Back to news

December 11, 2024 | International, Aerospace

Amentum Awarded $105M Research, Development, Test and Evaluation Contract to Enhanced EW Systems

Amentum will leverage our digital engineering ecosystem and model-based system engineering expertise to strengthen EW/ISR capabilities and provide critical warfighter protection

https://www.epicos.com/article/896095/amentum-awarded-105m-research-development-test-and-evaluation-contract-enhanced-ew

On the same subject

  • Contract Awards by US Department of Defense - September 18, 2019

    September 19, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 18, 2019

    AIR FORCE Altamira Technologies Corp., McLean, Virginia (FA7146-19-D-0700); Booz Allen Hamilton, McLean, Virginia (FA7146-19-D-0710); Deloitte Consulting LLP, Arlington, Virginia (FA7146-19-D-0720); Fulcrum IT Services, Centreville, Virginia (FA7146-19-D-0730); ManTech Advanced Systems International Inc., Herndon, Virginia (FA7146-19-D-0740); MCR Federal LLC, McLean, Virginia (FA7146-19-D-0750); Novetta Inc., McLean, Virginia (FA7146-19-D-0760); and SAIC, Reston, Virginia (FA7146-19-D-0770), have been awarded a not-to-exceed $950,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for analytical and technical services. This contract vehicle provides for analytical and technical services for the Secretary of the Air Force's Concepts, Development, and Management Office. Work will be performed as indicated in each order and is expected to be completed by September 2029. This award is the result of a competitive acquisition and 10 offers received. Fiscal 2019 operations and maintenance funds in the amount of $5,000 are being obligated to each of the eight initial task orders. The Secretary of the Air Force's Concepts, Development, and Management Office, Fairfax, Virginia, is the contracting activity. Range Generation Next LLC, Sterling, Virginia, has been awarded a $122,345,824 fixed-price-incentive-firm target modification (P00262) for the previously awarded contract FA8806-15-C-0001 in support of operations, maintenance and sustainment on the Launch and Test Range System. The modification exercises the fifth option period effective Oct. 1, 2019. Work will be performed at the Western Range, Vandenberg Air Force Base, California; and the Eastern Range, Patrick Air Force Base, Florida, and is expected to be completed by Sept. 30, 2020. No funds are being obligated at time of award. The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. Thales Air Traffic Management Inc., Clarksburg, Maryland, was awarded a $21,818,801 modification (P00012) to contract FA8730-18-C-0034 for the purchase of six additional deployable instrumental landing systems. Work will be performed in Clarksburg, Maryland, and is expected to be completed by June 30, 2022. This sole source award is the result of a priced option of the contract previously mentioned. Fiscal 2017 and fiscal 2019 other production funds in the amount of $21,818,801 are being obligated at the time of the award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $12,880,167 cost-plus-incentive-fee contract modification (P01000) to a previously awarded contract F19628-02-C-0010 for fiscal 2020 Eglin sustainment support. This modification provides sustainment support for the Eglin AN/FPS (Army, Navy/Fixed Ground Detecting/Range and Bearing Search)-85 Radar. The Eglin AN/FPS-85 Radar is a computer-controlled, phased-array radar set operating as a functional entity in the Air Force Space Command Space Surveillance Network. The radar set concurrently performs the functions of detection, target recognition, acquisition and track of many space objects. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by June 30, 2020. Total cumulative face value is $12,880,167. Fiscal 2020 operations and maintenance funds are being used and no funds are being obligated at time of award. The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. M1 Support Services, Denton, Texas, has been awarded a $12,366,227 modification (A00038) to contract FA3002-15-C-0006 for Trainer Maintenance Services. This action is to exercise Option Period Five. Work will be performed at Sheppard Air Force Base, Texas; and satellite site at Naval Air Station, Pensacola, Florida, and is expected to be completed by Sept. 30, 2020. The total cumulative face value of the contract is $76,725,152. Fiscal 2020 operations and maintenance funds will be used and no funds are being obligated at the time of the award. The 82d Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity. ARMY BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $148,271,911 modification (P00018) to contract W56HZV-17-C-0242 for M88A2 Heavy Equipment Recovery Combat Utility Lift and Evacuation System vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of May 31, 2022. Fiscal 2019 procurement of weapons and tracked combat vehicles, Army funds in the amount of $148,271,911 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Knight Construction & Supply Inc.,* Deer Park, Washington, was awarded an $18,326,100 firm-fixed-price contract for Dalles 480 ton Intake Gantry Crane replacement. Bids were solicited via the internet with five received. Work will be performed in Dalles, Oregon, with an estimated completion date of Jan. 31, 2023. Fiscal 2019 Bonneville Power Administration; and operations and maintenance, civil funds in the amount of $517,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-19-C-0024). Affolter Contracting Co. Inc.,* La Marque, Texas, was awarded a $9,089,400 firm-fixed-price contract for Peggy Lake Placement Area dewatering and dike raise. Bids were solicited via the internet with one received. Work will be performed in Houston, Texas, with an estimated completion date of Dec. 21, 2020. Fiscal 2019 operations and maintenance, civil funds in the amount of $9,089,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0017). NAVY J. Walter Thompson U.S.A. LLC, doing business as Wunderman Thompson, of Atlanta, Georgia, is being awarded a $79,169,854 firm-fixed-price, one year contract for full service advertising agency support to furnish supplies and services to enhance the Marine Corps' recruiting efforts. This contract includes four one-year option periods which, if exercised, could bring the cumulative value of this contract to $529,904,636. Work will be performed in Atlanta, Georgia, and is expected to be completed December 2020. If all options are exercised, work will continue through December 2024. This award is subject to the availability of funds. Fiscal 2020 operation and maintenance (Marine Corps) funds in the amount of $79,169,854 will be obligated when funding becomes available and will expire Sept. 30, 2020. This contract was competitively procured via solicitation on the Federal Business Opportunities website, with three proposals received. The Marine Corps Installations Command Contracting Office, Arlington, Virginia, is the contracting activity (M95494-19-C-0020). The Boeing Co., St. Louis, Missouri, is being awarded a $30,880,590 cost-plus-fixed-fee contract to establish organic depot and intermediate level maintenance repair capability of the Consolidated Automated Support System Operational Test Program Sets for Stores Management System components in support of the P-8A Poseidon Multi-mission Maritime Aircraft. Work will be performed in St. Louis, Missouri (80%); and Grand Rapids, Michigan (20%), and is expected to be completed in September 2024. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $30,880,590 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-C-0543). Raytheon Missile Systems, Tucson, Arizona, is being awarded a $25,493,505 cost-plus-fixed fee contract for critical design review of the Tomahawk Weapons System Military Code, to include studies, analysis, design, development, integration and test of hardware and software solutions. In addition, this contract provides for identification of the kit bill of materials, fabrication, assembly, integration, test and documentation of an AGR5 kit. Work will be performed in El Segundo, California (55.6%); and Tucson, Arizona (44.4%), and is expected to be completed in March 2021. Fiscal 2018 and 2019 research, development, test and evaluation (Navy) funds in the amount of $7,558,963 will be obligated at time of award, $1,883,848 of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Forcepoint Federal LLC, Salt Lake City, Utah, is being awarded an estimated $13,462,622 indefinite-delivery/indefinite-quantity, firm-fixed-price and time and materials contract for the purchase of software and associated technical support services. Work will be performed in San Diego, California, and at contractor facilities in northern Virginia. Work is expected to be completed by 2024. The contract includes a single five year ordering period. No funding is being placed on contract at time of award. Contract funds will be obligated on individual delivery orders. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $414,895 will be obligated on the first delivery order. Funds will expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) – only one responsible source, and no other supplies or services will satisfy agency requirements (Federal Acquisition Regulation subpart 6.302-1(a)). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-19-D-0034). SCI Technology Inc., Huntsville, Alabama, is being awarded a $13,345,676 firm-fixed-fee, indefinite-delivery/indefinite-quantity contract for Tactical Operation Center Network (TOCNET) Generation 4 Ground Mobility Vehicle 1.1 kits and TOCNET G4 Mine Resistant Ambush Protected (MRAP) kits. These kits are in support of the U.S. Special Operations Command family of operations vehicles production sparing efforts for the GMV 1.1 and MRAP system variants. Work will be performed in Huntsville, Alabama, and is expected to be completed in September 2023. No funds will be obligated at time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0151). Alliant Techsystems Operations LLC (a wholly-owned subsidiary of Northrop Grumman Innovation Systems Inc.), Northridge, California, is being awarded a $10,640,798 modification (P00001) to a previously awarded firm-fixed-price (N00019-19-C-0049) for the full rate production Lot 8 Advanced Anti-Radiation Guided Missile (AARGM). This modification provides for conversion of government-provided AGM-88B High Speed Anti-Radiation Missiles (HARMs) into 4 AGM-88E AARGM all up rounds (AURs) for the Navy; and 11 AGM-88E AARGM AURs for the government of Italy, to include related supplies and services necessary for their manufacture, sparing, and fleet deployment. Work will be performed in Northridge, California (80%); Ridgecrest, California (10%); and Sanguinetto, Italy (10%), and is expected to be completed in March 2022. Fiscal 2017 weapons procurement (Navy) funds; and cooperate partner funds in the amount of $10,640,798 will be obligated at time of award, $2,334,813 of which will expire at the end of the current fiscal year. This contract combines purchase for the Navy ($2,334,813; 22%); and the government of Italy ($8,305,985; 78%) under a cooperative agreement. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. MBF Architects PA,* New Bern, North Carolina, is being awarded a maximum amount $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract for a multi-discipline A-E services for Marine Corps Air Station (MCAS), Cherry Point, North Carolina in Naval Facilities Engineering Command Mid-Atlantic area of responsibility. The work to be performed provides for comprehensive A-E services required for planning, design and construction services in support of new construction, repair, replacement, demolition, alteration and/or improvement of military and other governmental facilities. Facility types may include, but are not limited to, personnel housing facilities (bachelor enlisted quarters and bachelor officers' quarters, hospitality); office facilities (medical, training, secure facilities); training facilities (operational, maintenance and classroom); industrial maintenance facilities (vehicle maintenance shops, shore intermediate maintenance activities, aircraft maintenance hangars, public works shops and warehouses); and related utilities (steam, natural gas, potable water industrial wastewater, sanitary sewer, storm water, compressed air, fire suppression and alarm systems, electrical distribution, control systems, lighting, energy management and communications). Projects may involve single or multiple disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, landscape design, fire protection and interior design. Task order 0001 is being issued in the amount of $5,000 for the minimum guarantee. All work on this contract will be performed at MCAS, Cherry Point, North Carolina. The term of the contract is not to exceed 60 months with an expected completion date of September 2024. Supervision, inspection and overhead funds in the amount of $5,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction, (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with 15 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9247). Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $9,179,045 cost-plus-fixed-fee delivery order (N00019-19-F-2789) against a previously issued basic ordering agreement (N00019-12-G-0012) in support of the H-1 Upgrade helicopter. This order provides for five aircraft wiring and integration remote terminal/cockpit wiring and integration remote terminal/flight control computer/flight controller computer refreshed test stations. Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2022. Fiscal 2017 and 2018 aircraft procurement (Navy) funds in the amount of $9,179,045 will be obligated at time of award, $7,631,175 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Weldin Construction LLC,* Palmer, Alaska , is being awarded an $8,374,300 firm-fixed-price task order N44255-19-F-4422 under a multiple award construction contract for a special project to install new oily wastewater treatment system and associated utilities at Naval Base Kitsap, Bremerton, Washington. Work will be performed in Bremerton, Washington, and is expected to be completed by October 2020. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $8,374,300 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4008). Frawner Corp.,* Anchorage, Alaska, is being awarded an $8,114,000 firm-fixed-price task order N62473-19-F-5330 at under a multiple award construction contract for repair of Zone one (3rd Street) high temperature hot water at the Marine Corps Air Ground Combat Center. This project is for the removal, replacement and new high temperature hot water piping, valves, insulation and incidental related work including, but not limited to, modifications and expansion of associated pipe. This project will provide for the installation of a new high temperature hot water supply and return lines in the existing underground utility corridor. Work will be performed in Twentynine Palms, California, and is expected to be completed by March 2021. Fiscal 2019 operation and maintenance, (Marine Corps) contract funds in the amount of $8,114,000 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command Southwest, Facilities Engineering Acquisition Division, Twentynine Palms, California, is the contracting activity (N62473-19-D-1202). Meggitt Defense Systems Inc., Irvine, California, is being awarded an $8,089,578 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for nine liquid palletized system units in support of Lot 8 full rate production P-8A aircraft. Work will be performed in Irvine, California (78%); Sumner, Washington (8%); Niagara, New York (4%); and various locations within the continental U.S. (10%), and is expected to be completed in April 2024. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $8,089,578 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0039). WASHINGTON HEADQUARTERS SERVICES John Hopkins University Applied Physics Lab, Laurel, Maryland, has been awarded a $11,442,418 cost-plus-fixed-fee contract. This contract is to support the government with development of prototypes, test plans, rapid fielding, operational experiments and changes in existing acquisition programs with a focus on identification and reduction of programmatic and technical risk provides for applied research. Work performance will take place primarily in Laurel, Maryland. Fiscal 2019 operations and maintenance funds in the amount of $607,000; fiscal 2019 research, development, test, and evaluation funds in the amount of $8,835,418; and fiscal 2019 procurement funds in the amount of $2,000,000 are being obligated on this award. The expected completion date is May 30, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-D0006). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1964752/source/GovDelivery/

  • Artillery goes trucking to survive drones swarming the battlefield

    June 13, 2024 | International, Land

    Artillery goes trucking to survive drones swarming the battlefield

    The war in Ukraine has put long-range fires front and center at the Eurosatory defense show that kicks off in Paris on June 17.

  • SECNAV: Ford Issues Due To Cost Cap, Explains Timeline

    November 4, 2019 | International, Naval

    SECNAV: Ford Issues Due To Cost Cap, Explains Timeline

    By Rich Abott | The Secretary of the Navy today said the cost cap on the first Ford-class aircraft carrier helped lead to problems resulting in delays to the advanced weapons elevators (AWEs) and explained the government's issues and changing strategy with the shipbuilder. Secretary of the Navy Richard Spencer said on Wednesday at a Heritage Foundation press roundtable that the Navy and shipbuilder/AWE builder Huntington Ingalls Industries [HII] planned to build a test elevator site, similar to the electromagnetic advanced landing system (EMALS) located in Lakehurst, N.J. The Navy has used Joint Base McGuire-Dix-Lakehurst to test the General Atomics advanced arresting gear (AAG) and EMALS hundreds of times before testing them on the first new carrier, the USS Gerald R. Ford (CVN-78). “Then we had the cost cap come in. And as [HII president and CEO] Mike Petters can say, you know fine, the cost cap comes in and no one builds the land site elevator. We had to cut costs somewhere. Sometimes we're our own worst enemy,” Spencer said. In February, the Navy said it would start building the AWE land-based test site, after the fact, in Philadelphia (Defense Daily, Feb. 20). Spencer said he thinks about it and wonders if anyone was expecting there to be second and third order effects of a cost cap. “You don't get anything for free and you're not going to drive quality by cost cap. We have to start thinking differently when we go to cost control.” Spencer also further illuminated the Navy's work with HII on the elevators. Last week, he strongly criticized the company after delays on the AWEs, saying the Navy's faith and confidence with HII senior management on the project were very low (Defense Daily, Oct. 25). On Monday, Assistant Secretary of the Navy for Research, Development and Acquisition James Geurts said the Navy-HII team's output on the elevators has been much better in the last few months and he was cautiously optimistic on progress of the Ford elevators (Defense Daily, Oct. 29). Spencer said in fall 2018 the Navy was finalizing the HII elevator plan. The company gave him a chart that said all 11 AWEs would be tested and certified by the end of the planned post-shakedown availability (PSA), which was then planned for July 15. He said HII management reported high confidence of this timeline while Naval Reactors told him due to throttle and bearing issues the PSA would likely be pushed into September or October, “so I had more margin there. Did I feel confident? Completely confident.” Then, in January, Spencer said he made a bet with President Trump that the AWEs would be finished with the PSA or he could be fired (Defense Daily, Jan. 8). Spencer explained this was meant to rally the shipbuilders. “What we weren't seeing down there was the spring in the step of the people on the waterfront, to be very frank with you. It was business as usual. So we said ok, here's a rally point, we're going to commit to this.” However, in May 2019 he said HII management “goes oops, here we are, elevators aren't going to be ready until the end of 2020, possibly 2021. And that's when I went, do they really know what they're doing?” Spencer called that a moment of inflection and called Thomas Fargo, chairman of the board of HII, asking if the board knew what was going on with management “because out trust and confidence on this specific project of the elevators has eroded significantly.” While Spencer said Fargo said yes, there were continued frustrations on the government side. “That's when Hondo [Geurts] and I said let's get a tiger team down there and let's take this over as the general contractor and HII can sub to us. And that's basically what's happened this last 3 months.” Spencer said he went to the president and, after explaining the situation, was told “it's a complex system, keep knocking down the dragons.” When asked if these lessons would apply to future ships, Spencer said the Navy wants to avoid a cost cap for the lead ship in a new class like upcoming guided-missile future frigate, FFG(X). “We have to have an open discussion on first of class. Now, these are proven designs so it's going to be a little different, but we are adjusting it here and there and yes we should expect some hiccups,” he continued. “Expectation management, I think, is key.” Going forward, Spencer argued perhaps the Navy should make requirements for ships more flexible. He compared the Navy's process to the airline industry, which requires an airplane that can fit a certain number of people to transport them a certain amount of miles and has few change orders, then examines the options. However, the government has shrunk the competitive base so far that contractors agree to following requirements but only if the government takes 60 to 100 percent of the risk. “In some cases, you'd love to say should we change requirements to requests? Because if in fact you're a shipbuilder, why should I definitively lock you in if you have better ideas? Where is the flow to say if you want to get here you might want to consider this, which his 80 percent of the solution versus I will drive to 100% of your solution but the cost is going to be up here?” Spencer said he understands it is difficult to change requirements because they serve a definite purpose but wondered at what cost and percent mission capability can the government make a compromise compared to the current inflexibility. Relatedly, Spencer said he has “medium confidence” that a recent $197 million reprogramming request to Congress to fund more Ford fixes will be enough, simply because “first of classes is tough.” “I'd be remiss if I said that was the last, to be very frank. I'd rather have the option to say we're going to come for more than saying no we're capped off now. I feel good on what we're finally learning on the end of this birthing process,” Spencer said. https://www.defensedaily.com/secnav-ford-issues-due-cost-cap-might-need-money/navy-usmc/

All news