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

  • Contract Awards by US Department of Defense - April 17, 2020

    April 20, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - April 17, 2020

    ARMY Valiant Government Services LLC, Hopkins, Kentucky (W912DY-15-D-0029, P00012); Acepex Management Corp,* Montclair, California (W912DY-15-D-0030, P00015); Emcor Government Services Inc., Arlington, Virginia (W912DY-15-D-0031, P00013); Electronic Metrology Laboratory LLC, Franklin,* Tennessee (W912DY-15-D-0032, P00011); Facility Services Management Inc.,* Clarksville, Tennessee (W912DY-15-D-0033, P00011); J & J Maintenance Inc., Austin, Texas (W912DY-15-D-0034, P00012); Johnson Controls Building Automation Systems LLC, Huntsville, Alabama (W912DY-15-D-0035, P00012); Quality Services International LLC,* San Antonio, Texas (W912DY-15-D-0036, P00011); Sodexo Management Inc., Gaithersburg, Maryland (W912DY-15-D-0037, P00011); and V W International Inc., Alexandria, Virginia (W912DY-15-D-0038, P00011), were awarded $586,000,000 in modifications in support of the presidential national emergency declaration concerning the novel coronavirus disease. The overall ceiling is now $1,667,700,000. Bids were solicited via the internet with 22 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 11, 2020. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. Golden Max LLC,* Stafford, Texas, was awarded a $37,065,080 firm-fixed-price contract for infusion pump kits for the COVID-19 effort. 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 19, 2021. U.S. Army Medical Research, Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-20-D-0057). BAE Systems Land & Armaments L.P., Sterling Heights, Michigan, was awarded a $14,069,872 modification (P00087) to contract W56HZV-15-C-A001 for engineering and manufacturing development portion of the armored multi-purpose vehicle. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Oct. 29, 2021. Fiscal 2019 and 2020 research, development, test and evaluation, Army funds in the amount of $14,069,872 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. AIR FORCE Chromalloy Component Services Inc., San Antonio, Texas, has been awarded a $461,562,336 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with one base year and four option periods for the remanufacture of the F108 Module 13/15 low pressure turbine assembly. Work will be performed in San Antonio, Texas, and is expected to be completed by April 16, 2025. This contract is the result of a competitive acquisition with two offers received. Funding will be made available at the issuing of delivery orders against this contract. The type of funding utilized is defense agencies working capital. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8122-20-D-0002). NAVY Huntington-Ingalls Industries - Ingalls Shipbuilding, Pascagoula, Mississippi, is awarded a $107,976,103 cost-plus-award-fee modification to previously-awarded contract N00024-19-C-4313 to exercise options for the accomplishment of the planning yard services for the littoral combat in-service ships. Work will be performed in Hampton, Virginia (50%); Pascagoula, Mississippi (37%); San Diego, California (7%); and Jacksonville, Florida (6%). The requirements under this contract include, but are not limited to: ship installation drawings development; ship change document updates; operating cycle integration program management; work integration package engineering; type commander response; ship configuration logistics support information system support; configuration data management; research engineering and modeling; provisioned items order; cost and feasibility studies; integrated planning yard material support; provisioning technical documentation; naval ships engineering drawing repository system input and data management; interface and coordination with regional maintenance centers and fleet entities; design alteration and modification development; review and tracing; managing related class ship selected record documents; and hull, mechanical and electrical engineering standardization efforts. Work is expected to be complete by April 2021. Fiscal 2020 other procurement (Navy); and fiscal 2020 operations and maintenance (Navy) funding in the amount $18,854,046 are obligated at time of award, and funding in the amount of $1,115,122 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. J.I. Garcia Construction Inc.,* Fresno, California (N62473-18-D-5817); Patricia I. Romero, doing business as Pacific West Builders,* National City, California (N62473-18-D-5818); Dimensions Construction Inc.,* San Diego, California (N62473-18-D-5819); K.L. House Construction Co. Inc.,* Albuquerque, New Mexico (N62473-18-D-5820); D Square Construction LLC and Au' Authum Ki A JV,* Tucson, Arizona (N62473-18-D-5821); Herman/JCG Co. JV,* Escondido, California (N62473-18-D-5822); and I.E. Pacific Inc.,* Escondido, California (N62473-18-D-5823), are awarded $90,000,000 to increase the aggregate capacity of the previously-awarded suite of firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contracts. The contracts are for new construction, renovation and the repair of general building construction. All work will be performed at various federal sites within the Naval Facilities Engineering Command (NAVFAC) Southwest area of operation, including but not limited to: California (90%); Arizona (6%); Nevada (1%); Utah (1%); Colorado (1%); and New Mexico (1%). The contracts are for new construction as well as the renovation and repair of general buildings. The maximum dollar value including the base year and four option years for all seven contracts combined is increased from $240,000,000 to $330,000,000. No funds are being obligated on this award and no funds will expire. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (O&M) (Navy); O&M (Marine Corps); and Navy working capital funds. The original contract was competitively procured via the Navy Electronic Commerce Online website and 24 proposals were received. The NAVFAC Southwest, San Diego, California, is the contracting activity. Doyon Project Services LLC,* Federal Way, Washington, is awarded $20,999,877 for a firm-fixed-price task order (N44255-20-F-4154) for the Undersea Vehicle Maintenance Facility, Naval Undersea Warfare Center Division, Keyport, Washington. Work will be performed in Keyport, Washington, and provides for the construction of a single-story high bay undersea vehicle maintenance facility. The facility will include information systems, infrastructure for built-in cranes and fire protection systems, parts storage, explosive service lockers, maintenance areas and personnel support spaces. The task order also contains one unexercised option, which if exercised, would increase cumulative contract value to $21,003,842. Work expected to be complete by April 2022. Fiscal 2020 military construction (Navy) contract funds in the amount of $20,999,877 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity. Cubic Dense Applications Inc., San Diego, California, is awarded $8,880,166 for a firm-fixed-price and cost-plus fixed-fee contract with options. This procurement of model AN/USQ-167(V) Communications Data Link System (CDLS) for production of five CDLS Tech Refresh (TR) Integrated Antenna Systems (IAS) for Nimitz class aircraft carrier platforms. Work will be performed in San Diego, California. One AN/USQ-167C(V) CDLS-TR IAS consists of two directional/Omni antennas, one Omni only antenna including hardware/software interface and three above and below deck split radios with communications security module. In addition, the contractor will provide and order the engineering services and provisional items required to support installations, repairs and sustainment. Work is expected to be complete by April 2025. The Navy requires hardware and software delivery for installation within 12 months of the contract's award and for additional units, 12 months after options are exercised. This contract includes four one-year options which, if exercised, will bring the cumulative value of this contract to an estimated $8,880,166. If all options are exercised, work may continue through September 2021. Fiscal 2020 other procurement (Navy) funds in the amount of $1,229,714 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract is awarded as a sole-source under the under the authority of 10 U.S. Code 2304(c)(1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-20-C-0015). DEFENSE LOGISTICS AGENCY General Dynamics Mission Systems Inc., Scottsdale, Arizona, has been awarded a maximum $25,000,000 firm-fixed-price contract for Prophet Enhanced system 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 five-year contract with no option periods. Location of performance is Arizona, with an April 16, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-20-D-0021). Hamilton Sundstrand Corp., Windsor Locks, Connecticut, has been awarded a maximum $7,377,840 firm-fixed-price contract for F100/220 aircraft control units. 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 one-year contract with no option periods. Location of performance is Connecticut, with a Jan. 31, 2023, performance completion date. Using customers are foreign military sales to Egypt and Taiwan. Type of appropriation is fiscal 2019 through 2020 Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-20-F-0097). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Galois Inc., Portland, Oregon, was awarded a $12,752,707 cost-plus-fixed-fee contract for a research project under the Securing Information for Encrypted Verification and Evaluation (SIEVE) program. The SIEVE program will use zero knowledge proofs to enable the verification of capabilities relevant to the Department of Defense without revealing the sensitive details associated with those capabilities. Work will be performed in Portland, Oregon, with an expected completion date of May 2024. Fiscal 2019 research, development, test and evaluation (RDT&E) funding in the amount of $1,219,023; and fiscal 2020 RDT&E funding in the amount of $1,474,654 are being obligated at time of award. This contract was a competitive acquisition under an open broad agency announcement, and 13 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0085). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2155142/source/GovDelivery/

  • Australia to focus R&D on asymmetric warfighting, chief scientist says

    September 20, 2023 | International, Land, C4ISR, Security

    Australia to focus R&D on asymmetric warfighting, chief scientist says

    Australia is mulling which high-tech areas it will pursue alone or which may fall under AUKUS, as it ensures all its efforts focus on top warfighter needs.

  • PAE awarded ten-year contract to provide aircraft maintenance to the U.S Customs and Border Protection Agency

    May 20, 2020 | International, Aerospace, Security

    PAE awarded ten-year contract to provide aircraft maintenance to the U.S Customs and Border Protection Agency

    May 19, 2020 - Falls Church, Va. – PAE (NASDAQ: PAE, PAEWW), a global leader in delivering smart solutions to the U.S. government and its allies, was awarded the National Aviation Maintenance and Logistics Services contract by U.S. Customs and Border Protection, an agency of the U.S. Department of Homeland Security. The contract has a one-year base period of performance with nine one-year options, a potential three-month extension and an estimated total value of more than $1.26 billion. PAE President and CEO John Heller said the award recognizes PAE's dependability and specialized expertise for aircraft maintenance. “With our long track record serving CBP's aircraft maintenance needs, PAE has proven to be a trusted partner in supporting U.S. national security,” Heller said. “We look forward to continuing our support to this critical national security customer as we apply our innovative solutions supporting the CBP mission and fleet of over 200 aircraft.” “This is truly a team win and a tribute to the more than 650 dedicated men and women on this program,” said PAE Vice President of CBP Program Management Rob Ulses. “These hard-working individuals have established a real partnership with CBP that allows us not only to support day-to-day operations, but to adapt and react to special missions.” PAE will continue to provide safe and ready aircraft to ensure the U.S. government meets operational commitments to safeguard America's borders. PAE will provide this essential support from aviation operational sites at military bases, civilian airfields and alternate locations across the United States. The broad scope of work extends from scheduled and unscheduled aircraft maintenance and repair to managing fueling, logistics and supplies. About PAE For 65 years, PAE has tackled the world's toughest challenges to deliver agile and steadfast solutions to the U.S. government and its allies. With a global workforce of about 20,000 on all seven continents and in approximately 60 countries, PAE delivers a broad range of operational support services to meet the critical needs of our clients. Our headquarters is in Falls Church, Virginia. Find us online at pae.com, on Facebook, Twitter and LinkedIn. Forward-Looking Statements This press release may contain a number of “forward-looking statements” as defined in the Private Securities Litigation Reform Act of 1995. These forward-looking statements include, but are not limited to, statements about PAE's possible or assumed future results of operations, financial results, backlog, estimation of resources for contracts, strategy for and management of growth, needs for additional capital, risks related to U.S. government contracting generally, including congressional approval of appropriations, and contract delays or cancellations caused by competitors' bid protests of contract awards received by us. These forward-looking statements are based on PAE's management's current expectations, estimates, projections and beliefs, as well as a number of assumptions concerning future events. These forward-looking statements are not guarantees of future performance, conditions or results, and involve a number of known and unknown risks, uncertainties, assumptions and other important factors, many of which are outside PAE's management's control, that could cause actual results to differ materially from the results discussed in the forward-looking statements. Forward-looking statements included in this release speak only as of the date of this release. PAE does not undertake any obligation to update its forward-looking statements to reflect events or circumstances after the date of this release except as may be required by the federal securities laws. For media inquiries regarding PAE, contact: Terrence Nowlin Senior Communications Manager PAE 703-656-7423 terrence.nowlin@pae.com For investor inquiries regarding PAE, contact: Mark Zindler Vice President, Investor Relations PAE 703-717-6017 mark.zindler@pae.com View source version on PAE: https://www.pae.com/news/pae-awarded-ten-year-contract-provide-aircraft-maintenance-us-customs-and-border-protection

All news