Back to news

April 28, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - April 27, 2020

ARMY

H&L Contracting LLC, Bay Shore, New York, was awarded a $113,747,342 firm-fixed-price contract for reduction of storm damages from coastal erosion and flooding through storm protective reinforced dune, beach berm and dune construction. Bids were solicited via the internet with eight received. Work will be performed in Rockaway, New York, with an estimated completion date of April 26, 2024. Fiscal 2014 civil construction funds in the amount of $113,747,342 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-0015).

Capco LLC,* Grand Junction, Colorado, was awarded a $33,600,571 firm-fixed-price contract for 40 mm M320 and 40 mm M320A1 grenade launchers. 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 April 26, 2025. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-20-F-0377).

Columbia Helicopters, Aurora, Oregon, was awarded a $9,900,000 firm-fixed-price contract to procure overhaul/repair of helicopter rotor heads. 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 March 30, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0370).

Columbia Helicopters, Aurora, Oregon, was awarded an $8,150,000 firm-fixed-price contract to procure overhaul/repair of helicopter rotor heads. 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 Nov. 30, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0369).

Applied Aquatic Management Inc.,* Bartow, Florida, was awarded a $7,000,000 firm-fixed-price contract to provide vegetation management, environmental restoration and protection, vegetation/geographic information systems mapping and aerial photographs on various projects and properties within boundaries of the South Atlantic Division, U.S. Army Corps of Engineers. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of April 26, 2025. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-20-D-0003).

NAVY

Environmental Chemical Corp., Burlingame, California, is awarded a $58,398,023 modification under firm-fixed-price task order (N62470-19-F-9101) to allot the second increment, which provides for the construction of the master time clocks and operations facility at the Naval Observatory. Work will be performed in Washington, District of Columbia, and provides for the construction of new master time clocks and an operations facility. Work will include construction of Building 51, demolition of Building 82, upgrade of Building 83 electrical components, renovation of Building 78, rehabilitation of existing Building 6 and 7 foundations, walls and piers, Pepco 13.2kV (electric power company name and service voltage) work inside and outside of the fence line at the Naval Observatory fence line to include Verizon fiber work. Work is expected to be complete by September 2024. The total contract amount after allotting these funds will be $90,696,992. Fiscal 2020 military construction, (Navy) contract funds in the amount of $58,393,023 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N62470-18-D-8025).

Vigor Marine LLC, Portland, Oregon, is awarded a $20,880,790 firm, fixed-price contract (N32205-20-C-4005) for an 87-calendar day shipyard availability for the overhaul dry-docking availability of the USNS Guadalupe (T-AO 200). The $20,880,790 consists of the amounts listed in the following areas: Category “A” work item costs, additional government requirement, other direct costs and the general and administrative costs. Work will be performed in Portland, Oregon. Work will include the furnishing of general services, shipboard access, clean and gas free tank voids and cofferdams, preservation of aft ballast and cargo tanks as well as the flight deck, overhaul repairs to main engine turbochargers and HP air compressor, davit arms and falls removal, cleaning and painting of hull freeboard and underwater hull, steel replacement and underway replenishment systems repairs. Work is expected to be complete by July 2020. The contract includes options which, if exercised, would bring the total contract value to $22,186,509. Funds will be obligated on April 24, 2020. Contract funds in the amount of $20,880,790, excluding options, are obligated for fiscal 2020 using working capital (Navy) funds. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website and one offer was received. Military Sealift Command, Norfolk, Virginia, is the contracting activity. (Awarded April 24, 2020)

Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $10,100,000 cost-plus-award-fee delivery order against previously awarded basic ordering agreement N00024-16-G-2303 to provide program management, advanced planning, engineering, design, material procurement/kitting, liaison, scheduling, participation in planning conferences and design reviews in support of the post shakedown availability for DDG-119 (guided missile destroyers). Work will be performed in Pascagoula, Mississippi (75%); and Norfolk, Virginia (25%), and is expected to be complete by August 2021. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $10,100,000 will be obligated at time of delivery order 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 Supervisor of Shipbuilding, Conversion and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity. (Awarded April 24, 2020)

PrimeTech International Inc.,* North Kansas City, Missouri, is awarded a $9,322,851 firm-fixed-price, cost reimbursable General Services Administration (GSA) task order for integrated logistics distribution support. Work will be performed in Albany, Georgia. Work is expected to be complete by May 2021. If all options are exercised, work will continue through November 2021. This contract includes options which, if exercised, would bring the cumulative value of this contract to $14,355,112. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $9,322,851 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured as a small business set-aside via the GSA eBuy website, with seven proposals received. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-20-F-4101).

Bell Boeing Joint Program Office, Amarillo, Texas, is awarded an $8,126,000 modification (16) to a cost-plus-fixed-fee order (0073) against a previously issued basic ordering agreement (N00019-12-G-0006). This modification adds non-recurring baseline performance rig test efforts in support of the Improved Inlet Solution/Engine Air Particle Separator preliminary design on MV-22 and CV-22 Tiltrotor aircraft. Work will be performed in Indianapolis, Indiana (57%); Fort Worth, Texas (34%); Ridley Park, Pennsylvania (8%); and Jackson, Mississippi (1%), and is expected to be complete by April 2021. Fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $1,862,344; and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $1,241,562 will be obligated at time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Imagine Milling Technologies LLC, Fullerton, California, has been awarded a maximum $40,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 115 responses received. This is a five-year contract with no option periods. Location of performance is California, with an April 26, 2025, performance completion 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-0035).

DEFENSE INFORMATION SYSTEMS AGENCY

AT&T Corp., Columbia, Maryland, was awarded a firm-fixed-price contract modification to exercise Option Year Four for the Northstar Long-Haul Telecommunications Network and associated transmission circuits for an ultra-high frequency/line of sight communications system network. The face value of this action is $12,312,149, funded by fiscal 2020 operations and maintenance funds. The total cumulative face value of the contract is $68,464,912. The place of performance will be at various sites geographically dispersed across the continental U.S. The period of performance for this action is May 1, 2020, to April 30, 2021. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-16-C-0001, P00014).

AIR FORCE

Boeing Aerospace Operations Inc., St. Louis, Missouri, has been awarded an $8,733,007 firm-fixed-price task order FA8134-20-F-5701 against basic contract FA8106-16-D-0004 for crew rest modification efforts on the Air Force C-32 fleet. Work will be performed at Joint Base Andrews, Maryland, and is expected to be completed by Feb. 28, 2022. Fiscal 2019 and 2020 aircraft procurement funds in the amount of $8,733,007 will be obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Sierra Nevada Corp., Sparks, Nevada, has been awarded an $8,161,843 cost-plus-fixed-fee contract for an Intent-Defined Adaptive Software (IDAS) Prototype. This contract provides for a software engineering performance baseline for measuring IDAS improvement over the current software by attempting challenges with existing tools and techniques and measuring the learning curve required for traditional developers to adopt emerging IDAS capabilities. Work will be performed in Herndon, Virginia, and is expected to be completed by April 27, 2024. This award is the result of a competitive acquisition and 20 offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $737,596 are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0518).

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2167014/source/GovDelivery/

On the same subject

  • Erdogan says F-35 project would collapse without Turkey

    April 30, 2019 | International, Aerospace

    Erdogan says F-35 project would collapse without Turkey

    ANKARA (Reuters) - President Tayyip Erdogan said on Tuesday that an F-35 fighter jet project without Turkish participation was bound to collapse and would be an injustice to exclude Ankara over its plans to buy Russian air defense systems. Turkey's plans to buy the Russian S-400 missile defenses has strained its ties with Washington, which has said they would compromise the security of Lockheed Martin F-35 jets and warned of potential U.S. sanctions. Turkey is both a partner in production of the F-35s and a prospective buyer. It has proposed a working group with the United States to assess the impact of the S-400s, but says it had not received a response from U.S. officials. Speaking at a defense industry fair, Erdogan said those trying to exclude Turkey from the F-35 project had not thought through the process and that Ankara's allies had disregarded its defense needs. “We were surely not going to remain silent against our right to self-defense being disregarded and attempts to hit us where it hurts,” Erdogan said. “This is the kind of process that is behind the S-400 agreement we reached with Russia,” he added. “Nowadays, we are being subject to a similar injustice - or rather an imposition - on the F-35s... Let me be open: An F-35 project from which Turkey is excluded is bound to collapse completely,” Erdogan said, adding that Turkey was also rapidly working to develop its own air defense systems. Erdogan's comments, his strongest challenge yet to warnings that Turkey could be removed from the F-35 project, came a day after he discussed the purchase of the S-400s and the working group proposal with U.S. President Donald Trump in a phone call. Turkey said two weeks ago it expected Trump to use a waiver to protect it against penalties over its purchase of the S-400s, after U.S. Secretary of State Mike Pompeo said Ankara could face retribution for the deal under a sanctions law known as Countering America's Adversaries Through Sanctions Act (CATSAA). Reporting by Tuvan Gumrukcu and Ece Toksabay; Editing by Dominic Evans https://www.reuters.com/article/us-turkey-usa-defence/erdogan-says-f-35-project-would-collapse-without-turkey-idUSKCN1S60RR?il=0

  • Contracts for March 4, 2021

    March 5, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    Contracts for March 4, 2021

    Today

  • Contract Awards by US Department of Defense - November 01, 2019

    November 4, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 01, 2019

    NAVY Rightstar Inc., Vienna, Virginia, is being awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contracts. The potential estimated value of this category of BPA is $820,450,000. This agreement is being awarded as part of a multi-reseller/multi-software publisher software category management award for commercial off-the-shelf information technology asset management software; software maintenance support; information technology professional services; and related services in support of DoD ESI and under the direction of Office of Management and Budget, Enterprise Software Category. The software publisher under this agreement is Nlyte. The BPA provides for the purchase of Nlyte products and services by the DoD, U.S. intelligence community, and the Coast Guard worldwide. The ordering period will be for a maximum of 10 years from Nov. 1, 2019, through July 11, 2029. This BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance (DoD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. Two offers were received and two were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-20-A-0006). Northrop Grumman Systems Corp. - Marine Systems, Sunnyvale, California, is awarded a cost-plus incentive-fee $77,377,019 contract modification (P00002) to a previously awarded contract (N00030-19-C-0015) for technical engineering services, design and development engineering, component and full scale test and evaluation engineering, and tactical underwater launcher hardware production to support the development and production of the Common Missile Compartment (CMC). Work will be performed in Sunnyvale, California (55%); Ridgecrest, California (20%); Cape Canaveral, Florida (10%); Bangor, Washington (5%); Kings Bay, Georgia (5%); Barrow-In-Furness, England (2%); New London, Connecticut (1%); Quonset Point, Rhode Island (1%); and Arlington, Virginia (1%), and is expected to be completed by March 31, 2024. Fiscal 2020 shipbuilding and conversion Navy funding in the amount of $34,868,308 will be obligated on this award. Fiscal 2020 United Kingdom common funding in the amount of $42,508,711 will be obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Ultra Electronic Ocean Systems, Braintree, Massachusetts, is awarded a $45,161,439 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee and firm-fixed-price contract for engineering and technical service for the design, development, testing, integration, technology insertion/refreshment and system support of the AN/BPS radar software management system on new construction and in-service submarines. Work will be performed in Chantilly, Virginia (50%); and Wake Forest, North Carolina (50%), and is expected to be completed by October 2020. This contract includes options which, if exercised, would bring the cumulative value of this contract to $100,861,439, and be complete by May 2026. Fiscal 2019 shipbuilding and conversion (Navy-SCN); 2015 shipbuilding and conversion (Navy-SCN); 2019 other procurement (Navy-OPN); and 2014 shipbuilding and conversion (Navy-SCN) funding in the amount of $1,700,000 will be obligated at time of award and will not expire at the end of current fiscal year — funding: fiscal 2019 SCN (58%); fiscal 2015 SCN (18%); fiscal 2019 OPN (18%); and fiscal 2014 SCN (6%). In accordance with 10 U.S. Code 2304(c)(5), authorized or required by statute 15 U.S. Code 638(r)(4) states: "To the greatest extent practical, Federal agencies and Federal prime contractors shall issue Phase III awards relating to technology, including sole source awards, to the SBIR and STTR award recipients that developed the technology." The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity (N00024-20-D-6202). Lockheed Martin, Rotary and Mission Systems, Baltimore, Maryland, is awarded a $12,019,951 cost-plus-fixed-fee modification to a previously-awarded contract N00024-11-C-2300 to exercise an option for the accomplishment of post-delivery support for USS Minneapolis-Saint Paul (LCS 21) of the Littoral Combat Ship (LCS) program. This option exercise is for post-delivery support for the LCS program. Lockheed Martin, Rotary and Mission Systems, will provide expert design, planning and material support for LCS 21's post-delivery period. Lockheed Martin will perform the planning and implementation of deferred design changes that have been identified during the construction period. The corrections and upgrades are necessary to support USS Minneapolis-St. Paul sail-away and follow-on post-delivery test and trials period. Work will be performed in Marinette, Wisconsin (57%); Hampton, Virginia (14%); Moorestown, New Jersey (11%); San Diego, California (11%); and Washington, District of Columbia (7%), and is expected to be completed by October 2021. Fiscal 2015 shipbuilding and conversion (Navy) funding for $7,000,000 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 Electric Co., Cincinnati, Ohio, is awarded an $8,747,720 firm-fixed-price delivery order (N00024-20-F-4117) under a previously-awarded basic ordering agreement N00024-18-G-4113 for integrated electronic controller kits for LM2500 marine gas turbine engines. The materials procured under this basic ordering agreement are LM2500 MGTEs and related material. MGTEs are installed in FFG 7, CG 47, DDG 51, LCS Independence variant, LHD 8 and LHA 6AF-class vessels. Work will be performed in Cincinnati, Ohio, and is expected to be completed by December 2020. Fiscal 2020 other procurement (Navy) funding in the amount of $8,747,720 will be obligated at time of award and will not expire at the end of the current fiscal year. This order 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 Sea Systems Command, Washington, District of Columbia, is the contracting activity. DEFENSE INTELLIGENCE AGENCY Dynetics Inc., Hunstville, Alabama (HHM402-19-D-0023), was awarded a five-year base with possible five-year option indefinite-delivery/indefinite-quantity contract with a ceiling value of $737,992,267. This contract will provide support services for the Missile and Space Intelligence Center. Work will be performed at Redstone Arsenal and Huntsville, Alabama, with an expected completion date of Oct. 31, 2029. The contract was awarded through a full and open solicitation and one offer was received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. Booz Allen Hamilton, Alexandria, Virginia (HHM402-20-D-0002); Deloitte Consulting LLP, Arlington, Virginia (HHM402-20-D-0003); Logistics Management Institute, Tysons, Virginia (HHM402-20-D-0004); and Solutions Through Innovative Technologies, Fairborn, Ohio (HHM402-20-D-0005); were awarded a one-year base plus four one-year options indefinite-delivery/indefinite-quantity (ID/IQ), multiple-award contract for strategic workforce analysis planning and management (SWAPM) with a maximum obligation amount of $88,714,746. This contract will provide support services to strategic workforce planning and analysis initiatives to support career field managers and organizational talent and position management requirements. Work will be performed in the National Capital Region with an estimated completion date of Oct. 17, 2024. No funds were obligated at time of award. The SWAPM contract was awarded through a full and open solicitation and five offers were received. Each company will receive a $2,500 minimum guarantee. Task Orders (TO) will be issued competitively under this ID/IQ, which will allow for the following TO contract types: firm-fixed-price, labor hour and time-and-material. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. (Awarded Oct. 18, 2019) MISSILE DEFENSE AGENCY Raytheon Missile Systems, Tucson, Arizona, is being awarded a sole source, cost only contract modification (P00069) under previously awarded contract HQ0276-15-C-0003 to increase the CLIN 0014 undefinitized contract action not-to-exceed value by $267,178,800 from $387,187,200 to $654,366,000. Under this modification, the "pacing items only" restriction is removed and the contractor is now authorized to work the full, unchanged, effort to manufacture, assemble, test and deliver 20 Standard Missile-3 Block IIA missiles and related efforts, and four missiles under Foreign Military Sales (FMS) case JA-P-ATB to Japan. The value of the contract is increased by $267,178,800 from $1,198,400,240 to $1,465,579,040. The work will be performed in Tucson, Arizona; and Huntsville, Alabama, with an estimated completion date of December 2022. Fiscal 2018 procurement, defense-wide funds in the amount of $209,000,000; and FMS funds in the amount of $7,652,000 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0276-15-C-0003). ARMY Ravenswood Solutions, Fremont, California, was awarded a $62,896,230 hybrid (cost-no-fee and firm-fixed-price) contract for a fully instrumented, highly realistic, and immersive training environment. 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 Oct. 31, 2024. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0002). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $9,043,846 modification (P00091) 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 Sept. 30, 2021. Fiscal 2019 and 2020 procurement of weapons and tracked combat vehicles; and operations and maintenance, Army funds in the amount of $9,043,846 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Montana State University, Bozeman, Montana, was awarded an $8,600,000 modification (P00001) to contract W911W6-18-C-0050 for or primary aircraft structure, to understand and overcome challenges to production of primary aircraft structure using stretch-broken carbon fiber. Work will be performed in Bozeman, Montana, with an estimated completion date of Sept. 30, 2021. Fiscal 2018 and 2019 research, development, test and evaluation, Army funds in the amount of $8,600,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Shearwater Mission Support LLC,* Anchorage, Alaska, was awarded a $7,238,172 modification (P00008) to contract W911S8-18-D-0018 for installation support services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 30, 2020. U.S. Army Mission Installation Contracting Command, Yuma Proving Ground, Arizona, is the contracting activity. DEFENSE LOGISTICS AGENCY U.S. Foods Inc., Salem, Missouri, has been awarded a maximum $43,988,785 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution for customers in the Missouri and Illinois area. 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 364-day bridge contract with no option periods. Location of performance is Missouri, with an Oct. 31, 2020, performance completion date. Using customers are Army, Air Force, Army National Guard, Air National Guard and other federal agencies. Type of appropriation is fiscal 2020 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3243). Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded an estimated $25,340,721 fixed-price, indefinite-delivery/indefinite-quantity contract for tire and wheel assemblies. This was a competitive acquisition with one response received. This is a three-year base contract with two one-year option periods. Locations of performance are Wisconsin and New Jersey, with an Oct. 31, 2022, performance completion date. Using customers are Army and foreign military sales. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0022). AIR FORCE Raytheon Missile Systems, Tucson, Arizona, has been awarded a $16,553,897 cost-plus-fixed-fee contract for universal armament interface. This contract provides for system engineering and program management for universal armament interface development. Work will be performed in Tucson, Arizona, and is expected to be completed by Nov. 19, 2024. This award is the result of a sole source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $923,829 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8628-20-C-2267). Pacific Scientific Energetic Materials Co., Hollister, California, has been awarded a $13,394,557 firm-fix-price with economic-price-adjustment for sustainment of B-1B Aircraft. This contract provides 48 shield mild detonating cord (SMDC) kits for B-1B aircraft; with each kit contains 461 SMDC lines. Work will be performed at Hollister, California, and is expected to be completed by June 30, 2023. This award is the result of a sole source acquisition. Fiscal 2018, 2019 and 2020 aircraft procurement funds in the amount of $13,394,557 will be obligated at the time of the award. The Air Force Life Cycle Management Center, Ammunition Contracting Division, Hill Air Force Base, Utah, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2006604/source/GovDelivery/

All news