Back to news

May 12, 2023 | International, Naval

Canadian Coast Guard Ships Martha L. Black and Leonard J. Cowley’s Vessel Life Extension Contracts Awarded

Ottawa, Ontario - Ensuring that Canadian Coast Guard personnel have reliable equipment to keep Canada’s waterways open and safe is a key priority for the Government of Canada.

Today, the Canadian Coast Guard announced two contract awards for the vessel life extension of CCGS Martha L. Black and CCGS Leonard J. Cowley, respectively at the value of $31.5 million and $29.7 million. Both vessels will be dry-docked and enter an extended maintenance period designed to increase their operational life.

Following an open competitive process, Public Services and Procurement Canada, on behalf of the Canadian Coast Guard, has awarded Verrault Navigation Inc. from Les Méchins, Quebec and Newdock from St John's, Newfoundland and Labrador for the contracts to complete vessel life extension work on the CCGS Martha L. Black and CCGS Leonard J. Cowley.

A light multitasked icebreaker and buoy tender, the CCGS Martha L. Black  is primarily responsible for aids to navigation and buoy tending work in the St. Lawrence region during the warmer months of the year. During winter months, the vessel performs ice escorts and the St. Lawrence and Saguenay rivers, playing an integral role in keeping Canada’s major waterways navigable year round. The CCGS Leonard J. Cowley is an Offshore Patrol Vessel based in St Johns, Newfoundland and Labrador. While the vessel’s primary task is fisheries patrol and enforcement, the vessel also carries out search and rescue operations when needed.

While the ships undergo vessel life extension from spring 2023 through summer 2024, the Canadian Coast Guard will reallocate its other maritime resources to ensure Canada’s waterways continue to be safe for all seafarers.

These contract awards fall under the repair, refit and maintenance pillar of the National Shipbuilding Strategy, which is helping to ensure that Canada has a safe and effective fleet of ships to serve and protect Canadians for years to come, while providing ongoing opportunities for shipyards and suppliers across Canada.

Quotes

"With the National Shipbuilding Strategy, we're making sure we invest in the right equipment so that members of the Canadian Coast Guard have the gear they need to keep us safe on the water and keep crucial trade routes open all year. This work is a win-win—it boosts the economy and helps us safeguard Canada's spectacular coastlines and waters."

The Honourable Joyce Murray, Minister of Fisheries, Oceans and the Canadian Coast Guard

“Our government is ensuring the Canadian Coast Guard has the equipment and tools it needs to carry out its crucial work from coast to coast to coast by way of the National Shipbuilding Strategy. These contracts will extend the life of the CCGS Martha L. Black and CCGS Leonard J. Cowley while providing economic opportunities for Canadian shipyards.”

The Honourable Helena Jaczek, Minister of Public Services and Procurement

“Keeping our vessels in good working order is critical to ensuring that our personnel can provide Canadians with the services they need throughout the year. We are pleased to be working with Verrault Navigation and Newdock to ensure that the CCGS Martha L. Black and CCGS Leonard J. Cowley will be serving Canadians for many more years to come.”

Mario Pelletier, Commissioner, Canadian Coast Guard

Quick facts

  • The CCGS Martha L. Black is homeported in Quebec City, Quebec and was originally commissioned in 1986. The ship has been serving Canadians in the St. Lawrence region since its commissioning, ensuring that waterways remain open and navigable.

  • The CCGS Leonard J. Cowley entered into service in 1984 and has been carrying out fisheries enforcement operations from its home port in St. John's, Newfoundland and Labrador. The vessel is equipped with a flight deck capable of operating a light helicopter.

  • The vessel life extension work for CCGS Martha L. Black includes:

    • Main engine replacement
    • Helicopter hanger steel work renewal
    • Main deck and boat deck steel replacement
    • Internal communication system replacement
    • Hazardous material removal
    • Hull sandblasting and painting
    • Wheelhouse window maintenance
  • The vessel life extension work for CCGS Leonard J. Cowley includes:

    • Deck equipment replacement and refurbishment
    • Propulsion upgrades
    • Steel work
    • Accommodation refurbishment
    • Hanger and flight operations refurbishments
    • Ventilation system upgrades 

Associated links

https://www.canada.ca/en/canadian-coast-guard/news/2023/05/canadian-coast-guard-ships-martha-l-black-and-leonard-j-cowleys-vessel-life-extension-contracts-awarded.html

On the same subject

  • Air defence focus in latest US military package for Ukraine - Army Technology

    July 4, 2024 | International, Aerospace

    Air defence focus in latest US military package for Ukraine - Army Technology

    Washington has committed additional funding towards the provision of Patriot and NASAMS air defence interceptors for Ukraine.

  • Contract Awards by US Department of Defense - July 8, 2019

    July 9, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 8, 2019

    DEFENSE INFORMATION SYSTEMS AGENCY Affinity Innovations LLC,* Hanover, Maryland (HC1047-19-D-2020); Applied Systems Engineering Joint Venture LLC,* Annapolis Junction, Maryland (HC1047-19-D-2021); A Square Group LLC,* Rockville, Maryland (HC1047-19-D-2022); Business Computers Management Consulting Group LLC,* Falls Church, Virginia (HC1047-19-D-2023); Bluestone Logic LLC,* Washington, District of Columbia (HC1047-19-D-2024); Credence Management Solutions LLC,* Vienna, Virginia (HC1047-19-D-2025); DHPC Technologies Inc.,* Woodbridge, New Jersey (HC1047-19-D-2026); InCadence Strategic Solutions Corp.,* Manassas, Virginia (HC1047-19-D-2027); INNOPLEX LLC,* Columbia, Maryland (HC1047-19-D-2028); Innovation Evolution Technologies JV LLC,* Reston, Virginia (HC1047-19-D-2029); Innovative Government Solutions JV LLC,* Virginia Beach, Virginia (HC1047-19-D-2030); Integrated Systems Inc.,* Tysons Corner, Virginia (HC1047-19-D-2031); Interactive Process Technology LLC,* Billerica, Massachusetts (HC1047-19-D-2032); Mission Support LP,* McLean, Virginia (HC1047-19-D-2033); NetCentric Technologies Inc.,* Wall, New Jersey (HC1047-19-D-2034); Riverside Engineering LLC,* Vienna, Virginia (HC1047-19-D-2035); Semper AASKI Alliance Inc.,* Canyon Lake, Texas (HC1047-19-D-2036); Superlative Technologies Inc.,* Ashburn, Virginia (HC1047-19-D-2037); Synergy Business Innovation & Solutions Inc.,* Arlington, Virginia (HC1047-19-D-2038); TekSynap Corp.,* Reston, Virginia (HC1047-19-D-2039); Tiber Creek Consulting Inc.,* Fairfax, Virginia (HC1047-19-D-2040); ValidaTek Inc.,* Arlington, Virginia (HC1047-19-D-2041); and VOLANT Associates LLC,* Chantilly, Virginia (HC1047-19-D-2042), were each awarded an indefinite-delivery/indefinite-quantity (ID/IQ) contract for Systems Engineering, Technology and Innovation (SETI). This was a competitive solicitation for a multiple-award ID/IQ contract. Two pools were solicited, one unrestricted and one restricted for small businesses. These awards are for the restricted pool. The contracts in the unrestricted pool were awarded on June 14, 2018. The face value of the entire ID/IQ is a ceiling amount of $7,500,000,000. Awardees will each receive a minimum guarantee of $500 applicable to the base ordering period only. All other funding will be obligated at the task order level. Performance locations will be identified at the task order level and may be worldwide. Proposals were solicited via the Federal Business Opportunities website and 99 proposals were received for the restricted pool. The period of performance is a five-year base period with one five-year option period. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity. NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $41,269,021 for modification P00002 to a previously awarded order (N00019-19-F-2474) placed against basic ordering agreement N00019-14-G-0020. This modification exercises an option for the design, procurement and integration of flight test instrumentation and data processing solutions for F-35 Lightning II development test aircraft to support the Tech Refresh-3 and the Follow on Modernization Block 4 mission systems configuration. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2021. Fiscal 2019 research, development, test and evaluation (Air Force) and non-U.S. Department of Defense (DoD) participant funds in the amount of $2,470,993 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($16,501,005; 40%); Navy ($8,250,503; 20%); Marine Corps ($8,250,503; 20%); and non-U.S. DoD participants ($8,267,010; 20%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Deloitte Consulting LLP, Arlington, Virginia, is awarded a $21,656,574 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $52,659,079. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0111). Serco Inc., Herndon, Virginia, is awarded an $18,163,831 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the U.S. Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $44,421,226. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0113). McKean Defense Group LLC, Philadelphia, Pennsylvania, is awarded a $17,594,138 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $42,574,062. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0112). Alutiiq Information Management LLC, Kodiak, Alaska, is awarded a $15,292,491 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $36,742,366. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0110). ARMY The Boeing Co., Mesa, Arizona, was awarded a $21,567,229 modification (P00004) to foreign military sales (United Kingdom) contract W58RGZ-17-D-0052 for engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 2, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Princeton Hydro LLC,* Ringoes, New Jersey, was awarded a $9,900,000 firm-fixed-price contract for architect-engineering services for navigation and flood damage projects. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of July 7, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0003). DEFENSE LOGISTICS AGENCY Parker Hannifin Corp., Irvine, California, has been awarded a maximum $13,828,991 firm-fixed-price delivery order (SPRPA1-19-F-KP2V) against a five-year basic ordering agreement (SPE4A1-17-G-0011) for F/A-18 spare parts. 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 47-month contract with no option periods. Location of performance is California, with a June 30, 2023 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2023 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. UPDATE: Easy Street JD&S LLC, Carol Stream, Illinois (SPE8EC-19-D-0041), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0002 announced Nov. 8, 2016. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1898178/source/GovDelivery/

  • Brazil sets up fund for Army’s armored vehicle, missile capabilities

    September 28, 2023 | International, Land

    Brazil sets up fund for Army’s armored vehicle, missile capabilities

    The focus on armored vehicles will see various types manufactured by the Iveco, which opened a local factory 10 years ago.

All news