Back to news

November 24, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

''No company is immune''€™: Supply chain woes weigh on defense firms

Supply chain problems have hit all sides of the defense industry in unexpected ways -- and small businesses with narrower profit margins are particularly worried about how they can weather this storm.

https://www.defensenews.com/air/2021/11/23/no-company-is-immune-supply-chain-woes-weigh-on-defense-firms

On the same subject

  • NATO preps tech competition to solve real-world security issues

    March 24, 2023 | International, Other Defence

    NATO preps tech competition to solve real-world security issues

    A call for participants to apply for the challenges is to take place in mid-2023, and up to 30 participants are to be selected for each challenge.

  • Contract Awards by US Department of Defense - February 5, 2019

    February 6, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - February 5, 2019

    NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $90,345,180 modification to a previously awarded cost-plus-incentive-fee contract (N00019-17-C-0001). This modification provides for the identification and execution of cost reduction initiatives to reduce the cost of the F-35 Lightning II Air System. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2022. Fiscal 2017 aircraft procurement (Air Force, Navy, and Marine Corps) funds in the amount of $90,345,180 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($44,929,818; 50 percent); Navy ($26,000,000; 29 percent); and the Marine Corps ($19,415,362; 21 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Q.E.D. Systems Inc., Virginia Beach, Virginia, was awarded an $11,503,892 cost modification to previously-awarded contract N00024-15-C-4400 for third party advanced planning services in support of Chief of Naval Operations availabilities, Continuous Maintenance Availabilities (CMAVs), inactivation CMAVs, sustainment availabilities, phased modernization availabilities, re-commissioning availabilities, continuous maintenance and emergent maintenance windows of opportunity for Navy surface combatant ship classes (CG 47/DDG 51). Work will be performed in Norfolk, Virginia (53 percent); San Diego, California (36 percent); and Everett, Washington (11 percent), and is expected to be completed by February 2020. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $6,282,400 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. (Awarded Feb. 1,2019) ARMY CACI-ISS Inc., Arlington, Virginia, was awarded a $37,234,235 modification (P00048) to contract W15QKN-15-C-0049 for the Integrated Personnel and Pay System. Work will be performed in Arlington, Virginia, with an estimated completion date of May 31, 2019. Fiscal 2019 research, development, test and evaluation funds in the amount of $35,387,111 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. DEFENSE LOGISTICS AGENCY SOPAKCO Inc., Mullins, South Carolina, has been awarded a maximum $26,214,300 firm-fixed-price contract for religious and halal Meal Ready to Eat. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is South Carolina, with a Feb. 4, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-19-DZ117). UPDATE: Hoist Liftruck Manufacturing,* East Chicago, Indiana (SPE8EC-19-D-0038), has been added as an awardee to the multiple-award contract for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008, announced April 20, 2017. DEFENSE HEALTH AGENCY Bluewater Federal Solutions Inc., Chantilly, Virginia, was awarded a firm-fixed-price contract for $8,194,502 on Jan. 22, 2019. The contract has an effective date of Feb. 1, 2019 and was awarded following a competitive solicitation conducted amongst small businesses in accordance with Federal Acquisition Regulation 8.405, using General Services Administration eBuy Schedule 70, Special Item Number 132-56. This award provides for non-personal information technology services in support of mobile application development, web design, web development, and necessary support (to include testing, information assurance compliance and risk mitigation in accordance with Department of Defense standards) for Military Health System internet, intranet, and extranet websites, web applications, and mobile applications. The contractor place of performance is Falls Church, Virginia. In addition, this contract provides for four option periods, if exercised. This contract is funded with fiscal 2019 operations and maintenance appropriations in the amount of $8,194,502. The Defense Health Agency, Contracting Office – Health Information Technology, San Antonio, Texas, is the contracting activity (HT0015-19-F-0022). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1749121/source/GovDelivery/

  • Contract Awards by US Department of Defense - June 17, 2019

    June 18, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 17, 2019

    DEFENSE INFORMATION SYSTEMS AGENCY Cisco Systems Inc., San Jose, California, was awarded a competitive, firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract (HC1084-19-D-0004) for Cisco Smart Net Total Care Joint Enterprise License Agreement (JELA) II. The contract ceiling is $724,096,866. The period of performance is for one base year period with a one-year option. The period of performance for the base year is June 18, 2019, through June 17, 2020, and the option year follows consecutively through June 17, 2021. The place of performance will be across the Department of Defense. The solicitation was issued as other competitive action pursuant to the authority of 10 U.S. Code §2304(c)(1) and Federal Acquisition Regulation 6.302-1, only one responsible source, and no other supplies or services, will satisfy agency requirements. Four proposals were received. Solicitation HC1084-19-R-0013 was posted on the Federal Business Opportunities website (www.fbo.gov). The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-19-D-0004). AIR FORCE General Atomics Aeronautical Systems Inc., Poway, California, has been awarded $90,961,866 cost-plus-fixed-fee contract for the United Kingdom (UK) MQ-9A Contractor Logistics Support Phase IV Program. This contract provides for depot repair, life cycle sustainment, and software maintenance services for UK's MQ-9A fleet. Work will be performed in Poway, California. Performance and is expected to be completed Sept. 30, 2021. This award is the result of a sole-source acquisition. This contract involves 100 percent foreign military sales to the UK. Foreign Military Sales funds in the amount of $90,961,866 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-C-2003). Northrop Grumman Innovation Systems, Defense Electronic Systems Business Unit, Northridge, California, has been awarded a $38,950,511 indefinite-delivery requirements contract for Common Munition Built-In-Tester Reprogramming Equipment (CMBRE) production units. This contract provides for the production of the following items associated with the CMBRE system: AN/GYQ-79A CMBRE Plus, ADU-890/E, ADU-891-(V) 1/E, ADU-891-(V) 3/E, CMBRE initial spares kits and assorted items belonging to the CMBRE configuration. Work will be performed in Northridge, California, and is expected to be complete by June 16, 2022. This award is the result of a sole-source acquisition. Fiscal 2019 procurement funds are being obligated via an individual delivery order against the production contract as requirements are made known. The Air Force Lifecycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8533-19-D-0009). Canadian Commercial Corp., Ottawa, Canada, on behalf of Honeywell Canada, has been awarded a $10,371,078 firm-fixed-price contract for C5 Super Galaxy Communication, Navigation, Surveillance/Air Traffic Management Production. This contract provides for the purchase of Honeywell Inmarsat satellite communication kits, interim contractor support, initial spares, data and program management. Work will be performed in Ottawa, Canada, and is expected to be complete by Oct. 30, 2019. This award is the result of a sole-source acquisition. Fiscal 2019 procurement funds in the amount of $10,371,078 are being obligated at the time of award. The Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-19-C-6607). NAVY Raytheon Missile Systems, Tucson, Arizona, is awarded $29,633,004 for cost-plus-fixed-fee delivery order N00019-19-F-2593 against a previously issued basic ordering agreement (N00019-15-G-0003). This order provides for the upgrade of the Block IV Tomahawk test equipment, including the system Integration Laboratory, the Air Vehicle System Integration Laboratory, hot-benches, automated flight test equipment and associated test equipment. Work will be performed in Tucson, Arizona (74.90 percent); Carlsbad, California (4.36 percent); Denver, Colorado (2.55 percent); Englewood, Colorado (1.56 percent); Mosheim, Tennessee (1.37 percent); Scottsdale, Arizona (1.34 percent); Irvine, California (1.03 percent); North Sutton, New Hampshire (1.02 percent); and various locations within the continental U.S. (11.87 percent), and is expected to be completed in June 2021. Fiscal 2019 weapons procurement (Navy) funds in the amount of $29,633,004 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. ARMY Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $21,709,189 fixed-price-incentive contract for Palletized Load System Trailers. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of April 30, 2021. Fiscal 2017 and 2019 other procurement, Army funds in the amount of $21,709,189 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0468). SGS LLC,* Yukon, Oklahoma, was awarded a $13,456,297 firm-fixed-price contract for a design-bid-build construction project for the KC-46A Fuselage Trainer Facility Phase 3 at Altus Air Force Base, Oklahoma. Bids were solicited via the internet with three received. Work will be performed in Altus Air Force Base, Oklahoma, with an estimated completion date of June 30, 2021. Fiscal 2015, 2016 and 2019 Corps of Engineers civil construction funds in the amount of $13,456,297 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-19-C-0011). R.E. Staite Engineering Inc.,* San Diego, California, was awarded a $7,052,735 firm-fixed-price contract for maintenance dredging the Redwood City Harbor Channel. Bids were solicited via the internet with two received. Work will be performed in Redwood City, California, with an estimated completion date of Oct. 9, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,052,735 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-19-C-0010). DEFENSE LOGISTICS AGENCY General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded an estimated $14,771,246 modification (P00036) to a three-year base contract (SPE7MX-16-D-0100) with two one-year option periods adding vehicle spare parts. This is a firm-fixed-price, indefinite-quantity contract. Locations of performance are Michigan and South Carolina, with an Aug. 11, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio. Eddy Pump Corp.,* El Cajon, California, has been awarded a maximum $8,427,827 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for pump assemblies. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year base contract with two one-year option periods. Location of performance is California, with a June 16, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-19-D-TR01). Alliant Techsystems Operations LLC, Plymouth, Minnesota, has been awarded a maximum $8,346,345 firm-fixed-price contract for automatic feeders. This was a competitive acquisition with two responses received. This is a one-year base contract with one one-year option period. Locations of performance are Minnesota and Arizona, with a Sept. 10, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-042). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1878725/source/GovDelivery/

All news