Forty-seven billion dollars in new federal contract awards closed out Q1 2026. We tore down five of the most significant — pulling source selection data, pricing intelligence, and debrief information to show you exactly what separated the winners from the runners-up.
The first quarter of 2026 produced one of the most active award periods in recent memory — driven partly by agencies rushing to obligate funds before the March 31 fiscal quarter close and partly by a backlog of solicitations that were delayed through 2025 amid continuing resolution uncertainty. The result: $47.2 billion in new contract awards across civilian and defense agencies, up 18% from Q1 2025.
We selected five awards that represent the broadest cross-section of contract types, agency missions, and award sizes — from a $1.2 billion single-award IDIQ to a $160 million schedule consolidation. For each, we've pulled what source selection information is available, analyzed the pricing dynamics, and identified the specific technical or management differentiators that drove the final decision.
| Agency | Contract / Vehicle | Award Amount | Awardee | Contract Type |
|---|---|---|---|---|
| VA | EHR Sustainment & Enhancement | $1.2B | Leidos | IDIQ / CPFF Task Orders |
| DHS | Enterprise Cloud Migration Services | $340M | Deloitte | Cost-Plus-Fixed-Fee |
| Army | Logistics Support Services IDIQ | $890M | 4 awardees (split) | IDIQ / FFP Task Orders |
| NIH | Research Information Technology | $240M | SAIC | IDIQ / T&M Task Orders |
| GSA | Schedule Consolidation Support | $160M | IBM | Firm Fixed Price |
The VA's Electronic Health Record Modernization (EHRM) program — built on Oracle Cerner's Millennium platform and implemented by Leidos — has been one of the most closely watched contracts in federal IT for the past four years. The $1.2 billion sustainment and enhancement award announced in January 2026 represents the next chapter: a five-year IDIQ to manage, maintain, and continuously improve the deployed EHR platform across 170+ VA medical centers and community-based outpatient clinics.
Leidos won as the incumbent with a proposal that emphasized operational continuity and workforce stability. The source selection evaluation, portions of which were released under FOIA, noted that Leidos proposed an "Outstanding" technical approach rated against three criteria: system reliability architecture, clinical workflow optimization methodology, and cybersecurity posture. The runner-up, a team led by Accenture Federal Services, received "Good" ratings on the first two factors but was docked on cybersecurity — specifically for failing to address VA's new zero-trust architecture requirements at sufficient depth.
Pricing insight: Leidos's proposed price came in at roughly 7% above the Independent Government Cost Estimate (IGCE). Given the Outstanding technical ratings, the Source Selection Authority accepted the premium. This is a pattern worth noting: on single-award IDIQs where past performance and technical quality are weighted as most important, agencies regularly accept bids above IGCE when the technical differentiation is clear enough.
The Department of Homeland Security's Enterprise Cloud Migration Services contract was competed as a single-award CPFF contract through DHS's EAGLE Next Generation (EAGLE NG) vehicle. Deloitte Federal Services beat four other offerors — including Booz Allen Hamilton, KPMG Federal, CGI Federal, and ManTech — to capture the five-year contract covering cloud architecture, migration execution, and cloud operations for 22 DHS components.
The technical differentiator, according to the evaluation summary: Deloitte proposed a "factory" model for cloud migration — a repeatable, accelerated migration process that uses automated tooling and pre-built cloud landing zones. This contrasted with most competitors' more traditional consultant-led, bespoke migration approach. GSA's cloud COE has been promoting factory-model cloud adoption for three years; Deloitte's familiarity with that framework read as de-risking to evaluators.
Pricing insight: Deloitte was not the low bidder. CGI Federal submitted a proposal approximately 12% lower. The source selection rationale explicitly noted that Deloitte's higher price was "offset by the demonstrated efficiency gains in the proposed factory model, which the Government assessed as credible and achievable." Best Value trade-off determinations increasingly favor credible productivity and efficiency claims over raw price — document your assumptions clearly.
The Army's Logistics Support Services IDIQ — competed through AMC's (Army Materiel Command) contracting office at Redstone Arsenal — was structured from the outset as a multiple-award vehicle. The $890M ceiling, split across four awardees over five years, will be used to place task orders for supply chain management, depot maintenance coordination, distribution operations support, and field logistics support across CONUS and OCONUS locations.
The four awardees: PAE Government Services, Amentum Services, Engility (now part of SAIC, competing as a standalone entity through the SAIC corporate structure), and VSE Corporation. All four have strong Army logistics incumbent positions. Two notable firms that did not make the award — DynCorp International and CALIBER Systems — have confirmed they will protest, arguing the solicitation's past performance evaluation unfairly weighted CONUS logistics experience over the OCONUS experience the task order performance will require.
"The Army's decision to limit the pool to four awardees on a vehicle of this scope creates high-stakes competition at the task order level. Firms that made the IDIQ but don't win task orders still bear the overhead of managing a $0 IDIQ — that's the hidden cost of multi-award vehicles." — Senior capture executive, GovPaid Pro Forum
The National Institutes of Health's Research Information Technology contract covers IT systems support, data management platforms, and research computing infrastructure for NIH's 27 institutes and centers on the Bethesda campus and across affiliated research facilities. SAIC won the five-year IDIQ with a $240M ceiling against competition from Peraton, Leidos, and a joint venture between Noblis and Engility.
The critical technical element in SAIC's proposal: a proposed research data management framework that addressed NIH's specific requirement to comply with the new NIH Data Management and Sharing Policy (effective since January 2023) while also integrating with cloud HPC environments on AWS GovCloud and Azure Government. Evaluators noted that SAIC's proposed architecture was the only one that demonstrated specific experience implementing the NIH DMS policy requirements in an operational research computing environment — not theoretical compliance, but documented operational implementation.
Pricing insight: SAIC's T&M labor rates on the dominant labor categories (Research Systems Engineer, Data Architect, Cloud Solutions Architect) came in at 3-5% below market median as benchmarked against GSA MAS data. The rate competitiveness combined with the Outstanding technical rating produced a clear Best Value determination.
IBM's win on the GSA Schedule Consolidation Support contract is strategically notable because the contract itself is about managing GSA's own contracting operations — specifically the ongoing work of rationalizing the 24 legacy Multiple Award Schedules into a unified Federal Supply Schedule structure. IBM beat Accenture Federal Services and Unison (a division of Engility) for the five-year FFP contract.
The work covers: schedule structure analysis, industry engagement support, regulatory compliance analysis for FAR/GSAM alignment, pricing analytics and benchmark development, and contract administration support. IBM's differentiation was its proprietary pricing analytics platform, which GSA evaluators assessed as capable of processing the volume of commercial pricing data required to maintain MAS pricing compliance at scale — a capability that manual consultant-led approaches cannot match cost-effectively.
Five consistent themes ran through every winning proposal in Q1 2026: (1) technology-forward delivery models over headcount-based approaches, (2) specific documented experience with the agency's current regulatory compliance requirements — not generic compliance claims, (3) credible pricing supported by detailed cost build-ups, not just market rate assertions, (4) workforce stability and retention plans that addressed the post-COVID federal contractor talent market, and (5) cybersecurity architecture specifically aligned to the agency's published zero-trust implementation roadmap. Any proposal that lacks specificity on these five dimensions is leaving evaluation points on the table.
Based on agency forecasts and pre-solicitation activity, these are the five highest-value contract competitions expected to award in Q2 2026:
That's the Q1 award teardown. If this was forwarded to you, subscribe free here. Pro subscribers get the full source selection documentation, FOIA-obtained evaluation narratives, and our proprietary Q2 pipeline forecast with 200+ opportunities ranked by win probability. Upgrade to Pro →