Back to news

February 8, 2024 | International, Aerospace

Bombardier free cash flow forecast short of expectations, shares fall

On the same subject

  • Turkey to use cargo drones for logistics, with production to begin in 2021

    November 10, 2020 | International, Aerospace

    Turkey to use cargo drones for logistics, with production to begin in 2021

    ANKARA, Turkey — The Turkish military plans to use cargo drones to run its logistical operations, part of a wider effort to incorporate unmanned systems into its inventory. Turkish Aerospace Industries developed the cargo drones, which are expected to support units in combat zones in and outside Turkey, such as northern Iraq and northern Syria. “Our Vertical Landing and Take-off Cargo UAV project will quickly and safely meet the logistical support our Turkish Armed Forces needs in mountainous terrain,” TAI said in a Nov. 7 statement. In June 2018, Turkey's procurement authority, the Presidency of Defense Industries (or SSB for short), launched a program to procure cargo drones with vertical landing and takeoff capabilities. TAI won the contract. Turkey's top procurement official, SSB President Ismail Demir, said that the UAVs will go into serial production in 2021. “Thanks to the cargo UAV systems, the requirements such as weapons, ammunition, medical equipment, [and] equipment required by the security forces on the battlefield will be delivered in a very short time and safely even in difficult weather conditions,” Demir said Nov. 7. The drone can reportedly carry 50 kilograms and is meant to provide logistic support for troops in combat zones, especially mountainous areas. Turkish companies, including TAI, are currently in the midst of manufacturing a large variety of drones, including armed aircraft. https://www.defensenews.com/unmanned/2020/11/09/turkey-to-use-cargo-drones-for-logistics-with-production-to-begin-in-2021/

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

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

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

    NAVY American Electronic Warfare Associates Inc.,* California, Maryland, is awarded a $218,034,586 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00421-20-D-0071). This contract provides research, development, management, design, fabrication, installation, integration, upgrade, analysis, documentation and operations and maintenance for the Integrated Battlespace Simulation and Test department, the advanced aircraft research, development, test and evaluation, integrated combat environment capabilities and laboratories and facilities. Work will be performed in Patuxent River, Maryland, and is expected to be complete by May 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. TTS/LTS JV LLC,* Leavenworth, Kansas (N62473-20-D-1101); and Chugach Consolidated Solutions LLC,* Anchorage, Alaska (N62473-20-D-1102), are awarded $99,000,000 for a small business set aside, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for grounds maintenance and pavement clearance services at Navy and Marine Corps installations located primarily within the Naval Facilities Engineering Command (NAVFAC) Southwest area of operations. All work on this contract will be performed in California (91%); Nevada (5%); Arizona (1%); Colorado (1%); New Mexico (1%); and Utah (1%). The work to be performed provides for recurring and non-recurring grounds maintenance and pavement clearance services throughout the period of performance to meet routine, daily operational needs. Grounds maintenance and landscaping services may include mowing, trimming, edging, irrigation system maintenance, debris removal, shrub and hedge maintenance, plant and bed maintenance, tree maintenance, irrigation, fertilization, aeration and de-thatching. Maintenance of storm drainage systems is limited to debris removal and vegetation control. Pavement clearance services may include removing, hauling and disposing of snow, ice and sand, street sweeping, grounds cleanup and erecting/removing snow fences. In addition, this annex includes pier sweeping and pavement clearance for the pier. The maximum dollar value for the two contracts combined is $99,000,000. No task orders are being issued at this time. The term of the contract is not to exceed 60 months and work is expected to be complete by 2025. Fiscal 2020 operations and maintenance (O&M) (Navy) contract funds in the amount of $1,000 ($500 for each contract) are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M (Navy) and O&M (Marine Corps) funds. This contract was competitively procured via the Navy Electronic Commerce Online website and four proposals were received. These two contractors may compete for task orders under the terms and conditions of the awarded contract. The NAVFAC Southwest, San Diego, California, is the contracting activity. AECOM-Baker NAVFAC Atlantic A-E Design JV, Roanoke, Virginia, is awarded $95,000,000 for an indefinite-delivery/indefinite-quantity, architect-engineering contract (N62470-20-D-0008) with a maximum amount of $95,000,000 for general type facilities in the Naval Facilities and Engineering Command (NAVFAC) Europe, Africa Central area of operations and worldwide. The work to be performed provides for architectural and engineering services for general type facilities and may include, but is not limited to, DD1391 documentation, design-build request for proposals, design-bid-build construction documents (using NAVFAC-supported software), cost engineering services including cost estimates, related studies, field investigations, surveying and mapping, tests, evaluations, consultations, training, program management, conceptual designs, geotechnical subsurface exploration and studies (including but not limited to soil borings), hazardous materials identification, energy computation, life safety code studies, interior space comprehensive planning/design, conceptual designs, value engineering, other associated engineering services, shop drawing review, as-built drawing preparation, operations and maintenance support information, commissioning, construction inspection and engineering consultation services during construction and other related services. The term of the contract is not to exceed 60 months and work is expected to be complete by April 2025. No task orders are being issued at this time. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with six proposals received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity. Team Housing Solutions Inc.,* New Braunfels, Texas, is awarded a not-to-exceed $70,000,000 single-award, pre-priced, indefinite-delivery/indefinite-quantity contract (N4523A-20-D-1302) with firm-fixed-price task orders for long-term (greater than 31 days) lodging for the Puget Sound Naval Shipyard and Intermediate Maintenance Facility's temporary duty personnel as they conduct ship repair and maintenance. Work will be performed in San Diego, California, and is expected to be complete by June 2025. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $3,245,367 will be obligated for an initial task order shortly after the base contract award to satisfy the contract minimum guarantee of $1,000 and will expire at the end of the current fiscal year. Task orders will be obligated in accordance with Federal Acquisition Regulation 52.216-19. This contract was competitively procured via the beta.sam.gov website and eight offers were received. In accordance with 10 U.S. Code 2304 (a), this contract was competitively procured as a total small business set-aside. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity. The MathWorks Inc., Natick, Massachusetts, is awarded a $49,507,273 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00421-20-D-0113). This contract procures licenses for MathWorks products and associated services for the Department of Navy at multiple commands, including but not limited to: Naval Air Systems Command, Naval Sea Systems Command, the Office of Naval Research and the U.S. Naval Research Laboratory, associated subordinate commands and warfare centers. Work will be performed in Natick, Massachusetts, and is expected to be complete by May 2023. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Corp., Owego, New York, is awarded a $37,835,381 firm-fixed-price, cost-plus-fixed-fee order (N00019-20-F-0350) against previously issued basic ordering agreement N00019-19-G-0029. This order provides for retrofits from the Generation III, V and VI Mission Computer (MC) configuration to the Generation 3i and 5i MC configuration on the MH-60R/S Seahawk helicopter (186 for the Navy, seven for the government of Australia, five for the government of Denmark, and two for the government of Saudi Arabia). Work will be performed in Owego, New York (97%); and Clearwater, Florida (3%). This order also provides for retrofits from the Generation III and V Flight Management Computer (FMC) configuration to the Generation 3i and 5i FMC configuration on the MH-60R/S aircraft (186 for the Navy, seven for the government of Australia, five for the government of Denmark, and two for the government of Saudi Arabia). Additionally, this order provides for the procurement of 162 wiring kits for the Navy, nine for the government of Australia, three for the government of Denmark, and three for the government of Saudi Arabia. Work is expected to be complete by May 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $7,832,526; fiscal 2020 aircraft procurement (Navy) funds in the amount of $27,086,960; and Foreign Military Sales funds in the amount of $2,915,895 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $34,427,808 firm-fixed-price modification to previously awarded contract N00019-17-C-0081 to exercise an option for the production of 16 MT7 gas turbine engines in support of the Ship-to-Shore Connector (SSC) Landing Craft, Air Cushion (LCAC) 100 Class craft. Work will be performed in Indianapolis, Indiana. MT7 Marine gas turbine engines are the main propulsion gas turbines for the SSC craft. The Naval Air Systems Command (NAVAIR) previously awarded contract N00019-17-C-0081 to Rolls-Royce Corp. to procure an estimated quantity of 126 AE1107C engines in support of Navy and Marine Corps programs. The MT7 shares a high degree of parts commonality with the AE1107C. In an effort to reduce program costs and take advantage of NAVAIR's variation-in-quantity provisions with step-ladder pricing, NAVSEA procures MT7 engines directly from Rolls-Royce Corp. and provides them to Textron as government furnished equipment for incorporation into the SSC LCAC 100 Class craft. Work is expected to be complete by June 2022. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $34,427,808 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Northrop Grumman Systems Corp. Aerospace Systems, Melbourne, Florida, is awarded a $27,554,445 modification (P00015) to previously awarded fixed-price, incentive-firm-target contract N00019-18-C-1037. This modification provides recurring production and non-recurring engineering in support of the incorporation of beyond line of sight, tactical targeting network technology, navigation warfare and electronic support measures cable modifications into full rate production Lots 7-11 of the E-2D Advanced Hawkeye aircraft. Work will be performed in Melbourne, Florida (23.01%); St. Augustine, Florida (22.32%); Rolling Meadows, Illinois (15.5%); Marlborough, Massachusetts (8.36%); Boulder, Colorado (7.44%); Petaluma, California (4.69%); Irvine, California (4.53%); Ronkonkoma, New York (2.28%); Salisbury, Maryland (1.9%); Scottsdale, Arizona (1.5%); Gardena, California (1.48%); Stockton, California (1.12%); and various locations within the continental U.S. (5.87%). Work is expected to be complete by September 2026. Fiscal 2019 aircraft procurement (Navy) funds for $14,109,762 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Vectrus Systems Corp., Colorado Springs, Colorado, is awarded a $27,202,797 indefinite-delivery/indefinite-quantity contract (N62470-20-D-0010) for base operations support (BOS) services at Isa Air Base, Bahrain, and its outlying support sites including the Patriot Battery Site, Riffa, Bahrain. The maximum dollar value, including the base period and seven option periods, is $210,090,820. Work will be performed in Riffa, Bahrain. The BOS services to be performed include general information, management and administration, fire and emergency services, safety, supply, housing (bachelor/unaccompanied housing), force protection, galley, facilities investment, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, utility management, electrical, wastewater, water, transportation and environmental. Work is expected to be complete by August 2028. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $19,071,686 for recurring work will be obligated on an individual task order issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $26,784,000 undefinitized contract modification (P00015) to previously awarded cost-plus-incentive-fee contract N00019-19-C-0010. This modification supports non-recurring engineering efforts to develop and certify a retrofit solution to support the structural requirements for full-up destruction and suppression of enemy air defenses capabilities for Lot 14 and Lot 15 F-35A Lightning II combat aircraft for the Air Force and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas (70%); and Redondo Beach, California (30%), and is expected to be complete by August 2022. Fiscal 2020 research, development, test and evaluation (Air Force) funds for $2,124,575; and non-DOD participant funds for $1,780,400 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Huntington Ingalls Industries Inc., Newport News Shipbuilding Division, Newport News, Virginia, is awarded a $17,176,332 cost-plus-fixed fee, cost-plus-incentive fee contract (N42158-20-C-0003) for maintenance and modernization on board U.S. Ship Harry S. Truman (CVN 75) during the fiscal 2020 extended carrier incremental availability at Norfolk Naval Shipyard. Work will be performed in Portsmouth, Virginia (88%); Newport News, Virginia (11%); and Norfolk, Virginia (1%), and is expected to be complete by February 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $17,176,332 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1), with only one responsible source, and no other supplies or services will satisfy agency requirements. The Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity. Progeny Systems Corp., Manassas, Virginia, is awarded an $8,369,782 cost-plus-fixed-fee contract modification to previously awarded contract N00024-19-C-6115 to exercise and fund options for the procurement of Navy engineering systems and services. Work will be performed in Manassas, Virginia (80%); Chesapeake, Virginia (10%); and Middletown, Rhode Island (10%), and is expected to be complete by May 2024. Fiscal 2019 and 2020 research, development, test and evaluation (Navy); and 2020 other procurement (Navy) funding in the amount of $4,424,463 will be obligated at time of award and funding in the amount of $18,284 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. L3 Harris Technologies Inc., Van Nuys, California, is awarded a $7,212,790 cost-plus-incentive-fee order under basic ordering agreement N00024-19-G-5500 for the development, testing and delivery of AN/SPS-48G(V)1 radar data processor and radar display and control function software, firmware updates for the I/Q processor and synchronizer and other hardware changes. Work will be performed in Van Nuys, California. The AN/SPS-48E and the AN/SPS-48G are the two variants of the AN/SPS-48 radar presently in service with the Navy. The AN/SPS-48G has progressively been replacing the AN/SPS-48E starting in fiscal 2011 and continuing through fiscal 2028. This order is for the development, testing and delivery of the AN/SPS-48G(V)1 radar data processor software version 2.0.0 and radar display and control function software version 2.0.0, firmware updates for the I/Q processor and synchronizer and other hardware changes. This order will implement a subset of the advanced training domain requirements, correct radar performance issues and perform the engineering and development of any hardware changes that might be necessary. Work is expected to be complete by November 2022. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $2,277,670 will be obligated at time of award and will not expire at the end of the current fiscal year. This order was procured under the statutory authority of 10 U.S. Code 2304(c)(1), with only one responsible source; no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-F-5502). AIR FORCE Wickr Inc., San Francisco, California, has been awarded a ceiling $35,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Wickr-based recall, alert and messaging (Wickr RAM) services. Wickr RAM services require an Air Force Cloud One and Air Force Special Operations Command cloud certified fully managed service provider. This contract provides Wickr RAM is a Department of Defense (DOD)-approved/Federal Information Processing Standards certified application suite that provides end-to-end encrypted file, video, chat, text and voice services for end-users. The application suite includes servers that run in a DOD-approved cloud data center and client applications that run on government issued, personal and temporary computers and mobile devices. Work will be performed at the contractor's facility and is expected to be completed May 31, 2022. Fiscal 2020 operations and maintenance funds in the amount of $7,700,000 are being obligated at the time of award. Air Force Installation Contracting Center, Hurlburt Field, Florida, is the contracting activity (FA0021-20-D-0001). Kryptowire LLC,* Tysons Corner, Virginia, has been awarded a $7,764,985, cost-plus-fixed-fee modification to contract FA8750-18-C-0054 for software, hardware and reports. The contract modification is to design, develop, implement, evaluate and deliver software that is capable of collecting sensor information from Android and iOS smartphones and software that is capable of managing users, devices and applications to help manage and maintain the sensor collection process. Work will be performed in Tysons Corner, Virginia, and is expected to be completed Feb. 22, 2022. The total cumulative face value of the contract is $13,166,095. Fiscal 2020 research, development, test and evaluation funds in the amount of $4,158,286 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity. DEFENSE LOGISTICS AGENCY Gaumard Scientific Co. Inc.,** Miami, Florida, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 117 responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a May 31, 2025, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0042). Raytheon Co., Andover, Massachusetts, has been awarded a maximum $7,551,872 firm-fixed-price contract for electrical cabinets. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year, 11-month contract with no option periods. Location of performance is Massachusetts, with an April 30, 2024, estimated performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-20-C-0028). ARMY The Boeing Co., Mesa, Arizona, was awarded a $17,463,002 firm-fixed-price contract to furnish all services, facilities, labor, parts, materials, equipment, tools and data necessary to accomplish the inspection, overhaul, and upgrade for AH-64 Apache equipment. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 30, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-D-0065). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded an $11,624,433 modification (P00106) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of May 31, 2021. Fiscal 2019 and 2020 procurement of weapons and tracked combat vehicles (Army) funds; 2020 Foreign Military Sales (Egypt) funds; and 2020 operations and maintenance (Army) funds in the amount of $11,624,433 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. *Small business **Woman-owned small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2204288/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 10, 2020

    July 13, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - July 10, 2020

    MISSILE DEFENSE AGENCY The Boeing Co., Huntsville, Alabama, was awarded a $150,000,000 undefinitized contract modification (P00057) to previously awarded HQ0147-12-C-0004/-19-C0004 on the Ground-based Midcourse Defense development and sustainment contract (DSC). The scope of work under the current DSC includes development, fielding, test, systems engineering, integration and configuration management, equipment manufacturing and refurbishment, training and operations and sustainment for the Ground-based Midcourse Defense weapon system and associated support facilities. Under this undefinitized modification, the Missile Defense Agency executes the procurement of four additional Configuration 2 Ground Based Interceptor boost vehicles to maintain the fleet and flight test programs. The value of this contract, including options, is increased from $11,337,396,890 to $11,487,396,890. The work will be performed in Chandler, Arizona, and the period of performance is from July 10, 2020, to July 30, 2023. This acquisition was executed on a sole-source basis. Fiscal 2020 procurement funds in the amount of in the amount of $72,000,000 have been obligated at the time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. NAVY ASMD LLC, Honolulu, Hawaii, is awarded a $100,000,000 maximum amount, indefinite-delivery/indefinite-quantity, architect-engineer contract for design and engineering services for various projects funded by the government of Japan (GOJ) direct cash contributions (or otherwise referred to as the Mamizu funds) and U.S. funds for the development of infrastructure and facilities covered by the Defense Policy Review Initiative under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific. 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, Hawaii and Guam, and may include work in the Commonwealth of the Northern Marianas Islands. The work to be performed provides for design and engineering services for the execution and delivery of plans and specifications, including design-build request for proposal contract documents and design-bid-build contract documents; technical surveys and reports including engineering investigation, site investigation, topographical survey, geotechnical investigation and munitions of explosive concern investigation; functional analysis concept development/design charrettes; construction cost estimates; and post construction award services. Work is expected to be completed by July 2025. Contract funds in the amount of $20,000 are obligated on this award and will not expire at the end of the current fiscal year. Contract funds are GOJ direct cash contributions. Future task orders will be primarily funded by GOJ direct cash contributions. This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received. The Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-20-D-0001). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $87,498,287 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides non-recurring engineering for the development and maturation of the Autonomic Logistics Information System (ALIS) in support of data migration and transition to the newly developed F-35 Operational Integrated Data Network (ODIN). ALIS and ODIN provide maintenance capabilities to support worldwide F-35 operations. Additionally, this contract provides software and hardware engineering in support of F-35 ODIN development, delivery and associated data management activities for the Navy, Marine Corps, Air Force and non-Department of Defense participants. Work will be performed in Orlando, Florida (75%); and Fort Worth, Texas (25%), and is expected to be completed by June 2022. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0007). Northrop Grumman Systems Corp., McLean, Virginia, is awarded a $70,337,682 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides for the development and delivery of the PC-based Open-architecture for Reconfigurable Training Systems (PORTS). Work will be performed in Middletown, Rhode Island (60%); Orlando, Florida (13%); San Diego, California (7%); Newport, Rhode Island (5%); Point Loma, California (5%); Norfolk, Virginia (1%); Dam Neck, Virginia (1%); Virginia Beach, Virginia (1%); Mayport, Florida (1%); Everett, Washington (1%); Point Mugu, California (1%); Pearl Harbor, Hawaii (1%); Fort Worth, Texas (1%); Fallon, Nevada (1%); and Yokosuka, Japan (1%). Additionally, this contract provides PORTS life cycle support to include training system modifications, trainer hardware purchases, configuration, installation and disposal, distance simulation software deficiency analysis, engineering distance simulation software, on-site simulation software troubleshooting, Training Equipment Change Request (TECR) corrections, TECR installation and test, spare parts and simulation software product delivery for PORTS-related trainers around the world. Work is expected to be completed by July 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-D-0016). Raytheon Co., Tucson, Arizona, is awarded a $17,229,374 cost-plus-fixed-fee, firm-fixed-price order (N00019-20-F-0493) against previously issued basic ordering agreement N00019-15-G-0003. This order provides non-recurring engineering in support of upgrading the existing Tactical Tomahawk Guidance Test Set (TTGTS) product baseline to eliminate obsolescence and production issues. Additionally, this order provides for the development, test and delivery of six new TTGTSs. Work will be performed in Tucson, Arizona (77%); Clearwater, Florida (4%); Glenrothes Fife, United Kingdom (3%); Midland, Ontario (3%); Huntsville, Alabama (2%); Scottsdale, Arizona (2%); North Salt Lake, Utah (1%); various locations within the continental U.S. (7.5%); and various location outside the continental U.S. (0.5%). Work is expected to be completed by December 2022. Fiscal 2020 weapons procurement (Navy) funds in the amount of $17,229,374 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. Raytheon Integrated Defense Systems, Tewksbury, Massachusetts, was awarded a $9,686,463 cost-plus-fixed fee and firm-fixed-price order under basic ordering agreement N00024-18-G-5501 for engineering design and component replacement parts to support the Dual Band Radar systems. Work will be performed in Andover, Massachusetts (25%); Marlborough, Massachusetts (25%); Tewksbury, Massachusetts (25%); and Portsmouth, Rhode Island (25%), and is expected to be completed by November 2022. Fiscal 2018 other procurement (Navy); fiscal 2019 other procurement (Navy); fiscal 2020 other procurement (Navy); and fiscal 2020 operations and maintenance (Navy) funding in the amount of $9,686,463 will be obligated at time of award and funding in the amount of $2,975,360 will expire at the end of the current fiscal year. This order was procured under the statutory authority of 10 U.S. Code 2304(c)(1); one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-F-5505). (Awarded July 8, 2020) Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $7,344,470 cost-plus-incentive-fee modification to previously awarded contract N00024-16-C-5102 to exercise an option for AEGIS Platform Systems Engineering Agent efforts for the integration and delivery of AEGIS Baseline 9 capabilities. Work will be performed in Moorestown, New Jersey. The contract provides for the completion of the development and fielding of the AEGIS Baseline 9 AEGIS Weapon System and integrated AEGIS Combat System on the remaining AEGIS Technical Insertion (TI) 12 configured destroyers as well as TI 12 and TI 08 configured cruisers. Work is expected to be completed by July 2021. Fiscal 2013 shipbuilding and conversion (Navy); fiscal 2020 operations and maintenance (Navy); fiscal 2020 other procurement (Navy); and fiscal 2020 research, development, test and evaluation funding in the amount of $7,344,470 will be obligated at time of award and funding in the amount of $1,380,964 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. AIR FORCE TAC Industries, Springfield, Ohio, has been awarded a $69,422,312 requirements contract for the production of cargo nets for the support equipment and vehicles division at Robins Air Force Base, Georgia. The base contract year has a value of $13,469,074; Option One has a value of $13,565,182; Option Two has a value of $13,842,626; Option Three has a value of $14,127,218; and Option Four has a value of $14,418,212. The contract provides for the production of 40,600 low profile side nets and 17,000 top nets under the basic period, and best estimated quantities of 40,600 low profile side nets and 17,000 top nets during each option period thereafter. Work will be performed in Springfield, Ohio, and is expected to be completed by July 10, 2025. This award is the result of a sole-source acquisition. Fiscal 2020 other procurement funds in the amount of $13,469,074 are be obligated at the time of first delivery order award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8534-20-D-0005). Johns Hopkins University Applied Physics Laboratory LLC, Laurel, Maryland, has been awarded a $29,702,388 cost-plus-fixed-fee modification (P00013) to contract FA9453-18-D-0018, task order FA9453-18-F-0007, to provide technical and programmatic support of Tactical Space and Small Satellite Portfolio's core competencies and mission lifecycle. This includes support of the mission phases from concept through design, implementation, operations and transition of space assets. Work will be performed in Laurel, Maryland, and is expected to be completed Sept. 29, 2023. This modification brings the total cumulative face value of the contract to $53,550,559. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,329,250 are being obligated at time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity. Howell Instruments Inc., Fort Worth, Texas, has been awarded an $8,034,280 firm-fixed-price, requirements-type contract, for the production of environmental control test sets. Work will be performed in Fort Worth, Texas, and is expected to be completed July 9, 2025. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. The Air Force Support Equipment Directorate, Robins Air Force Base, Georgia, is the contracting activity (FA8533-20-D-0006). ARMY Phylway Construction LLC,* Thibodaux, Louisiana, was awarded a $51,702,210 firm-fixed-price contract for construction of hurricane protection features in Plaquemines Parrish, Louisiana. Bids were solicited via the internet with six received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Aug. 31, 2026. Fiscal 2020 civil construction funds in the amount of $51,702,210 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912P8-20-C-0032). Pine Bluff Sand and Gravel Co., Pine Bluff, Arizona, was awarded a $48,002,240 firm-fixed-price contract for flood control on the Mississippi River and tributaries. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of July 10, 2022. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-D-0011). Speegle Construction Inc.,* Niceville, Florida, was awarded a $10,373,085 firm-fixed-price contract to construct two new facilities at Eglin Air Force Base. Bids were solicited via the internet with 10 received. Work will be performed at Eglin Air Force Base, Florida, with an estimated completion date of Aug. 30, 2022. Fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $10,373,085 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0020). Mike Hooks LLC, Westlake, Louisiana, was awarded a $10,207,400 firm-fixed-price contract for pipeline dredging of the Matagorda Ship Channel. Bids were solicited via the internet with three received. Work will be performed in Bay City, Texas, with an estimated completion date of Jan. 31, 2021. Fiscal 2019 and 2020 civil construction funds in the amount of $10,207,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-C-0023). USA Environmental Management,* Philadelphia, Pennsylvania, was awarded a $9,473,200 firm-fixed-price contract for hot cargo hydrant system replacement at Joint Base McGuire-Dix-Lakehurst. Bids were solicited via the internet with five received. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, with an estimated completion date of Jan. 30, 2022. Fiscal 2020 military construction, defense-wide funds in the amount of $9,473,200 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-20-C-0017). Ashford Leebcor Enterprises III,* Williamsburg, Virginia, was awarded an $8,134,009 firm-fixed-price contract to renovate Building 11 at the Defense Logistics Agency. Bids were solicited via the internet with 11 received. Work will be performed in Richmond, Virginia, with an estimated completion date of Sept. 22, 2021. Fiscal 2016 facilities sustainment, restoration and modernization funds in the amount of $8,134,009 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-20-C-2021). CORRECTION: The contract announced on July 8, 2020, to BFBC LLC, Bozeman, Montana (W912PL-20-C-0002), for a $138,335,455 modification (P00005) to modify existing electrical attributes (closed-circuit TV, linear ground detection system and shelters) on the Barry M. Goldwater Range, Yuma 10/27 design-build border infrastructure project, was actually awarded on July 9, 2020. DEFENSE LOGISTICS AGENCY American Water Operations and Maintenance LLC, Camden, New Jersey, has been awarded a $26,919,360 modification (P00163) to a 50-year contract (SP0600-08-C-8257), with no option periods for the ownership, operation and maintenance of water and wastewater utility systems at Fort Polk, Louisiana. This is a fixed‐price with prospective-price redetermination contract. Locations of performance are Louisiana and New Jersey, with a Jan. 31, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2059 (Army) operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Northrop Grumman Systems Corp., Baltimore, Maryland, has been awarded a $19,660,934 cost-plus-fixed fee contract for the base period of a research project for hypersonic boost glide systems. Work will be performed in Baltimore, Maryland, with an estimated completion date of March 2023. Fiscal 2019 research and development funds in the amount of $549,419; and fiscal 2020 research and development funds in the amount of $17,449,429 are being obligated at time of award. This contract is a sole-source award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C0-0054). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2270757/source/GovDelivery/

All news