Contracts Valued at $7.5 Million and Above

AIR FORCE

Raytheon Co., Tucson, Arizona has been awarded a not-to-exceed $708,939,863 undefinitized contract action for small diameter bomb increment II production Lot 12 and test equipment. This contract provides for all up rounds and containers as well as test equipment and spares. Work will be performed at Tucson, Arizona, and is expected to be completed by March 6, 2030. This contract involves Foreign Military Sales (FMS) to Belgium, Canada, Finland, Germany, Italy, Norway, Republic of Korea, and Switzerland. This contract was a sole source acquisition. Fiscal 2026 procurement missile funds in the amount of $128,215,305; fiscal 2026 operations and maintenance funds in the amount of $1,871,338; fiscal 2025 procurement weapons funds in the amount of $5,291,774; Fiscal 2026 procurement weapons funds in the amount of $31,567,101; and FMS funds in the amount of $171,558,544, are being obligated at time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8672-26-C-B001).

Rockwell Collins Inc., Cedar Rapids, Iowa; and Fairfield, California, has been awarded a maximum $ 25,899,097 indefinite-delivery/indefinite-quantity contract for detonation transfer assembly and thin layer explosive lines. This contract provides for detonation transfer assembly and thin layer explosive line replaceable units. Work will be performed at Fairfield, California, and is expected to be completed by April 5, 2033. This contract involves foreign military sales to be determined at time of delivery order execution. This contract was a sole source acquisition. Fiscal 2024 procurement of ammunition in the amount of $1,675,039; fiscal 2024 Foreign Military Sales funds in the amount of $3,114,646; Fiscal 2025 FMS funds in the amount of $3,859,681; and fiscal 2026 procurement of ammunition in the amount of $649,749, are being obligated at time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-25-D-0002).

Canadian Commercial Corp. Inc., Ottawa, Canada, was awarded an $11,192,190 modification (P00003) to a previously awarded contract (FA811925D0003) for the B-1 nose radomes new manufacturing and repair service. The modification brings the total cumulative face value of the contract to $45,476,047 from $34,283,857. Work will be performed at Quebec, Canada; and Suwanee, Georgia, and is expected to be completed by May 29, 2027. No funds are being obligated at time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

DEFENSE LOGISTICS AGENCY

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $101,288,162 undefinitized delivery order (SPRPA1-26-F-0LB1) against a three-year basic ordering agreement (SPRPA1-14-D-002U) for the KC46 commercial common depot level repairables. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year contract with no option periods. The performance completion date is April 6, 2027. Using military service is Air Force. Type of appropriation is fiscal 2026 through 2027 Air Force working capital funds. The contracting activity is Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Golden State Medical Supply Inc.,* Camarillo, California, has been awarded an estimated $9,469,819 modification (P00009) exercising the fourth one-year option period of one-year base contract (SPE2D2-22-D-0142) with four one-year option periods for febuxostat tablets. This is a fixed-price, requirements contract. Location of performance is Ohio, with an April 6, 2027, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard, Department of Veterans Affairs, Indian Health Services, and Federal Bureau of Prisons. Type of appropriation is fiscal 2026 through 2027 defense working Capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. (Awarded on April 3, 2026)

NAVY

Packet Digital LLC.,* Fargo North Dakota, is awarded a $26,999,999 firm-fixed-price order (N6833526F1047) against a previously issued basic ordering agreement (N6833522G0020). This order is a Small Business Innovation Research (SBIR) Phase III effort for Topic N07-160 entitled, “Power Suite for Distributed Operations”. This effort derives from Phase I and II efforts and supports the domestic production of lithium-based battery cells and battery packs for Department of War applications under the Accelerate the Procurement and Fielding Innovative Technologies program. This effort is to execute pilot prototype development, raw-material procurement, pilot production, Low-Rate Initial Production (LRIP)-1, and LRIP-2 manufacturing of pouch-cell lithium-ion batteries. The effort includes cell manufacturing, testing of battery cells, integration of cells into multiple battery-pack designs, and testing and delivery of battery packs. Work will be performed in Fargo, North Dakota (100%), and is expected to be completed in April 2028. Fiscal 2025 procurement (Defense Wide) funds in the amount of $26,999,999 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was competed, and one offer was received. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Component Repair Technologies Inc., Mentor, Ohio, is awarded a $18,850,639 indefinite-delivery, indefinite-quantity, firm-fixed-price service contract for repair and upgrade of LM2500 turbine mid frames, a subset of LM2500 single shank turbine gas generator assemblies. Work will be performed at the Contractor’s facility in Mentor, Ohio, and is expected to be completed by April 2031. Fiscal 2026 other procurement (Navy) funds in the amount of $1,813,806 (<1%) will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management (SAM) website, with one offer received. Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-26-D-1002).

General Dynamics Mission Systems, Pittsfield, Massachusetts, is being awarded a $15,422,686 modification (P00002) to a previously awarded contract (N0003025C1024) to provide services to complete capital maintenance projects. Projects completed as part of this effort are limited to non-severable improvements, repair, or modifications of Navy-owned land, buildings, and support utilities. Work will be performed in Pittsfield, Massachusetts. Work is expected to be completed April 28, 2029. Fiscal 2024 other procurement (Navy) funds in the amount of $1,365,944; fiscal 2025 other procurement (Navy) funds in the amount of $7,499,120; and fiscal 2026 other procurement (Navy) funds in the amount of $6,557,622, will be obligated on this award. Fiscal 2024 other procurement (Navy) funds in the amount of $1,365,944 will expire at the end of this fiscal year. This contract was awarded as a sole source acquisition pursuant to 10 U.S. Code 2304(c)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity.

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is awarded a $12,846,275 cost-plus-fixed-fee and cost-only ceiling increase modification to a previously awarded contract (N00024-22-C-5520) for Surface Electronic Warfare Improvement Program Block 3 Electronic Attack systems design agent engineering support. This contract includes options which, if exercised, would bring the cumulative value of this contract action to $52,011,440. Work will be performed in Baltimore, Maryland, and is expected to be completed by August 2026. If all options are exercised, work will continue through August 2027. Fiscal 2026 other procurement (Navy) funds in the amount of $5,379,390 (81%); fiscal 2026 operations and maintenance (Navy) funds in the amount of $905,815 (14%); and fiscal 2026 research, development, test, and evaluation funds in the amount of $331,550 (5%), will be obligated at time of award, of which $905,815 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other type of property or services will satisfy the needs of the agency). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-5520).

*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.