Back to news

April 23, 2018 | International, Naval

Are you a small business? The Navy wants to work with you

By:

WASHINGTON — To reach its acquisition goals, the Navy wants to make it easier to partner with small businesses.

Speaking from the Sea-Air-Space Exposition to a Facebook Live audience, Assistant Secretary of the Navy for Research, Development and Acquisition James Geurts outlined his views on the important role small businesses play in Navy acquisition programs.

“Small business is an incredible source for innovation, for adaptability, for agility, and resilience,” Geurts said. “My main goal [is to figure out], how do we leverage small business for things they are really good at?”

Geurts emphasized the importance of small business in achieving U.S. security goals. Looking at the National Defense Strategy for guidance, Geurtz summarized the document to be one focused on how the United States will continue to compete and win as a nation.

“Winning teams figure out how to use all the players available, use them for what their strengths are, continue to grow them, and expand,” he said. “Small business is a big piece of that equation for us.”

One way small businesses can get connected to the right program is by clearly communicating their technological capabilities and ability to execute awarded contracts.

“If you're a small business you've got to let us know what your capabilities are,” Geurts said. By clearly communicating capability, businesses “make it easy for [the Navy] to know what capabilities you have so we can be fully informed in putting a program together,” he added.

https://www.defensenews.com/digital-show-dailies/navy-league/2018/04/12/are-you-a-small-business-the-navy-wants-to-work-with-you/

On the same subject

  • Contract Awards by US Department of Defense - March 25, 2019

    March 26, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - March 25, 2019

    NAVY Gartner Inc., Stamford, Connecticut (N66001-19-A-0049); Forrester Research Inc., Cambridge, Massachusetts (N66001-19-A-0050); and FEDmine LLC, Rockville, Maryland (N66001-19-A-0013), are awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contracts. The overall estimated value of this BPA is $446,000,000. The three individual agreements are awarded in the DoD ESI category of Information Technology (IT) Research and Informative Services. The BPAs will provide commercially available technology in this category for the DoD, U.S. intelligence community, and Coast Guard activities worldwide. The ordering period will be for a maximum of 10 years, and the expected date of completion is March 24, 2029. This BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance (DoD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm-fixed-price orders. This BPA was competitively procured via the GSA E-Buy website among 679 vendors. Three offers were received and three were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. Austal USA, Mobile, Alabama, is being awarded a $261,776,539 fixed-price-incentive (firm target) modification to previously-awarded contract N00024-19-C-2227 for the detail design and construction (DD&C) of the 13th and 14th Expeditionary Fast Transport (EPF) ships, and to definitize the long-lead-time material undefinitized contract actions for EPFs 13 and 14. This modification will award the DD&C effort for EPF 13 and EPF 14 and definitize and subsume the long-lead-time material undefinitized contract actions for EPFs 13 and 14. Note: the funding obligated covers the DD&C award and also definitizes the UCAs -- which results in a total greater than the face value of the award. The EPF class provides high-speed, shallow-draft transportation capability to support the intra-theater maneuver of personnel, supplies and equipment for the U.S. Navy, Marine Corps, and Army. This contract includes options which, if exercised, would bring the cumulative value of this contract to $370,733,399. Work will be performed in Mobile, Alabama (54 percent); Novi, Michigan (13 percent); Fairfax, Virginia (7 percent); Houston, Texas (4 percent); Franklin, Massachusetts (3 percent); New Iberia, Louisiana (3 percent); Kingsford, Michigan (2 percent); Chesapeake, Virginia (2 percent); and Theodore, Alabama (1 percent), with other efforts performed at various locations throughout the United States below one percent (7 percent) and at various locations outside the U.S. below one percent (4 percent). Work is expected to completed by July 2022. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $134,609,225; and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $161,815,453 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively solicited via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Professional Contract Services Inc., Austin, Texas, is being awarded a $26,684,510 indefinite-delivery/indefinite-quantity contract modification for the exercise of Option Number Four for base operations support services at Naval Medical Center Portsmouth, Virginia, and its outlying support sites all located in Virginia. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide facilities maintenance and equipment repair services in support of Naval Medical Center Portsmouth and its outlying support sites. After award of this option, the total cumulative contract value will be $120,671,131. Work will be performed in Portsmouth, Virginia. This option period is from April 2019 to March 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $24,334,266 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N62470-15-D-4009). Insitu Inc., Bingen, Washington, is being awarded a $17,452,196 firm-fixed-price delivery order (N6833519F0434) against a previously issued basic ordering agreement (N68335-16-G-0046). This order provides for technical services, training, site survey and activation teams, and program management to sustain and support ScanEagle unmanned aerial vehicle sites in Afghanistan. Work will be performed in Afghanistan (95 percent); and Bingen, Washington (5 percent), and is expected to be completed in March 2020. Fiscal 2019 Afghan Security Forces funds in the amount of $17,452,196 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Northrop Grumman Systems Corp., Annapolis, Maryland, is being awarded a $10,242,891 firm-fixed-price and cost-plus-fixed-fee modification to a previously awarded contract (N61331-15-D-0011) to exercise options for the accomplishment of depot level repair, maintenance, and modifications of the AN/AQS-24 Mine Detecting System to support the Navy for the currently deployed airborne mine countermeasures legacy systems. Northrop Grumman Undersea Systems will provide depot repairs and incorporation of engineering change proposals, including the updates of all integrated logistics support documentation to support the conversions and sustainment. Work will be performed in Annapolis, Maryland, and is expected to be completed by April 2020. No funding will be obligated at time of award. Naval Surface Warfare Center, Panama City Division, Panama City, Florida is the contracting activity. ARMY Acrow Corp. of America,* Parsippany, New Jersey (W56HZV-19-D-0061); and Mabey Bridge Ltd., Gloucestershire, United Kingdom (W56HZV-19-D-0062), will compete for each order of the $250,000,000 firm-fixed-price contract for wet and dry gap line of communication bridges. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of March 25, 2022. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Avon Protection Systems Inc., Cadillac, Michigan, was awarded a $245,961,250 firm-fixed-price contract for production of M53A1 Chemical Biological Protective Mask systems. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of March 24, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-19-D-0005). South Carolina Commission for the Blind, Columbia, South Carolina, was awarded an $186,580,917 firm-fixed-price contract for full food services at Fort Jackson, South Carolina. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of March 21, 2024. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0008). American Ordnance LLC, Middletown, Iowa, was awarded an $89,418,245 modification (P00022) to contract W15QKN-15-C-0044 for the acquisition of M918E1 40mm High Velocity Target Practice – Day/Night/Thermal (HV TP-DNT) – cartridge. Work will be performed in Middletown, Iowa; Coachella, California; Radford, Virginia; Santa Margarita, California; O'Fallon, Missouri; Lynchburg, Virginia; Mountainside, New Jersey; and St. Bonaparte, Iowa, with an estimated completion date of Nov. 30, 2021. Fiscal 2017, 2018 and 2019 other procurement, Army funds in the amount of $89,418,245 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. Alta Via Consulting LLC,* Loudon, Tennessee, was awarded a $22,000,000 firm-fixed-price contract for cost management services. 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 March 28, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-0018). Advance Technology Solutions,* Augusta, Georgia, was awarded a $14,530,927 firm-fixed-price contract for services in the areas of military personnel actions, records processing and management, personnel manning, casualty management, transition and separations processing, personnel information systems management, and administrative processing of soldiers. Bids were solicited via the internet with 12 received. Work will be performed in Fort Gordon, Georgia, with an estimated completion date of May 1, 2025. Fiscal 2019 operations and maintenance, Army funds in the amount of $1,355,849 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Gordon, Georgia, is the contracting activity (W91249-18-C-0005). DEFENSE LOGISTICS AGENCY General Dynamics Mission Systems Inc., Taunton, Massachusetts, has been awarded a maximum $92,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Warfighter Information Network-Tactical Increment 1 system. 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 five-year contract with no option periods. Location of performance is Massachusetts, with a March 24, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-19-D-0027). SZY Holdings, doing business as EverReady First Aid, Brooklyn, New York, has been awarded a maximum $25,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for respirators, mask face pieces and cartridges replacement parts. This was a competitive acquisition with six responses received. This is a one-year base contract with four one-year option periods. Location of performance is New York, with a March 25, 2020, performance completion date. Using customer is Navy. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EG-19-D0104). Parker Hannifin Corp., Irvine, California, has been awarded a $7,979,568 modification (P00185) to a five-year contract (SPE4AX-14-D-9413) with one five-year option period adding national stock numbers supporting multiple aircrafts. 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 firm-fixed-price contract. The modification brings the total cumulative face value of the contract to $441,414,547 from $433,434,979. Locations of performance are California, Florida, Georgia, Massachusetts, Michigan, New York and Ohio, with a June 30, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia. AIR FORCE National Aerospace Solutions LLC, Arnold Air Force Base, Tennessee, has been awarded a $72,894,364 modification (P00071) to previously awarded contract FA9101-15-C-0500 for test operations and sustainment. This modification provides for test operations, technology development, equipment and facility sustainment, capital improvements and some support services for Arnold Engineering Development Complex. Work will be performed at Arnold AFB, Tennessee, and is expected to be completed by June 30, 2019. No funds are being obligated at the time of award. This modification brings the total cumulative face value of the contract to $722,733,576. Air Force Test Center, Arnold AFB, Tennessee, is the contracting activity. DEFENSE HEALTH AGENCY General Dynamics Information Technology Inc., Fairfax, Virginia (HT0014-19-C-0004), has been awarded a $44,165,348 cost-plus-fixed-fee contract to provide support to the Defense Health Agency's Defense and Veterans Brain Injury Center (DVBIC). The work includes support promoting access to state-of-the-science care for service members, veterans, and their families to prevent and mitigate the consequences of traumatic brain injury (TBI). DVBIC supports a network of 21 sites operating out of 16 military treatment facilities (MTFs) and five Department of Veterans Affairs Medical Centers (VAMCs). Specific activities vary at each site and can include conducting clinical research and conducting education and outreach activities and assessing TBI injury data, while command and control exist within the DVBIC Headquarters for continuity of services. The contract will be performed at DVBIC HQ, Silver Spring, Maryland; MTFs at Fort Belvoir, Virginia; Fort Bliss, Texas; Fort Bragg, North Carolina; Fort Campbell, Kentucky; Fort Carson, Colorado; Fort Drum, New York; Fort Hood, Texas; Camp Lejeune, North Carolina; Camp Pendleton, California; Naval Medical Center San Diego, California; Walter Reed National Military Medical Center, Maryland; San Antonio Military Medical Center, Texas; U.S. Special Operations Command, MacDill Air Force Base, Florida; Landstuhl (Germany); Joint Bases Lewis-McChord, Washington, and Elmendorf-Richardson, Alaska; and VAMCs in Palo Alto, California; Tampa, Florida; Minneapolis, Minnesota; San Antonio, Texas; and Richmond, Virginia. The contract end date is Sept. 25, 2020. This contract includes a six-month base period with four three-month option periods. Fiscal 2019 operations and maintenance funds in the amount of $14,336,163 are obligated on this award. This was a sole-source acquisition. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1794949/

  • Technological Advancements Make The CSC The Right Choice For The Royal Canadian Navy

    February 15, 2021 | International, Naval

    Technological Advancements Make The CSC The Right Choice For The Royal Canadian Navy

    Like many navies around the world, the Royal Canadian Navy (RCN) is making use of the most modern technological advancements in the design and planning of its forthcoming 15 Canadian Surface Combatants (CSC) – a single class of multi-role ships that will form the backbone of Canada's combat sea power. Royal Canadian Navy press release Life onboard the new CSC will be exciting for RCN sailors, as these ships will embrace leading edge technology and improved habitability, and are designed to take them well into the latter half of the 21st Century. How do technological advancements impact operations onboard the ship? Well for starters, a sailor will be able to view on one computer terminal or platform various streams of digital content/information originating from different sources – a process called convergence. Convergence will allow any operations room or bridge terminal to show video or data feeds from any sensor, weapon, or software support system. Not only does this mean that leadership teams will have real-time warfare and platform data at their fingertips from various onboard locations, it also means that the physical space and power required to run multiple terminals will be reduced. Until recently, electronic systems onboard a warship such as the weapons and sensor systems, took up space, and lots of it. However, with the application of widespread digitization and use of solid state electronics onboard the CSC, dedicated space requirements have been considerably reduced, while the capability and flexibility of these systems have been increased. By capitalizing on miniaturization and digitization, much of this new-found square footage can be freed up to improve working and habitability conditions, including making accommodations and personal living spaces better for the crew. Multi-function equipment will be incorporated wherever practical onboard the CSC. For example, a single digital beam-forming radar can replace multiple traditional radars, software-defined radios can be setup to support different communications requirements on the fly, and programmable multi-purpose weapons will be able to engage more than one kind of target, while being controlled from a common vertical launcher. Multi-functionality even extends to the CSC's modular mission bay: a reconfigurable space able to accommodate and integrate any container payload imaginable. When taken as a whole, the technology advancements that will be incorporated into the CSC means the single-class, single variant choice, coupled with the inherent and multi-role capabilities that it will bring, will serve Canadian interests for decades into the future. The CSC is the right choice for the RCN and the right choice for Canada. Canada's defence policy, “Strong, Secure, Engaged” (SSE), has committed to investing in 15 Canadian Surface Combatant (CSC) ships. In February 2019, the Government of Canada confirmed that the bid from Lockheed Martin Canada has been selected for the design and design team for the Canadian Surface Combatants. Irving Shipbuilding Inc., the project's prime contractor, awarded a sub-contract to Lockheed Martin Canada for work to finalize the design. The winning bid is based on the BAE Systems Type 26 Global Combat Ship. These ships will be Canada's major surface component of maritime combat power. With its effective warfare capability and versatility, it can be deployed rapidly anywhere in the world, either independently or as part of a Canadian or international coalition. The CSC will be able to deploy for many months with a limited logistic footprint. The CSC will be able to conduct a broad range of tasks, including: Delivering decisive combat power at sea; Supporting the Canadian Armed Forces, and Canada's Allies ashore; Conducting counter-piracy, counter-terrorism, interdiction and embargo operations for medium intensity operations; and Delivering humanitarian aid, search and rescue, law and sovereignty enforcement for regional engagements. The ship's capability suite includes: Four integrated management systems, one each for the combat system, platform systems, bridge and navigation systems and a cyber-defence system; A digital beam forming Active Electronically Scanned Array (AESA) radar (the SPY-7 by Lockheed Martin) and solid state illuminator capability; The USN Cooperative Engagement Capability system; A vertically launched missile system supporting long, short and close-in missile defence, long-range precision naval fires support and anti-ship engagements; A 127mm main gun system and dual 30mm gun mounts; A complete electronic warfare and countermeasures suite; A fully integrated underwater warfare system with bow-mounted sonar, towed low frequency active and passive sonar, lightweight torpedoes and decoys; Fully integrated communications, networking and data link capabilities; and A CH-148 Cyclone multi-role helicopter, multi-role boats and facilities for embarking remotely piloted systems. CSC Specifications: Length: 151.4 metres Beam: 20.75 metres Speed: 27 knots Displacement: 7,800 tonnes Navigational Draught: ~8m Range: 7000 nautical miles Class: 15 ships Accommodations: ~204 https://www.navalnews.com/naval-news/2021/02/technological-advancements-make-the-csc-the-right-choice-for-the-royal-canadian-navy/

  • Bourget 2019 : le Ministère des Armées sélectionne le drone NX70

    June 17, 2019 | International, Aerospace

    Bourget 2019 : le Ministère des Armées sélectionne le drone NX70

    Par BOQUET Justine Le Ministère des Armées a sélectionné le micro-drone NX70 de Novadem. Novadem a annoncé le 17 juin que son drone NX70 avait été sélectionné par le Ministère des Armées pour venir équiper les soldats français déployés en opérations extérieures. Plus de 50 micro-drones auraient ainsi été commandés par la DGA, pour un montant d'un peu plus de 2 M€. « Chacun des 27 systèmes acquis est composé de deux micro-drones, d'un segment sol et du soutien technique associé », a détaillé l'entreprise aixoise. Les premiers systèmes ont d'ores et déjà été remis à la DGA et ont été évalués par la STAT (Section Technique de l'Armée de Terre). Ces drones viendront équiper les soldats de l'Armée de Terre afin de renforcer leurs moyens de détection et ainsi les doter d'outils d'observation leur permettant de mieux appréhender leur environnement tactique. « Au-delà de ses capacités de détection et de reconnaissance de jour et de nuit, le NX70 peut être doté de capacités étendues lui permettant, par exemple, d'assurer des missions d'observation de plusieurs heures gr'ce à son dispositif d'alimentation en énergie depuis le sol via un c'ble libérable en plein vol », détaille Novadem. Petit drone tactique pesant environ 1 kilo, le NX70 dispose d'une portée de 3 km et d'une autonomie de 45 minutes. Sa capacité à voler en environnement complexe lui permettra ainsi de s'adapter aux thé'tres d'opération, peu importe leurs caractéristiques météorologiques. https://www.air-cosmos.com/article/bourget-2019-le-ministre-des-armes-slectionne-le-drone-nx70-10359

All news