Back to news

April 20, 2020 | International, Aerospace

Boeing set to reopen major military helicopter production hub for H-47 and MH-139

By: Valerie Insinna

WASHINGTON — After a two-week closure due to the coronavirus pandemic, Boeing on April 20 is set to reopen the Philadelphia-area facility where the H-47 Chinook and several other military helicopters are built, the company announced on Friday.

Boeing manufactures the H-47 Chinnook cargo helicopter, the V-22 Osprey and the MH-138 Grey Wolf helicopter at its production line in Ridley Park, Pennsylvania. Operations at that installation have been suspended since April 3. During that time, the company cleaned the entire facility, Boeing said in a statement.

Employees who can work from home will still have the option to telework, but Boeing has added hand-sanitizing stations and will make face masks available for workers at the facility. The company is also requiring employees coming into work to go through a temperature screening before starting a shift, and workstations will be spaced farther apart to reduce the risk of transmission.

“The number one priority is and will continue to be protecting the health and safety of our employees, their families and all of our stakeholders,” the company said in a statement.

The decision to open the plant in the Philadelphia area follows a similar one made by Boeing earlier this week to restart operations at its facilities in the region near Puget Sound, Washington. The company restarted production of the P-8 maritime surveillance plane and KC-46 tanker this past Monday and will resume production of commercial airliners made at those facilities on April 20.

https://www.defensenews.com/industry/2020/04/17/boeing-set-to-reopen-major-military-helicopter-production-hub-for-h-47-and-mh-139/

On the same subject

  • Contract Awards by US Department of Defense - April 29, 2020

    April 30, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - April 29, 2020

    ARMY FN America LLC, Columbia, South Carolina (W56HZV-20-D-0024); and Colt's Manufacturing Co. LLC, West Hartford, Connecticut (W56HZV-20-D-0025), will compete for each order of the $383,311,941 firm-fixed-price contract to provide M16A4 rifles for Foreign Military Sales (Afghanistan, Grenada, Iraq, Lebanon and Nepal). Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of April 28, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Travis Association for the Blind, Austin, Texas, was awarded a $12,483,935 modification (P00004) to contract W56HZV-18-C-0067 to support repairing, cleaning, warehousing and distribution of organizational clothing and individual equipment. Bids were solicited via the internet with one received. Work will be performed in Austin, Texas, with an estimated completion date of April 30, 2021. Fiscal 2020 operations and maintenance, Army funds in the amount of $12,483,935 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Cepheid, Sunnyvale, California, was awarded a $9,933,000 firm-fixed-price contract (W911QY-20-P-0154) for up to 333,000 COVID-19 assays. Bids were solicited via the internet with one received. Work will be performed in Sunnyvale, California, with an estimated completion date of March 31, 2021. Fiscal 2020 operations and maintenance, Army funds in the amount of $9,933,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. (Awarded April 27, 2020) Manson Construction Co., Seattle, Washington, was awarded a $7,675,998 modification (P00002) to contract W912P8-20-C-0010 to exercise option hours for the dredge Glenn Edwards. Work will be performed in Plaquemines Parish, Louisiana, with an estimated completion date of Sept. 30, 2020. Fiscal 2020 civil operations and maintenance funds in the amount of $7,675,998 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity. DEFENSE LOGISTICS AGENCY American Water Military Services LLC, Camden, New Jersey, has been awarded a maximum $70,000,000 modification (P00001) to a 50-year contract (SP0600-19-C-8327) with no option periods for additional wastewater utility system construction, repair and replacement work at Target Hill Wastewater Treatment Plant, U.S. Army Garrison West Point, New York. This is a fixed-price contract. Locations of performance are New Jersey and New York, with a Sept. 30, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through 2020 Army military construction funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. Raytheon Co., Andover, Massachusetts, has been awarded a maximum $13,688,190 firm-fixed-price, one-time purchase contract for radomes. 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 two-year base contract with no option periods. Location of performance is Massachusetts, with a March 31, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-20-C-0023). UPDATE: Werres Corp., Frederick, Maryland (SPE8EC-20-D-0058) has been added as an awardee to the multiple-award contract for commercial material handling equipment, issued against solicitation SPE8EC-17-R-0002 and awarded June 9, 2017. AIR FORCE Raytheon Missile Systems, Tucson, Arizona, has been awarded a not-to-exceed $32,780,869 fixed-price-incentive-fee, undefinitized contract action for StormBreaker Lot 6 Contract Line Identification Number 6001 - All Up Round (AUR); Simmonds Precision Product and multicut. This contract provides for Simmonds Precision Product and multicut material and labor for parts used in a StormBreaker AUR. Work will be performed in Tucson, Arizona, and is expected to be completed by Nov. 21, 2022. This award is the result of a sole-source acquisition. Fiscal 2020 missile procurement funds in the amount of $6,612,745 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8672-20-C-0005). (Awarded April 28, 2020) NAVY Physical Optics Corp.,* Torrance, California, is awarded a $17,783,583 cost-plus-fixed-fee order (N68335-20-F-0001) against previously issued basic ordering agreement N68335-19-G-0041. This order provides non-recurring engineering for the production, test, integration and delivery of the T-45 Head-Up Display (HUD) and its associated internal software. Work will be performed in Torrance, California, and also provides airworthiness substantiation and supports the joint software support activity lab and government flight test demonstration for the HUD. This is a Small Business Innovation Research (SBIR) Phase III for research and development performed under the SBIR Topic Numbers N091-003, N152-096 and 04-A-A1.01. Work is expected to be complete by April 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $1,166,435; fiscal 2019 fiscal aircraft procurement (Navy) funds in the amount of $16,387,148; and fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $230,000 will be obligated at time of award, $230,000 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Vectrus J&J Facilities Support LLC, Colorado Springs, Colorado, is awarded a $17,090,690 indefinite-delivery/indefinite-quantity contract for base operating support (BOS) services at Naval Air Station Patuxent River, Patuxent River, Maryland; Webster Field, St. Inigoes, Maryland; Solomons Annex, Solomons, Maryland; and Point Lookout, St. Mary's County, Maryland. The maximum dollar value including the base period and seven option periods is $190,007,916. All work will be performed in Calvert County (8%) and St. Mary's County (92%), Maryland. The BOS services to be performed include: general information, management and administration, airfield facilities, facilities support including facility management; facility investment; integrated solid waste management; other (swimming pools); special events; and utility management, wastewater, water and environmental services. Work is expected to be complete by June 2028. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $17,090,690 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, and seven proposals were received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-D-0009). CFM International, West Chester, Ohio, is awarded a $13,582,486 modification (P00172) to a previously awarded firm-fixed-price contract (N00019-18-C-1071). This modification exercises an option to procure one CFM56-7B27AE commercial-off-the-shelf engine for the government of the United Kingdom. Work will be performed in Villaroche, France (50%); and Durham, North Carolina (50%), and is expected to be complete by April 2021. Foreign Military Sales funds in the amount of $13,582,486 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. DEFENSE COMMISSARY AGENCY Jones Lang LaSalle Americas Inc., Chicago, Illinois, is being awarded a $9,940,010 hybrid-fixed-price, time and materials schedule task order for whole facilities maintenance at various commissaries located in the U.S. and its territories. The task order is for a one-year base period beginning July 1, 2020. The task order includes four one-year option periods. If all options are exercised, the task order will be completed June 30, 2025. Quoters were solicited on the General Services Administration eBuy website, available to 03FAC contract holders, five quotes were received. The Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio, Lackland, Texas, is the contracting activity (HDEC03-20-F-0028). Jones Lang LaSalle Americas Inc., Chicago, Illinois, is awarded a $9,632,375 hybrid-fixed- price, time and materials schedule task order for whole facilities maintenance at various commissaries located in the U.S. and its territories. The task order is for a one-year base period beginning July 1, 2020. The task order includes four one-year option periods. If all four option periods are exercised, the task order will be completed June 30, 2025. Quoters were solicited on the General Services Administration eBuy website, available to 03FAC contract holders, five quotes were received. The Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio, Lackland, Texas, is the contracting activity (HDEC03-20-F-0027). Nelson Refrigeration Inc., La Vista, Nebraska, is awarded an $8,840,133 hybrid-fixed-price, time and materials schedule task order for whole facilities maintenance at various commissaries located in the U.S. and its territories. The task order is for a one-year base period beginning July 1, 2020. The task order includes four one-year option periods. If all four option periods are exercised, the task order will be completed June 30, 2025. Quoters were solicited on the General Services Administration eBuy website, available to 03FAC contract holders, five quotes were received. The Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio, Lackland, Texas, is the contracting activity (HDEC03-20-F-0033). J&J Worldwide Services, Austin Texas, is awarded a $7,822,654 hybrid-fixed price, time and materials schedule task order for whole facilities maintenance at various commissaries located in the U.S. and its territories. The task order is for a one-year base period beginning July 1, 2020. The task order includes four one-year option periods. If all four option periods are exercised, the task order will be completed June 30, 2025. Quoters were solicited on the General Services Administration eBuy website, available to 03FAC contract holders, five quotes were received. The Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio, Lackland, Texas, is the contracting activity (HDEC03-20-F-0030). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2170148/source/GovDelivery/

  • Marine unit found metal shavings in F-35 fuel, plastic tool in wing

    April 29, 2024 | International, Naval

    Marine unit found metal shavings in F-35 fuel, plastic tool in wing

    In a memo obtained by Defense News, a Marine Corps squadron commander raises the alarm about the quality of Lockheed Martin's new F-35C jets.

  • Contract Awards by US Department of Defense - July 3, 2019

    July 4, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 3, 2019

    AIR FORCE DynCorp International, Fort Worth, Texas, has been awarded a $308,616,183 firm-fixed-price contract for aviation command and control operations and maintenance services. This contract provides for air traffic control, airfield management and associated maintenance support. Work will be performed in the Air Force Central Command's area of responsibility and is expected to be completed by July 31, 2024. This award is the result of a competitive acquisition with four offers received. Fiscal 2019 operations and maintenance funds in the amount of $379,576 are being obligated at the time of award. The Air Combat Command's Acquisitions management and integration center, Langley Air Force Base, Hampton, Virginia, is the contracting activity (FA4890-19-C-A013). AAR Supply Chain Inc., doing business as AAR Defense Systems & Logistics, Wood Dale, Illinois, has been awarded a $209,986,676 ceiling indefinite-delivery/indefinite-quantity contract for C-130H contractor logistics support for the Afghanistan Air Force. This contract will provide the Afghanistan Air Force with full C-130H contractor logistics support to include maintenance and repair, as well as on the job training for local Afghan nationals. Work will be performed Kabul, Afghanistan, and is expected to be completed by Jan. 29, 2025. This contract involves foreign military sales to Afghanistan. Foreign Military Sales funds in the amount of $12,011 are being obligated at the time of award. This award is the result of a competitive acquisition and one offer was received. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8553-19-D-0006). The University of Dayton Research Institute, Dayton, Ohio, has been awarded a $28,527,970 firm-fixed price, labor hour and cost reimbursement-no-fee contract for F-15 sustainment engineering studies. This contract provides for systems/structural engineering field and programmed depot maintenance support, reliability and maintainability analysis and aircraft structural integrity program capability development and sustainment. Work will be performed at Dayton, Ohio; and Robins Air Force Base, Georgia, and is expected to be completed by June 28, 2029. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount of $2,464,648 are being obligated at the time of award. The contracting activity is Air Force Life Cycle Management System, Robins AFB, Georgia (FA8505-19-D-0003). The Rockhill Group Inc., Moline, Florida, has been awarded a $12,211,850 firm-fixed-price contract for Air Force Special Operations Command (AFSOC) aircrew instruction instructor support required by the 492 Special Operations Wing and operational wings. This contract provides for critical flying training unit support instruction (platform, simulator and flight) to all students going through AFSOC's initial and mission qualification school and continuation training for combat aircrews. Work will be performed at Hurlburt Field, Florida; Duke Field, Florida; Cannon Air Force Base, New Mexico; and Royal Air Force Mildenhall, United Kingdom, and is expected to be completed by Dec. 31, 2019. This award is the result of sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $12,211,850 are being obligated at the time of award. The 765th Specialized Contracting Flight, Air Force Installation Contracting Center, Hurlburt Field, Florida, is the contracting activity (FA0021-19-C-A003). NAVY Lockheed Martin Corp., Orlando, Florida, is awarded an undefinitized contract action established under delivery order (N00019-19-F-4037) with a not-to-exceed value of $174,970,959. This delivery order against a previously issued basic ordering agreement (N00019-19-G-0011) provides for engineering, testing, product support and ancillary support to update the current Long Range Anti-Ship Missile components and systems required to achieve objective requirements in the Offensive Anti-Surface Warfare Increment 1 Capability Description Document. Work will be performed in Orlando, Florida (58%); Wayne, New Jersey (20%); Nashua, New Hampshire (15%); Troy, Alabama (6%); and Ocala, Florida (1%), and is expected to be completed in November 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $40,000,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Construction Development Services Inc.,* Norfolk, Virginia (N40085-16-D-6348); Cram Roofing Co.,* San Antonio, Texas (N40085-16-D-6349); Gallaher Management Group Inc.,* Greenville, North Carolina (N40085-16-D-6350); Industrial Contract Service Corp.,* Wilmington, North Carolina (N40085-16-D-6351); Quality Roofers & Guttering, Inc.,* Jacksonville, North Carolina (N40085-16-D-6352); and Service Disabled Contracting Group, Inc.,* Norfolk, Virginia (N40085-16-D-6353), are awarded a combined amount $50,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity multiple award construction contracts for roofing construction services within the Marine Corps installations east area of responsibility. The work to be performed provides for replacement and installation of roofs and associated materials. Projects include roof repair and replacement of new and existing roofs. Projects may require new construction, design, alteration or maintenance and repair of existing roofs. Roofs may be sloped or flat. After award of this modification, the total maximum dollar value for all six contracts combined will be $95,000,000. Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%), and is expected to be completed by February 2021. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operation and maintenance (Marine Corps); and military construction funds. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Heffler Contracting Group Inc.,* El Cajon, California, is awarded a maximum amount $25,000,000 indefinite-delivery/indefinite-quantity contract for other specialty trade contractors construction alterations, renovations and repair projects at Marine Corps Air Ground Combat Center, Twentynine Palms, Marine Corps Logistics Base, Barstow, and Mountain Warfare Training Center, Bridgeport. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, heating, ventilation, air and cooling and fire suppression/protection system installation projects. Work will be performed in Twentynine Palms, California (36%); Barstow, California (36%); and Bridgeport, California (28%). The term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2631). Elite Pacific Construction Inc.,* Kaneohe, Hawaii, is awarded $12,665,000 for firm-fixed-price task order N62478-19-F-4158 under a previously awarded multiple award construction contract (N62478-18-D-4022) to overhaul the Drydock No. 2 intermediate caisson to maintain its 10-year certification at Joint Base Pearl Harbor-Hickam (JBPHH). The work to be performed provides for 10-year ultrasonic testing of the caisson structural members and plating in accordance with Military Standard 1625D including, but not limited to, plating of the entire hull, top deck (weather deck), machinery deck, internal strength decks, bulkheads including breast hooks, ballast tank and machinery deck internal structural members such as stiffeners, truss frame members and seachests/ballast piping seaward of the first closure valve. Other repair scope items include sandblasting and preserving interior and exterior surfaces of the caisson, including the weather deck; cleaning, priming and painting all interior and exterior surfaces of the caisson; removing existing non-skid coating from the weather deck; and installing industrial strength adhesive-type non-skid surface material on the weather deck and machinery deck. Work will be performed in Oahu, Hawaii, and is expected to be completed by October 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $12,665,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, JBPHH, Hawaii, is the contracting activity. Raytheon Co., McKinney, Texas, is awarded an $8,044,102 cost-plus-fixed-fee modification under previously-awarded basic ordering agreement N00164-17-G-JQ02-0004 to extend the period of performance for depot support services in support of life-cycle sustainment of the Multi-Spectral Targeting System for U.S. Navy, Army, Air Force and special operations forces platforms. Work will be performed in McKinney, Texas, and is expected to be completed by September 2021. Fiscal 2019 working capital funds in the amount of $275,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. Tompco Inc.,* Seabeck, Washington, is awarded $8,209,449 for firm-fixed-price task order N44255-19-F-4274 under a previously awarded multiple award construction contract (N44255-17-D-4014). The work will convert the Perch-Pickerel Housing area from family housing to unaccompanied housing consisting of 24 buildings with 18 eight-unit buildings and six four-unit buildings at Naval Base Kitsap, Bangor. The work to be performed includes: replace and install new carpet where required; add exterior lighting to all buildings; change thermostats in each unit; install building and unit number placards at each building and unit; remove existing playgrounds; install two picnic shelters and BBQs; replace entry doors to each unit; remove existing mailboxes; and provide fire protection. The task order also contains two unexercised options, which if exercised, would increase cumulative task order value to $12,689,449. Work will be performed in Silverdale, Washington, and is expected to be completed by Aug. 4, 2020. Fiscal 2019 Commander Navy Installation Command contract funds in the amount of $8,209,449 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity. ARMY Patton-Tully Marine Inc.,* Memphis, Tennessee (W912EQ-19-D-0002); Luhr Bros. Inc., Columbia, Illinois (W912EQ-19-D-0001); Pine Bluff Sand and Gravel Whitehall, Arizona (W912EQ-19-D-0003); Bertucci Contracting Co.,* Jefferson, Louisiana (W912EQ-19-D-0004); and Choctaw Transportation Co. Inc.,* Dyersburg, Tennessee (W912EQ-19-D-0005), will compete for each order of the $150,000,000 firm-fixed-price contract for maintaining the Mississippi River and tributaries channel improvement project. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of July 3, 2024. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity. NCI Information Systems, Reston, Virginia, was awarded a $27,956,232 modification (P00005) to contract W91RUS-18-C-0017 for information technology services for cyber network operations and security support. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of June 30, 2020. Fiscal 2018 operations and maintenance, Army funds in the amount of $10,251,101 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. RSCI, Boise, Idaho, was awarded a $21,623,000 firm-fixed-price contract to design and construct a 42,000 square foot Red Flag 5th Generation facility addition. Bids were solicited via the internet with eight received. Work will be performed in Nellis Air Force Base, Nevada, with an estimated completion date of June 22, 2021. Fiscal 2019 defense military construction funds in the amount of $21,623,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-19-C-0023). LGC Global Inc., Detroit, Michigan, was awarded an $11,311,046 firm-fixed-price contract for construction of a physical fitness center at Niagara Falls Air Reserve Station, New York. Bids were solicited via the internet with four received. Work will be performed in Niagara Falls, New York, with an estimated completion date of July 15, 2021. Fiscal 2019 Air Force Reserve military construction funds in the amount of $11,311,046 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0021). AECOM Management Services Inc., Germantown, Maryland, was awarded a $9,866,058 modification (P00144) to contract W58RGZ-16-C-0001 for aviation maintenance services and limited depot support. Work will be performed in Fort Campbell, Kentucky, with an estimated completion date of Dec. 29, 2019. Fiscal 2017, 2018 and 2019 operations and maintenance, Army; operations and maintenance, Army Reserve; and other procurement, Army funds in the combined amount of $9,866,058 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1896502/source/GovDelivery/

All news