Contracts For March 31, 2026
Arizona Free Press
← Back to
Business and Financial
NAVY
Lockheed Martin Space of Littleton, Colorado, is being awarded a cost-plus-incentive-fee and cost-plus-fixed-fee contract modification (PZ0088) with a value $1,356,115,974 to previously awarded unpriced letter contract modifications (P00043, P00050, P00062, P00067, and P00070) as well as new scope under contract N00030-22-C-1025. This value includes optional line items. The effort will provide program management, engineering development, systems integration, long lead material, testing, and special tooling and equipment in support of missile and launching platform production for Conventional Prompt Strike. Work will be performed in Denver, Colorado (55%); Sunnyvale, California (16%); Magna, Utah (8%); Courtland, Alabama (7%); Simsbury, Connecticut (4%); Pittsfield, Massachusetts (3%); East Aurora, New York (2%); Owego, New York (2%); and various other locations (less than 1% each, totaling 3%). Work is expected to be completed on Sept. 30 2032. Fiscal 2025 Army Missile Procurement, Army (MIP,A) funds in the amount of $72,101,362; fiscal 2026 MIP,A funds in the amount of $120,953,815; fiscal 2026 research, development, test and evaluation, Navy funds in the amount of $208,629,867; fiscal 2026 other procurement, Navy funds in the amount of $89,075,983; and fiscal 2026 operations and maintenance, Navy funds in the amount of $2,000,000. $2,000,000 of funds will expire at the end of the current fiscal year. This contract was awarded as a sole source acquisition pursuant to 10 U.S. Code 3204 (a)(1) and was previously synopsized on the System for Award Management (SAM.gov) online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.
Collins Elbit Vision Systems LLC, Cedar Rapids, Iowa, is awarded $585,007,226 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production and delivery of Lot 18 and Lot 19 Helmet mounted display hardware, to include active matrix liquid crystal display and organic light emitting diode configurations of helmet display units, helmet assembly units, and other helmet related components, as well as associated program management for the Air Force, Marine Corps, Navy, F-35 Cooperative Program Partners, and Foreign Military Sales customers. Work will be performed in Wilsonville, Oregon (80%); and Fort Worth, Texas (20%), and is expected to be complete by July 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001926D0004).
DRS Systems Inc., Melbourne, Florida, is awarded $533,287,672 firm-fixed-price, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract for the production and delivery of distributed aperture infrared countermeasure weapons replaceable assemblies and shop replaceable assemblies in the low rate initial production configurations to include a maximum of 690 Sensors, 134 Processors, 134 Laser I, 52 fiber optic cables I, and 52 FOCA II, as well as associated engineering support for the Navy and Army. Additionally, this contract provides for multi-spectral test sets, field service representatives, far field test station upgrades, and electrical equivalent test benches. Work will be performed in San Diego California (50%); Dallas, Texas (43%); and Fort Walton Beach, Florida (7%), and is expected to be complete by April 2030. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001926D1002).
AAR Government Services Inc., Wood Dale, Illinois, is awarded $305,668,725 firm-fixed-price indefinite-delivery/indefinite-quantity contract to provide contractor logistics support for the Navy and Marine Corps C-40A fleet to ensure the operational capabilities for the use and sustainment of the aircraft These efforts include main operating base logistics and material support; field team and detachment support; scheduled and unscheduled depot level aircraft and component maintenance, modification, and repair; commercial line maintenance; and scheduled and unscheduled organizational level and depot level support equipment maintenance, modification, and repair. Work will be performed in Indianapolis, Indiana (40%); Fort Worth, Texas (22.5%); Kaneohe Bay, Hawaii (17.5%); Jacksonville, Florida (5%); North Island, California (5%); Oceana, Virginia (5%); and Whidbey Island, Washington (5%) and is expected to be complete by March 2031. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competed; four offers were received. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001926D0003).
Raytheon Missiles & Defense Naval Surface & Undersea Systems, Portsmouth, Rhode Island, is awarded a $74,156,196 firm-fixed-price, cost-plus-fixed fee, and cost only modification to a previously awarded contract (N00253-24-C-0001) to exercise an option for production and engineering support for common parts related to the MK 54 Lightweight Torpedo. Work will be performed in Portsmouth, Rhode Island (98%); and Poulsbo, Washington (2%), and is expected to be completed by October 2030. Fiscal 2024 weapons procurement (Navy) funds in the amount of $28,426,189 (40%); fiscal 2025 weapons procurement (Navy) funds in the amount of $41,430,574 (58%); and fiscal 2026 weapons procurement (Navy) funds in the amount of $1,560,322 (2%), 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, with one offer received. Naval Undersea Warfare Center, Keyport, Washington, is the contracting activity.
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $56,645,000 modification (P00007) to a previously awarded fixed-price incentive (firm-target), advanced acquisition contract (N0001922C0046). This modification adds scope to procure long lead material, parts, and components in support of five production F-35 Lightning II aircraft for the Marine Corps in Lot 21. Work will be performed in Fort Worth, Texas (59%); El Segundo, California (14%); Warton, United Kingdom (9%); Cameri, Italy (4%); Orlando, Florida (4%); Nashua, New Hampshire (3%); Baltimore, Maryland (3%); San Diego, California (2%); and various locations outside the continental U.S. (2%), and is expected to be completed in December 2030. Fiscal 2026 aircraft procurement (Navy) funding in the amount of $56,645,000 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 not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $50,132,505 cost-plus-incentive-fee modification to a previously awarded contract (N00024-20-C-6117) to exercise options for U.S. Navy hardware procurement to support SONAR systems and spares. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by November 2030. Fiscal 2026 other procurement (Navy) funds in the amount of $35,623,657 (71%); and fiscal 2026 shipbuilding and conversion (Navy) funds in the amount of $14,511,848 (29%), 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.
The Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded a $30,873,170 firm-fixed-price construction contract for a new fuel pier. Work will be performed at Marine Corps Air Station, Beaufort, South Carolina, and is expected to be completed by September 2028. Fiscal 2022 military construction (MILCON) funds in the amount of $4,108,031; and fiscal 2025 MILCON funds in the amount of $26,765,139, will be obligated at time of the award and will not expire at the end of the fiscal year. This contract was competitively procured via the www.SAM.gov website, with five offers received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N4008526C0002).
Huntington Ingalls Industries, Pascagoula, Mississippi, was awarded a $17,244,674 cost-plus-award-fee modification to previously awarded contract (N00024-26-C-2443) to exercise two option years for the execution of LPD 30 Industrial Post Delivery Availability, and LPD 29 Material and Support for the LPD 17 Class Program. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by December 2028. Fiscal 2025 shipbuilding and conversion, Navy funds in the amount of $2,894,579; fiscal 2026 shipbuilding and conversion, Navy funds in the amount of $2,842,796; fiscal 2024 shipbuilding and conversion, Navy funds in the amount of $688,901; fiscal 2026 research, development, test and evaluation, Navy funds in the amount of $600,000; fiscal 2023 shipbuilding and conversion, Navy funds in the amount of $320,017; and fiscal 2017 shipbuilding and conversion, Navy funds in the amount of $234,260, will be obligated at award, of which, funds in the amount of $234,260 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-26-C-2443). (Awarded March 26, 2026).
NCS/EML SB JV LLC, Louisville, Kentucky, is awarded a $13,965,038 modification to a previously awarded contract (N69450-19-D-1740) for base operations support services. This award brings the total cumulative face value of the contract to $102,567,332. Work will be performed in Milton, Florida, and outlying areas, and is expected to be completed by March 2027. No funds will be obligated at time of award. Fiscal 2026 operations and maintenance, Navy O&M, N; fiscal 2026 defense health program; fiscal 2026 family housing O&M, N; fiscal 2026 defense working capital funds; and fiscal 2026 operations and maintenance, Air Force funds in the amount of $10,277,336, for recurring work will be obligated on an individual task order issued during the option period. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity.
Diversified Service Contracting Inc., Dunn, North Carolina, is awarded a $9,613,035 modification to previously awarded contract (N40080-21-D-0006) for facilities support services. This modification provides for the exercise of Option Five of the contract, and includes $8,739,615 for recurring services and not-to-exceed $873,420 for non-recurring work, at Naval Air Station Patuxent River, Maryland. This award brings the total cumulative face value of the contract to $77,883,728. Work will be performed in Maryland and is expected to be completed by September 2026. The funding sources are as follows; fiscal 2026 defense health services funds in the amount of $2,656; fiscal 2026 operation and maintenance, (Navy) funds in the amount of $6,046,748; and fiscal 2026 non-appropriated funds in the amount of $5,350. Fiscal 2026 Navy working capital funds in the amount of $2,684,861 will be obligated on a task order and will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Washington, Resident Officer in Charge of Construction Patuxent River, Maryland, is the contracting activity.
ARMY
DRS Sustainment Systems Inc., Bridgeton, Missouri, was awarded a $44,978,691 modification (P00171) to a firm-fixed-price contract for the procurement of 20 Joint Assault Bridge systems and associated spares. Work will be performed in West Plains, Missouri, with an estimated completion date of March 31, 2027. Fiscal 2024, 2025, and 2026 Procurement of Weapons and Tracked Combat Vehicles, Army funds in the amount of $44,978,691 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.
The Boeing Co., Ridley Park, Pennsylvania, was awarded a $33,573,727 firm-fixed-price contract W58RGZ-21-D-0094 for the procurement of CH-47F Block II unique spare aircraft parts to support field-level maintenance as aircraft are delivered and fielded. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2031. The contracting activity is Army Contracting Command, Redstone Arsenal, Alabama (W58RGZ-21-D-0094).
Magruder Construction Co. Inc.,* Eolia, Missouri, was awarded a firm-fixed-price contract for Illinois Waterway hydraulic dredging. The amount of this action is $25,000,000. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2030. U.S. Army Corps of Engineers, Rock Island District, is the contracting activity (W912EK-26-D-A006).
McMillen Inc., Boise, Idaho, was awarded a firm-fixed-price contract for the Webbers Falls Tainter Gate Replacement and Repair project at Webbers Falls Lock and Dam 16 in Muskogee County, Gore, Oklahoma, including replacement and repair of multiple tainter gates and associated work. The amount of this action is $19,642,700 with a total cumulative face value of $28,417,900. Bids were solicited via the internet with two received. Work will be performed in Gore, Oklahoma with an estimated completion date of Jan. 31, 2030. Fiscal 2026 operations and maintenance, Corps of Engineers, Civil funds in the amount of $19,642,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa District, is the contracting activity (W912BV-26-C-A014).
Dominion Privatization Texas LLC, Richmond, Virginia, was awarded a firm-fixed-price contract for the construction of a microgrid at the Fort Hood Network Enterprise Center in Texas. The amount of this action is $16,353,817 with a total cumulative face value of $16,652,620. Bids were solicited via the internet with one received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Oct. 6, 2028. Fiscal 2026 Military Construction, Defense-Wide funds in the amount of $16,353,817 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville District, is the contracting activity (W912QR-26-C-A021).
U.S. TRANSPORTATION COMMAND
UNCOMN LLC, Scott Air Force Base, Illinois (HTC71126DE128), was awarded a $60,500,000 indefinite-delivery/indefinite-quantity contract. This contract provides Enterprise Architecture, Data, and Engineering services to U.S. Transportation Command (USTRANSCOM) and its Transportation Component Commands. Work will be performed at Scott Air Force Base, Illinois, and Naval Station Norfolk, Virginia. The ordering period is from April 1, 2026, to March 31, 2027. Fiscal 2026 and 2027 operations and maintenance; transportation working capital; and research, development, test, and evaluation funds, will be used for this award. USTRANSCOM, Scott AFB, Illinois, is the contracting activity.
Delaware River Stevedores Inc., Philadelphia, Pennsylvania (HTC71126DE121), was awarded a $28,288,445 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides stevedoring and related terminal services at the Port of Philadelphia. Work will be performed at the Port of Philadelphia, Tioga Terminal. The period of performance is from May 1, 2026, to April 30, 2031. Fiscal 2026 transportation working capital funds will be used for this award. The total cumulative face value of this contract is $35,360,556. The U.S. Transportation Command, Scott Air Force Base, Illinois, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Clarios LLC, Milwaukee, Wisconsin, has been awarded a maximum $48,546,171 firm-fixed-price, indefinite-quantity contract for 6-volt and 12-volt Absorbent Glass Material storage batteries. 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 three-year base contract with two one-year option periods. The performance completion date is March 30, 2031. 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 Weapons Support, Columbus, Ohio (SPE7LX-26-D-0047).
Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $19,109,700 firm-fixed-price, long-term requirements contract for wheel and tire assemblies. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. The ordering period end date is March 31, 2029. Using military service is Army. Type of appropriation is fiscal 2026 through 2029 defense working capital funds. The contracting activity is Defense Logistics Agency Weapons Support, Warren, Michigan (SPRDL1-26-D-0008).
CORRECTION: The contract announced on March 27, 2026, for AERO International, Alexandria, Virginia (SPRTA1-26-F-0139), for $10,757,238 was announced with an incorrect award date. The correct award date is March 30, 2026. The contracting activity is Defense Logistics Agency Weapons Support, Oklahoma City, Oklahoma.
AIR FORCE
Baxter Aerospace, St. George, Utah, was awarded a not-to-exceed $46,066,300 firm-fixed-price undefinitized contract action for tactical airborne communication kits (TACKits). This contract provides for TACKits and associated field service support. Work will be performed at various locations and is expected to be completed by March 26, 2027. This contract was a sole source acquisition. Fiscal 2026 research and development funds in the amount of $4,276,860 are being obligated at the time of award. The Air Force Life Cycle Management, Wright Patterson Air Force Base, Ohio, is the contract activity. (Awarded on March 27, 2026).
DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY
LexisNexis Special Services Inc., Washington, D.C., has been awarded a $10,887,038 firm-fixed-price task order (HS0021-26-F-E018) issued against General Services Administration multiple award schedule contract GS-00F-178DA for the Defense Counterintelligence and Security Agency (DCSA). Total cumulative face value of the task order is $23,522,158. This award is the result of a sole-source acquisition in which one offer was received. This task order provides DCSA's personnel vetting data collection and analysis with extensive public record information and the LexisNexis ProMonitor Alert Service subscription. No on-site work is required, and the estimated completion date is March 27, 2028 (inclusive of options). Fiscal 2026 DCSA Defense working capital funds in the amount of $1,795,800 were obligated at the time of award. This is not a multi-year contract. DCSA Procurement Solutions, Quantico, Virginia, is the contracting activity. (Awarded March 25, 2026).
*Small business