award, $2,542,800 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 $21,499,729 firm-fixed-price contract (N3220526C1217) for a 106-calendar day shipyard availability for the mid-term availability of Military Sealift Command’s fleet replenishment oiler USNS Kanawha (T-AO 196). This contract includes a base work package and two unexercised options for additional work and time, which if exercised, would increase the cumulative value of this contract to $21,581,625. Work will be performed in Mobile, Alabama, beginning Aug. 5, 2026, and is expected to be completed by Nov. 19, 2026. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $21,499,729 are obligated and will expire at the end of the fiscal year. This contract was a 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.

Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $18,606,058 firm-fixed-price modification to a previously awarded contract for production of four MT7 turboshaft engines, ancillary parts, and installation kits in support of the Ship to Shore Connector program, Landing Craft, Air Cushion craft. Work will be performed in Indianapolis, Indiana, and is expected to be completed by September 2029. This contract is awarded with funding from the One Big Beautiful Bill Act (Public Law 119-21) and directly supports the national effort to revitalize and rebuild American shipbuilding. One Big Beautiful Bill act funds in the amount of $18,606,058 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 (N00024-25-C-2405).

Alabama Shipyard LLC,* Mobile, Alabama, is awarded a $18,205,703 firm-fixed-price contract (N3220526C1226) for a 101-calendar day shipyard availability for the regular overhaul and dry dock availability of Military Sealift Command’s replenishment oiler USNS Laramie (T-AO 203). 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 $18,401,676. Work will be performed in Mobile, Alabama, beginning April 20, 2026, and is expected to be completed by July 29, 2026. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $18,205,703 are obligated and will expire at the end of the fiscal year. This contract was full and open competition solicited via the Government wide Point of Entry website and three offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $17,857,824 modification (P00030) to a previously awarded cost-plus-incentive-fee contract (N0001921C0040). This modification adds scope to provide continued Program Management Office Foreign Liaison Office and process meeting development capability support in support of the ongoing development and integration efforts for the government of Israel as an F-35 Foreign Military Sales (FMS) customer. Work will be performed in Fort Worth, Texas (80%); and undisclosed locations outside the continental U.S. (20%), and is expected to be completed in December 2027. FMS customer funds in the amount of $17,857,824 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Rolls Royce Solutions America Inc., Novi, Michigan, is awarded a $14,659,615 modification to exercise Option Year Three of a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N5523623D0001) in support of the original equipment manufacturer for the Littoral Combat Ships Independence-variant vessels for main propulsion diesel engines, ship service diesel generators, and hydraulic prime movers. The total contract value ceiling remains unchanged at $71,198,157. Work shall be performed in Mayport, Florida (40%); San Diego, California (40%); and various locations which shall be determined at the delivery order level (20%). No funds shall be obligated at the time of this modification award, instead funds shall be obligated per individual delivery orders as they are issued. Southwest Regional Maintenance Center located in San Diego, California, is the contracting activity.

Alabama Shipyard LLC,* Mobile, Alabama, is awarded a $14,309,575 firm, fixed-price contract (N3220526C1209) for lay berth of Military Sealift Command’s expeditionary sea base vessel USNS Robert E. Simanek (ESB 7). This contract includes unexercised options for extended lay berth, industrial assist periods, and a mid-term availability, which if exercised, would increase the cumulative value of this contract to $30,716,954. Work will be performed in Mobile, Alabama, and is expected to be completed by Sept. 30, 2027, if all options are exercised. Contract is incrementally funded. Working capital funds (Navy) in the amount of $7,835,745 are obligated for fiscal 2026 and will not expire at the end of the fiscal year. Operations and maintenance (Navy) funds in the amount of $1,250,000 are obligated for fiscal 2026 and will expire at the end of the fiscal year. This contract was a small business set-aside solicited via the sam.gov website and two offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

AIR FORCE

LinQuest Corp., Herndon, Virginia, has been awarded a $44,924,742 cost-plus-incentive-fee modification (P00120) to a previously awarded contract (FA8808-19-C-0006) for additional systems engineering, integration, and test support. The modification brings the total cumulative face value of the contract to $810,726,980. Work will be performed at El Segundo, California, and is expected to be completed by Feb. 26, 2026. Fiscal 2026 operations and maintenance funds in the amount of  $3,345,613; and fiscal 2026 research, development, test and evaluation funds in the amount of $6,219,122, are being obligated at the time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

Ki Ho Military Acquisition Consulting Inc., Reston, Virgina, was awarded a $32,400,000 indefinite-delivery/indefinite-quantity contract for sustainment services on the AN/FPS-117 Weapon System. This contract provides support for program management, engineering support, emergency support, diminishing manufacturing and material shortages support, software and hardware procurement, repairs, travel, and shipping. Work will be performed at Reston, Virgina, and is expected to be completed by Feb. 26, 2034. This contract was a competitive acquisition and one offer was received. Fiscal 2026 operations and maintenance funds in the amount of $1,156,351 are being obligated at time of award. The Air Force Lie Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8217-26-D-B002).

CORRECTION: The contract for L3Harris Technologies, Integrated Systems L.P., Greenville, Texas, announced on Feb. 25, 2026, was not awarded, and will be awarded at a future date.

ARMY

Knight Construction and Supply Inc.,* Deer Park, Washington, was awarded a firm-fixed-price contract for steel spillway gates at Albeni Falls Dam. The amount of this action is $20,395,700.   Bids were solicited via the internet with three received. Work will be performed in Oldtown, Idaho with an estimated completion date of Feb. 26, 2026. Fiscal 2026 firm-fixed-price funds in the amount of $20,395,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-26-C-A014).

Electric Controls & Systems Inc., Birmingham, Alabama, was awarded a firm-fixed-price contract for design engineering, project management, equipment installation, concrete work, equipment commissioning, training, and procurement of a five-ton electric arc furnace and supporting equipment, as well as demolition and removal of the existing furnace. The amount of this action is $12,219,674 (with a total cumulative face value of $18,217,771). Bids were solicited via the internet with two received. Work will be performed in Rock Island, Illinois, with an estimated completion date of Feb. 25, 2027. Fiscal 2026 Army Working Capital Funds in the amount of $12,219,674 were obligated at the time of the award. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-26-C-A012).

*Small Business

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.