Back to news

December 18, 2018 | International, Land

Army picks two companies to build prototypes for a new cannon-toting vehicle to back up infantry

By:

The Army has selected two companies to provide prototypes of a new armored, tracked vehicle to give infantry units necessary firepower

Both Michigan-based General Dynamics Land Systems and BAE Systems will have the next 14 months to build and begin delivering 12 prototypes of the Mobile Protected Firepower vehicle.

BAE Systems will build an M8 Buford Armored Gun System with new capabilities and components.

GD submitted an offering that puts a version of its latest Abrams turret together with a chassis that uses past work on the United Kingdom's AJAX program.

The ultimate product will be either a 105- to 120mm cannon and a tracked vehicle that can withstand a classified level of enemy fire.

At least two of the vehicles should be able to fit into the back of a C-17 aircraft.

The need is aimed at near-peer threats.

Brig. Gen. Ross Coffman, director of the Next Generation Combat Vehicle Cross Functional Team, said that the current and future battlefield will challenge the firepower of the infantry.

Right now, Infantry Brigade Combat Teams have artillery to knock out secured enemy positions.

“But there's no precision munition to remove bunkers from the battlefield, to shoot into buildings in dense urban terrain,” Coffman said.

The MPF vehicle and weapon will be used to “disrupt, break in and breach those secure defensive zones,” Coffman said.

The requirement first emerged in the Army's vehicle modernization strategy in late 2015.

The target was to give IBCTs a protected, long-range, cyber-resilient, precision, direct-fire capability for early or forcible entry operations.

In February, GD and BAE, along with SAIC partnering with Singapore's ST Kinetics and CMI Defense, all submitted proposals.

The SAIC team combined CMI's Cockeril 3105 turret with ST Kinetics next-generation armored fighting vehicle chassis.

Officials would not discuss the reasons behind the selection. They expect a final decision to be made by fiscal year 2022. Fielding to the first units is expected by fiscal year 2025.

The MPF is under the Army's NGCV CFT program, which is overseen by the Army Futures Command.

The plans are for roughly 54 vehicles, initially. They will build 26 first, with an option to build 28 more and retrofit eight prototype vehicles.

For the existing vehicle fleet, there's another program that's been conducting recent testing to also enhance the combat vehicle firepower and protection.

The Army chose to evaluate two Active Protection Systems at a November live-fire rodeo, looking at whether either system could work as an interim protection system for one of its combat vehicles.

The APS will also go onto the MPF vehicle in development at this time.

The Israeli-made Trophy VPS by Rafael, a slimmer edition of the Trophy System already on the Abrams tank, and the German-made Active Defense System by Rheinmetall got a chance to showcase their products' abilities atop Strykers at the live fire, according to Military Times sister publication Defense News.

Rheinmetall partnered with Michigan-based Unified Business Technologies. They've dubbed their system “Strike Shield.”

Army representatives saw the Trophy VPS on a Bradley Fighting Vehicle at a demonstration in Israel in August, Defense News reported.

Earlier this year, the Army awarded a $193 million contract to Leonardo DRS for its Trophy APS on the M1 Abrams tank.

The program conducted four “soft kill” demonstrations using virtual threats with the system and controller.

The APS is an interim solution as the Army develops its Modular Active Protection System as part of a larger suite of Vehicle Protection Systems.

In late 2018, developers with the Tank Automotive Research Development and Engineering Center completed successful testing on the MAPS.

The MAPS base kit is an array of sensors and countermeasures used with the Modular Active Protection Systems Controller, giving vehicle crews a single solution to run APS for incoming threats such as enemy drones or anti-tank weapons.

Bill Beyer, MAPS Virtual Demonstrator lead, said in release following MAPS testing that the base kit would move into the vehicle program portfolio by mid-2019.

Rafael was selected to provide its Trophy APS for the Abrams while IMI, also an Israeli company, has put forth the Iron Fist for the Bradley.

Participants didn't fully install their systems on the vehicle. They put up mock rigs for testing in front of Strykers mounted their system on a Stryker.

https://www.armytimes.com/news/your-army/2018/12/18/army-picks-two-companies-to-build-prototypes-for-a-whole-new-cannon-toting-vehicle-to-back-up-infantry/

On the same subject

  • Contract Awards by US Department of Defense - September 12, 2019

    September 13, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 12, 2019

    NAVY Black Construction-Tutor Perini JV, Harmon, Guam (N62742-19-D-1328); Caddell-Nan JV, Montgomery, Alabama (N62742-19-D-1329); Core Tech-HDCC-Kajima LLC, Tamuning, Guam (N62742-19-D-1330); Gilbane SMCC ECC LLC, Concord, California (N62742-19-D-1331); and Hensel Phelps Construction Co., Honolulu, Hawaii (N62742-19-D-1332), are awarded a combined $990,000,000 indefinite-delivery/indefinite-quantity, multiple award, design build construction contract for projects located primarily for sites in Guam and other areas within the Naval Facilities Engineering Command (NAVFAC), Pacific area of responsibility (AOR). Gilbane SMCC ECC LLC is being awarded the initial $22,997,004 task order for the design and construction of a low rise combined dining and high-intensity tactical training facility for the aviation combat element at Andersen Air Force Base, Joint Region Marianas, Guam. The work to be performed provides new construction, renovation and minor construction, and may include but is not limited to: barracks/dormitories; administrative facilities; communication facilities; educational facilities; medical/dental/hospital facilities; dining facilities; industrial facilities; warehouse facilities; ranges; operational/training facilities; roads, streets and bridges; site utilities/infrastructure; dredging, and aviation facilities (including hangars and aprons), and other base development facilities. Work for this task order is expected to be completed by April 2022. All work on this contract will be performed primarily within the NAVFAC Pacific AOR, which includes Guam (80%); Commonwealth of the Northern Mariana Islands (10%); Hawaii (5%); and other areas in the Pacific and Indian Oceans (5%). The term of the contract is not to exceed 60 months with an expected completion September 2024. Fiscal 2015 and 2019 military construction (Navy) contract funds for $22,997,004 are obligated on this award, of which $13,615,340 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. Walsh Federal LLC, Chicago, Illinois, is awarded a $49,845,000 firm-fixed-price contract for the construction of P426 Littoral Combat Ship (LCS) Logistics Facility at Naval Station Mayport. The work to be performed provides for construction of a new four story, Phase II building, and renovations to the existing Phase I building. The two buildings will house the ashore component of administrative functions for deployed and in-port LCSs, as well as a portion of the training component. The project also includes improvements to Bailey Avenue that will connect P426 to a new parking deck to be designed and constructed under a separate contract. Work will be performed in Jacksonville, Florida, and is expected to be completed by August 2021. Fiscal 2019 military construction (Navy) contract funds for $49,845,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-C-0913). The Johnson-McAdams Firm P.A.,* Greenwood, Mississippi, is awarded a $30,000,000 indefinite-delivery/indefinite-quantity contract for professional architectural and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). A $33,339 initial task order is awarded to prepare an engineering study of Building 361, detailing required repairs to the interior non-load bearing concrete masonry unit walls at Naval Air Station Meridian, Mississippi. Work for this task order is expected to be completed January 2020. All work on this contract will be performed at various Navy and Marine Corps installations in the NAVFAC Southeast AOR. The work to be performed provides for professional architectural and engineering services for preparation of design-bid-build documents (100% plans and specifications) and design-build request for proposals. Services may also include field investigation and facility damage assessments after hurricanes or other storm events. Specific duties include architectural programming, geotechnical investigation, surveying, cost estimating, DD Form 1391 preparation and other preliminary project documentation. The term of the contract is not to exceed 60 months with an expected completion August 2024. Fiscal 2019 operation and maintenance, (Navy) (O&M, N) contract funds for $33,339 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, N; and military construction, (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with 26 proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-0123). Sroka Inc.,* Strongsville, Ohio, is awarded a $22,944,161 five-year, indefinite-delivery/indefinite-quantity contract for the manufacture of 4,500 counterbalance stand-up rider forklift trucks in support of the Material Handling Equipment (MHE) Program. Work will be performed in Strongsville, Ohio, and is expected to be completed by September 2024. Fiscal 2019 MHE procurement funds (Navy) will be obligated as each delivery order is issued, and funds will not expire at the end of the current fiscal year. This contract resulted from a full and open competitive solicitation, with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-19-D-UN01). Vigor Marine LLC, Portland, Oregon, is awarded a $17,635,905 firm-fixed-price contract for a 63-calendar day shipyard availability for the regular overhaul dry-docking of USNS Henry J. Kaiser (T-AO 202). The $17,635,905 contract consists of the amounts listed in the following areas: category "A" work item cost, additional government requirement, other direct costs and general and administrative costs. Work will include general services, ballast tank recoating, ballast tank preservation, ship service diesel generator maintenance, deck covering replacement, docking and undocking, underwater hull and freeboard cleaning and preservation, stern shaft and propeller repair and sliding block chain replacement. The contract includes options, which if exercised, would bring the total contract value to $19,206,905. Funds will be obligated Sept. 12, 2019, and work is expected to be completed by Dec. 23, 2019. Contract funds for $17,635,240 excluding options, are obligated for fiscal 2020 using Navy working capital funds. Work will be performed in Portland, Oregon, and is expected to begin Oct. 22, 2019. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, and one offer was received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-C-4016). The Boeing Co., Oklahoma City, Oklahoma, is awarded a $15,111,310 firm-fixed-price delivery order (N00019-19-F-0301) against a previously issued basic ordering agreement (N00019-16-G-0001). This order is for non-recurring engineering for integration of the AN/AAQ-24 Large Aircraft Infrared Countermeasures System onto one C-40A aircraft for the Navy. Work will be performed in Oklahoma City, Oklahoma (40%); Seattle, Washington (35%); and San Antonio, Texas (25%), and is expected to be completed in December 2021. Fiscal 2017 aircraft procurement (Navy) funds for $15,111,310 are being obligated on this award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Corp. Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $12,920,955 cost-plus-fixed-fee modification to previously awarded contract N64267-18-C-0132 for Aegis design agent field engineering services. Work will be performed in Norfolk, Virginia (34%); San Diego, California (31%); Yokosuka, Japan (19%); Pascagoula, Mississippi (4%); Washington, District of Columbia (4%); Port Hueneme, California (4%); and Rota, Spain (4%), and is expected to be completed by September 2020. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $1,042,000; and fiscal 2019 other procurement (Navy) funding for $40,000 will be obligated at time of award, and funds for $1,042,000 will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was non-competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The services include test and evaluation, engineering change development, ordnance/ship alterations, modernization engineering, logistics and technical support, ordnance alterations kit development, integration and test support, AN/SPY-1 series radar antenna refurbishment and Coast Guard deep-water program design agent field engineering support. These services are in support of Aegis-equipped CGs and DDGs, allied Aegis-equipped ships and Coast Guard Aegis-configured ships. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $63,992,064. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity. Granite Construction Co., Watsonville, California, is awarded a $12,901,901 firm-fixed-price task order N62473-19-F-5250 under a multiple award construction contract to repair failing taxiway India at Naval Base Coronado. The task order also contains two unexercised options, which if exercised, would increase the cumulative task order value to $14,268,901. The work to be performed provides for the construction to replace the existing deteriorated concrete with new compliant airfield pavement. The options, if exercised, provides for reconstruction of taxiway, demolition, earthwork, and construction of base, pavement, shoulders, striping, associated electrical along with incidental related work, cement stabilization and replacement of waterline. Work will be performed in San Diego, California, and is expected to be completed by December 2020. Fiscal 2019 operation and maintenance, (Navy) contract funds for $12,901,901 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, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2437). Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is awarded a $10,948,268 cost-plus fixed-fee/award-fee order, N62786-19-F-0068, against the previously awarded basic ordering agreement N00024-15-G-2303, to provide advance planning, accomplishment and emergent availabilities for LCS-17 post shakedown availability. Lockheed Martin will provide advance planning and accomplishment of work for emergent availabilities and post-delivery test and trial support. Work will be performed in Mayport, Florida (44%); Hampton, Virginia (24%); District of Columbia (18%); and Moorestown, New Jersey (14%), and is expected to be completed by March 2021. Fiscal 2019 and 2014 shipbuilding and conversion (Navy) funding for $9,866,326 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Bath, Maine, is the contracting activity. BAE Systems Land and Armaments, Louisville, Kentucky, is awarded a $7,480,485 firm-fixed-price delivery order for MK38 Machine Gun System coaxial kits. Work will be performed in Louisville, Kentucky (83%); and Mesa, Arizona (17%), and is expected to be completed in December 2020. Fiscal 2019 weapons procurement (Navy); and fiscal 2019 Coast Guard weapons funding in the amount of $7,480,485 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract action will provide all of the necessary materials and services required to manufacture, assemble, inspect, preserve, package and ship Coaxial Kits to support operations and maintenance for the MK38 Machine Gun Systems used by the Navy and Coast Guard. In accordance with 10 U.S. Code 2304(c)(1), this delivery order was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-F-0031) KIRA Aviation Services LLC, doing business as KIRA Operations Support,* Blytheville, Arkansas, is awarded a $7,107,857 indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Air Station Jacksonville and outlying areas. The maximum dollar value including the base period and four option years is $33,972,756. Work will be performed in Jacksonville, Florida (97%); and outlying areas (3%), and is expected to be completed by January 2021. The work to be performed provides for base operations support services to include custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, and other related services. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance, (Navy) (O&M, N); fiscal 2020 Navy working capital funds; fiscal 2020 Defense Health Program; and fiscal 2020 family housing O&M, N contract funds in the amount of $6,459,206 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-1919). ARMY BFBC LLC, Bozeman, Montana, was awarded a $440,000,000 modification (P00005) to contract W912PL-19-C-0014 for replacement of El Centro and Yuma vehicle and pedestrian barrier. Work will be performed in El Centro, California; and Yuma, Arizona, with an estimated completion date of Jan. 5, 2021. Fiscal 2010 operations and maintenance, Army funds in the amount of $440,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity. Kiewit Infrastructure Co., Woodcliff Lake, New Jersey, was awarded a $264,422,000 firm-fixed-price contract for construction of physical security and safety improvements on and around long span bridges. Bids were solicited via the internet with seven received. Work will be performed in New York, New York, with an estimated completion date of May 31, 2025. Fiscal 2018 civil construction funds in the amount of $264,422,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0015). Raytheon Lockheed Martin Javelin JV, Tucson, Arizona, was awarded an $185,601,502 firm-fixed-price contract for the Javelin Weapon System full rate production, All Up Rounds, Command Launch Unit retrofits, battery coolant units, Javelin outdoor trainers, outdoor trainer instruction station, tripods, Javelin vehicle launcher and electronics. Bids were solicited via the internet with one received. Work will be performed in Tucson, Arizona, with an estimated completion date of Aug. 31, 2023. Fiscal 2018 and 2019 research, development, test and evaluation; Navy procurement; Marine Corps procurement; and missile procurement, Army funds in the combined amount of $185,601,502 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0076). Dobco Inc., Wayne, New Jersey, was awarded an $111,600,000 firm-fixed-price contract for renovation of barracks. Bids were solicited via the internet with five received. Work will be performed in West Point, New York, with an estimated completion date of Aug.30, 2021. Fiscal 2019 military construction, Army funds in the amount of $111,600,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0020). Stoa Architects,* Pensacola, Florida (W912DY-19-D-0023); Raymond Pond Full Service Solutions JV LLC,* Conyers, Georgia (W912DY-19-D-0024); PSC-Schenkel Shultz,* Lubbock, Texas (W912DY-19-D-0025); Rogers Lovelock & Fritz, Orlando, Florida (W912DY-19-D-0026); Michael Baker-Stanley JV, Pittsburgh, Pennsylvania (W912DY-19-D-0027); and the Mason & Hanger Group Inc., Lexington, Kentucky (W912DY-19-D-0028), will compete for each order of the $49,000,000 firm-fixed-price contract for support for general military facility design studies and facility commissioning. Bids were solicited via the internet with 36 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 15, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. Ashford Leebcor Enterprises LLC, Williamsburg, Virginia, was awarded a $28,605,776 firm-fixed-price contract for repairs to exterior walls, windows, fire protection, interior walls, doors, insulation, interior finish, finish floors, ceilings, plumbing, HVAC, HVAC controls, electrical, building information systems, site utilities, structural improvements and asbestos abatement. Bids were solicited via the internet with six received. Work will be performed in Fort Benning, Georgia, with an estimated completion date of March 15, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $28,605,776 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-3011). L.J. Clark Construction Inc.,* Moore Haven, Florida, was awarded an $11,373,817 firm-fixed-price contract for Picayune Strand Restoration Project, Miller Tram and road removal. Bids were solicited via the internet with five received. Work will be performed in Naples, Florida, with an estimated completion date of Jan. 10, 2022. Fiscal 2010 civil construction funds in the amount of $11,373,817 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-19-C-0026). R.E. Goodson Construction Co. Inc.,* Darlington, South Carolina, was awarded an $8,622,487 firm-fixed-price contract for raising the crest elevation of the perimeter dike, clearing the interior, adding a sand cap to the existing bird island in the western portion, repairs and modifications to the five existing weir and water control structures along the western dike, clearing and grubbing and replacing the main entrance gate. Bids were solicited via the internet with six received. Work will be performed in Hardeeville, South Carolina, with an estimated completion date of Nov. 25, 2020. Fiscal 2019 civil construction, and civil rivers and harbors contributed funds in the combined amount of $8,622,487 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-5010). Matrix Providers,* Denver, Colorado, was awarded a $7,586,573 firm-fixed-price contract for per diem nursing services to support. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2020. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K02-16-D-0001). Senspex Inc.,* Albuquerque, New Mexico, was awarded a $7,500,000 modification (P00003) to contract W56HZV-16-D-0129 for procurement of the highly specialized long-range thermal imaging camera system spare parts, and service support. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2021. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Raytheon Co. Missile Systems, Tucson, Arizona, was awarded a $7,493,164 modification (P00001) to contract W15QKN-19-C-0017 for foreign military sales buyback. Work will be performed in Tucson, Arizona; Healdsburg, California; Karlskoga, Sweden; East Camden, Arkansas; Cedar Rapids, Iowa; Southway, Plymouth, United Kingdom; Glenrothes, Scotland, United Kingdom; Cincinnati, Ohio; Farmington, New Mexico; McAlester, Oklahoma; Joplin, Missouri; Salt Lake City, Utah; Gilbert, Arizona; Lansdale, Pennsylvania; and Santa Ana, California, with an estimated completion date of April 29, 2022. Fiscal 2019 Foreign Military Sales funds in the amount of $7,493,164 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. DEFENSE INFORMATION SYSTEMS AGENCY The Johns Hopkins University Applied Physics Laboratory LLC (JHU/APL), Laurel, Maryland, was awarded a non-competitive, single-award, indefinite-delivery/indefinite-quantity contract for essential engineering, research, and/or development capabilities, in line with the core competencies established by the assistant secretary of defense for research and engineering, which designated JHU/APL as a University Affiliated Research Center (UARC). The place of performance will be at JHU/APL, Laurel, Maryland; and at the Defense Information Systems Agency, Fort Meade, Maryland. The contract ceiling value is $245,000,000, funded by multiple appropriation types. The minimum guarantee of $5,793,933 is satisfied through the issuance of the first task order in conjunction with the contract, which is funded by fiscal 2019 research, development, test and evaluation funds. This is a sole source award, and as such, only one proposal was received. The ordering period is Sept. 30, 2019, through Sept. 29, 2024. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-19-D-0001). AIR FORCE LGS Innovations LLC, Applied Research & Technology, Florham Park, New Jersey, has been awarded a $12,752,488 cost-plus-fixed-fee type contract for the SALIENT GHOST software/hardware testbed. This contract provides for the development and demonstration of a function to address the security and resilience of field programmable gate arrays. Work will be performed at Florham Park, New Jersey, and is expected to be completed by Sept. 12, 2024. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $350,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1515). X Technologies Inc., San Antonio, Texas, has been awarded a $9,515,986 indefinite-delivery/indefinite-quantity contract for the TTU-595 test sets. This contract provides for the production of TTU-595 Laser-Guided Bomb test sets to functionally check the guidance head of Paveway II and III weapons. Work will be performed at San Antonio, Texas, and is expected to be completed by Sept. 11, 2023. This contract involves foreign military sales (FMS) to Australia, Austria, Belgium, Canada, Denmark, Egypt, Germany, Finland, France, Greece, Israel, Italy, Luxembourg, Netherlands, Norway, Portugal, Spain, Sweden, Switzerland, Turkey and United Kingdom. This award is the result of a competitive acquisition and one offer was received. Fiscal 2017 ammunition procurement funds in the amount of $5,052,774; and FMS funding in the amount of $912,640 are being obligated at time of award. The Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-D-0016). DEFENSE LOGISTICS AGENCY Bell Helicopter, Fort Worth, Texas, has been awarded a maximum $8,982,860 firm-fixed-price delivery order (SPRPA1-19-F-M21Q) against a five-year basic ordering agreement (SPRPA1-16-G-001W) for H-1 aircraft tail rotor blades. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. This is a five-year, two-month contract with no option periods. Location of performance is Texas, with a January 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2023 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1959192/source/GovDelivery/

  • DISA releases draft solicitation for $11.7 billion IT contract

    September 9, 2020 | International, C4ISR, Security

    DISA releases draft solicitation for $11.7 billion IT contract

    Andrew Eversden WASHINGTON — The U.S. Defense Information Systems Agency released its draft request for proposals Sept. 4 for a single-award contract potentially worth $11.7 billion to consolidate the networks at 22 Pentagon agencies. The 10-year, indefinite delivery, indefinitely quantity contract from DISA, called Defense Enclave Services, will transition many so-called fourth estate agencies to common IT systems under a single vendor. Fourth estate agencies are Defense Department entities that do not sit squarely under the military departments, such as the Missile Defense Agency or the Defense Logistics Agency. DISA's effort is meant to reduce redundant IT costs, improve cybersecurity and standardize IT support services among the fourth estate agencies. “DISA desires to partner with industry to provide commercial Information Technology (IT) services, decrease redundant IT costs, enhance cybersecurity posture, and standardize IT services across disparate networks,” the draft RFP stated. “Defense Enclave Services will unify the 4th Estate's Common Use IT systems, personnel, functions, and program elements associated with the support of those systems and technologies under a Single Service Provider (SSP) architecture managed, operated, and supported by DISA.” Under the draft RFP, the single provider will provide “all required transition, infrastructure, network operations and management engineering and innovation, cybersecurity, and technical refresh support services" under nine performance areas. Migration to a consolidated network will take place in two phases. Agencies involved in the first phase will complete “integration and sustainment” by fiscal 2025, and those involved in the second phase will complete migration by fiscal 2026. The network will include the Non-classified Internet Protocol Router Network and the Secret Internet Protocol Router Network. DISA estimates the performance period will be from Dec. 7, 2021, to Dec. 6, 2031, with a four-year base period and three two-year options. According to a pre-solicitation industry day script from August, five agencies will be part of the first task order: Defense Media Activity, Defense Technical Information Center, Defense Information Systems Agency, Defense POW/MIA Accounting Agency and Defense Microelectronics Activity. Those five components include 20,000 users, 81 global sites and 40,000 end points, the presentation stated. DISA has been under pressure from lawmakers and top Pentagon officials in recent years to find ways to save money. Last year, DISA officials told reporters that the agency's Fourth Estate Network Optimization initiative would provide cost savings to the agency. The initiative was directed by the deputy secretary of defense in August last year. Phase one agencies include: Defense Information Systems Agency (DISA-HQ) Defense Technical Information Center (DTIC) Defense Prisoner of War/Missing in Action Accounting Agency (DPAA) Defense Microelectronics Activity (DMEA) Defense Media Activity (DMA) Defense Information Systems Agency (DISA-Field Sites) Defense Contract Management Agency (DCMA) Defense Contract Audit Agency (DCAA) Defense Human Resources Agency/Defense Manpower Data Center (DHRA/DMDC) Defense Finance and Accounting Service (DFAS) Defense Threat Reduction Agency (DTRA) Defense Logistics Agency (DLA) Defense Advanced Research Projects Agency (DARPA) Missile Defense Agency (MDA) Phase two agencies include: Defense Health Agency (DHA) Defense Legal Services Agency (DLSA) Defense Security Cooperation Agency (DSCA) Defense Technology Security Agency (DTSA) Joint Chiefs of Staff (JCS) Office of Secretary of Defense (OSD) Personnel Force Protection Agency (PFPA) Washington Headquarters Services (WHS) Joint Service Provider (JSP) According to the posting on beta.sam.gov, the final RFP will be released the last week of September. https://www.c4isrnet.com/it-networks/2020/09/08/disa-releases-draft-solicitation-for-117-billion-it-contract/

  • Romania, Czech Republic advance F-35 acquisition plans

    September 28, 2023 | International, Aerospace

    Romania, Czech Republic advance F-35 acquisition plans

    Bucharest plans to equip three squadrons with the fifth-generation fighter, or 48 aircraft, in two stages, according to defense officials.

All news