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

  • A jet sale to Egypt is being blocked by a US regulation, and France is over it

    August 2, 2018 | International, Aerospace

    A jet sale to Egypt is being blocked by a US regulation, and France is over it

    By: Pierre Tran PARIS — France is seeking to reduce its reliance on U.S. approval for French arms exports as Washington withholds clearance for an American component on the French Scalp cruise missile, which blocks the sale of additional Rafale fighter jets to Egypt. “It is true that we depend on this (U.S. International Traffic in Arms Regulations) mechanism: We are at the mercy of the Americans when our equipment is concerned,” French Armed Forces Minister Florence Parly told the Committee for National Defense and Armed Forces of the lower-house National Assembly, according to recently released transcripts from July 4. France lacks the means to be totally independent of the U.S., she said, adding that French authorities are looking for ways to boost its autonomy. Parly was answering a question from parliamentarian Jean-Jacques Ferrara on the blocked sale of a further batch of Rafale aircraft to Egypt. “Are we looking to improve the situation?” Parly said. “The answer is yes. In the case raised by Mr. Ferrara, we cannot get the U.S. to lift its opposition to the sale of Scalp missiles." “What is the solution? That the manufacturer of these missiles, namely MBDA, make the investment in research and technology to be able to make a similar component, which would avoid ITAR," she added." “We are able to do it for this contract because the component can be built within a reasonable amount of time even if the client, naturally, sees it as too long.” MBDA declined to comment for this story. Full article: https://www.defensenews.com/global/europe/2018/08/01/a-jet-sale-to-egypt-is-being-blocked-by-a-us-regulation-and-france-is-over-it/

  • Contract Awards by US Department of Defense - November 16, 2018

    November 19, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 16, 2018

    AIR FORCE Space Vector Corp., Chatsworth, California (FA8818-19-D-0001); and OrbitalATK Inc., Chandler, Arizona (FA8818-19-D-0002), have been awarded a combined ceiling $424,000,000 multiple-award, indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee, firm-fixed-price and cost-plus-fixed-fee for Sounding Rocket Program-4 (SRP-4). The SRP-4 contract provides suborbital launch services and launch support services necessary to accomplish the Rocket Systems Launch Program's suborbital mission. This contract will be used to meet Department of Defense and other government agency requirements for sub-orbital research, development, and test launch services, including prototype demonstrations and missile defense targets. Work will primarily be performed in Chatsworth, California; Chandler, Arizona, and a variety of government launch sites, depending on mission requirements. This award is the result of a competitive acquisition with a seven-year ordering period. Space and Missile Systems Center, Kirtland Air Force Base, New Mexico, is the contracting activity. DEFENSE LOGISTICS AGENCY Labatt Food Service, San Antonio, Texas, has been awarded a maximum $295,636,225 firm-fixed-price, indefinite-delivery/indefinite-quantity with economic-price-adjustment contract for full line food distribution support for the San Antonio region. This was a competitive acquisition with three responses received. This is a two-year base contract with one one-year option period, and one two-year option period. Location of performance is Texas, with a Nov. 15, 2023, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3206). Allison Transmission, Indianapolis, Indiana, has been awarded a maximum $20,781,402 firm-fixed-price contract for transmission overhaul kits. 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 13-month contract with no option periods. Location of performance is Indiana, with a Dec. 31, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0057). Peckham Vocational Industries,** Lansing, Michigan, has been awarded an $8,609,660modification (P00003) exercising the first one-year option period of a one-year base contract (SPE1C1-18-D-N029) with two one-year option periods for drawers. This is a firm-fixed-price contract. Location of performance is Michigan, with a Nov. 21, 2019, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. NAVY Lockheed Martin Corp., Baltimore, Maryland, is awarded a $282,085,646 not-to-exceed undefinitized contract action modification to previously-awarded contract N00024-18-C-2301 for long-lead-time material and detail design in support of the construction of four Multi-Mission Surface Combatant ships (MMSC). The MMSC is a lethal and highly maneuverable surface combatant capable of littoral and open-ocean operation. This contract involves foreign military sales to the Kingdom of Saudi Arabia. Work will be performed in Marinette, Wisconsin (55 percent); Baltimore, Maryland (23 percent); Herndon, Virginia (11 percent); Moorestown, New Jersey (6 percent); Manassas, Virginia (1 percent); San Diego, California (1 percent); and various places below one percent (3 percent), and is expected to be completed by October 2025. Foreign military sales (Kingdom of Saudi Arabia) funding in the amount of $124,201,733 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)(4) (international agreement). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Booz Allen Hamilton Inc., McLean, Virginia (N00189-19-D-Z012); Cydecor Inc., Arlington, Virginia (N00189-19-D-Z013); and Whitney, Bradley and Brown Inc., Reston, Virginia (N00189-19-D-Z014), are awarded an estimated $69,920,361 multiple award cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide management support services to facilitate warfighting, manpower and business transformation initiatives in support of the Deputy Chief of Naval Operations, Information Dominance. The contracts will run concurrently and will include a 60-month base ordering period with no additional options. Work will be performed at government facilities in Arlington, Virginia (90 percent), and at the various contractor locations in which the percentage of work at each of those locations cannot be determined at this time (10 percent). The ordering period will begin March 2019 and is expected to be completed by February 2024. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $100,000 will be obligated (approximately $33,333 on each of the three contracts to fund the contracts' minimum amounts) and funds will expire at the end of the current fiscal year. This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was posted to the Federal Business Opportunities website, with ten offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity. Kellogg Brown and Root Services Inc., Houston, Texas, is awarded $55,452,842 for task order A00011 under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62470-17-D-4012) to exercise the first option period for base operations support services at Camp Lemonnier, Djibouti, and other areas within Africa. The work to be performed provides for all management and administration, public safety, galley, ordnance, air operations, fire and emergency services, bachelor quarters, housing, pest control, integrated solid waste, base support vehicles and equipment, custodial, electrical, water, wastewater, port operations, supply, morale-welfare-recreation, facilities investment, and environmental services to provide base operations support services. After award of this option, the total cumulative contract value will be $122,263,227. Work will be performed at various installations in Territory of Djibouti, Africa and other areas within Africa, and work is expected to be completed November 2019. No funds will be obligated at time of award. The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity. Lockheed Martin Space, Sunnyvale, California is being awarded a cost-plus-fixed-fee, cost-plus-incentive-fee $49,069,660 modification (P00002) to a previously awarded contract (N00030-18-C-0100) for Trident II (D5) missile production and deployed system support. The work will be performed in Kings Bay, Georgia (22.25 percent); Bangor, Washington (22.80 percent); Cape Canaveral, Florida (22.22 percent); Sunnyvale, California (12.59 percent); Borgo San Dalmazzo, Italy (6.81 percent); Biddeford, Maine (3.70 percent); Denver, Colorado (2.06 percent); and other various locations (less than 1.00 percent each; 7.57 percent total), and work is expected to be completed Sept. 30, 2023. Fiscal 2019 weapons procurement (Navy) funds in the amount of $31,281,073; and fiscal 2019 research, development, test, and evaluation funds in the amount of $17,788,587 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. Lockheed Martin Space, Sunnyvale, California, is awarded $41,329,513 for cost-plus-incentive-fee, cost-plus-fixed-fee modification P00016 to a previously awarded contract (N00030-17-C-0100) for Trident II (D5) missile production and deployed system support. The work will be performed in Sunnyvale, California (69.71 percent); Denver, Colorado (10.92 percent); Clearwater, Florida (8.78 percent); Cape Canaveral, Florida (3.04 percent); Valley Forge, Pennsylvania (1.99 percent); Santa Clara, California (1.06 percent); and other various locations (less than 1.00 percent each; 4.50 percent total) with work expected to be completed by Sept. 30, 2023. Fiscal 2019 research, development, test, and evaluation funds in the amount of $11,513,121; and fiscal 2019 weapons procurement (Navy) funds in the amount of $29,816,392 are being 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. Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is being awarded $32,730,879 for modification P00003 to a previously awarded advance acquisition contract (N00019-18-C-1037) for long-lead items for Japan E-2D Aircraft JAA5 under the Foreign Military Sales program. Work will be performed in Syracuse, New York (22.04 percent); Potez, Aire-sur-l'Adour, France (11.50 percent); Edgewood, New York (8.42 percent); Menlo Park, California (6.12 percent); Woodland Hills, California (5.53 percent); Rolling Meadows, Illinois (5.01 percent); Marlborough, Massachusetts (4.59 percent); Greenlawn, New York (3.06 percent); Owego, New York (3.06 percent); Independence, Ohio (3.06 percent); Gardena, California (2.29 percent); Melbourne, Florida (2.09 percent); Clemmons, North Carolina (1.81 percent); Falls Church, Virginia (1.53 percent); Melville, New York (1.49 percent); Long Beach, California (1.17 percent); Laval, Quebec, Canada (0.04 percent); and various locations within the U.S. (17.19 percent), and is expected to be completed in August 2022. Foreign military sales funds in the amount of $32,730,879 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. IAP Worldwide Services Inc., Cape Canaveral, Florida, is awarded a $20,881,626 contract modification for recurring/non-recurring services type contract for base operations services at Naval Support Activity Annapolis. The work to be performed provides for all management, supervision, labor hours, training, equipment, and supplies necessary to perform base operating services to include but not limited to facility investment, service calls, pest control, operation of utility plants, refuse collection, special events, and snow and ice removal. Work will be performed in Annapolis, Maryland, and work is expected to be completed July 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 Navy working capital funds in the amount of $14,629,883.85 for recurring work will be obligated on individual task orders issued during the contract period. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-18-D-0500). Triton Marine Construction Corp., Bremerton, Washington, is awarded a $17,914,200 firm-fixed-price contract for the repair of trestle box beams at Naval Weapons Station (NWS) Earle. The work to be performed provides for concrete spall repairs on the underside of Trestle 1A to the pile caps, beams, and deck; carbon fiber reinforced polymer strengthening of existing reinforced concrete box beams using the wet layup process; and installation of five new pile bents ten new piles will be driven on Trestle 1A to strengthen the existing box beams at NWS Earle waterfront complex. Work will be performed in Colts Neck, New Jersey, and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $17,914,200 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9032). EMR Inc.,* Niceville, Florida, is awarded $16,897,000 for firm-fixed-price task order N6945019F1000 under a previously awarded multiple award construction contract (N69450-17-D-0507) for renovations to Colmer Dining Facility Building 367 at Naval Construction Battalion Center Gulfport. Renovations include expansion of cold storage areas, improvements to electrical and mechanical systems, updated parking and architectural components. In addition, a temporary kitchen facility composed of modular units will be placed in service at a separate location. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. Work will be performed in Gulfport, Mississippi, and is expected to be completed by Nov. 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $16,897,000 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Technology Unlimited Group,* San Diego, California, is awarded a $15,059,071 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $38,798,332. All work will be performed in San Diego, California. The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0005). Harmonia Holdings Group LLC,* Blacksburg, Virginia, is awarded a $15,028,289 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $39,540,512. Work will be performed at government facilities in San Diego, California (90 percent), and at contractor facilities in Blacksburg, Virginia (10 percent). The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0004). Effecture LLC,* San Diego, California, is awarded a $14,803,612 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $38,403,117. All work will be performed in San Diego, California. The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0002). Trabus Technologies Inc.,* San Diego, California, is awarded a $14,704,521 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $38,129,755. All work will be performed in San Diego, California. The period of performance of the base award is from Nov. 16, 2018 through Nov, 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0007). Grove Resource Solutions Inc.,* Frederick, Maryland, is awarded a $14,704,521 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $39,258,893. Work will be performed at Government facilities in San Diego (90 percent) and at contractor facilities in Frederick, Maryland (10 percent). The period of performance of the base award is from Nov. 16, 2018 through Nov.15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0003). Vigor Marine LLC, Portland, Oregon, is awarded an $11,668,324 firm-fixed-price contract for a 56-calendar day shipyard availability for the regular overhaul and dry docking of USNS Rappahannock (T-AO 204). Work includes general services, structural steel repairs, repair oil leaks in both port and starboard main engines, replace ballast tank level indicators, repairs to the emergency diesel generator, tank repairs and preservation to the marine sanitation device and vacuum collection holding and transfer tanks, renew valves for the ballast system, repairs to the main seawater piping, overhaul number one main seawater cooling, pump, overhaul number three ships service diesel generator turbocharger, repairs to staterooms, ship dry-docking and undocking, preservation to the ship's underwater hull and freeboard, refurbish the hauling winch assembly and motors on station number three, refurbishment of the rollers on the sliding block/transfer head/guide and refurbishment to the kingpost for station three. The contract includes options which, if exercised, would bring the total contract value to $13,586,233. Work will be performed in Portland, Oregon, and is expected to begin on Jan. 7, 2019 and is expected to be completed by March 3, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $11,668,324 will be obligated. Funds will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with one offer received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C4001). Trandes Corp.,* Lanham, Maryland, is awarded an estimated $11,619,097 contract modification to increase the ceiling of an existing indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee and cost-reimbursement contract (N66001-15-D-0146). Support includes removal of old and installation of new commercial-off-the-shelf precision approach radar; logistics and training support; remote landing site tower generator repair; tactical air navigation systems installation support; and Marine Air Traffic Control and Landing System, and Amphibious Assault Direction System sustainment support. This modification increases the estimated value of the contract from $19,226,946 to $30,846,043. This ceiling increase does not obligate funds. Funding will be obligated via task/delivery orders, which will be placed using operations and maintenance (Navy); and other procurement (Navy) funds. This modification is issued using other than full and open competition in accordance with Federal Acquisition Regulation Subpart 6.302-1 and 10 U.S. Code 2304(c)(1) - only one responsible source. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity. Data Intelligence LLC,* Marlton, New Jersey, is awarded a $11,314,171 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $28,840,430. Work will be performed at government facilities in San Diego, California (90 percent), and at contractor facilities in Marlton, New Jersey (10 percent). The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0006). Ratcliff Construction Inc.,* Orange Park, Florida, is awarded $9,990,000 for firm-fixed-price task order N6945019F0850 under a previously awarded multiple award construction contract (N69450-18-D-1315) for consolidation and repair of Aviation Hangar 600 at Naval Station Guantanamo Bay. The work to be performed provides for complete exterior and interior repairs consisting of underutilized space in the west “lean-to” two story structure. Remotely located areas will be consolidated into renovated spaces. This includes complete renovation of Aviation Hangar 600 to include demolition of structures and repair by replacement of mechanical, electrical, plumbing and fire protection systems. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by August 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $9,990,000 are obligated on this award and will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. ARMY DRS Sustainment Systems Inc., St. Louis, Missouri, was awarded a $30,439,974 firm-fixed-price contract for small enclosure kits to support production of the Chemical Biological Protective System. 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 Nov. 15, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-3009). General Dynamics Ordnance and Tactical Systems, St. Petersburg, Florida, was awarded a $14,413,028 firm-fixed-price contract for Army Ground Mobility Vehicles and associated kits. 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 Nov. 16, 2019. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0072). VSE Corp., Alexandria, Virginia, was awarded a $13,068,557 modification (P00014) to contract W911SA-16-C-0002 for labor, equipment and transportation necessary to provide logistics readiness support services to perform and assist with property accountability, vehicle operations and supporting functions, maintenance management services, field and sustainment level maintenance, storage site operations, hands-on-training mission support, and refurbishment support at various locations in Arizona, California, Texas, Oklahoma, Nevada, Arkansas and New Mexico. Work will be performed in Mountain View, California, with an estimated completion date of Aug. 29, 2019. Fiscal 2019 other funds in the amount of $11,715,802 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort McCoy, Wisconsin, is the contracting activity. *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1693147/source/GovDelivery/

  • US Army aims to complete multidomain task force structure by FY28

    April 18, 2024 | International, C4ISR

    US Army aims to complete multidomain task force structure by FY28

    The service is planning to station its 5th Multidomain Task Force at Fort Liberty, North Carolina, and will complete formation all five MDTF units by FY28.

All news