Back to news

January 11, 2023 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Congress announces commission to review National Defense Strategy

Four members served on the 2018 National Defense Strategy Commission, which defense hawks in Congress wielded to argue for higher military budgets.

https://www.defensenews.com/congress/2023/01/11/congress-announces-commission-to-review-national-defense-strategy/

On the same subject

  • L3Harris building demonstration constellation for the Air Force

    July 7, 2020 | International, Aerospace

    L3Harris building demonstration constellation for the Air Force

    Nathan Strout L3Harris has successfully launched a new demonstrator satellite for the U.S. Air Force, the company announced July 6. The small satellite is part of a constellation of end-to-end small satellites the company is developing for the Air Force. While the company declined to discuss launch details due to the classified nature of the program, L3Harris noted in a press release that it is the prime contractor for the “responsive constellation contract” and is responsible for designing, developing, building, testing and deploying the satellites. “L3Harris has developed and supported various aspects of satellite missions over the last several decades as a component supplier or hosted payload,” said Ed Zoiss, president of space and airborne systems at L3Harris. “In collaboration with the U.S. Air Force, we pulled the pieces together to successfully plan, develop and execute an affordable, high-performance space mission, which is part of a responsive constellation contract.” The Evolved Expendable Launch Vehicles Secondary Payload Adapter (ESPA) satellite system features a reprogrammable payload that will allow operators to change the satellites' missions while on orbit. The payload will also utilize L3Harris' High Compaction Ratio unfurlable X-band antenna to enable high-speed data communication. https://www.c4isrnet.com/battlefield-tech/space/2020/07/06/l3harris-building-demonstration-constellation-for-the-air-force/

  • Contract Awards by US Department of Defense - March 1, 2019

    March 5, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - March 1, 2019

    AIR FORCE Millennium Engineering and Integration Co., Arlington, Virginia, has been awarded a $340,000,000 indefinite-delivery/indefinite-quantity contract for research and development. This contract provides research, engineering, and technical management for performing space technology concept development, analysis, development, integration, experimentation, demonstration, and evaluation in support of the Air Force Research Laboratory Space Vehicles Directorate. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by April 30, 2026. This award is the result of a competitive acquisition and five offers were received. Fiscal 2018 and 2019 research and development funds in the amount of $5,000,000 are being obligated on initial task orders at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-19-D-0002). Rowe Contracting Service Inc., Mandeville, Louisiana, has been awarded a $25,000,000 ceiling indefinite-delivery/indefinite-quantity contract for academic and athletic custodial services. This contract provides for custodial services for the academic and athletic facilities at the U.S. Air Force Academy. Work will be performed at the U.S. Air Force Academy, Colorado, and is expected to be complete by Feb. 29, 2024. This award is the result of a competitive acquisition and 27 offers received. Fiscal 2019 operations and maintenance funds in the amount of $1,667,389 are being obligated at the time of award. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-19-D-A002). Polskie Zaklady Lotnicze Sp. z. o.o., Mielec, Poland, has been awarded an $18,982,157 firm-fixed-price contract for M28 Block 05 aircraft. This contract provides for two new, commercially produced, M28 Block 05 aircraft, associated initial aircraft and maintenance training, technical publications, and ferry flight service for the M28 Block 05 aircraft from Mielec, Poland, to Kathmandu, Nepal. Work will be performed in Mielec, Poland, and is expected to be complete by Dec. 20, 2019. This contract involves foreign military financing to Nepal. This award is the result of a country-directed sole-source acquisition. Foreign military financing funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-18-C-1201). Phoenix Management Inc., Austin, Texas, has been awarded a not-to-exceed $7,886,394 firm-fixed-price, cost-reimbursable contract for base operating support services. This contract provides for base operating support services in support of supply management, vehicle operations and maintenance, traffic management operations, real property maintenance, fuels management, and airfield management functions. Work will be performed at Westover Air Reserve Base, Massachusetts, and is expected to be complete by Nov. 30, 2019. This award is the result of a sole-source acquisition. Fiscal 2019 and operations and maintenance funds in the amount of $3,943,197 are being obligated at the time of award. The 439th Contracting Flight, Westover ARB, Massachusetts, is the contracting activity (FA6606-19-C-A003). DEFENSE LOGISTICS AGENCY City Light & Power (CLP), Greenwood Village, Colorado, has been awarded an estimated $126,616,791 fixed-price with economic-price-adjustment contract for the ownership, operation and maintenance of the electric distribution system at Keesler Air Force Base, Mississippi. This was a competitive acquisition with four responses received. This is a 50-year contract with no option periods. Location of performance is Mississippi, with an Aug. 31, 2069, performance completion date. Using military service is Air Force. The type of appropriation is fiscal 2019 through 2069 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-19-C-8320). Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, has been awarded a maximum $26,490,520 firm-fixed-priced contract for receiver transmitters. 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, two-month contract with no option periods. Location of performance is Rhode Island, with a June 28, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-19-F-LY00). Travis Association for the Blind,** doing business as The Lighthouse for the Blind, Austin, Texas, has been awarded a maximum $19,958,826 modification (P00014) exercising the first one-year option period of a two-year base contract (SPE1C1-17-C-B003) with three, one-year option periods for warehousing, storage, logistics and distribution functions. This is a fixed-price with economic-price-adjustment contract. Location of performance is Texas, with a Feb. 29, 2020, performance completion date. Using customers are Air Force, Marine Corps, and Defense Logistics Agency. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. U.S. TRANSPORTATION COMMAND International Auto Logistics LLC, Brunswick, Georgia, has been awarded a task order modification (P00022) on contract HTC711-14-D-R025. This modification provides continued support of transportation and storage of Department of Defense-sponsored shipments of privately-owned vehicles belonging to military service members, and transportation of DoD-sponsored shipments of privately-owned vehicles belonging to DoD civilian employees. Work will be performed at multiple locations within the U.S. and outside the U.S. The option period of performance is March 1, 2019, to Aug. 31, 2019. Fiscal 2019 Transportation Working Capital Funds in the amount of $89,700,672 (estimated) were obligated at award. This modification brings the total cumulative face value of the contract to $927,409,026 from $837,708,354. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. NAVY HDT Expeditionary Systems Inc. (HDT), Solon, Ohio (N00178-19-D-4503); and Design West Technologies (DWT),* Tustin, California (N00178-19-D-4504), are each awarded multiple award indefinite-delivery/indefinite-quantity contracts with firm-fixed-pricing arrangements for the procurement of M98 gas particulate filter sets. The maximum ceiling dollar value for both contracts combined is a possible $78,565,403. The two contractors may compete for task orders under the terms and conditions of the awarded contracts. Work will be performed in Solon, Ohio, for the filters manufactured by HDT and Tustin, California, for the filters manufactured by DWT, and is expected to be complete by March 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $1,605 for HDT and 2019 operations and maintenance (Navy) $1300 for DWT will be obligated at time of award and will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304, these contracts were competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Virginia, is the contracting activity (N00178-18-R-5005). Rockwell Collins, ESA Vision Systems, Fort Worth, Texas, is awarded a $22,137,097 firm-fixed-price contract for the production and delivery of 132 Joint Helmet Mounted Cueing System (JHMCS), Night Vision Cueing and Display Systems (NVCD); 56 in support of Navy, 55 in support of the government of Australia and 21 in support of the government of Switzerland. In addition, this contract provides technical data, non-recurring engineering and all other supplies and services necessary to perform installation and testing of the JHMCS/NVCD systems. Work will be performed in Merrimack, New Hampshire (79 percent); Wilsonville, Oregon (15 percent); Atlanta, Georgia (4 percent); and Fort Worth, Texas (2 percent), and is expected to be completed in February 2021. Fiscal 2017, 2018 and 2019 other procurement (Navy); and Foreign Military Sales (FMS) funds in the amount of $22,137,097 will be obligated at time of award, $292,060 of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($9,312,361; 42 percent), the government of Australia ($9,108,738; 41 percent); and the government of Switzerland ($3,715,998; 17 percent). This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-C-0008). Austal USA, Mobile, Alabama, is awarded a $13,586,012 fixed-priced-incentive undefinitized contract modification to previously awarded contract N00024-16-C-2217 for the incorporation of a structural bow section engineering change proposal to the 11th and 12th Expeditionary Fast Transport (EPF) ships (formerly Joint High Speed Vessel – JHSV). The EPF provides high-speed, shallow-draft transportation capability to support the intra-theater maneuver of personnel, supplies and equipment for the Navy, Marine Corps and Army. This modification is an undefinitized contract action for implementation of change to the bow structure on EPF 11 and EPF 12 on the DD&C Contract Line Item (CLIN) for each respective ship. Work will be performed in Mobile, Alabama (56 percent); Pascagoula, Mississippi (35 percent); Franklin, Massachusetts (7 percent); and Wilmer, Alabama (2 percent), and is expected to completed by July 2019. Fiscal 2015 and 2016 shipbuilding and conversion (Navy) funding in the amount of $8,151,608 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, District of Columbia, is the contracting activity. General Atomics, San Diego, California, is awarded an $11,739,438 for ceiling-priced delivery order N00383-19-F-NA09 under previously awarded basic ordering agreement (N00383-18-G-NA01) for the manufacture of 181 various line items for initial spares acquisition in support of the Electromagnetic Aircraft Launch System used on aircraft carriers. Work will be performed in Tupelo, Mississippi, and work will be completed by January 2022. Fiscal 2019 working capital funds (Navy) in the amount of $5,752,324 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive, sole-source requirement in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Chemring Ordnance Inc., Perry, Florida, is awarded a $10,406,730 single year firm-fixed-price (FFP) contract, in response to solicitation number N00174-18-R-0031, for the manufacture, assembly, test, and delivery of 57mm High Explosive – Point Detonating cartridges. The 57mm HE-PD Cartridge is a 57mm/70, electrically-primed cartridge designed to function in the 57mm MK 110 Gun Mount (GM). The MK 110 GM is employed on the Navy Littoral Combat Ship class and the Coast Guard Legend-class National Security Cutters. This requirement is to develop and produce 57mm HE-PD cartridges intended for combating surface and ground targets. The cartridge consists of a high explosive projectile with the ability to point detonate, a brass cartridge case loaded with propellant charge, and an electric primer. Government First Article Testing will be required. Work will be performed in Perry, Florida, and is expected to be complete by February 2021. Fiscal 2019, 2018, 10`7 Procurement of Ammunition, Navy and Marine Corps funds in the amount of $10,406,730 will be obligated at award and will not expire at the end of the current fiscal year. This contract was competitively procured with three offers received via the Federal Business Opportunities website. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-C-0006). L-3 KEO, Northampton, Massachusetts, is awarded an $8,665,266 fixed-price-incentive modification to previously awarded contract N00024-15-C-6250 to exercise options for the production of Low Profile Photonics Mast. The low profile photonics mast provides visual and other capabilities for Navy submarines. Work will be performed in Northampton, Massachusetts, and is expected to be complete by March 2021. Fiscal 2019 other procurement (Navy) in the amount of $8,655,266 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, District of Columbia, is the contracting activity. Kollsman Inc., Merrimack, New Hampshire, was awarded a $7,251,573 modification (P00001) to delivery order M67854-19-F-1523 on previously awarded firm-fixed-price, indefinite delivery/indefinite quantity contract M67854-15-D-6001 for the purchase of Contractor Logistics Support, 10 Common Laser Range Finder – Integrated Capability (CLRF-IC) systems, 10 Objective Lens Covers, and Retrofit of 396 CLRF-IC systems. Work will be performed at Merrimack, New Hampshire, and is expected to be complete by Dec. 30, 2020. Fiscal 2019 procurement (Marine Corps) funds in the amount of $7,251,573 will be obligated at time of award and will not expire at the end of the current fiscal year. The base contract was competitively awarded via Federal Business Opportunities website with three offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-15-D-6001). (Awarded Feb. 28, 2019) ARMY Tetra Tech Inc., Pasadena, California (W912GB-19-D-0003); AMEC Foster Wheeler E & I GMBH, Frankfurt am Main, Hessen, Germany (W912GB-19-D-0004); and AECOM International Inc., Neu-Isenburg, Hessen, Germany (W912GB-19-D-0005), will compete for each order of the $41,100,000 firm-fixed-price contract for environmental remediation services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 29, 2024. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity. American Engineers Inc.,* Glasgow, Kentucky (W91237-19-D-0006); Stantec Consulting Services Inc., Lexington, Kentucky (W91237-19-D-0007); and Terracon Consultants Inc., Cincinnati, Ohio (W91237-19-D-0008) will compete for each order of the $20,000,000 firm-fixed-price contract for Dam Safety Modification Mandatory Center of Expertise National Inland Floating Plant and land drilling services. 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 Feb. 29, 2024. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. Manson Construction Co., Seattle, Washington, was awarded a $15,476,150 firm-fixed-price contract for Thimble Shoal Channel maintenance dredging project. Bids were solicited via the internet with three received. Work will be performed in Norfolk, Virginia, with an estimated completion date of Aug. 28, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $15,476,150 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-C-0007). DEFENSE HEALTH AGENCY Lintech Global Inc., Farmington Hills, Michigan, was awarded a $12,849,369 firm-fixed-price, non-personal services contract to provide data processing, data validation operations and maintenance of the TRICARE Encounter Data/Purchased Care Data Warehouse and Military Health System Data Repository programs, as well as the development, update, enhancement, repair, and testing of specific information technology applications that are managed by the Defense Health Agency, Health Information Technology (HIT) Directorate, Solutions Delivery Division Program Executive Office. The contractor's place of performance is Falls Church, Virginia. This contract has a base period of nine months with one option, if exercised, for a total of 29 months. This contract is an acquisition under GSA's IT Schedule 70 with fiscal 2019 operations and maintenance funds in the amount of $12,849,369 obligated at time of award. The Defense Health Agency, Contract Operations - Health Information Technology (CO-HIT), San Antonio, Texas, is the contracting activity (HT0015-19-F-0032). DEFENSE INFORMATION SYSTEMS AGENCY SES Government Solutions Inc., Reston, Virginia, was awarded a firm-fixed-price contract modification (P00007) to exercise Option Period Four on task order GS-35F-0328V / HC101315F0008 for commercial satellite communications service. The face value of this action is $8,356,608 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $45,264,960. Performance directly supports the U.S. Central Command Southwest Asia Area of Responsibility. Quotations were solicited via the General Services Administration's Federal Supply Schedule, Information Technology Schedule 70, and five quotations were received from 22 offerors solicited. The period of performance for Option Period Four is March 6, 2019, through March 5, 2020, and there no remaining unexercised option periods for this task order. The Defense Information Technology Organization, Scott AFB, Illinois, is the contracting activity. * Small Business ** Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1772993/

  • Contract Awards by US Department of Defense - June 27, 2019

    July 2, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 27, 2019

    ARMY Lockheed Martin Corp., Orlando, Florida, was awarded a $106,108,230 firm-fixed-price domestic and foreign military sales (Netherlands and United Kingdom) contract for Modernized Target Acquisition Designation Sight/Pilot Night Vision Sensor systems, subcomponent production and technical services for the Apache Attack Helicopter. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-17-D-0043). SRCTec LLC, Syracuse, New York, was awarded a $91,400,000 modification (P00013) to contract W15P7T-13-D-C702 for lightweight counter mortar radar systems, vehicle mounts, spare parts, retrofit kits and support services. Work locations and funding will be determined with each order, with an estimated completion date of July 16, 2021. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. The Boeing Co., Mesa, Arizona, was awarded a $47,684,233 modification (P00029) to contract W58RGZ-16-C-0023 for Version 6/Improved Drive System-enhancement cut-in on the Apache Attack Helicopter (AH)-64E production line and for the Apache Longbow Crew Trainers. Work will be performed in Mesa, Arizona, with an estimated completion date of March 31, 2022. Fiscal 2010, 2018 and 2019 foreign military sales, and aircraft procurement, Army funds in the combined amount of $23,365,274 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. General Atomics Aeronautical Systems Inc., was awarded a $21,954,252 modification (P00007) to contract W58RGZ-19-C-0027 for procurement of performance based logistics support services for the MQ-1C Gray Eagle Unmanned Aircraft System. Work will be performed in Poway, California, with an estimated completion date of June 30, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $9,733,334 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Morrish-Wallace Construction Co.,* Cheboygan, Michigan, was awarded an $18,000,000 firm-fixed-price contract for complete repairs on the Buffalo North Breakwater. 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 June 26, 2022. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-19-D-0002). Microsoft Corp., Redmond, Washington, was awarded a $14,079,784 firm-fixed-price contract for consulting services. One bid was solicited with one bid received. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of June 27, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $5,866,577 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91RUS-19-F-0235). Ross Island Sand & Gravel Co., Portland, Oregon, was awarded an $8,745,321 firm-fixed-price contract for annual maintenance dredging of the Sacramento and Stockton Deep Water Ship Channels. Bids were solicited via the internet with three received. Work will be performed in Sacramento and Stockton, California, with an estimated completion date of Jan. 15, 2020. Fiscal 2019 operations and maintenance, civil funds in the amount of $8,745,321 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-19-C-0011). AIR FORCE CACI Inc., Chantilly, Virginia, has been awarded a $45,992,341 firm-fixed-price task order (FA7014-19-F-A106) to the previously awarded indefinite-delivery, indefinite-quantity contract (47QTCK-18-D-0009) for the Secretary of the Air Force Financial Management Financial Information Systems Maintenance Support Services. This task order provides the Assistant Secretary of the Air Force Financial Management Budget Operations and the Office of the Assistant Secretary of the Army Financial Management & Comptroller IT maintenance and support services for their existing financial information systems: the automated schedule and reporting system; the exhibit automation system; the planning, programming, budget and execution portal and the data analysis reporting tool. These services are performance-based, and they provide maintenance via web portals and access via the internet. The tools assist the government by providing a myriad of analytical reports that allow budget analysts to identify program trends and discrepancies for improved program justification of program changes. Work will be performed in Washington, District of Columbia, and is expected to be complete by June 21, 2024. This award is the result of a sole-source acquisition. Fiscal 2019 operation and maintenance funds in the amount of $8,236,756 are being obligated at time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity. Dell Federal Systems LP., Round Rock, Texas, has been awarded a $35,800,000 firm-fixed-price contract for mobile interceptor platform and deployable interceptor platform. The contract provides for hardware refresh which cyber protection teams use to defend mission partner enclaves and platform information technology from cyber threats. Work will be performed in San Antonio, Texas, and is expected to be completed by Aug. 28, 2019. This award is the result of a competitive acquisition and three offers received. Fiscal 2019 procurement funds in the amount of $20,464,000 are being obligated at the time of award. The Air Force Installation Contracting Center, Lackland Air Force Base, Texas, is the contracting activity (FA8732-14-D-0002/FA8307-19-F-0095). Dataminr Inc., New York, New York, has been awarded a $35,766,667 firm-fixed-price modification (P0001) to previously awarded contract FA7014-19-C-A011 for First Alert proprietary alerting system. Worked will be performed in New York, New York, and is expected to be completed by Dec. 11, 2019. Fiscal 2019 operations and maintenance funds in the amount of $24,923,077 are being obligated at the time of the award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity. Exbon Development, Garden Grove, California (FA486117-17-D-A100); DSB-RLR JV, American Folk, Utah (FA4861-17-D-A101); North Star Construction, Yuba City, California (FA486117-17-D-A102); North Wind Construction, Las Vegas, Nevada (FA4861-17-D-A103); Kautaq-Northcon Team Tempe, Arizona (FA486117-17-D-A104); Sierra Range Construction of Visalia, California (FA4861-17-D-A105); West Point Contractors Inc., Tucson, Arizona (FA486117-17-D-A107), have been awarded a $30,000,000 ceiling increase modification (P00003) to previously awarded multiple award contract FA4861-17-D-A10X for a broad range of maintenance, repair and minor construction work on real property. This modification will increase the contract value from $40,000,000 to $70,000,000. Work will be performed at Nellis Air Force Base, Nevada, and Creech Air Force Base, Nevada, and is expected to be completed by May 2022. No funds are being obligated at the time of award. The 99th Contracting Squadron, Nellis Air Force Base, Nevada, is the contracting activity. Raytheon Co., Fullerton, California, has been awarded a $26,600,000, indefinite-delivery/indefinite-quantity, firm‐fixed-price, cost-plus fixed fee, cost‐reimbursable contract for the Situation Awareness Data Link program. This contract provides software maintenance and engineering services support services. Work will be performed in Fullerton, California, and is expected to be completed by Aug. 21, 2024. This award is the result of a sole‐source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $3,012,233 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contract activity (FA8574‐19‐D‐0001). Universal Technology Corp., Dayton, Ohio, has been awarded an $11,000,000 indefinite-delivery/indefinite-quantity contract for nondestructive evaluation exploratory development and inspection support for Air Force systems. This contract provides for quick reaction response support for failure analysis and materials and processes issues relating to nondestructive inspection in support of the systems support division of the Air Force Research Laboratory's materials and manufacturing directorate. Work will be performed at Wright Patterson Air Force Base, Ohio, and Dayton, Ohio, and is expected to be completed by Sep. 28, 2024. This contract was a competitive source acquisition, with one offer received. Fiscal 2019 research, development, test and evaluation funds in the amount of $200,000 are being obligated at the time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-5625). Barnett Paving & Sealing LLC,* Wichita Falls, Texas, has been awarded a $10,000,000 indefinite-delivery/indefinite-quantity task order contract for airfield pavements. This contract provides for the repair and sustainment of the airfield pavements along with restriping and rubber removal. Work will be performed at Little Rock Air Force Base, and is expected to be completed by June 2024. This award is the result of a competitive, hub zone small business acquisition and two offers were received. No funds are being obligated at the time of award, however, fiscal 2019 operations and maintenance funds in the amount of $164,659 will be obligated on the first task order immediately after award. The 19th Contracting Squadron, Little Rock Air Force Base, Arkansas, is the contracting activity (FA4460-19-D-A003). Lockheed Martin Corp., Sunnyvale, California, has been awarded a $7,085,068 cost reimbursement contract modification (P00153) to previously awarded contract (FA8810-08-C-0002) for Highly Elliptical Orbit (HEO) Operational Migration to Enterprise Ground Services (EGS) Step 1 development and test campaign support. The contract modification is for Lockheed Martin system engineering integration test support for our HOME RS test campaign, as well as anomaly response matrix validation, flight software validation, synchronized pre-deployment and operational tracker support, and a few minor HOME development efforts. Work will be performed at Aurora, Colorado; Azusa, California; Boulder, Colorado; and Sunnyvale, California, and is expected to be completed by March 6, 2020. Fiscal 2019 research and development funds in the amount of $7,085,068 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California is the contracting activity. NAVY Diversified Maintenance Systems Inc.,* Sandy, Utah, is awarded a maximum amount $40,000,000 indefinite-delivery/indefinite quantity contract for other specialty trade contractors construction alterations, renovations and repair projects at Naval Postgraduate School Monterey, Naval Air Weapons Station China Lake, and Naval Air Station Lemoore. 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 and air conditioning and fire suppression/protection system installation projects. Work will be performed in Monterey, California (33%), China Lake, California (34%), and Lemoore, California (33%). The term of the contract is not to exceed 60 months with an expected completion date of June 2024. Fiscal 2019 operation 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 operation and maintenance (Navy) funds. 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-2629). Advanced Crane Technologies LLC,* Reading, Pennsylvania (N62470-19-D-1006); Crane Technologies Group Inc.,* Rochester Hills, Michigan (N62470-19-D-1007); HECO-Pacific Manufacturing Inc.,* Union City, California (N62470-19-D-1008); Mid-Atlantic Crane,* Raleigh, North Carolina (N62470-19-D-1009); Piedmont Hoist and Crane Inc.,* Colfax, North Carolina (N62470-19-D-1010); and Sievert Crane and Hoist,* Forest Park, Illinois (N62470-19-D-1011) are each awarded an indefinite-delivery/indefinite-quantity multiple award contract for ordering new, and overhauling existing, weight handling equipment located primarily within Navy, Marine Corps and other federal activities worldwide. The maximum dollar value including the base period and four option years for all six contracts combined is $30,000,000. Piedmont Hoist and Crane Inc. is being awarded the initial delivery order at $241,700 for the design, fabrication, assembly, testing, delivery, installation and inspection of one two-ton, under-running, underhung, single girder electric traveling crane and one half-ton monorail trolley and hoist to be installed in Building 124 at Naval Air Warfare Center, Aircraft Division, in Lakehurst, New Jersey. Work for this delivery order is expected to be completed by December 2020. The term of the contract is not to exceed 60 months, with an expected completion date of June 2024. Fiscal 2019 Navy working capital funds in the amount of $241,700 are obligated on this award and will expire at the end of the current fiscal year. Future delivery orders will be primarily funded by military construction (Navy), operation and maintenance (Navy) and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. These six contractors may compete for delivery orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. McNally Industries LLC, Grantsburg, Wisconsin, is awarded a maximum value $21,246,166 cost-plus-fixed-fee delivery order N00174-19-F-0373 under previously-awarded basic ordering agreement N00024-17-G-5385 to overhaul Mk 6 Mod 19 ammunition hoist assemblies. This basic ordering agreement is to provide materials and services required to receive, inventory, stage, disassemble, inspect, convert, repair, overhaul, upgrade, manufacture, procure, assemble, test, preserve, package and ship Mk 6 Mod 19 ammunition hoist assemblies. Work will be performed in Grantsburg, Wisconsin, and is expected to be completed by May 2022. Fiscal 2015, 2016, 2017 and 2018 shipbuilding and conversion (Navy) funding in the amount of $7,843,136 will be obligated at time of award, and $980,392 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. POWER Engineers Inc., Hailey, Idaho, is awarded an $18,000,000 firm-fixed-price modification to increase the maximum dollar value of a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-16-D-0002) for architect-engineering services for various electrical engineering projects and related services at various locations in all areas under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific. After award of this modification, the total cumulative contract value will be $38,000,000. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific area of operations including, but not limited to Guam (70%), Hawaii (25%) and the Commonwealth of the Northern Marianas Islands (5%). The term of the contract is not to exceed 60 months, with an expected completion date of November 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 military construction (planning and design). Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. Raytheon Co., McKinney, Texas, is awarded $16,132,820 for job order 0012 under a previously awarded basic ordering agreement N00164-17-G-JQ02 for seven Multi-spectral Targeting Systems “B” AN/DAS-3. The Multi-spectral Targeting Systems “B” AN/DAS-3 are in support of the Low Rate Initial Production (LRIP 3 and 4) efforts of the MQ-4C Triton Program. Work will be performed in McKinney, Texas, and is expected to be complete by July 2021. Fiscal 2018 and 2019 aircraft procurement (Navy) funding in the amount of $16,132,820 will be obligated at the 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) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity. Didlake Inc., Manassas, Virginia, is awarded a $10,384,079 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-15-D-0083) to exercise option four for annual custodial services at Norfolk Naval Shipyard and Joint Expeditionary Base Little Creek – Fort Story. The work to be performed provides for annual custodial services, including, but not limited to, all management, supervision, tools, materials, supplies, labor and transportation services necessary to perform custodial services for office space, restrooms and other types of rooms at the Norfolk Naval Shipyard, Portsmouth, Virginia, and Joint Expeditionary Base Little Creek – Fort Story, Virginia Beach, Virginia. After award of this option, the total cumulative contract value will be $53,428,936. Work will be performed at various installations in Virginia Beach, Virginia (77%) and Portsmouth, Virginia (23%), and work is expected to be completed June 2020. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $10,250,107 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $7,823,461 for modification 11 to a firm-fixed-price delivery order 5306 against a previously issued basic ordering agreement (N00019-14-G-0004). This modification procures 36 Nacelles Production Kits in support of the H-53 aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in December 2020. Fiscal 2017 and 2018 aircraft procurement (Navy) funds in the amount of $7,823,461 will be obligated at time of award, $1,738,547 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 LOGISTICS AGENCY World Fuel Services Inc., Miami, Florida, has been awarded a maximum $9,289,995 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 45-month contract with one six-month option period. Location of performance is Florida, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0092). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1890122/source/GovDelivery/

All news