Back to news

March 29, 2023 | International, Land

BAE begins major reshuffle of Army, Marine Corps vehicle work sites

BAE Systems' York facility will move some programs elsewhere to make room for an accelerating Armored Multipurpose Vehicle production line this summer.

https://www.c4isrnet.com/digital-show-dailies/global-force-symposium/2023/03/29/bae-begins-major-reshuffle-of-army-marine-corps-vehicle-work-sites/

On the same subject

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

    March 15, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

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

    NAVY Northrop Grumman Systems Corp. - Marine Systems, Sunnyvale, California, is awarded a $273,053,534 cost-plus incentive-fee, cost-plus-fixed-fee, firm-fixed-price contract for technical engineering services, design and development engineering, component and full scale test and evaluation engineering, and tactical underwater launcher hardware production to support the development and production of the Common Missile Compartment. Work will be performed in Sunnyvale, California (55 percent); Ridgecrest, California (20 percent); Cape Canaveral, Florida (10 percent); Bangor, Washington (5 percent); Kings Bay, Georgia (5 percent); Barrow-In-Furness, England (2 percent); New London, Connecticut (1 percent); Quonset Point, Rhode Island (1 percent); and Arlington, Virginia (1 percent), and is expected to be completed by March 31, 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $39,631,234 will be obligated on this award. Fiscal 2019 United Kingdom Common funding in the amount of $24,369,442 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract was not competitively solicited pursuant to 10 U.S. Code. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-19-C-0015). Lockheed Martin Corp. Missile and Fire Control, Orlando, Florida, is awarded an $84,108,050 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to perform design and development studies, technology demonstrations and engineering services for rapid technology development for the Joint Air-to-Surface Standoff Missile, Long Range Anti-Ship Missile, Joint Air-to-Ground Missile and Hellfire baseline weapon systems. Work will be performed in Orlando, Florida, and is expected to be completed in March 2024. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $4,584,507 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0020). Smartronix Inc., Hollywood, Maryland, is awarded a $72,374,593 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides information management and information technology support services to sustain the analysis, design, development, integration, test, deployment and operations of information technology systems and services. This contract includes help desk, software engineering, financial and business application, server operations, application hosting, desktop, audiovisual and video teleconferencing support services. Work will be performed in China Lake, California (80 percent); and Point Mugu, California (20 percent), and is expected to be completed in March 2024. 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; six offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0027). Ch2m Hill Inc., Englewood, Colorado, is awarded a $68,000,000 cost-plus-award-fee modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for comprehensive long-term environmental architect-engineering services on Navy and Marine Corps installations at sites in the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility. The work to be performed provides for architectural and engineering services to provide program management and technical environmental services in support of the Department of the Navy's Environmental Restoration Program, Munitions Response Program, and other similar programs at any Navy and Marine Corps activity in the area of responsibility covered by NAVFAC Atlantic. After award of this modification, the total cumulative contract value will be $308,000,000. Work will be performed primarily in Puerto Rico (35 percent); California (18 percent); Virginia (15 percent); Washington (12 percent), North Carolina (8 percent); Maryland (7 percent); Mississippi (3 percent); and Washington, District of Columbia (2 percent), and is expected to be completed by March 2020. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by environmental restoration, (Navy). The contractor was chosen using federal acquisition regulation Part 36, Architect-Engineer Services on an unrestricted basis. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (contract number N62470-16-D-9000). Kiewit Infrastructure West Co., Honolulu, Hawaii, is awarded a $64,993,500 firm-fixed-price contract for P-704 Sewer Lift Station and Relief Sewer Lines, Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed provides for two major components. The first component is a new wastewater pump station to replace existing pump station SY-001. The second component is a new gravity sewer main along South Avenue that replaces an existing gravity trunk sewer. A new pump station and gravity sewer line are required to accommodate the anticipated increase in wastewater flows from proposed shore activities within the existing pump station SY-001 collection area and to accommodate peak wet-weather flows with the required level of redundancy. Work will be performed in Oahu, Hawaii, and is expected to be completed by June 2021. Fiscal 2017 military construction (Navy) contract funds in the amount of $64,993,500 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 five proposals received. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-19-C-1515). Joyce & Associates Construction Inc.,* Newport, North Carolina (N40085-19-D-8044); Olympic Enterprises Inc.,* Hubert, North Carolina (N40085-19-D-8045); Owens Construction Inc.,* Beaufort, North Carolina (N40085-19-D-8046); Pyramid Contracting LLC,* Irmo, South Carolina (N40085-19-D-8047); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-19-D-8048), are being awarded a $40,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for maintenance and repair project. Work will be performed at Marine Corps Base Camp Lejeune, North Carolina, and the surrounding area. Joyce & Associates Construction Inc. is being awarded an initial task order of $498 for the head repairs at Building 1747 at Camp Lejeune, North Carolina. Work is expected to be completed by July 2019. The term of the contract is not to exceed 60 months, with an expected completion date of March 2024. Fiscal 2019 operations and maintenance, (Marine Corps) (O&M,MC) contract funds in the amount of $498 are obligated on this award and will expire at the end of fiscal 2019. Future task orders will be primarily funded by O&M,MC. This contract was competitively procured via the Navy Electronic Commerce Online website with 12 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Burns & McDonnell Engineering Co., Inc., Kansas City, Missouri, is awarded a maximum amount $20,000,000 indefinite-delivery/indefinite-quantity, architect-engineering contract for architect-engineer (AE) services for various fire protection projects at various locations in all areas under the cognizance of Naval Facilities Engineering Command (NAVFAC), Pacific. The work to be performed provides for architect-engineer fire protection services with associated multi-discipline architect-engineer support services. AE fire protection services include, but are not limited to, design and engineering services for preparation of technical reports including conducting engineering investigations and concept studies; fire protection design features including life safety analysis, building and fire code analysis, including water supply analysis at proposed project sites, etc.; design-build request for proposal documents; design-bid-build construction documents; construction estimates; operations and maintenance manuals; record drawings; shop drawing reviews and other construction submittal review; technical review of design plans and specification prepared by architecture/engineering firms and government forces; water flow testing; final acceptance testing of all types of installed fire protection systems; post construction award services; and other miscellaneous services. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force, and other government facilities within the NAVFAC Pacific area of responsibility including but not limited to Guam and the Northern Marianas Islands (70 percent); Australia (20 percent); and Hawaii (10 percent). The term of the contract is not to exceed 60 months, with an expected completion date of March 2024. Fiscal 2017 military construction (MILCON), (planning and design) contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-D-0006). NCS/EML SB JV LLC,* Louisville, Kentucky, is awarded an $11,981,174 indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Air Station Whiting Field and outlying areas. The work to be performed to include facility investment, pest control, other (swimming pools), grounds maintenance and landscaping, pavement clearance, utilities management, electrical, wastewater, water, base support vehicles and equipment, and other related services. The maximum dollar value including the base period and seven option years is $96,721,878. Work will be performed in Milton, Florida (67 percent); and outlying areas (33 percent), and is expected to be completed by March 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 working capital funds (Navy); fiscal 2019 Defense Health Program; and fiscal 2019 family housing operation and maintenance (Navy) contract funds in the amount of $8,359,610 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 eight proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-1740). DEFENSE SECURITY SERVICE iWorks Corp., Reston, Virginia, was awarded a $48,980,260.80 firm-fixed-price contract for the Defense Security Service (DSS) Vetting Risk Operations Center (VROC) and Consolidated Adjudications Facility (CAF) Personnel Security Support Services. The contract provides for the Personnel Security Support Services to assist in successfully executing the vetting mission for the Defense Vetting Directorate. Work will be performed at the DSS VROC office located in Hanover, Maryland; and the Department of Defense CAF office in Ft. Meade, Maryland, with an expected completion date of Feb. 4, 2024. Fiscal 2019 operations and maintenance funding in the amount of $7,310,770 are being obligated at time of award. This contract was a competitive acquisition and multiple proposals were solicited on government-wide point of entry (https://www.fbo.gov) and four proposals were received. The Defense Security Service Office of Acquisitions, Quantico, Virginia, is the contracting activity (HS0021-19-C-0001). DEFENSE LOGISTICS AGENCY Honeywell International Inc., Clearwater, Florida, has been awarded a maximum $12,788,000 firm-fixed-price contract for Inertial Navigation Systems. 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 one-year contract with one one-year option period. The option is being exercised at time of award. Location of performance is Florida, with a June 22, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0116). Honeywell International Inc., Clearwater, Florida, has been awarded a $7,724,728 firm-fixed-price contract for Inertial Navigation Kits. This is a 22-month base contract with one one-year option period. The option was exercised at time of award. This was a competitive acquisition with one response received. Location of performance is Florida, with a Jan. 2, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0099). (Awarded March 8, 2019) R. B. Allen Co., Inc., North Hampton, New Hampshire, has been awarded a maximum $7,531,007 requirements contract for casualty control communication systems to include technical data, training, testing, and shipping. 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 one-year base contract with four one-year option periods. Location of performance is New Hampshire, with a March 18, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy capital improvement program funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A8-18-D-0001). UPDATE: Globe Trailer Manufacturing Inc., Bradenton, Florida (SPE8EC-19-D-0039) has been added as an awardee to the multiple-award contract for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008, announced April 20, 2017. ARMY ExpFederal Inc., Chicago, Illinois, was awarded an $11,254,947 firm-fixed-price contract for electrical safety assessments, repairs program, materials management and control services for U.S. Forces-Afghanistan. Bids were solicited via the internet with 12 received. Work will be performed in Bagram, Afghanistan, with an estimated completion date of March 11, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $11,254,947 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-C-0008). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1783465/

  • Navy buys two used MQ-9A Reaper drones

    June 25, 2020 | International, Naval

    Navy buys two used MQ-9A Reaper drones

    Nathan Strout The Navy has purchased its first two MQ-9A Reaper drones, awarding General Atomics Aeronautical Systems nearly $27 million on June 22 for the unmanned air systems and associated ground control equipment. The MQ-9A Reaper is a multimission, medium-altitude, long-endurance aircraft that is remotely piloted. According to the June 22 contract announcement, the Reapers will be used for intelligence, reconnaissance and surveillance missions as well as persistent strike efforts. The contract procures two MQ-9A Reapers, one dual-control mobile ground control station, one modular data center and one mobile ground control station. This is the first time the Navy has purchased Reapers, but it's already been using the unmanned aircraft overseas. According to fiscal 2020 fiscal 2021 budget documents, the two MQ-9A aircraft the Navy is purchasing have been used by the Marine Corps in a contractor-operated, contractor-owned arrangement since September 2018 to provide intelligence, surveillance and reconnaissance support to Task Force Southwest in Afghanistan. Because they are used, the Reapers will cost less than brand-new systems. The FY21 budget request estimates the cost of each system as being just under $12 million. Work is expected to be completed by December 2020. https://www.c4isrnet.com/unmanned/2020/06/24/navy-buys-two-used-mq-9a-reapers/

  • Japan highlights F-35 acquisition, military ops amid pandemic in new whitepaper

    July 16, 2020 | International, Aerospace

    Japan highlights F-35 acquisition, military ops amid pandemic in new whitepaper

    By: Mike Yeo MELBOURNE, Australia — In its latest whitepaper, Japan has discussed its impending acquisition of F-35B fighter jets and highlighted efforts by regional militaries to expand their influence and activities despite the ongoing coronavirus pandemic. The full document, released July 14 in Japanese, contains a section on the short-takeoff-and-vertical-landing variant of the Lockheed Martin aircraft, noting that with regional countries making “remarkable progress” in air power modernization, the country needed to respond in kind.. The whitepaper highlighted the operational flexibility of the F-35B, noting the jet's ability to operate without the need for long runways, which would enable the Japan Air Self-Defense Force to significantly expand the number of locations from whence the service can conduct air superiority operations. The whitepaper noted there are currently 20 airports and air bases throughout Japan that have runways sufficiently long enough to support JASDF air superiority operations. Operating the F-35B would theoretically allow the JASDF to expand that number to 45, which would include some of the runways on Japan's far-flung southern islands. Japan has plans to eventually acquire 42 F-35Bs to operate alongside its planned fleet of 105 conventional-takeoff-and-landing F-35As, making it the top customer of the F-35 outside the United States. The 42 F-35Bs include 18 to be contracted over the next five years, with Japan setting aside approximately $795 million in its current defense budget to acquire six. It is also converting the helicopter destroyer Izumo, which has a 245-meter flight deck and was originally designed to carry helicopters primarily for anti-submarine warfare, to operate the F-35B. The air defense challenge facing the JASDF was also highlighted in April this year, when the Ministry of Defense said the service scrambled its fighters a total of 947 times over the past year to intercept and monitor foreign military aircraft operating in the country's air defense identification zone. Chinese aircraft accounted for 675 intercepts, and Russian aircraft Russian made up 268. (The remaining four were not identified.) The whitepaper also noted a continuing pattern of operations conducted by military vessels and aircraft primarily from China and, to a lesser degree, Russia in the waters and airspace surrounding Japan. The government pledged to continue to closely monitor such activities. It also noted that such activities have continued despite the COVID-19 pandemic, warning that a prolonged global pandemic “may exert various impacts on countries' military capability.” The government added that another potential effect of the pandemic was the likelihood that it may “expose and intensify strategic competition among countries intending to create international and regional orders more preferable to themselves and to expand their influence.” The whitepaper also accused China of spreading disinformation “amid growing social uncertainties and confusion due to the spread of infection.” https://www.defensenews.com/global/asia-pacific/2020/07/15/japan-highlights-f-35-acquisition-military-ops-amid-pandemic-in-new-whitepaper/

All news