Back to news

August 15, 2023 | International, Security

Australia and Japan deepen defence ties - APDR

Australia and Japan are strengthening our defence ties with the Japan-Australia Reciprocal Access Agreement (RAA) coming into effect.

https://asiapacificdefencereporter.com/australia-and-japan-deepen-defence-ties/

On the same subject

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

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

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

    DEFENSE LOGISTICS AGENCY Federal Resources Supply Co.,* Stevensville, Maryland (SPE8EH-19-D-0014); L.N. Curtis & Sons,* Oakland, California (SPE8EH-19-D-0015); Mallory Safety and Supply,* Longview, Washington (SPE8EH-19-D-0016); Noble Supply & Logistics,* Rockland, Massachusetts (SPE8EH-19-D-0017); Quantico Tactical Inc.,* Aberdeen, North Carolina (SPE8EH-19-D-0018); and W.S. Darley & Co.,* Itasca, Illinois (SPE8EH-19-D-0019), are sharing a maximum $985,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8EH-16-R-0001 for fire and emergency services equipment. This was a competitive acquisition with 13 offers received. These are two-year base contracts with three one-year option periods. Locations of performance are California, Illinois, Maryland, Massachusetts, North Carolina, and Washington, with a March 20, 2024, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal year 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support in Philadelphia, Pennsylvania. Government Scientific Source,* Reston, Virginia, has been awarded a maximum $475,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for laboratory supplies. This was a competitive acquisition with four responses received. This is a five-year contract with no option periods. Location of performance is Virginia, with a March 20, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-19-D-0004). SND Manufacturing,* Dallas, Texas, has been awarded a maximum $7,997,485 firm-fixed price, indefinite-delivery/indefinite-quantity contract for Navy and Marine Corps running suit jackets. This is a one-year base contract with four one-year options. This was a competitive acquisition with three responses received. Location of performance is Texas, with a March 17, 2020, performance completion date. Using military services are Navy and Marine Corps. 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-5038). Viasat Inc., Carlsbad, California, has been awarded a maximum $7,133,760 firm-fixed-price contract for radio receivers for the P-8 aircraft. 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 nine-month contract with no option periods. Location of performance is California, with a Dec. 19, 2019, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-19-C-V037). NAVY General Dynamics National Steel and Shipbuilding Co.-Bremerton, Bremerton, Washington, is awarded a maximum value $465,150,000 cost-cost-plus-incentive-fee, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for aircraft carrier (CVN) shipyard availabilities. The primary purpose of this contract is to execute work required to support the Puget Sound Naval Shipyard and Intermediate Maintenance Facility in accomplishing repair, maintenance, and modernization of closely scheduled maintenance availabilities, including non-nuclear boundary control efforts. This contract includes five ordering periods which, if executed, would make the maximum value of this contract $465,150,000. Work will be performed in Bremerton, Washington, and is expected to be completed by March 2024 when all five ordering periods have been executed. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $928,336 will be obligated at the time of award and will expire at the end of the fiscal year. This contract was competitively procured via Federal Business Opportunities website, with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-D-4310). BAE Systems San Diego Ship Repair, San Diego, California, is awarded a $41,895,897 firm-fixed-price contract for the execution of USS Anchorage (LPD 23) fiscal 2019 selected restricted availability. This availability will include a combination of maintenance, modernization, and repair of USS Anchorage. This is a “long-term” availability and was competed on a coast-wide (West Coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $48,428,791. Work will be performed in San Diego, California, and is expected to be completed by July 2020. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) in the amount of $41,895,901 will be obligated at time of award, and contract funds in the amount of $34,002,448 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with two offers received in response to Solicitation No. N00024-18-R-4411. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4407). United Technologies Corp., Pratt & Whitney Engines, Hartford, Connecticut, is awarded $18,434,122 for modification P00003 to a previously awarded fixed-price-incentive-firm contract (N00019-18-C-1021). This modification provides additional funding for F-135 long lead items in support of non-U.S. Department of Defense (U.S. DoD) participants. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in March 2022. Non-U.S. DoD participant funds in the amount of $18,434,122 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. JJLL LLC, Austin, Texas, is awarded $18,353,983 under a previously awarded cost-plus-incentive-fee contract (N62742-17-C-3580) to exercise the second option period to provide services for Philippines operations support for the Marine Corps Forces, Pacific and Pacific Command Augmentation Team, the Republic of Philippines. The work to be performed provides services for management and administration; commercial telephones, cable television and other services; security; airfield facilities; passenger terminal and cargo handling; ordnance; material management; supply services; morale, welfare and recreation support; galley; billeting; facility management; facility investment; facility services; utilities; base support vehicles and equipment; and environmental services. After award of this option, the total cumulative contract value will be $99,551,165. Work will be performed in the Republic of the Philippines, and this option period is from April 2019 to March 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $15,370,311 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity. AIR FORCE L3 Technologies Systems Co., Cincinnati, Ohio, has been awarded a $131,780,189 indefinite-delivery/indefinite-quantity contract for the Cockpit-Selectable Height-of-Burst Sensor. This contract provides for the replacement of the current DSU-33D/B height-of-burst sensor and will address obsolescence issues, improve performance and add functionality. Work will be performed in Cincinnati, Ohio, and is expected to be complete by April 2027. This award is the result of a competitive acquisition and three offers were received. Fiscal 2018 procurement funds in the amount of $513,244 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-D-0006). General Atomics Aeronautical Systems Inc., Poway, Calif., has been awarded a not-to-exceed $123,293,911 undefinitized contract action for MQ-9 Block 5 procurement. This contract provides for four MQ-9 unmanned air vehicles, four Mobile Ground Control Stations, spares, and support equipment. Work will be performed predominately in Poway, California, and is expected to be complete by Dec. 31, 2020. This contract involves 100 percent foreign military sales to the Netherlands. Foreign military sales funds in amount of $38,928,607 are being obligated at the time of award. Air Force Life Cycle Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-F-2310). MAG Aerospace, Newport News, Virginia, has been awarded an $11,386,672 predominantly firm-fixed-price contract for the UK MQ-9 Reaper Operations Center. This contract provides for ongoing sustainment, management, development and network administration of the United Kingdom MQ-9 Reaper Operations Centers. Work will be performed at Creech Air Force Base, Nevada; and Royal Air Force Waddington, United Kingdom, and is expected to be complete by Sept. 30, 2021. This award is the result of a sole-source acquisition and involves 100 percent foreign military sales to the government of the United Kingdom. Air Force Life Cycle Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-C-2002). Call Henry Inc., Titusville, Florida, has been awarded a $10,200,000 predominantly fixed-price incentive modification (P00051) to previously awarded contract FA4610-18-C-0005 for the exercise of Option Year Two. This modification provides management and support, maintenance and repair, operations, other services and minor alteration related to launch operations support. This modification brings the total cumulative face value of the contract to $55,975,903. Work will be performed at Vandenberg Air Force Base, California, and is expected to be complete by June 30, 2020. Fiscal 2019 operations and maintenance funds in the amount of $3,000,000 will be obligated at the time of award. The 30th Contracting Squadron, Vandenberg AFB, California, is the contracting activity. ARMY Whitesell-Green Inc., Pensacola, Florida, was awarded a $26,376,465 firm-fixed-price contract to design and build student dorms. Bids were solicited via the internet with five received. Work will be performed in Eglin Air Force Base, Florida, with an estimated completion date of March 21, 2021. Fiscal 2019 military construction funds in the amount of $26,376,465 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-C-0012). SAP National Security Services Inc., Newtown Square, Pennsylvania, was awarded a $16,014,307 time and materials contract for consulting services. One bid was solicited with one bid received. Work will be performed in Alexandria, Virginia; and Aberdeen, Maryland, with an estimated completion date of March 21, 2022. Fiscal 2019 research, development, test and evaluation; and operations and maintenance, Army funds in the amount of $4,011,556 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-C-0020). Valiant Global Defense Services Inc., San Diego, California, was awarded an $8,717,022 modification (P00086) to contract W91QVN-14-C-0033 for operations support services for the Korea Battlefield Simulation Center. Work will be performed in Seoul, South Korea, with an estimated completion date of Sept. 30, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,474,936 were obligated at the time of the award. 411th Combat Support Battalion, Korea, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1792112/

  • Contract Awards by US Department of Defense - November 06, 2020

    November 9, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 06, 2020

    AIR FORCE Rockwell Collins Inc., Cedar Rapids, Iowa (FA8807-21-C-0005); Interstate Electronics Corp., Anaheim, California (FA8807-21-C-0006); and Raytheon Technologies Inc., El Segundo, California (FA8807-21-C-0007), have collectively been awarded contracts totaling $552,583,932 for a cost-plus-incentive-fee, cost-plus-award-fee contract for Military GPS Users Equipment Miniature Serial Interface Increment 2 Application Specific Integrated Circuit (MGUE Inc 2 MSI ASIC). This contract provides for all activities to design, develop, build, integrate, qualify the MSI receiver card with next generation ASIC to enable production of M-Code-capable GPS receiver products for various service applications identified in the MGUE Inc 2 Capability Development Document and all other user platforms that require secure positioning navigation and timing capability. Work will be performed in Cedar Rapids, Iowa; Anaheim, California; and El Segundo, California, and is expected to be completed by Sept. 30, 2025. This award is the result of a competitive acquisition with offers received. Fiscal 2020 research, development, test and evaluation funds in the amount of $32,000,000 are being obligated at the time of award. Air Force Space Command, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. Wichita State University, Wichita, Kansas, has been awarded a $13,750,000 cost-reimbursement, additional-work modification (P00005) to contract FA8650-19-C-5212 for research and development. The contract modification adds additional funding to expand various operational spectra (e.g., fighter, bomber, transport, etc.) to explore damage growth behavior representative design details such as wing-to-spar joint that exhibits multiple competing failure modes. Work will be performed in Wichita, Kansas, and is expected to be completed by Nov. 7, 2023. Fiscal 2020 research, development, test and evaluation funds in the amount of $13,250,000 are being obligated at the time of award. Total cumulative face value of the contract is $37,250,000. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Millennium Health & Fitness Inc., Scottsdale, Arizona, is awarded a $9,200,000 firm-fixed-price contract for Civilian Health Promotion Services (CHPS). This requirement provides health promotion professionals that will develop, manage, and promote CHPS to all civilian employees in Air Force Materiel Command and Air Mobility Command. The CHPS program may include depending on location, but is not limited to, individual health counseling, group health education classes, telephonic wellness coaching, cardiac risk blood profile (HDL, LDL, cholesterol ratio and glucose), body composition analysis, online health risk appraisal, wellness challenges, and health awareness campaigns. The CHPS is a mobile worksite wellness program. The CHPS health promotion professionals will provide services at twelve staffed Air Force bases (including the CHPS office) and eight un-staffed/visited base locations appropriate for mass screenings and work is expected to be completed by Jan. 31, 2021. This award is the result of a 100% Small Business Set-aside acquisition. Fiscal 2020 operation and maintenance funds in the amount of $1,235,167 are being obligated at the time of award. The Air Force Installation Contracting Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8003-20-C-0004). ARMY Lockheed Martin Corp., Baltimore, Maryland, was awarded an Other Transaction Authority agreement with a ceiling of $339,318,582 for the Mid-Range Capability. Work will be performed in Baltimore, Maryland; Akron, Ohio; Clearwater, Florida; Moorestown, New Jersey; Owego, New York; Syracuse, New York; and Orlando, Florida, with an estimated completion date of Dec. 31, 2023. Fiscal 2020 research, development, test and evaluation, Army funds in the amount of $57,959,033 were obligated at the time of the award. U.S. Army Rapid Capabilities and Critical Technologies Office, Alexandria, Virginia, is the contracting activity (W50RAJ-2-19-0001). InBios International Inc., Seattle, Washington, was awarded a $9,804,306 modification (P00001) to contract W81XWH-20-F-0253 for development, design controls, production and analytical studies and clinical trials for rapid human diagnostic component assays for Severe Acute Respiratory Syndrome Coronavirus 2 (SARSCoV-2) infection. Work will be performed in Seattle, Washington, with an estimated completion date of Sept. 30, 2022. Fiscal 2010 research, development, test and evaluation, Army funds in the amount of $9,804,306 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity. NAVY Capital Center for Credibility Assessment Corp.,* Dublin, Virginia, is awarded a ceiling-priced $29,233,903 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to conduct Counter Intelligence Scope Polygraph examinations throughout the U.S. to support the Naval Criminal Investigative Service's Polygraph Services Field Office. The contract includes a five-year ordering period with no options and is expected to be completed by November 2025. Work will be performed at various contractor facilities (95%); and various government facilities (5%) throughout the U.S. in which the percentage of work at each of those locations cannot be determined at this time. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $100,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on Navy Electronic Commerce Online and beta.SAM.gov as a 100 percent 8(a) small business set-aside requirement, with three offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-21-D-Z010). MNDPI Pacific JV, Honolulu, Hawaii, is awarded a firm-fixed-price task order (N6274221F0302) at $25,978,991 under an indefinite-delivery/indefinite-quantity contract for various structural and waterfront projects and other projects at locations under the cognizance of Naval Facilities Engineering Systems Command (NAVFAC) Pacific. The work to be performed provides architect-engineer services to conduct a functional analysis concept development and prepare the 35% conceptual submittal of the design-build request for proposal documents (Phase 1), including construction package consisting of project requirements, concept plans, specifications, detailed cost estimate, and other services for the Dry Dock #3 Replacement, Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii – Design Phase 1. Work will be performed at JBPHH, Hawaii, and is expected to be completed by December 2021. Fiscal 2020 military construction (design) contract funds in the amount of $25,978,991 are obligated on this award, of which $24,848 will expire at the end of the current fiscal year. NAVFAC Pacific, JBPHH, Hawaii, is the contracting activity (N62742-20-D-0004). Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is awarded a $17,509,022 cost-plus-fixed-fee and cost-only modification to a previously awarded contract (N00024-20-C-5392) to exercise options to provide design agent engineering services for the MK 41 Vertical Launching System (VLS) electronic systems and computer programs. This option exercise is for software design, systems engineering, ship/missile integration services, and depot operations services for the MK 41 VLS module electronics and launch control system. These services include new missile integration into MK 41 VLS including launcher design, launcher integration into new ship classes and the new AEGIS shore based component, Life Cycle Support Facility depot operations, system product improvements, predictability enhancements, reliability enhancements, and failure investigations. Work will be performed in Baltimore, Maryland (35%); Norfolk, Virginia (18%); Seattle, Washington (18%); San Diego, California (18%); and Ventura, California (11%), and is expected to be completed by July 2021. Fiscal 2020 other procurement (Navy) funding in the amount of $2,980,656 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 Navy Yard, Washington, D.C., is the contracting activity. Brantley Construction Services LLC,* Charleston, South Carolina, is awarded a firm-fixed-price task order (N6945021F0870) at $16,540,566 under a multiple award construction contract for Destroyer Slip South Quay Wall restoration at Naval Station Mayport. The work to be performed includes replacement of the entire 550-foot wharf quay wall with a new steel sheet pile bulkhead, replacement of the existing fender system and connections to water, electrical, oily waste and sanitary sewer utilities. It also includes the procurement and installation of a pedestrian turnstile and vehicular gate. Work will be performed in Jacksonville, Florida, and is expected to be completed by May 2022. Fiscal 2021 operation and maintenance, (Navy) contract funds in the amount of $16,540,566 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-0916). Carnegie Mellon University, Pittsburgh, Pennsylvania, is awarded a modification to exercise Option Year One to a previously awarded cost contract (N65236-19-C-8017) in the amount of $10,967,203 for Next-Generation Non-Surgical Neurotechnology (N3). Work will be performed in Pittsburgh, Pennsylvania, and is expected to be completed by May 2022. This modification brings the total cumulative value of the contract to $14,079,282. Fiscal 2020 research, development, testing and evaluation (Department of Defense) funds in the amount of $1,500,000 will be obligated at time of award. Funds will expire at the end of the fiscal year. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. Innovative Defense Technologies LLC, Arlington, Virginia, was awarded an $8,163,883 cost-plus-fixed-fee contract modification to a previously awarded contract (N00024-20-C-6116) to exercise and fund options for Navy engineering services and material. Work will be performed in Fall River, Massachusetts, and is expected to be completed by December 2021. Fiscal 2021 research, development, test and evaluation (Navy) funding in the amount of, $1,000,000 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 Navy Yard, Washington, D.C., is the contracting activity. (Awarded Nov. 2, 2020) DEFENSE LOGISTICS AGENCY Sysco Central Texas Inc., New Braunfels, Texas, has been awarded a maximum $24,858,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. 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 356-day bridge contract with no option periods. Location of performance is Texas, with an Oct. 30, 2021, ordering period end date. Using customers are Army, Air Force, Navy, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-3308). US Foods Inc., Port Orange, Florida, has been awarded a maximum $22,500,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. 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 102-day bridge contract with no option periods. Locations of performance are Florida, Cuba and Bahamas, with a Feb. 18, 2021, ordering period end date. Using military services are Army, Air Force, Navy, and Marine Corps. Type of appropriation is fiscal 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-3301). MISSILE DEFENSE AGENCY Lockheed Martin Overseas, Moorestown, New Jersey, is being awarded a $14,252,771 cost-plus-fixed-fee modification (P00031) under the Poland Aegis Ashore Engineering Agent contract. This modification increases the total cumulative contract value by $10,123,968 from $83,536,564, to $93,660,532. Under this modification, the contractor will configure the Poland Aegis Ashore REU Integration Site (POL-AARIS) and perform integration, test, maintenance and upgrades of the Aegis Combat System prior to final installation within the Aegis Ashore Ballistic Missile Defense System. This contract modification contains options which, if exercised, will increase the cumulative value of this contract to $97,789,335. The work will be performed in both Moorestown, New Jersey (15%); and in Redzikowo, Poland (85%), with an expected completion date of Jan. 26, 2022. Procurement defense wide funds in the amount of $9,892,973 (Fiscal 2019: $2,422,418; Fiscal 2020: $7,470,555), are being obligated at the time of award. This contract modification is the result of a sole-source acquisition. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0276-16-C-0001). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2408669/source/GovDelivery/

  • Red Cat announces agreement with Sentien Robotics UAS Hive for Land, Air and Sea Drone Swarming operations

    April 21, 2024 | International, C4ISR

    Red Cat announces agreement with Sentien Robotics UAS Hive for Land, Air and Sea Drone Swarming operations

    The partnership will enable organizations using Sentien’s Hive UAS management platforms to deploy Teal Drones as part of a larger autonomous drone swarming strategy for mobile and fixed-position land, air,...

All news