Back to news

April 30, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - April 29, 2020

ARMY

FN America LLC, Columbia, South Carolina (W56HZV-20-D-0024); and Colt's Manufacturing Co. LLC, West Hartford, Connecticut (W56HZV-20-D-0025), will compete for each order of the $383,311,941 firm-fixed-price contract to provide M16A4 rifles for Foreign Military Sales (Afghanistan, Grenada, Iraq, Lebanon and Nepal). 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 April 28, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Travis Association for the Blind, Austin, Texas, was awarded a $12,483,935 modification (P00004) to contract W56HZV-18-C-0067 to support repairing, cleaning, warehousing and distribution of organizational clothing and individual equipment. Bids were solicited via the internet with one received. Work will be performed in Austin, Texas, with an estimated completion date of April 30, 2021. Fiscal 2020 operations and maintenance, Army funds in the amount of $12,483,935 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Cepheid, Sunnyvale, California, was awarded a $9,933,000 firm-fixed-price contract (W911QY-20-P-0154) for up to 333,000 COVID-19 assays. Bids were solicited via the internet with one received. Work will be performed in Sunnyvale, California, with an estimated completion date of March 31, 2021. Fiscal 2020 operations and maintenance, Army funds in the amount of $9,933,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. (Awarded April 27, 2020)

Manson Construction Co., Seattle, Washington, was awarded a $7,675,998 modification (P00002) to contract W912P8-20-C-0010 to exercise option hours for the dredge Glenn Edwards. Work will be performed in Plaquemines Parish, Louisiana, with an estimated completion date of Sept. 30, 2020. Fiscal 2020 civil operations and maintenance funds in the amount of $7,675,998 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity.

DEFENSE LOGISTICS AGENCY

American Water Military Services LLC, Camden, New Jersey, has been awarded a maximum $70,000,000 modification (P00001) to a 50-year contract (SP0600-19-C-8327) with no option periods for additional wastewater utility system construction, repair and replacement work at Target Hill Wastewater Treatment Plant, U.S. Army Garrison West Point, New York. This is a fixed-price contract. Locations of performance are New Jersey and New York, with a Sept. 30, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through 2020 Army military construction funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Raytheon Co., Andover, Massachusetts, has been awarded a maximum $13,688,190 firm-fixed-price, one-time purchase contract for radomes. 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 two-year base contract with no option periods. Location of performance is Massachusetts, with a March 31, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-20-C-0023).

UPDATE: Werres Corp., Frederick, Maryland (SPE8EC-20-D-0058) has been added as an awardee to the multiple-award contract for commercial material handling equipment, issued against solicitation SPE8EC-17-R-0002 and awarded June 9, 2017.

AIR FORCE

Raytheon Missile Systems, Tucson, Arizona, has been awarded a not-to-exceed $32,780,869 fixed-price-incentive-fee, undefinitized contract action for StormBreaker Lot 6 Contract Line Identification Number 6001 - All Up Round (AUR); Simmonds Precision Product and multicut. This contract provides for Simmonds Precision Product and multicut material and labor for parts used in a StormBreaker AUR. Work will be performed in Tucson, Arizona, and is expected to be completed by Nov. 21, 2022. This award is the result of a sole-source acquisition. Fiscal 2020 missile procurement funds in the amount of $6,612,745 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8672-20-C-0005). (Awarded April 28, 2020)

NAVY

Physical Optics Corp.,* Torrance, California, is awarded a $17,783,583 cost-plus-fixed-fee order (N68335-20-F-0001) against previously issued basic ordering agreement N68335-19-G-0041. This order provides non-recurring engineering for the production, test, integration and delivery of the T-45 Head-Up Display (HUD) and its associated internal software. Work will be performed in Torrance, California, and also provides airworthiness substantiation and supports the joint software support activity lab and government flight test demonstration for the HUD. This is a Small Business Innovation Research (SBIR) Phase III for research and development performed under the SBIR Topic Numbers N091-003, N152-096 and 04-A-A1.01. Work is expected to be complete by April 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $1,166,435; fiscal 2019 fiscal aircraft procurement (Navy) funds in the amount of $16,387,148; and fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $230,000 will be obligated at time of award, $230,000 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Vectrus J&J Facilities Support LLC, Colorado Springs, Colorado, is awarded a $17,090,690 indefinite-delivery/indefinite-quantity contract for base operating support (BOS) services at Naval Air Station Patuxent River, Patuxent River, Maryland; Webster Field, St. Inigoes, Maryland; Solomons Annex, Solomons, Maryland; and Point Lookout, St. Mary's County, Maryland. The maximum dollar value including the base period and seven option periods is $190,007,916. All work will be performed in Calvert County (8%) and St. Mary's County (92%), Maryland. The BOS services to be performed include: general information, management and administration, airfield facilities, facilities support including facility management; facility investment; integrated solid waste management; other (swimming pools); special events; and utility management, wastewater, water and environmental services. Work is expected to be complete by June 2028. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $17,090,690 for recurring work will be obligated on an individual task order issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, and seven proposals were received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-D-0009).

CFM International, West Chester, Ohio, is awarded a $13,582,486 modification (P00172) to a previously awarded firm-fixed-price contract (N00019-18-C-1071). This modification exercises an option to procure one CFM56-7B27AE commercial-off-the-shelf engine for the government of the United Kingdom. Work will be performed in Villaroche, France (50%); and Durham, North Carolina (50%), and is expected to be complete by April 2021. Foreign Military Sales funds in the amount of $13,582,486 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.

DEFENSE COMMISSARY AGENCY

Jones Lang LaSalle Americas Inc., Chicago, Illinois, is being awarded a $9,940,010 hybrid-fixed-price, time and materials schedule task order for whole facilities maintenance at various commissaries located in the U.S. and its territories. The task order is for a one-year base period beginning July 1, 2020. The task order includes four one-year option periods. If all options are exercised, the task order will be completed June 30, 2025. Quoters were solicited on the General Services Administration eBuy website, available to 03FAC contract holders, five quotes were received. The Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio, Lackland, Texas, is the contracting activity (HDEC03-20-F-0028).

Jones Lang LaSalle Americas Inc., Chicago, Illinois, is awarded a $9,632,375 hybrid-fixed- price, time and materials schedule task order for whole facilities maintenance at various commissaries located in the U.S. and its territories. The task order is for a one-year base period beginning July 1, 2020. The task order includes four one-year option periods. If all four option periods are exercised, the task order will be completed June 30, 2025. Quoters were solicited on the General Services Administration eBuy website, available to 03FAC contract holders, five quotes were received. The Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio, Lackland, Texas, is the contracting activity (HDEC03-20-F-0027).

Nelson Refrigeration Inc., La Vista, Nebraska, is awarded an $8,840,133 hybrid-fixed-price, time and materials schedule task order for whole facilities maintenance at various commissaries located in the U.S. and its territories. The task order is for a one-year base period beginning July 1, 2020. The task order includes four one-year option periods. If all four option periods are exercised, the task order will be completed June 30, 2025. Quoters were solicited on the General Services Administration eBuy website, available to 03FAC contract holders, five quotes were received. The Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio, Lackland, Texas, is the contracting activity (HDEC03-20-F-0033).

J&J Worldwide Services, Austin Texas, is awarded a $7,822,654 hybrid-fixed price, time and materials schedule task order for whole facilities maintenance at various commissaries located in the U.S. and its territories. The task order is for a one-year base period beginning July 1, 2020. The task order includes four one-year option periods. If all four option periods are exercised, the task order will be completed June 30, 2025. Quoters were solicited on the General Services Administration eBuy website, available to 03FAC contract holders, five quotes were received. The Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio, Lackland, Texas, is the contracting activity (HDEC03-20-F-0030).

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2170148/source/GovDelivery/

On the same subject

  • Stingy intel-sharing a ‘recipe for losing,’ Space Force’s Miller says

    May 7, 2024 | International, Land

    Stingy intel-sharing a ‘recipe for losing,’ Space Force’s Miller says

    "The United States does not go into conflict alone," Lt. Gen. David Miller said at the GEOINT conference. "Check your history. It does not happen."

  • Contract Awards by US Department of Defense - March 12, 2019

    March 15, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - March 12, 2019

    NAVY Northrop Grumman Systems Corp. - Marine Systems, Sunnyvale, California, is awarded a $273,053,534 cost-plus incentive-fee, cost-plus-fixed-fee, firm-fixed-price contract 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. Work will be performed in Sunnyvale, California (55 percent); Ridgecrest, California (20 percent); Cape Canaveral, Florida (10 percent); Bangor, Washington (5 percent); Kings Bay, Georgia (5 percent); Barrow-In-Furness, England (2 percent); New London, Connecticut (1 percent); Quonset Point, Rhode Island (1 percent); and Arlington, Virginia (1 percent), and is expected to be completed by March 31, 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $39,631,234 will be obligated on this award. Fiscal 2019 United Kingdom Common funding in the amount of $24,369,442 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract was not competitively solicited pursuant to 10 U.S. Code. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-19-C-0015). Lockheed Martin Corp. Missile and Fire Control, Orlando, Florida, is awarded an $84,108,050 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to perform design and development studies, technology demonstrations and engineering services for rapid technology development for the Joint Air-to-Surface Standoff Missile, Long Range Anti-Ship Missile, Joint Air-to-Ground Missile and Hellfire baseline weapon systems. Work will be performed in Orlando, Florida, and is expected to be completed in March 2024. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $4,584,507 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0020). Smartronix Inc., Hollywood, Maryland, is awarded a $72,374,593 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides information management and information technology support services to sustain the analysis, design, development, integration, test, deployment and operations of information technology systems and services. This contract includes help desk, software engineering, financial and business application, server operations, application hosting, desktop, audiovisual and video teleconferencing support services. Work will be performed in China Lake, California (80 percent); and Point Mugu, California (20 percent), and is expected to be completed in March 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; six offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0027). Ch2m Hill Inc., Englewood, Colorado, is awarded a $68,000,000 cost-plus-award-fee modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for comprehensive long-term environmental architect-engineering services on Navy and Marine Corps installations at sites in the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility. The work to be performed provides for architectural and engineering services to provide program management and technical environmental services in support of the Department of the Navy's Environmental Restoration Program, Munitions Response Program, and other similar programs at any Navy and Marine Corps activity in the area of responsibility covered by NAVFAC Atlantic. After award of this modification, the total cumulative contract value will be $308,000,000. Work will be performed primarily in Puerto Rico (35 percent); California (18 percent); Virginia (15 percent); Washington (12 percent), North Carolina (8 percent); Maryland (7 percent); Mississippi (3 percent); and Washington, District of Columbia (2 percent), and is expected to be completed by March 2020. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by environmental restoration, (Navy). The contractor was chosen using federal acquisition regulation Part 36, Architect-Engineer Services on an unrestricted basis. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (contract number N62470-16-D-9000). Kiewit Infrastructure West Co., Honolulu, Hawaii, is awarded a $64,993,500 firm-fixed-price contract for P-704 Sewer Lift Station and Relief Sewer Lines, Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed provides for two major components. The first component is a new wastewater pump station to replace existing pump station SY-001. The second component is a new gravity sewer main along South Avenue that replaces an existing gravity trunk sewer. A new pump station and gravity sewer line are required to accommodate the anticipated increase in wastewater flows from proposed shore activities within the existing pump station SY-001 collection area and to accommodate peak wet-weather flows with the required level of redundancy. Work will be performed in Oahu, Hawaii, and is expected to be completed by June 2021. Fiscal 2017 military construction (Navy) contract funds in the amount of $64,993,500 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 five proposals received. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-19-C-1515). Joyce & Associates Construction Inc.,* Newport, North Carolina (N40085-19-D-8044); Olympic Enterprises Inc.,* Hubert, North Carolina (N40085-19-D-8045); Owens Construction Inc.,* Beaufort, North Carolina (N40085-19-D-8046); Pyramid Contracting LLC,* Irmo, South Carolina (N40085-19-D-8047); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-19-D-8048), are being awarded a $40,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for maintenance and repair project. Work will be performed at Marine Corps Base Camp Lejeune, North Carolina, and the surrounding area. Joyce & Associates Construction Inc. is being awarded an initial task order of $498 for the head repairs at Building 1747 at Camp Lejeune, North Carolina. Work is expected to be completed by July 2019. The term of the contract is not to exceed 60 months, with an expected completion date of March 2024. Fiscal 2019 operations and maintenance, (Marine Corps) (O&M,MC) contract funds in the amount of $498 are obligated on this award and will expire at the end of fiscal 2019. Future task orders will be primarily funded by O&M,MC. This contract was competitively procured via the Navy Electronic Commerce Online website with 12 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Burns & McDonnell Engineering Co., Inc., Kansas City, Missouri, is awarded a maximum amount $20,000,000 indefinite-delivery/indefinite-quantity, architect-engineering contract for architect-engineer (AE) services for various fire protection projects at various locations in all areas under the cognizance of Naval Facilities Engineering Command (NAVFAC), Pacific. The work to be performed provides for architect-engineer fire protection services with associated multi-discipline architect-engineer support services. AE fire protection services include, but are not limited to, design and engineering services for preparation of technical reports including conducting engineering investigations and concept studies; fire protection design features including life safety analysis, building and fire code analysis, including water supply analysis at proposed project sites, etc.; design-build request for proposal documents; design-bid-build construction documents; construction estimates; operations and maintenance manuals; record drawings; shop drawing reviews and other construction submittal review; technical review of design plans and specification prepared by architecture/engineering firms and government forces; water flow testing; final acceptance testing of all types of installed fire protection systems; post construction award services; and other miscellaneous services. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force, and other government facilities within the NAVFAC Pacific area of responsibility including but not limited to Guam and the Northern Marianas Islands (70 percent); Australia (20 percent); and Hawaii (10 percent). The term of the contract is not to exceed 60 months, with an expected completion date of March 2024. Fiscal 2017 military construction (MILCON), (planning and design) contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-D-0006). NCS/EML SB JV LLC,* Louisville, Kentucky, is awarded an $11,981,174 indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Air Station Whiting Field and outlying areas. The work to be performed to include facility investment, pest control, other (swimming pools), grounds maintenance and landscaping, pavement clearance, utilities management, electrical, wastewater, water, base support vehicles and equipment, and other related services. The maximum dollar value including the base period and seven option years is $96,721,878. Work will be performed in Milton, Florida (67 percent); and outlying areas (33 percent), and is expected to be completed by March 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 working capital funds (Navy); fiscal 2019 Defense Health Program; and fiscal 2019 family housing operation and maintenance (Navy) contract funds in the amount of $8,359,610 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-1740). DEFENSE SECURITY SERVICE iWorks Corp., Reston, Virginia, was awarded a $48,980,260.80 firm-fixed-price contract for the Defense Security Service (DSS) Vetting Risk Operations Center (VROC) and Consolidated Adjudications Facility (CAF) Personnel Security Support Services. The contract provides for the Personnel Security Support Services to assist in successfully executing the vetting mission for the Defense Vetting Directorate. Work will be performed at the DSS VROC office located in Hanover, Maryland; and the Department of Defense CAF office in Ft. Meade, Maryland, with an expected completion date of Feb. 4, 2024. Fiscal 2019 operations and maintenance funding in the amount of $7,310,770 are being obligated at time of award. This contract was a competitive acquisition and multiple proposals were solicited on government-wide point of entry (https://www.fbo.gov) and four proposals were received. The Defense Security Service Office of Acquisitions, Quantico, Virginia, is the contracting activity (HS0021-19-C-0001). DEFENSE LOGISTICS AGENCY Honeywell International Inc., Clearwater, Florida, has been awarded a maximum $12,788,000 firm-fixed-price contract for Inertial Navigation Systems. 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 one one-year option period. The option is being exercised at time of award. Location of performance is Florida, with a June 22, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0116). Honeywell International Inc., Clearwater, Florida, has been awarded a $7,724,728 firm-fixed-price contract for Inertial Navigation Kits. This is a 22-month base contract with one one-year option period. The option was exercised at time of award. This was a competitive acquisition with one response received. Location of performance is Florida, with a Jan. 2, 2021, 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-0099). (Awarded March 8, 2019) R. B. Allen Co., Inc., North Hampton, New Hampshire, has been awarded a maximum $7,531,007 requirements contract for casualty control communication systems to include technical data, training, testing, and shipping. 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 base contract with four one-year option periods. Location of performance is New Hampshire, with a March 18, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy capital improvement program funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A8-18-D-0001). UPDATE: Globe Trailer Manufacturing Inc., Bradenton, Florida (SPE8EC-19-D-0039) has been added as an awardee to the multiple-award contract for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008, announced April 20, 2017. ARMY ExpFederal Inc., Chicago, Illinois, was awarded an $11,254,947 firm-fixed-price contract for electrical safety assessments, repairs program, materials management and control services for U.S. Forces-Afghanistan. Bids were solicited via the internet with 12 received. Work will be performed in Bagram, Afghanistan, with an estimated completion date of March 11, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $11,254,947 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-C-0008). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1783465/

  • US Marine Corps begins developing smaller pre-positioning ship

    June 28, 2023 | International, Naval

    US Marine Corps begins developing smaller pre-positioning ship

    Marines want a smaller alternative to the Large, Medium-speed Roll-on/Roll-off ships of today to better sustain distributed operations in the 2030s.

All news