Back to news

August 10, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - August 07, 2020

AIR FORCE

United Launch Services LLC, Centennial, Colorado, has been awarded task orders for $337,000,000 for the National Security Space Launch (NSSL) Phase 2 contract. The NSSL Phase 2 contract is a firm-fixed-price, indefinite-delivery requirements contract for launch service procurements supporting launches planned between fiscal 2022 through fiscal 2027. This launch service contract includes early integration studies, launch service support, fleet surveillance, launch vehicle production, mission integration, mission launch operations, mission assurance, spaceflight worthiness, and mission unique activities for each mission. Work will be performed in Centennial, Colorado; Cape Canaveral Space Force Station, Florida; and Vandenberg Air Force Base, California, and is expected to be completed March 2028. Future launch services and launch service support will be placed annually on subsequent task orders, and will be publically announced upon issuance. This award is the result of a competitive acquisition, and four offers were received. Fiscal 2020 space procurement funds in the amount of $337,000,000 will be obligated in the first order year for launch service and launch service support task orders to United Launch Services. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-20-D-0001).

Space Exploration Technologies Corp., Hawthorne, California, has been awarded task orders for $316,000,000 for the National Security Space Launch (NSSL) Phase 2 contract. The NSSL Phase 2 contract is a firm-fixed-price, indefinite-delivery requirements contract for launch service procurements supporting launches planned between fiscal 2022 through fiscal 2027. This launch service contract includes early integration studies, launch service support, fleet surveillance, launch vehicle production, mission integration, mission launch operations, mission assurance, spaceflight worthiness, and mission unique activities for each mission. Work will be performed in Hawthorne, California; Cape Canaveral Space Force Station, Florida; and Vandenberg Air Force Base, California, and is expected to be completed March 2028. Future launch services and launch service support will be placed annually on subsequent task orders, and will be publically announced upon issuance. This award is the result of a competitive acquisition, and four offers were received. Fiscal 2020 space procurement funds in the amount of $316,000,000 will be obligated in the first order year for launch service and launch service support task orders to Space Exploration Technologies Corp. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA2211-20-D-0002).

BAE Systems Information and Electronic Systems Integration, Greenlawn, New York, has been awarded an estimated $144,000,000 five-year firm-fixed-price requirements contract for common avionics and electronic components applicable to B1-B, ASQ-151, APX-113, ALQ-172, USM-464, AN/ALQ-155, ALQ-161, USM-638, B-52 platforms. This contract provides for sustainment of spares/buys, repairs and engineering services related to various systems and components that are sole source to BAE. Work will be performed in Greenlawn, New York; San Diego, California; and Nashua, New Hampshire, and is expected to be completed March 22, 2026. This award is the result of a sole-source acquisition. Fiscal 2020 Consolidated Sustainment Activity Group funds will be used, but no funds are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8538-20-D-0008).

J G Contracting, Nipomo, California, has been awarded a $55,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for simplified acquisition of base engineering requirements. The contract provides all management, labor, material, equipment, transportation, supervision and minimal designs to accomplish numerous, concurrent projects for a broad range of maintenance, repair and minor construction work. Work will be performed at Edwards Air Force Base, California; and Air Force owned/operated facilities located at Plant 42 in Palmdale, California, and is expected to be completed July 31, 2025. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2020 operations and maintenance funds in the amount of $142,743 are being obligated at the time of award. The Directorate of Contracting, Edwards AFB, California, is the contracting activity (FA9301-20-D-0004).

Apogee Research LLC,* Arlington, Virginia, has been awarded a $41,663,526 cost-plus-fixed-fee modification (P00001) to contract FA8750-20-C-1510 for deliverables that include software and technical reports. The contract modification is for the development and testing of technologies to enable the transition of system technology integration tool chain for heterogeneous electronic systems. This will allow capabilities to rapidly integrate into new mission capabilities for interoperability within and across Department of Defense platforms. Work will be performed in Arlington, Virginia; Menlo Park, California; Woburn, Massachusetts; and Malden, Massachusetts, and is expected to be completed July 31, 2025. Fiscal 2020 research, development, test and evaluation funds in the amount of $489,650 are being obligated at the time of award. Total cumulative face value of the contract is $48,250,998. Air Force Research Laboratory, Rome, New York, is the contracting activity.

Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $21,948,817 cost-plus-award-fee task order under the ground subsystems sustainment contract for the Minuteman III Fast Rising B-Plug service life extension. Work will be performed in Layton, Utah, and is expected to be completed Nov. 17, 2022. Fiscal 2020 research, development, test and evaluation funds in the amount of $3,356,951 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8204-20-F-0077).

NAVY

BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, is awarded an $83,501,649 firm-fixed-price contract for the execution of USS Carney (DDG 64) fiscal 2020 extended dry-docking selected restricted availability and the USS Winston Churchill (DDG 81) fiscal 2021 depot modernization period. These availabilities will include a combination of maintenance, modernization and repair for both the USS Carney and USS Winston Churchill. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $211,604,822. Fiscal 2020 operations and maintenance (Navy); and other procurement (Navy) funding in the amount of $83,501,649 are obligated at time of award, $66,389,135 of which will expire at the end of the current fiscal year. Work will be performed in both Jacksonville, Florida, and is expected to be complete by July 2022. This contract was competitively solicited via the Federal Business Opportunities website with one offer received in response to Solicitation No. N00024-19-R-4468. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $77,400,000 undefinitized contract modification (P00041) to previously awarded cost-plus-fixed-fee contract N00019-17-C-0001. This modification provides for the development and installation of flight test instrumentation on one F-35B Lot 14 aircraft and one F-35C Lot 14 aircraft for government testing in support of the F-35 program. Work will be performed in Fort Worth, Texas (65%); Palmdale, California (32%); Grenaa, Denmark (2%); and Hoogerheide, Netherlands (1%), and is expected to be completed in June 2023. Fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $23,255,516; and non-Department of Defense funds in the amount of $6,088,968 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.

Black Construction-Tutor Perini JV, Barrigada, Guam, is being awarded firm-fixed-price task order N62742-20-F-9924 at $44,093,863 under a multiple award construction contract for design and construction of explosive ordnance compound facilities at Naval Base Guam. The work to be performed provides for the design and construction of a consolidated operations facility, maintenance facility, armory and multipurpose/training facility. The options, if exercised, provide for a civil engineering support equipment canopy, a service craft and boat accounting report canopy, electronic security systems, audiovisual equipment, furniture fixtures and equipment, munitions and explosives of concern and material potentially presenting an explosive hazard work and additional concrete piles. The task order also contains eight unexercised options, which if exercised, would increase cumulative task order value to $50,937,800. Work will be performed in Apra Harbor, Guam, and is expected to be completed by December 2022. Fiscal 2020 military construction (Navy) contract funds in the amount of $44,093,863 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-D-1328).

PrimeTech International Inc.,* North Kansas City, Missouri, is being awarded a $19,185,938 firm-fixed-price, time-and-materials bridge contract for a six-month base period with three one-month option periods for logistics services to manage, support and operate the Marine Corps Consolidated Storage Program warehouse network. Work will be performed in Barstow, California (23%); Camp Lejeune, North Carolina (18%); Camp Pendleton, California (13%); Okinawa, Japan (10%); Miramar, California (9%); Camp Geiger, North Carolina (7%); Twenty-nine Palms, California (4%); Cherry Point, North Carolina (4%); Kaneohe Bay, Hawaii (3%); Yuma, Arizona (2%); Beaufort, South Carolina (2%); Iwakuni, Japan (2%); New River, North Carolina (2%); and Bridgeport, California (1%). Work is expected to be completed June 2021. Fiscal 2020 overseas contingency operations funds in the amount of $12,623,942; and operations and maintenance funds (Marine Corps) in the amount of $161,657.82 will be obligated at the time of award and funds will be made available for each option period which will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-20-P-2004).

Pole/Zero Acquisition Inc., West Chester, Ohio, was awarded an $8,858,994 modification (P00005) to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract N68335-18-D-0050. This modification increases the ceiling of the contract to provide for the production and delivery of up to 12 additional Ultra High Frequency (UHF) Antenna Interface Units (AIUs); 22 Very/Ultra High Frequency (V/UHF) AIUs; 12 UHF AIU Communications Tray (COMM-Tray); and 18 V/UHF AIU COMM-Tray assemblies and subassemblies in support of the P-8A aircraft. Work will be performed in West Chester, Ohio, and is expected to be completed in March 2023. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. (Awarded July 27, 2020)

DEFENSE HEALTH AGENCY

Ernst & Young LLP, New York, New York (HT0011-16-F-0014), was awarded a fourth year option to a five year contract (one-year base and four option periods) with an estimated value of $61,223,977 to support the Defense Health Agency (DHA) with a period of performance from Aug. 8, 2020, through Aug. 7, 2021. This non-personal services contract provides audit readiness support. The contractor provides all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform audit readiness support. The Financial Operations Directorate (J-8), Defense Health Program Financial Reporting & Compliance Division has a continuing need for the services. Exercising the fourth option is the most advantageous method of fulfilling the government's need with regards to price efficiency, past performance and experience. Ernst & Young's performance is satisfactory and fulfills the contract's needs. The fourth year option will be funded with fiscal 2020 operations and maintenance funding in amount of $13,218,137. The DHA Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

ARMY

Rhoads Industries, Philadelphia, Pennsylvania, was awarded a $49,000,000 firm-fixed-price contract to furnish construction related industrial support services to the Naval Surface Warfare Center, Philadelphia Division. 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 Aug. 6, 2025. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-20-D-0009).

Duopross Meditech Corp.,* Farmingdale, New York, was awarded a $48,310,000 firm-fixed-price contract for safety needles/syringes in support of the COVID-19 pandemic response and Operation Warp Speed. V Bids were solicited via the internet with 16 received. Work will be performed in Farmingdale, New York, with an estimated completion date of Aug. 2, 2021. Fiscal 2020 public health and social services emergency funds in the amount of $48,310,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-20-C-0045). (Awarded Aug. 3, 2020)

Bates Engineers/Contractors Inc.,* Bainbridge, Georgia, was awarded a $46,000,000 firm-fixed-price contract for rehabilitation/modernization of buildings, new building construction, demolition, paving, grading, drainage, excavation, clearing and grubbing, utility work of all types, environmental permitting related to construction, incidental design related to construction efforts, site safety and health efforts and field investigations related to construction projects for the North Alabama Area Office Region. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 6, 2025. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-D-0072).

Pacific Federal Contractors LLC, Honolulu, Hawaii, was awarded a $20,402,508 firm-fixed-price contract for construction of a single 61,800 square-foot hangar bay addition at Joint Base Pearl Harbor-Hickam. Bids were solicited via the internet with two received. Work will be performed at Joint Base Pearl Harbor-Hickam, Hawaii, with an estimated completion date of March 6, 2022. Fiscal 2019 military construction (Air Force) funds in the amount of $20,402,508 were obligated at the time of the award. National Guard Bureau, Arlington, Virginia, is the contracting activity (W912J6-20-C-0001).

Cardinal Health Inc., Dublin, Ohio, was awarded a $14,826,870 firm-fixed-price contract for safety needles/syringes in support of the COVID-19 pandemic response and Operation Warp Speed. Bids were solicited via the internet with 16 received. Work will be performed in Dublin, Ohio, with an estimated completion date of Aug. 3, 2021. Fiscal 2020 public health and social services emergency funds in the amount of $14,826,870 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-20-C-0044). (Awarded Aug. 4, 2020)

J. F. Brennan Company Inc.,* La Crosse, Wisconsin, was awarded a $13,617,770 firm-fixed-price contract for dredging of Duluth-Superior Harbor. Bids were solicited via the internet with three received. Work will be performed in Superior, Wisconsin, with an estimated completion date of Nov. 22, 2022. Fiscal 2020 civil construction funds in the amount of $13,617,770 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W911XK-20-C-0017).

Gold Coast Medical Supply L.P.,* Camarillo, California, was awarded a $13,575,307 firm-fixed-price contract for safety needles/syringes in support of the COVID-19 pandemic response and Operation Warp Speed. Bids were solicited via the internet with 16 received. Work will be performed in Camarillo, California, with an estimated completion date of Aug. 2, 2021. Fiscal 2020 public health and social services emergency funds in the amount of $13,575,307 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-20-C-0047). (Awarded Aug. 3, 2020)

HTL-Strefa Inc.,* Marietta, Georgia, was awarded a $12,330,000 firm-fixed-price contract for safety needles/syringes in support of the COVID-19 pandemic response and Operation Warp Speed. Bids were solicited via the internet with 16 received. Work will be performed in Marietta, Georgia, with an estimated completion date of Aug. 2, 2021. Fiscal 2020 public health and social services emergency funds in the amount of $12,330,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-20-C-0049). (Awarded Aug. 3, 2020)

Quality Impact Inc.,* Foster City, California, was awarded an $8,800,000 firm-fixed-price contract for safety needles/syringes in support of the COVID-19 pandemic response and Operation Warp Speed. Bids were solicited via the internet with 16 received. Work will be performed in Foster City, California, with an estimated completion date of Aug. 2, 2021. V Fiscal 2020 public health and social services emergency funds in the amount of $8,800,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-20-C-0050). (Awarded Aug. 3, 2020)

CORRECTION: The 50,998,450 firm-fixed-price contract announced on July 31, 2020, to Duke Energy Progress LLC, Raleigh, North Carolina (W9124J-20-F-0052), to furnish financing, personnel, management, supplies, equipment, transportation and any other items and services not government furnished to install the energy conservation measures to meet Fort Bragg's energy goals and objectives, was actually awarded on Aug. 6, 2020.

U.S. SPECIAL OPERATIONS COMMAND

Airbus DS Military Aircraft Inc., Mobile, Alabama, was awarded a $10,000,000 maximum ceiling firm-fixed-price contract (H92241-20-C-0005) in support of U.S. Army Special Operations Aviation Command for the sustainment and modernization of five CASA 212-200 CC60 aircraft with new avionics suites and aircraft maintenance refreshes. Fiscal 2020 operations and maintenance funds in the amount of $8,759,134 are being obligated at the time of award. The majority of the work will be performed in Mobile, Alabama, and is expected to be completed by August 2023. This contract is a non-competitive award and is in accordance with Federal Acquisition Regulation 6.302.1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2305454/source/GovDelivery/

On the same subject

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

    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/

  • Air Force Research Laboratory Tests UAS Traffic Control System

    April 29, 2019 | International, Aerospace

    Air Force Research Laboratory Tests UAS Traffic Control System

    Mike Rees The Air Force Research Laboratory (AFRL) has announced that, in conjunction with the Ohio Unmanned Aircraft Systems Center, it will begin testing groundbreaking aviation technology at the Springfield-Beckley Municipal Airport. The Federal Aviation Administration (FAA) recently confirmed that new technology developed in collaboration between AFRL and the State of Ohio – called SkyVision – safely, accurately, and effectively allows UAS to detect and avoid other aircraft while in flight. The validation of this aviation technology led the FAA to grant AFRL a certificate of authorization to test defense-related drone technology without reliance on a visual observer or chase aircraft. Typically, drones can only fly within the uninterrupted line of sight of the person operating the UAS, but this special waiver allows AFRL and the Ohio UAS Center, which is part of the Ohio Department of Transportation's DriveOhio Initiative, to use SkyVision to test drones beyond the visual line of sight within a 200 square-mile parcel of unrestricted airspace near the Springfield-Beckley Municipal Airport. “As our country steps more and more into the unmanned age of flight, this technology is on the forefront of the aviation frontier, making Ohio a critical national asset for the research and development of UAS technology,” said Ohio Governor Mike DeWine. “This also opens the door for commercial companies to work with Ohio, AFRL, and the FAA to test their own UAS-related technology using our SkyVision detection system. This is a major step in revolutionizing the transportation industry, with Ohio leading the way in aerospace, defense, and aviation innovation.” “This is an important development in the progression of unmanned aircraft,” said Major General William Cooley, Commander of AFRL at Wright-Patterson Air Force Base. “This waiver provides the latitude to test beyond-line-of-sight keeping AFRL on the leading edge of world-class research and accelerates the delivery of technology that makes a difference to the warfighter.” “By enabling our lower-altitude airspace for advanced modes of transportation, we'll be able to facilitate new opportunities around advanced autonomous aircraft research and development,” said Lt. Governor Husted. “This will bring investment to Ohio and solidifies Ohio's position as a world-recognized leader in aviation technology.” Ohio's SkyVision detection system could potentially be used by the state to develop and test UAS technology to assist citizens in the event of a natural disaster or to significantly enhance the capability of search and rescue teams to find missing persons in time-critical situations. Commercial companies, such as those looking to use drones to survey damaged infrastructure or hoping to launch drone commerce operations, will also now have incentive to move to Ohio to test their own UAS technology. VyrtX, a company based out of Dayton, is among the first companies that has committed to expand into Springfield to work with AFRL and the Ohio UAS Center. VyrtX is currently developing technology for the potential transport of organ donations between hospitals for transplant surgeries. UAS test flights will take place at heights ranging from 1,000 feet above ground to 10,000 feet mean sea level. Air traffic control experts from the Ohio UAS Center will operate SkyVision during each flight. The SkyVision detection system is located within a mobile unit so that it can be flexibly placed in optimum positions for each flight. “Today's announcement comes after years of hard work and collaboration among an incredible group of partners,” said Jeff Hoagland, President and CEO of the Dayton Development Coalition. “AFRL and Ohio had a bold vision to bring UAS into the national airspace for true beyond-visual-line-of-sight flight. The work done here will shape the industry for years to come.” The State of Ohio and AFRL both invested a combined $5 million for the research and development of SkyVision. Supported by the Ohio Department of Transportation, DriveOhio works to ensure Ohio's regulatory environment and public policies are conducive to the development of the infrastructure and technologies needed for smart mobility. AFRL and a delegation of Ohio UAS industry experts will showcase the SkyVision system at AUVSI Xponential in Chicago. https://www.unmannedsystemstechnology.com/2019/04/air-force-research-laboratory-tests-uas-traffic-control-system/

  • Javelin missile: Made by the US, wielded by Ukraine, feared by Russia

    May 13, 2022 | International, Land

    Javelin missile: Made by the US, wielded by Ukraine, feared by Russia

    The American-made FGM-148 Javelin has been making mincemeat of T-72s and T-90s in Ukraine, according to reports.

All news