Contracts Valued at $7.5 Million and Above
NAVY
Raytheon Missiles and Defense, Tewksbury, Massachusetts, is awarded a $213,387,048 cost-plus-incentive-fee, cost-plus-fixed-fee, and cost-only modification to a previously-awarded contract (N00024-22-C-5522) to exercise options in support of combat system installation, integration, development, testing, correction, maintenance, and modernization of Zumwalt-class mission systems and mission system equipment. Work will be performed in Portsmouth, Rhode Island (39%); Tewksbury, Massachusetts (32%); Pascagoula, Mississippi (14%); Nashua, New Hampshire (9%); San Diego, California (5%); and Fort Wayne, Indiana (1%), and is expected to be complete by April 2027. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $29,756,012 (59%); fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $8,260,020 (17%); fiscal 2026 other procurement (Navy) funds in the amount of $4,748,140 (10%); fiscal 2025 other procurement (Navy) funds in the amount of $3,664,044 (7%); fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $2,499,641 (5%); and fiscal 2026 research, development, test and evaluation (Navy) funds in the amount of $1,179,374 (2%), will be obligated at time of award, of which $32,255,653 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Veltre Engineering, Inc.,* San Diego, California, is awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for fire protection engineering services. Work provides for design and engineering services for design-build projects. Work will be performed at various military installations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations, to include California (90%), Arizona (6%), Colorado (1%), Nevada (1%), New Mexico (1%), and Utah (1%), and is expected to be completed by April 2031. Fiscal 2026 operations and maintenance (Navy) funds in the amount of $5,000 (minimum contract guarantee) will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website with five offers received. NAVFAC Southwest, San Diego, California, is the contracting activity (N62473-26-D-0005).
The Marlin Alliance,* San Diego, California, is awarded a $21,999,852 firm-fixed-price, indefinite-quantity/indefinite-delivery contract (N66001-26-D-0007) for Robotic Process Automation (RPA) Bot development and delivery. This contract supports the enhancement of RPA and Artificial Intelligence technologies to improve the operational efficiency of Naval Information Warfare Center (NIWC) Pacific. The contractor shall provide expert-level support for the design, development, delivery, and initial configuration of automation solutions. Incidental services, such as training, briefings, and minor sustainment actions, may be required to enable successful delivery and use of automation bots but are not stand-alone service deliverables. Any requirements for significant support efforts or recurring services will be separately scoped at the delivery order level or handled via contract modification. The contract includes a single five-year ordering period. Work will be performed remotely or in San Diego. Contract funds will not be obligated at the time of award. NIWC Pacific, San Diego, California, is the contracting activity.
The Boeing Co., Seattle, Washington, is awarded a $11,952,154 modification (P00047) to a cost-plus-fixed fee order (N0001920F0647) against a previously issued basic ordering agreement (N0001916G0001). This modification exercises an option to procure one P-8A Increment 3 retrofit kit installation and associated ancillary support in support of the Anti-Submarine Warfare capabilities upgrades for the Navy. Work will be performed in Jacksonville, Florida (79.6%); St. Louis, Missouri (10.9%); and Mesa, Arizona (9.5%), and is expected to be completed in October 2026. Fiscal 2026 aircraft procurement funds in the amount of $11,952,154 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The contract action was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
ARMY
Benaka Inc., New Brunswick, New Jersey (W911QY-26-D-A005); Anvil Steel Engineering Inc., Taunton, Massachusetts (W911QY-26-D-A006); Classic Site Solutions Inc., Wilbraham, Massachusetts (W911QY-26-D-A007); Diversified Site Services LLC, Merrimack, New Hampshire (W911QY-26-D-A008); Enfield Enterprises LLC,* Springfield, Massachusetts (W911QY-26-D-A009); Henry General Contractors Inc.,* Springfield, Massachusetts (W911QY-26-D-A010); KEE Solutions LLC,* Bourne, Massachusetts (W911QY-26-D-A011); KMK Construction Inc., Eliot, Maine (W911QY-26-D-A012); Kunj Construction Corp., Northvale, New Jersey (W911QY-26-D-A013); Marco Federal Services LLC,* El Paso, Texas (W911QY-26-D-A014); Maron Construction Co. Inc., Providence, Rhode Island (W911QY-26-D-A015); Monument Construction Services LLC, Hudson, New Hampshire (W911QY-26-D-A016); P&S Construction Inc., Westford, Massachusetts (W911QY-26-D-A017); and Smart LLC, Chelsea, Massachusetts (W911QY-26-D-A018), will compete for each order of the $99,000,000 firm-fixed-price contract for construction-related requirements at Natick Soldier Systems Center, including renovations, HVAC, plumbing, fire suppression, electrical, alarms, communications, utilities, sitework, landscaping, design-build, and related work. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of April 21, 2034. Army Contracting Command, Aberdeen Proving Ground, Natick Division, Natick, Massachusetts, is the contracting activity.
Dynamic Systems and Research Corp., Albuquerque, New Mexico, was awarded a cost-no-fee, cost-plus-fixed-fee, firm-fixed-price contract for continued development of the Firing System solution with associated graphics user interface and development of new systems to support changes in the operating environment. The amount of this action is $10,000,000. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of April 19, 2031. Army Contracting Command, Aberdeen Proving Ground, Edgewood Division, Edgewood, Maryland, is the contracting activity (W911SR-26-D-A006).
AIR FORCE
Cape Environmental Management Inc., Norcross Georgia, has been awarded a $30,009,000 ceiling increase modification (P00006) to previously awarded contract FA8903-20-D-0002 for the northern California base realignment and closure environmental construction and optimization services contract. The modification brings the total cumulative face value of the contract to $120,309,000 from $90,300,000. Work will be performed at former Castle, Mather, and McClellan Air Force Bases, California, and is expected to be completed by Aug. 25, 2030. No funds will be obligated at the time of this modification award; funds will be obligated on individual orders as they are issued. The Air Force Installation Contracting Center, 772d Enterprise Sourcing Squadron, Joint Base San Antonio, Lackland, Texas, is the contracting activity. (Awarded on April 2, 2026).
Saturn Landscape Plus Inc., Perris, California, has been awarded a $10,650,356 indefinite-delivery/indefinite-quantity for grounds maintenance services. This contract will provide all grounds maintenance services on and around Eielson Air Force Base, Alaska. Work will be performed at Eielson AFB, Alaska and is expected to be complete by Sept. 30, 2031. This contract was a competitive acquisition, and six offers were received. Fiscal 2026 operations and maintenance funds in the amount of $1,339,503 are being obligated for the first task order at the time of the award. The 354th Contracting Squadron, Eielson AFB, Alaska, is the contracting activity (FA500426D0001). (Awarded on April 16, 2026).
OMNI Fed LLC, Gainesville, Virginia, has been awarded a $9,999,581 firm-fixed-price task order to establish a mission-aligned software development effort. This contract provides for development of secure software capabilities. Work will be performed at Colorado Springs, Colorado, and expected to be completed by April 20, 2027. This contract was a sole source acquisition. This is a task order (FA8820-26-F-B003) on a Small Business Innovative Research (SBIR) Phase III BOA (FA2280-24-G-0004). Fiscal 2026 research and development funds in the amount of $9,672,822 were obligated at the time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado Springs, Colorado, is the contracting activity (FA8820-26-F-B003).
DEFENSE LOGISTICS AGENCY
Elbit Systems of America, Roanoke, Virginia, has been awarded a maximum $21,663,920 firm-fixed-price, indefinite-quantity contract for image intensifiers. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in the Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. The ordering period end date is April 19, 2031. Type of appropriation is fiscal 2026 through 2031 defense working capital funds. The using customer is Navy. The contracting activity is Defense Logistics Agency Weapons Support, Richmond, Virginia (SPE4A7-26-D-0251).
Valiant Technical Services Inc., Fayetteville, North Carolina, has been awarded a maximum $10,863,104 modification (P00008) exercising the third one-year option period of a one-year base contract (SP3300-23-C-5001) with four one-year option periods for third-party logistics hazardous material support services. This is a hybrid firm-fixed-price, cost-plus-fixed-fee, and cost-reimbursement no-fee contract. Location of performance is Texas, with an April 26, 2027, performance completion date. Using military service is Army. Type of appropriation is fiscal 2026 Army working capital funds. The contracting activity is Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.
WASHINGTON HEADQUARTERS SERVICES
Premier Enterprise Solution LLC, Upper Marlboro, Maryland, has been awarded a firm-fixed-price, level-of-effort contract (HQ003426FE173) with a value of $9,263,906. The purpose of this contract is to provide policy, operations, and analytic support to the Directors for Defense Intelligence, Operational Support and International Partnership and Directorates (Counter Proliferation-Weapons of Mass Destruction, Global Operations and Integration, Senior Advisor on Global Partnerships, Indo-Pacific Directorate, Europe, Americas, and the Arctic Directorate, and Africa and the Near East Directorate). This requires expertise in security, resource requirements, formulating strategies, strategic planning and concept development, program analysis and evaluation, policy, and development of solutions that assist with the decision-making process, and other areas related to the mission of the Office of the Under Secretary of War for Intelligence and Security. Work will be performed at the Pentagon Reservation in Arlington, Virginia, the Mark Center in Alexandria, Virginia; and Department of Defense facilities in Fairfield, Pennsylvania and Frederick, Maryland. The estimated completion date is April 30, 2031. The total amount of the contract if all options are exercised is $57,417,154. Funds in the amount of $1,700,000 are being obligated at the time of the award. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.
*Small business



