Back to news

October 2, 2018 | International, Land

Army Looks to Nature to Improve Body Armor

By ARL Public Affairs

Future soldiers will be better protected in combat by stronger and lighter body armor thanks to innovative work at the U.S. Army Research Laboratory. Materials science engineers are using nature as the inspiration for breakthroughs in additive manufacturing.

“My project is to design a system that can 3-D print armor ceramics that will allow production of parts with graded structures similar to an abalone structure in nature that will improve the ceramic armor's toughness and survivability with lower weight,” said Joshua Pelz, a materials science and engineering doctoral candidate at the University of California San Diego. He spent this summer working with Army scientists at ARL's Rodman Materials Science Laboratory at APG to design and build a unique 3-D printer.

Two syringes containing distinct, viscous ceramic slurries are connected to a custom-made auger and print head. Pelz took advantage of his computer programming skills to hack into the 3-D printer, tricking it into using its own fan controls to manipulate the ratio of materials being printed. He designed a custom auger and print head and even used the same 3-D printer to create those parts.

“Josh found a way to implement our ideas into that machine, take apart machine, take out the polymer FDM heads that are built into it, start to look at how to design the machine to incorporate our ceramic slurries and print those slurries into the head but then he had to do a lot of really basic work looking at how to actually hack the machine,” said Dr. Lionel Vargas-Gonzalez, Ceramics Synthesis and Processing team lead at the laboratory. “We've got people like Josh who were very gifted and talented and can bring all that kind of capability and use a lot to our advantage it's a huge benefit for us.”

Current processing techniques used to create ceramic armor are limited by how engineers can combine materials into a stronger composite material.

“For ceramics, that's a bit of a challenge because with you can't really do what a one-step additive manufacturing process like you could if a metal or a polymer,” Vargas-Gonzalez said. “We see this as a next avenue for armor because we're going to be able to, in theory, design armor in a way that we can attach multiple materials together into a single armor plate, and be able to provide ways for the armor to perform better than it can be just based on one material alone.”

Full article: http://science.dodlive.mil/2018/10/01/army-looks-to-nature-to-improve-body-armor/

On the same subject

  • Contract Awards by US Department of Defense - June 01, 2020

    June 2, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 01, 2020

    NAVY American Electronic Warfare Associates Inc.,* California, Maryland, is awarded a $218,034,586 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00421-20-D-0071). This contract provides research, development, management, design, fabrication, installation, integration, upgrade, analysis, documentation and operations and maintenance for the Integrated Battlespace Simulation and Test department, the advanced aircraft research, development, test and evaluation, integrated combat environment capabilities and laboratories and facilities. Work will be performed in Patuxent River, Maryland, and is expected to be complete by May 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. TTS/LTS JV LLC,* Leavenworth, Kansas (N62473-20-D-1101); and Chugach Consolidated Solutions LLC,* Anchorage, Alaska (N62473-20-D-1102), are awarded $99,000,000 for a small business set aside, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for grounds maintenance and pavement clearance services at Navy and Marine Corps installations located primarily within the Naval Facilities Engineering Command (NAVFAC) Southwest area of operations. All work on this contract will be performed in California (91%); Nevada (5%); Arizona (1%); Colorado (1%); New Mexico (1%); and Utah (1%). The work to be performed provides for recurring and non-recurring grounds maintenance and pavement clearance services throughout the period of performance to meet routine, daily operational needs. Grounds maintenance and landscaping services may include mowing, trimming, edging, irrigation system maintenance, debris removal, shrub and hedge maintenance, plant and bed maintenance, tree maintenance, irrigation, fertilization, aeration and de-thatching. Maintenance of storm drainage systems is limited to debris removal and vegetation control. Pavement clearance services may include removing, hauling and disposing of snow, ice and sand, street sweeping, grounds cleanup and erecting/removing snow fences. In addition, this annex includes pier sweeping and pavement clearance for the pier. The maximum dollar value for the two contracts combined is $99,000,000. No task orders are being issued at this time. The term of the contract is not to exceed 60 months and work is expected to be complete by 2025. Fiscal 2020 operations and maintenance (O&M) (Navy) contract funds in the amount of $1,000 ($500 for each contract) are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M (Navy) and O&M (Marine Corps) funds. This contract was competitively procured via the Navy Electronic Commerce Online website and four proposals were received. These two contractors may compete for task orders under the terms and conditions of the awarded contract. The NAVFAC Southwest, San Diego, California, is the contracting activity. AECOM-Baker NAVFAC Atlantic A-E Design JV, Roanoke, Virginia, is awarded $95,000,000 for an indefinite-delivery/indefinite-quantity, architect-engineering contract (N62470-20-D-0008) with a maximum amount of $95,000,000 for general type facilities in the Naval Facilities and Engineering Command (NAVFAC) Europe, Africa Central area of operations and worldwide. The work to be performed provides for architectural and engineering services for general type facilities and may include, but is not limited to, DD1391 documentation, design-build request for proposals, design-bid-build construction documents (using NAVFAC-supported software), cost engineering services including cost estimates, related studies, field investigations, surveying and mapping, tests, evaluations, consultations, training, program management, conceptual designs, geotechnical subsurface exploration and studies (including but not limited to soil borings), hazardous materials identification, energy computation, life safety code studies, interior space comprehensive planning/design, conceptual designs, value engineering, other associated engineering services, shop drawing review, as-built drawing preparation, operations and maintenance support information, commissioning, construction inspection and engineering consultation services during construction and other related services. The term of the contract is not to exceed 60 months and work is expected to be complete by April 2025. No task orders are being issued at this time. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will 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 six proposals received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity. Team Housing Solutions Inc.,* New Braunfels, Texas, is awarded a not-to-exceed $70,000,000 single-award, pre-priced, indefinite-delivery/indefinite-quantity contract (N4523A-20-D-1302) with firm-fixed-price task orders for long-term (greater than 31 days) lodging for the Puget Sound Naval Shipyard and Intermediate Maintenance Facility's temporary duty personnel as they conduct ship repair and maintenance. Work will be performed in San Diego, California, and is expected to be complete by June 2025. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $3,245,367 will be obligated for an initial task order shortly after the base contract award to satisfy the contract minimum guarantee of $1,000 and will expire at the end of the current fiscal year. Task orders will be obligated in accordance with Federal Acquisition Regulation 52.216-19. This contract was competitively procured via the beta.sam.gov website and eight offers were received. In accordance with 10 U.S. Code 2304 (a), this contract was competitively procured as a total small business set-aside. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity. The MathWorks Inc., Natick, Massachusetts, is awarded a $49,507,273 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00421-20-D-0113). This contract procures licenses for MathWorks products and associated services for the Department of Navy at multiple commands, including but not limited to: Naval Air Systems Command, Naval Sea Systems Command, the Office of Naval Research and the U.S. Naval Research Laboratory, associated subordinate commands and warfare centers. Work will be performed in Natick, Massachusetts, and is expected to be complete by May 2023. 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 competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Corp., Owego, New York, is awarded a $37,835,381 firm-fixed-price, cost-plus-fixed-fee order (N00019-20-F-0350) against previously issued basic ordering agreement N00019-19-G-0029. This order provides for retrofits from the Generation III, V and VI Mission Computer (MC) configuration to the Generation 3i and 5i MC configuration on the MH-60R/S Seahawk helicopter (186 for the Navy, seven for the government of Australia, five for the government of Denmark, and two for the government of Saudi Arabia). Work will be performed in Owego, New York (97%); and Clearwater, Florida (3%). This order also provides for retrofits from the Generation III and V Flight Management Computer (FMC) configuration to the Generation 3i and 5i FMC configuration on the MH-60R/S aircraft (186 for the Navy, seven for the government of Australia, five for the government of Denmark, and two for the government of Saudi Arabia). Additionally, this order provides for the procurement of 162 wiring kits for the Navy, nine for the government of Australia, three for the government of Denmark, and three for the government of Saudi Arabia. Work is expected to be complete by May 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $7,832,526; fiscal 2020 aircraft procurement (Navy) funds in the amount of $27,086,960; and Foreign Military Sales funds in the amount of $2,915,895 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $34,427,808 firm-fixed-price modification to previously awarded contract N00019-17-C-0081 to exercise an option for the production of 16 MT7 gas turbine engines in support of the Ship-to-Shore Connector (SSC) Landing Craft, Air Cushion (LCAC) 100 Class craft. Work will be performed in Indianapolis, Indiana. MT7 Marine gas turbine engines are the main propulsion gas turbines for the SSC craft. The Naval Air Systems Command (NAVAIR) previously awarded contract N00019-17-C-0081 to Rolls-Royce Corp. to procure an estimated quantity of 126 AE1107C engines in support of Navy and Marine Corps programs. The MT7 shares a high degree of parts commonality with the AE1107C. In an effort to reduce program costs and take advantage of NAVAIR's variation-in-quantity provisions with step-ladder pricing, NAVSEA procures MT7 engines directly from Rolls-Royce Corp. and provides them to Textron as government furnished equipment for incorporation into the SSC LCAC 100 Class craft. Work is expected to be complete by June 2022. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $34,427,808 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Northrop Grumman Systems Corp. Aerospace Systems, Melbourne, Florida, is awarded a $27,554,445 modification (P00015) to previously awarded fixed-price, incentive-firm-target contract N00019-18-C-1037. This modification provides recurring production and non-recurring engineering in support of the incorporation of beyond line of sight, tactical targeting network technology, navigation warfare and electronic support measures cable modifications into full rate production Lots 7-11 of the E-2D Advanced Hawkeye aircraft. Work will be performed in Melbourne, Florida (23.01%); St. Augustine, Florida (22.32%); Rolling Meadows, Illinois (15.5%); Marlborough, Massachusetts (8.36%); Boulder, Colorado (7.44%); Petaluma, California (4.69%); Irvine, California (4.53%); Ronkonkoma, New York (2.28%); Salisbury, Maryland (1.9%); Scottsdale, Arizona (1.5%); Gardena, California (1.48%); Stockton, California (1.12%); and various locations within the continental U.S. (5.87%). Work is expected to be complete by September 2026. Fiscal 2019 aircraft procurement (Navy) funds for $14,109,762 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Vectrus Systems Corp., Colorado Springs, Colorado, is awarded a $27,202,797 indefinite-delivery/indefinite-quantity contract (N62470-20-D-0010) for base operations support (BOS) services at Isa Air Base, Bahrain, and its outlying support sites including the Patriot Battery Site, Riffa, Bahrain. The maximum dollar value, including the base period and seven option periods, is $210,090,820. Work will be performed in Riffa, Bahrain. The BOS services to be performed include general information, management and administration, fire and emergency services, safety, supply, housing (bachelor/unaccompanied housing), force protection, galley, facilities investment, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, utility management, electrical, wastewater, water, transportation and environmental. Work is expected to be complete by August 2028. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $19,071,686 for recurring work will be obligated on an individual task order issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $26,784,000 undefinitized contract modification (P00015) to previously awarded cost-plus-incentive-fee contract N00019-19-C-0010. This modification supports non-recurring engineering efforts to develop and certify a retrofit solution to support the structural requirements for full-up destruction and suppression of enemy air defenses capabilities for Lot 14 and Lot 15 F-35A Lightning II combat aircraft for the Air Force and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas (70%); and Redondo Beach, California (30%), and is expected to be complete by August 2022. Fiscal 2020 research, development, test and evaluation (Air Force) funds for $2,124,575; and non-DOD participant funds for $1,780,400 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Huntington Ingalls Industries Inc., Newport News Shipbuilding Division, Newport News, Virginia, is awarded a $17,176,332 cost-plus-fixed fee, cost-plus-incentive fee contract (N42158-20-C-0003) for maintenance and modernization on board U.S. Ship Harry S. Truman (CVN 75) during the fiscal 2020 extended carrier incremental availability at Norfolk Naval Shipyard. Work will be performed in Portsmouth, Virginia (88%); Newport News, Virginia (11%); and Norfolk, Virginia (1%), and is expected to be complete by February 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $17,176,332 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1), with only one responsible source, and no other supplies or services will satisfy agency requirements. The Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity. Progeny Systems Corp., Manassas, Virginia, is awarded an $8,369,782 cost-plus-fixed-fee contract modification to previously awarded contract N00024-19-C-6115 to exercise and fund options for the procurement of Navy engineering systems and services. Work will be performed in Manassas, Virginia (80%); Chesapeake, Virginia (10%); and Middletown, Rhode Island (10%), and is expected to be complete by May 2024. Fiscal 2019 and 2020 research, development, test and evaluation (Navy); and 2020 other procurement (Navy) funding in the amount of $4,424,463 will be obligated at time of award and funding in the amount of $18,284 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. L3 Harris Technologies Inc., Van Nuys, California, is awarded a $7,212,790 cost-plus-incentive-fee order under basic ordering agreement N00024-19-G-5500 for the development, testing and delivery of AN/SPS-48G(V)1 radar data processor and radar display and control function software, firmware updates for the I/Q processor and synchronizer and other hardware changes. Work will be performed in Van Nuys, California. The AN/SPS-48E and the AN/SPS-48G are the two variants of the AN/SPS-48 radar presently in service with the Navy. The AN/SPS-48G has progressively been replacing the AN/SPS-48E starting in fiscal 2011 and continuing through fiscal 2028. This order is for the development, testing and delivery of the AN/SPS-48G(V)1 radar data processor software version 2.0.0 and radar display and control function software version 2.0.0, firmware updates for the I/Q processor and synchronizer and other hardware changes. This order will implement a subset of the advanced training domain requirements, correct radar performance issues and perform the engineering and development of any hardware changes that might be necessary. Work is expected to be complete by November 2022. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $2,277,670 will be obligated at time of award and will not expire at the end of the current fiscal year. This order was procured under the statutory authority of 10 U.S. Code 2304(c)(1), with only one responsible source; no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-F-5502). AIR FORCE Wickr Inc., San Francisco, California, has been awarded a ceiling $35,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Wickr-based recall, alert and messaging (Wickr RAM) services. Wickr RAM services require an Air Force Cloud One and Air Force Special Operations Command cloud certified fully managed service provider. This contract provides Wickr RAM is a Department of Defense (DOD)-approved/Federal Information Processing Standards certified application suite that provides end-to-end encrypted file, video, chat, text and voice services for end-users. The application suite includes servers that run in a DOD-approved cloud data center and client applications that run on government issued, personal and temporary computers and mobile devices. Work will be performed at the contractor's facility and is expected to be completed May 31, 2022. Fiscal 2020 operations and maintenance funds in the amount of $7,700,000 are being obligated at the time of award. Air Force Installation Contracting Center, Hurlburt Field, Florida, is the contracting activity (FA0021-20-D-0001). Kryptowire LLC,* Tysons Corner, Virginia, has been awarded a $7,764,985, cost-plus-fixed-fee modification to contract FA8750-18-C-0054 for software, hardware and reports. The contract modification is to design, develop, implement, evaluate and deliver software that is capable of collecting sensor information from Android and iOS smartphones and software that is capable of managing users, devices and applications to help manage and maintain the sensor collection process. Work will be performed in Tysons Corner, Virginia, and is expected to be completed Feb. 22, 2022. The total cumulative face value of the contract is $13,166,095. Fiscal 2020 research, development, test and evaluation funds in the amount of $4,158,286 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity. DEFENSE LOGISTICS AGENCY Gaumard Scientific Co. Inc.,** Miami, Florida, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 117 responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a May 31, 2025, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0042). Raytheon Co., Andover, Massachusetts, has been awarded a maximum $7,551,872 firm-fixed-price contract for electrical cabinets. 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, 11-month contract with no option periods. Location of performance is Massachusetts, with an April 30, 2024, estimated performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-20-C-0028). ARMY The Boeing Co., Mesa, Arizona, was awarded a $17,463,002 firm-fixed-price contract to furnish all services, facilities, labor, parts, materials, equipment, tools and data necessary to accomplish the inspection, overhaul, and upgrade for AH-64 Apache equipment. 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 May 30, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-D-0065). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded an $11,624,433 modification (P00106) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of May 31, 2021. Fiscal 2019 and 2020 procurement of weapons and tracked combat vehicles (Army) funds; 2020 Foreign Military Sales (Egypt) funds; and 2020 operations and maintenance (Army) funds in the amount of $11,624,433 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. *Small business **Woman-owned small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2204288/source/GovDelivery/

  • New Malware Masquerades as Palo Alto VPN Targeting Middle East Users

    September 1, 2024 | International, C4ISR, Security

    New Malware Masquerades as Palo Alto VPN Targeting Middle East Users

    New malware campaign targets Middle East by impersonating Palo Alto VPN, executing remote commands, and exfiltrating data.

  • Contract Awards by US Department of Defense - February 21, 2019

    February 25, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - February 21, 2019

    DEFENSE THREAT REDUCTION AGENCY Booz Allen Hamilton, McLean, Virginia (HDTRA1-19-D-0002); General Dynamics Information Technology, Fairfax, Virginia (HDTRA1-19-D-0003); Leidos Inc. Reston, Virginia (HDTRA1-19-D-0004); Next Tier Concepts Inc. Vienna Virginia (HDTRA1-19-D-0005); and Science Applications International Corp., Reston, Virginia (HDTRA1-19-D-0006), are each awarded indefinite-delivery/indefinite-quantity (ID/IQ) contracts. These contracts provide Defense Threat Reduction Agency (DTRA)-wide information technology support services for IT service design. The not-to-exceed aggregate ceiling for all contracts is $535,000,000, with the contractors having an opportunity to compete for individual orders. This is a five-year base contract with one five-year option period. The bids were solicited through the Federal Business Opportunities website, with five offers received. Work will be performed at Fort Belvoir, Virginia, however, DTRA maintains a global mission, and contractor personnel may be required to work at locations other than Fort Belvoir. Performance is expected to be completed March 2029. No funds are being obligated at time of ID/IQ award; funds will be obligated on individual orders as they are issued. Task Order 1 is being awarded to Leidos Inc. at $18,058,969 for IT solution engineering and systems test support. Task Order 2 is being awarded at $22,113,142 for knowledge management solutions and support. Task Orders 1 and 2 will have a one-year base and four one-year options. The contracting activity is the Defense Threat Reduction Agency, Fort Belvoir, Virginia. AIR FORCE Tapestry Solutions Inc., a Boeing Co., San Diego, California, has been awarded a not-to-exceed $259,000,000 indefinite-delivery/indefinite-quantity contract for Weapon Planning Software (WPS). This contract provides for the development, enhancement, and support of the WPS suite, which is a common component within the Joint Mission Planning System architecture. Work will be performed predominately in St. Louis, Missouri; and Niceville, Florida. Work is expected to be complete by February 2029. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 operations and maintenance funds in the amount of $355,878 are being obligated on an initial delivery order at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-19-D-0006). Honeywell Aerospace, Phoenix, Arizona, has been awarded a not-to-exceed $150,000,000 indefinite-delivery/indefinite-quantity contract for Advanced Turbine Technologies for Affordable Mission (ATTAM)-Capability Phase I. The mission of the ATTAM Phase I program is to develop, demonstrate, and transition advanced turbine propulsion, power and thermal technologies that provides improvement in affordable mission capability. Work will be performed in Phoenix, Arizona, and is expected to be completed by Feb. 20, 2027. This award is the result of a competitive acquisition and 54 offers were received. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $340,000 are being obligated on the first task order at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-2058). The Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $24,100,000 undefinitized cost-plus-fixed-fee and firm-fixed-price modification (P00012) to previously awarded contract FA8634-17-C-2650 for F-15 Eagle Passive Active Warning Survivability System engineering and manufacturing development and initial operational test and evaluation. This modification provides for the procurement of hardware and systems engineering program management for the F-15E Operational Test and Evaluation jets. Work will be performed in St. Louis, Missouri, and is expected to be completed by June 1, 2021. Fiscal 2018 research, development, test and evaluation funds in the amount of $11,066,185 will be obligated at the time of award. ARMY Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $173,679,405 modification (P00059) to contract (W15QKN-13-C-0074) for Precision Guidance Kit M1156. Work will be performed in Plymouth, Minnesota, with an estimated completion date of Nov. 14, 2022. Fiscal 2019 other procurement, Army funds in the amount of $173,679,405 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. Great Lakes Environmental & Infrastructure,* Rocklin, California, was awarded a $34,974,509 firm-fixed-price contract for levee improvements. Bids were solicited via the internet with two received. Work will be performed in Sacramento, California, with an estimated completion date of Jan. 29, 2021. Fiscal 2018 and 2019 general construction; and Sutter Butte County flood control funds in the combined amount of $34,974,509 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-19-C-0008). FourFront Design Inc.,* Rapid City, South Dakota (W9128F-19-D-0001); Calibre Engineering Inc.,* Highlands Ranch, Colorado (W9128F-19-D-0002); and Alliance Consulting Group Seven Generations,* Alexandria, Virginia (W9128F-19-D-0003), will compete for each order of the $20,000,000 firm-fixed-price contract for architect, engineer, analysis and design services. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 19, 2024. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity. General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $16,513,206 modification (0005) to contract W56HZV-16-D-0060 for Stryker wholesale supply, performance-based, logistics services. One bid was solicited with one bid received. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 30, 2019. Fiscal 2018 and 2019 other procurement Army funds in the amount of $16,513,206 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity Longbow LLC, Orlando, Florida, was awarded a $10,487,182 modification (P00075) to contract W31P4Q-16-C-0035 for Laser and Longbow HELLFIRE engineering services. Work will be performed in Orlando, Florida, with an estimated completion date of Feb. 20, 2020. Fiscal 2018 other procurement, Army funds in the amount of $10,487,182 were obligated at the time of the award. U.S Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Great Lakes Dredge & Dock Company LLC, Oak Brook, Illinois, was awarded a $10,284,475 firm-fixed-price contract for maintenance dredging and lower harbor dredging. Bids were solicited via the internet with three received. Work will be performed in Charleston, South Carolina, with an estimated completion date of Oct. 29, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $4,673,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-19-C-0001). Alutiiq General Contractors LLC, Tacoma, Washington, was awarded a $10,149,245 modification (P00003) to contract W911S8-17-D-0007 for maintenance, repair and minor construction work on vehicle roadways and airfield paving projects at Joint Base Lewis-McChord, Washington. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2020. U.S. Army Mission and Installation Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity. Mississippi State University, Mississippi State, Mississippi, was awarded a $7,200,000 cost contract for test and validation of emerging propulsion technologies for unmanned aircraft systems. Bids were solicited via the internet with one received. Work will be performed in Mississippi State, Mississippi, with an estimated completion date of Feb. 20, 2021. Fiscal 2018 research, development, test and evaluation funds in the amount of $7,200,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-C-C002). Skookum Educational Programs, Bremerton, Washington, was awarded a $7,132,509 modification (P00002) to contract (W911S8-18-D-0004) for regularly-scheduled custodial services to a multitude of federal facilities at Joint Base Lewis-McChord, Washington. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2023. U.S. Army Mission and Installation Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity. NAVY Harris Corp., Clifton, New Jersey, is being awarded a $168,801,314 modification (P00012) to a previously awarded firm-fixed-price contract (N00019-17-C-0090). This modification exercises an option for the procurement of 78 full-rate production Lot 16 Integrated Defensive Electronic Countermeasures AN/ALQ-214 A(V)4/5 Onboard Jammer systems for the F/A-18C/D/E/F aircraft for the Navy. In addition, the option provides for the procurement of 16 weapon replacement assembly (WRA) 1A(V)4 receiver/processors and 27 WRA2 A(V)4 modulators. Work will be performed in Clifton, New Jersey (59 percent); San Jose, California (14 percent); San Diego, California (7 percent); Rancho Cordova, California (5 percent); Mountain View, California (3 percent), and various locations throughout the continental U.S. (12 percent), and is expected to be completed in May 2022. Fiscal 2018 and 2019 aircraft procurement Navy funds in the amount of $168,801,314 are being obligated at time of award, none of which expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $90,503,763 indefinite-delivery/indefinite-quantity contract for up to 1,008,710 man-hours of operational systems customization and engineering and technical services for implementation from concept through deployment of mobile deployable command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance systems products. These systems are comprised of special operations forces and consequence management vehicles, small craft, transportable communication systems, enroute communication systems, and intra-platform systems. These services are in support of the Naval Air Warfare Center Aircraft Division's Special Communications Mission Solutions Division. Work will be performed in St. Inigoes, Maryland (42 percent); Little Creek, Virginia (42 percent); and Fayetteville, North Carolina (16 percent), and is expected to be completed in February 2024. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposals; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0033). VT Halter Marine Inc., Pascagoula, Mississippi, is awarded a $39,808,087 modification to previously awarded firm-fixed-price contract N00024-18-C-2230 to exercise an option for the detail design and construction of an Auxiliary Personnel Lighter – Small (APL(S)). The initial contract was for the detail design and construction of the lead and second craft in the APL(S) 67 class; this option is for the first of four additional craft. The contract also includes options for associated support efforts related to the craft design and construction for deployment spare parts, crew familiarization, international delivery, and production-level technical data package including data rights. Work will be performed in Pascagoula, Mississippi (59 percent); the remaining 42 percent will be performed in the following areas: Mandeville, Louisiana; Metairie, Louisiana; Gautier, Mississippi; Billerica, Massachusetts; and Boca Raton, Florida; and is expected to be completed by November 2020. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $39,808,087 is being obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Lockheed Martin Corp., Orlando, Florida, is awarded $33,373,999 for cost-plus-fixed-fee modification P00044 to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0035). This modification provides for the redesign, integration and test of radio frequency sensors as part of a cost reduction initiative in support of the Long Range Anti-Ship Missile. Work will be performed in Wayne, New Jersey (40 percent); Nashua, New Hampshire (40 percent); and Orlando, Florida (20 percent), and is expected to be completed in February 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $16,687,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, is awarded a $23,249,314 cost-plus-award-fee contract for the accomplishment of post shakedown availability (PSA) for USS Thomas Hudner (DDG 116), with an option for the accomplishment of PSA for the future USS Paul Ignatius (DDG 117). The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA. The work to be performed will include correction of government responsible trial card deficiencies, new work identified between custody transfer and the time of PSA, and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. This contract includes options which, if exercised, would bring the cumulative value of this contract to $55,413,437. Work will be performed in Mayport, Florida, and is expected to be complete by May 2020 if all options are exercised. Fiscal 2019 and 2012 shipbuilding and conversion, (Navy) funding in the amount of $16,154,677 will be obligated at time of award. Fiscal 2012 shipbuilding and conversion, (Navy) funding in the amount of $3,727,786 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2317). ACE Maintenance and Services Inc.,* Austin, Texas, is awarded a $17,558,315 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40080-15-D-0305) to exercise Option Year Four for the janitorial services at Naval Support Activity Bethesda, Maryland. The work to be performed provides for all labor, management supervision, tools, materials and equipment required to base janitorial services. After award of this option/modification, the total cumulative contract value will be $79,798,015. Work will be performed in Bethesda, Maryland, and is expected to be completed February 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy and Army); working capital funds (Navy); and fiscal 2019 Defense Health Program funds in the amount of $17,558,315 for recurring work will be obligated on individual task orders issued during the option/extension period. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity. Harris Corp., Palm Bay, Florida, is awarded a $14,650,764 modification to a previously awarded firm-fixed price contract (N00039-14-C-0041) to exercise priced options for Commercial Broadband Satellite Program (CBSP) Unit Level Variant (ULV) hardware production units. The CBSP ULV provides terminal-to-shore, space and terrestrial connectivity to significantly increase throughput for commercial satellite communication and to provide redundancy for military satellite communications. This contract combines purchases for the Navy (93.2 percent); and the government of New Zealand (6.8 percent) under the Foreign Military Sales program. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $132,617,683. Work will be performed in Palm Bay, Florida, and is expected to be completed by July 2019. Fiscal 2019 other procurement (Navy); fiscal 2018 and 2019 shipbuilding and conversion (Navy); and Foreign Military Sales funds in the amount of $14,650,764 will be placed on contract and obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured through full and open competition via the Commerce Business Daily's Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with three offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity. Konecranes Nuclear Equipment and Services LLC, New Berlin, Wisconsin, is awarded a $14,350,370 firm-fixed-price delivery order N6247019F4034 under a previously awarded single award indefinite-delivery requirements contract (N62470-16-D-2013) for procurement of one 25-ton portal crane at Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Washington. The work to be performed provides for design, fabrication, assembly, delivery, installation, and testing of one 25-ton portal crane. The crane will be equipped with a rotating superstructure, luffing boom, main hoist and a single line whip hoist. The crane will be capable of simultaneous hoisting, slewing and luffing with rated load at rated speeds on curved tracks. Work will be performed in New Berlin, Wisconsin (90 percent); and Bremerton, Washington (10 percent), and is expected to be completed by March 2021. Fiscal 2019 other procurement (Navy) contract funds in the amount of $14,350,370 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. Environmental Chemical Corp., Burlingame, California, is awarded a $13,327,995 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract (N62470-13-D-6020) for the hurricane recovery efforts at Marine Corps Base Camp Lejeune, North Carolina. The work to be performed provides for removal of damaged roofs and installation of new ice and water membrane, standing seam roof, gutters, downspouts, fascia, and soffits for 38 facilities. After award of this modification, the total cumulative contract value will be $20,427,995. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by October 2019. Fiscal 2019 operations and maintenance, (Marine Corps) contract funds in the amount of $13,327,995 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. DEFENSE LOGISTICS AGENCY Tennier Industries Inc.,* Delray Beach, Florida, has been awarded a maximum $30,493,800 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for extreme cold/wet weather jackets. This is an 18-month base contract with one, one-year option period. This was a competitive acquisition with seven responses received. Location of performance is Florida and Tennessee, with an Aug. 20, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019, through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1136). Dairy Foods, Springfield, Missouri, has been awarded a maximum $15,527,183 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh milk and dairy products. This was a competitive acquisition with two responses received. This is a three-year contract with no option periods. Locations of performance are Oklahoma, Missouri, and Kansas, with a March 19, 2022, performance completion date. Using military services are Air Force, Navy, and Army. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-V321). UPDATE: M-B Companies Inc., New Holstein, Wisconsin (SPE8EC-19-D-0037), has been added as an awardee to the multiple-award contract for commercial snow removal equipment issued against solicitation (SPE8EC-17-R-0005) announced May 22, 2017. MISSILE DEFENSE AGENCY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, has been awarded a $14,000,000 cost-plus-incentive-fee modification (P00317) to a previously awarded contract HQ0276-10-C-0001. Under this modification, the contractor will perform efforts necessary to support Aegis Ballistic Missile Defense (BMD) capability insertion under Contract Line Item Number 0160 for the Aegis BMD Program Office. This modification increases the total cumulative face value of the contract from $2,936,754,846 to $2,950,754,846. Work will be performed in Moorestown, New Jersey, with an expected completion date of Oct. 31, 2019. Fiscal 2018 research, development, test, and evaluation funds in the amount of $4,928,481 are being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. DEFENSE HEALTH AGENCY LOUi Consulting Group Inc., Warner Robins, Georgia, was awarded a firm-fixed-price General Service Administration (GSA) task-order (HT0015-19-F-0034) off of GSA Federal Supply Schedule (GS-35F-437CA) on Feb. 8, 2019, for $7,157,444. The task-order provides Essentris support, a mission-critical comprehensive clinical documentation system that is deployed to a total of 36 Air Force, Navy and Army medical treatment facilities. As a fully deployed application, Essentris is in a sustainment mode and requires system support services such as system administrators and database analysts. Essentris is designed to maintain a complete record of patient encounters that deliver to Military Medicine the ability to provide enhanced quality and continuity of health care to the mobile population and clinical base. The Military Health Program's electronic health record was implemented in response to the President's Executive Order 13335 of April 27, 2004. The period of performance is Feb. 28, 2019, to Dec. 27, 2020. Work is being performed in Falls Church, Virginia, and San Antonio, Texas. The contract was procured on a competitive basis. The Health Information Technology Contracting Division is the contracting activity. Fiscal 2019 operations and maintenance funds are obligated for this contract. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. * Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1763812/

All news