Back to news

August 17, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - August 14, 2020

AIR FORCE

Lockheed Martin Corp., Fort Worth, Texas, has been awarded a $62,000,000,000 ten-year, indefinite-delivery/indefinite-quantity (IDIQ), fixed-price-incentive contract for new production of F-16 Foreign Military Sale (FMS) aircraft. The total value for the initial delivery order is $4,941,105,246 and will be awarded on the same date. The initial delivery order is for 90 aircraft, including both the pre-priced recurring core configuration costs at $2,862,797,674 and the engineering change proposal/undefinitized contract action for the non-recurring costs not-to-exceed $2,078,307,572 obligated at approximately $1,018,370,710. Work will be primarily performed in Greenville, South Carolina; and Fort Worth, Texas, and is expected to be completed Dec. 31, 2026. This contract involves 100% FMS to FMS partner nations and is the result of a sole-source acquisition. FMS funds in the amount of $3,881,168,384 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (Basic IDIQ: FA8615-20-D-6052; initial delivery order: FA8615-20-F-0001).

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a not-to-exceed $188,866,819 undefinitized contract action for Belgium MQ-9B SkyGuardian procurement. This contract provides for four MQ-9B unmanned air vehicles, two Certifiable Ground Control Stations, spares and support equipment. Work will be performed in Poway, California, and is expected to be completed March 31, 2024. This contract involves Foreign Military Sales (FMS) to Belgium and is the result of a sole-source acquisition. FMS funds in the amount of $94,341,260 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8689-20-C-2013).

Consortium Management Group Inc., Washington, D.C., has been awarded a $98,567,402 other transaction agreement for resilient embedded Global Positioning System/Inertial Navigation System prototype development. This agreement provides for rapid prototyping activity that includes development of detailed design prototypes, production representative prototypes, non-recurring engineering, contractor travel and the development of a technical data package. Work will be performed in Washington, D.C.; and Huntsville, Alabama, and is expected to be completed March 30, 2023. This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $30,000,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8576-20-9-0001).

Kaman Precision Products, Inc., Orlando, Florida, has been awarded a $57,334,714 firm-fixed-price contract for joint programmable fuze-152s. This contract provides a cockpit-selectable bomb fuze employed in MK-80 series warheads (both guided and unguided variations). Work will be performed in Orlando, Florida, and is expected to be completed by July 2024. This contract involves Foreign Military Sales for 25 countries. This award is the result of a sole-source acquisition. Fiscal 2018 ammunition procurement funds and special Defense acquisition funds in the amount of $57,334,714 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-20-C-0005).

Bowhead Professional and Technical Solutions LLC,* Springfield, Virginia, has been awarded a $16,362,847, firm-fixed-price contract for flying training operations support. This contract provides air education and training command fighter training and special operations forces, as well as personnel recovery training units, aircrew training support and standardization and evaluation support. Work will be performed at Fairchild Air Force Base, Washington; Eglin AFB, Florida; Holloman AFB, New Mexico; Luke AFB, Arizona; Kirtland AFB, New Mexico; and Kingsley Field Air National Guard Base, Oregon, and is expected to be completed August 2025. This award is the result of a sole-source acquisition. Fiscal 2020 operations and maintenance funds in the amount of $3,270,680 are being obligated at the time of award. The Air Force Installation Contracting Center, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-20-C-0019).

Textron Aviation Defense LLC, Wichita, Kansas, has been awarded an $11,312,199, multiple-contract-type, firm-fixed-price, cost-plus-fixed-fee modification (P00079) to contract FA8617-17-C-6211 for the Joint Primary Aircraft Training System T-6, Sustaining Engineering and Program Management, Enhanced Onboard Oxygen Generating System. Work will be performed in Wichita, Kansas, and is expected to be completed Aug. 11, 2021. This award is the result of a sole-source acquisition. Fiscal 2020 operations and maintenance funds in the amount of $11,312,199 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8617-17-C-6211).

Cromulence LLC, Melbourne, Florida, has been awarded a $9,912,581 cost-plus-fixed-fee contract for software and hardware deliverables. This contract provides for research, design, development, testing, demonstration, integration and delivery of integrated software and hardware cyber capabilities that will raise awareness of cyber risks of space systems. A "Space Security Challenge 2020: Hack-a-Sat" competition will be held to bridge the security knowledge gap between space and cyber security communities. Work will be performed in Melbourne, Florida, and is expected to be completed Aug. 14, 2025. This award is the result of a competitive acquisition and two offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,200,000 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-1528).

AJ Commercial Services Inc., San Antonio, Texas has been awarded a ceiling $7,000,000 indefinite-delivery/indefinite-quantity contract for exterior and interior painting. This contract has a five-year ordering period and includes the, furnishing all plant, materials, labor, equipment and all operations in connection with the exterior and interior painting. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed Aug. 13, 2025. This award is the result of a competitive acquisition and 11 offers were received. Fiscal 2020 operations and maintenance funds in the amount of $1,000 are being obligated at the time of award. Air Force Test Center, Eglin AFB, Florida, is the contracting activity (FA2823-20-D-0007).

CORRECTION: The contract announced on Aug. 7, 2020, for Space Exploration Technologies, Corp., Hawthorne, California, for $316,000,000, was announced with an incorrect contract number. The correct contract number is FA8811-20-D-0002.

NAVY

Electric Boat Corp., Groton, Connecticut, is awarded a $125,819,311 cost-plus-fixed-fee contract for the labor and material efforts required to plan the USS Hartford (SSN 768) engineered overhaul (EOH) availability. The contracting approach will include advance planning, engineering, design efforts, prefabrication and shipyard execution work, including growth work and new work, necessary to prepare for and accomplish the maintenance and modernization work as defined in the USS Hartford EOH availability work package. Work will be performed in Groton, Connecticut, and is expected to be complete by February 2022. Fiscal 2020 operations and maintenance (Navy) (91%); 2020 other procurement (Navy) (9%); and 2019 other procurement (Navy) funding (less than 1%), in the combined amount of $113,789,457 will be obligated at time of award, of which funding in the amount of $103,424,052 will expire at the end of the current fiscal year. This contract was not competitively procured via the Federal Business Opportunities website. This procurement was awarded under authority permitting other than full and open competition under 10 U.S. Code 2304(c)(3) to maintain a facility, producer, manufacturer or other supplier available for furnishing property or services in case of national emergency or to achieve industrial mobilization. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-4312).

Science Applications International Corp., Reston, Virginia, is awarded a firm-fixed-price, cost-plus-fixed-fee, and cost only $84,823,556 modification to previously awarded contract N00024-16-C-6425 to Option Year Four of the MK 48 Mod 7 Heavyweight torpedo production program to supply All Up Round torpedo equipment and support. This modification combines purchases for the Navy (93 %); and the governments of Australia (6%) and Taiwan (1%), under the Foreign Military Sales (FMS) program. Work will be performed in Bedford, Indiana (50%); Marion, Massachusetts (29%); Middletown, Rhode Island (16%); and Indianapolis, Indiana (5%), and is expected to be completed by April 2023. Fiscal 2020 weapons procurement (Navy, 82%); fiscal 2019 weapons procurement (WPN) (Navy, 7%); fiscal 2018 weapons procurement (Navy); and FMS in the amount of $84,823,556, will be obligated at time of award and funding in the amount of $3,493,621 will expire at the end of the current fiscal year (FMS/Armaments Cooperative Program (7%); and fiscal 2018 WPN (4%)). The Naval Sea Systems Command, Washington, D.C. is the contracting activity (N00024-16-C-6425).

J.F. Taylor Inc., Lexington Park, Maryland, is awarded a $23,155,111 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for the production and delivery of a maximum quantity of six first article test external quick-disconnect umbilical cable assemblies and a maximum quantity of 2,500 external quick-disconnect umbilical cable assemblies in support of advanced anti-radiation guided missile production. Additionally, this contract procures a maximum quantity of six first article test external quick-disconnect umbilical cable assemblies and a maximum quantity of 5,000 production representative external quick-disconnect umbilical cable assemblies for various military standard 1760 compliant weapons for the F/A-18 series and EA-18G aircraft. Work will be performed in Lexington Park, Maryland, and is expected to be completed in July 2025. 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 and three offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0110).

Serco-IPS Corp., Herndon, Virginia, is awarded a $22,617,450 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00174-18-C-0015 to exercise options for professional support services for the Naval Sea System Command's Deputy Commander for Surface Ship Maintenance and Modernization. Services to be provided are in the areas of program management, administrative support, surface ship modernization, inactive ships, surface ships readiness, surface training systems, business and financial management, records management and information technology. This contract will ensure that the fleet undergoes a multitude of upgrades that will provide for the continuation of system capabilities and readiness. The contract will ensure the Chief of Naval Operations surface training master plan and the Navy training system plan requirements are fulfilled for validating all surface training systems procured and managed by participating acquisition resource managers. This contract also ensures that budgeting, financial management and business processes are executed to provide support and respond to fleet life cycle requirements for in-service mine warfare, surface combatant, amphibious, auxiliary and command ship classes of ships. Work will be performed in Washington, D.C. (56%); Norfolk, Virginia (19%); San Diego, California (17%); Mayport, Florida (2%); Yokosuka, Japan (2%); Pascagoula, Mississippi (1%); Pearl Harbor, Hawaii (1%); Manama, Bahrain (1%); and Sasebo, Japan (1%), and is expected to be complete by January 2021. Fiscal 2020 operations and maintenance (Navy, 43%); 2020 other procurement (Navy, 21%); 2019 other procurement (Navy, 21%); and 2018 other procurement (Navy, 15%), funding in the amount of $12,172,964 will be obligated at time of award, of which funding in the amount of $6,975,964 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C. is the contracting activity.

Marotta Controls Inc.,* Montville, New Jersey, is awarded a $22,190,510 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for motor operated pilot valve supplies in support of the Navy's in-service engineering agent for damage control equipment and systems, fire protection systems and equipment and damage and fire recoverability. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania's Damage Control, Recoverability and Chemical Biological Defense Branch (Code 336) has multiple requirements for the design, construction and procurement to replace the existing solenoid-operated pilot valves (SOPV) with the motor operated pilot valves for use aboard Navy ships. The purpose of the contract is to replace the SOPVs due to reliability issues noted in service. Work will be performed in Montville, New Jersey, and is expected to be complete by August 2026. Fiscal 2019 other procurement (Navy) funding in the total amount of $132,670 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was a total small business set-aside, competitively procured via the contract opportunities website at beta.sam.gov with two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-4027).

HII Mission Driven Innovative Solutions Inc., Huntsville, Alabama, is awarded a $15,933,605 cost-plus-fixed-fee modification to exercise Option Period Three under previously awarded contract M95494-17-F-0021. The work to be performed provides Headquarters Marine Corps, Plans, Policies and Operations, Marine Corps Installations Command (MCICOM) and Commander Navy Installations Command with technical and engineering support for the Chemical, Biological, Radiological, Nuclear and High-Yield Explosive Consequence Management program. Work will be performed in Washington, D.C. (52%); Lejeune, North Carolina (10%); San Diego, California (10%); Quantico, Virginia (10%); Okinawa Prefecture, Japan (5%); Kanagawa Prefecture, Japan (5%); Seoul, Republic of Korea (4%); and Sicily, Italy (4%). Work is expected to be completed in August 2021. Fiscal 2020 operations and maintenance (Marine Corps and Navy) funds in the amount of $3,004,247 will be obligated at the time of award and will expire at the end of the current fiscal year. MCICOM Headquarters, Arlington, Virginia, is the contracting activity.

Gryphon Technologies LC, Washington, D.C., is awarded a $14,620,466 cost-plus-fixed-fee, level of effort contract for technical and engineering services to perform ship checks to collect data and develop ship installation drawings for landing helicopter dock platforms. Work will be performed in Norfolk, Virginia (88%); and San Diego, California (12%), and is expected to be complete by April 2021. Fiscal 2020 other procurement (Navy) funding in the amount of $162,615 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via beta.SAM.gov website, with four offers received. The Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity (N42158-20-C-N001).

Collins-Elbit Vision Systems LLC, Fort Worth, Texas, is awarded a $12,915,360 firm-fixed-price contract. This contract provides for the production, delivery and support of the Joint Helmet Mounted Cueing System (JHMCS) Night Vision Cueing and Display (NVCD) System. This contract procures 60 JHMCS night vision devices, 60 JHMCS night display adapters and 30 JHMCS helmet mounted display test sets (HMDTS) for the Navy; 16 JHMCS HMDTS for the government of Canada; five JHMCS HMDTS for the government of Kuwait; and two JHMCS HMDTS for the government of Malaysia, as well as two Hoffman adapter kits for the Government of Australia and one Hoffman adapter kit for the government of Switzerland. Additionally, this contract provides new and modified associated support equipment, interim repairs, non-recurring engineering, testing, technical data and all other supplies and services necessary to perform installation and testing of NVCD systems that are fully compatible with the F/A-18 series and EA-18G JHMCS. Work will be performed in Merrimack, New Hampshire (79%); Wilsonville, Oregon (15%); Atlanta, Georgia (4%); and Fort Worth, Texas (2%), and is expected to be completed in July 2022. Fiscal 2020 other procurement (Navy) funds in the amount of $10,736,298; fiscal 2019 other procurement (Navy) funds in the amount of $1,534,402; and Foreign Military Sales funds in the amount of $644,660 will be obligated at 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 Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-C-0013).

ARMY

Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded a $44,851,000 firm-fixed-price contract for dredging the Mississippi River. Bids were solicited via the internet with three received. Work will be performed in Venice, Louisiana, with an estimated completion date of Sept. 30, 2021. Fiscal 2019 civil operations and maintenance funds in the amount of $44,851,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0044).

Choctaw Transportation Co. Inc.,* Dyersburg, Tennessee, was awarded a $30,000,000 firm-fixed-price contract to provide stone repairs to revetments and dikes along the Mississippi River. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2021. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-20-D-0015).

Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded a $14,602,000 firm-fixed-price contract for maintenance dredging of Wilmington Harbor Inner Ocean Bar. Bids were solicited via the internet with three received. Work will be performed in Wilmington, North Carolina, with an estimated completion date of April 30, 2021. Fiscal 2018, 2019 and 2020 civil operations and maintenance funds in the amount of $14,602,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-20-C-0021).

MorseCorp Inc.,* Cambridge, Massachusetts, was awarded a $14,000,000 firm-fixed-price contract to develop a variety of technologies to support military airdrop of cargo and personnel, including both hardware and software. Bids were solicited via the internet with one received. Work will be performed in Cambridge, Massachusetts, with an estimated completion date of Aug. 13, 2025. Fiscal 2020 research, development, test and evaluation (Army) funds in the amount of $2,600,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0088).

Morrish-Walace Construction Inc.,* Cheboygan, Michigan, was awarded a $7,276,650 firm-fixed-price contract to replace the mechanical drive system, excluding the motor, used to operate the four filling and emptying tainter valves on the MacArthur Lock. Bids were solicited via the internet with four received. Work will be performed in Sault Sainte Marie, Michigan, with an estimated completion date of April 30, 2022. Fiscal 2020 civil construction funds in the amount of $7,276,650 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity (W911XK-20-C-0020).

MISSILE DEFENSE AGENCY

ITC Defense Corp of Arlington, Virginia is being awarded a competitive cost-plus-fixed-fee contract. The total value of this contract is $28,567,455. Under this new contract, the Contractor will provide the Missile Defense Agency with system support to include Maintenance and Supply Support; Packaging, Handling, Storage, and Transportation; Forward Stationing for Theater Support; Training and Training Support; and limited Missile Support to the Terminal High Altitude Area Defense (THAAD) Weapon system. Additionally, the Contractor will also be responsible for providing supply support, maintenance, material and personnel necessary to support THAAD peculiar equipment. The work will be performed in Fort Bliss, Texas; Fort Hood, Texas; Fort Sill, Oklahoma; and locations in the U.S. Indo-Pacific Command (USINDOPACOM) with a performance period from August 2020 – August 2025. This contract was competitively procured via publication on the Federal Business Opportunities website with eight proposals received. Fiscal Year 2020 Operations and Maintenance funds in the amount of $1.395M are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0853-20-C-0002).

DEFENSE LOGISTICS AGENCY

Lakota Solutions, LLC,* Warner Robins, Georgia, has been awarded a maximum $22,937,145 hybrid firm-fixed-price, time and material, indefinite-delivery/indefinite-quantity contract for material handling equipment maintenance. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Locations of performance are inside and outside the continental United States, with an Aug. 13, 2025, ordering period end date. Using customer is Defense Logistics Agency Distribution. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300-20-D-0018).

Northrop Grumman Systems Corp., Mission Systems, Rolling Meadows, Illinois, has been awarded a maximum $19,689,152 firm-fixed-priced delivery order (SPRPA1-20-F-KF0F) against a five-year basic ordering agreement (SPE4A1-16-G-0005) for guardian laser transmitter assemblies, countermeasure transmitters in support of the Common Avionics program. This was a sole-source acquisition using justification 10 U.S.C. 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a two-year contract with no option periods. Location of performance is Illinois, with an Aug. 14, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2313931/source/GovDelivery/

On the same subject

  • How the intel community could use machines and AI

    January 30, 2019 | International, C4ISR

    How the intel community could use machines and AI

    By: Mark Pomerleau The intelligence community has unveiled its multi-pronged plan to compete in the increasingly digital and data-centric world. The strategy, titled “Augmenting Intelligence using Machines (AIM)” and released Jan. 16, outlines how the intelligence community will adjust its investments, personnel and practices to better incorporate associated technologies “To meet its vision of ensuring intelligence advantage, the IC must adapt to the rapid global technological democratization in sensing, communications, computing, and machine analysis of data,” Sue Gordon, principal deputy director of national intelligence, said in the document. “These trends threaten to erode what were previously unique [IC] capabilities and advantages; going forward, we must improve our ability to analyze and draw conclusions from IC-wide data collections at scale.” During remarks at an August 2018 conference, Gordon said she wants the strategy to help focus on what the IC is trying to achieve rather than the technologies that they use.She described the need for getting machines as partners to help derive intelligence as one of the two most existential threats facing the community. The strategy lists four primary investment objectives ranked chronologically. They include: - Immediate and ongoing needs: Creating digital foundations, data and science and technical intelligence. - Short-term needs: Adopting commercial and open source narrow AI solutions, which are AI solutions that are designed with very specific tasks and functions. - Medium-term needs: Make investments in the gaps such as AI assurance and multimodal AI. - Long-term needs: Make investments in basic research focused on sense-making. The strategy notes that the “IC must be willing to rethink or abandon processes and mechanisms designed for an earlier era, establish disciplined engineering and operations practices, and maintain an absolute focus on assuring advantage in an intensely competitive global adversarial environment.” However, it also warns that artificial intelligence and associated technologies are not a panacea or a substitute for creating a digital foundation. Instead, the intelligence community must understand how AI algorithms may succeed and fail. The strategy also aims to bring together disparate efforts in artificial intelligence, process automation, and IC officer augmentation as a way to match investments in AI and data from other countries. One example includes the use of such technologies to create forgeries of audio and video, often referred to as deepfakes, which could lead to difficulties in deciphering fact from fiction. Gordon said in August that the National Geospatial-Intelligence Agency is using AI to automate image processing and the National Reconnaissance Office is using artificial intelligence tools to automate analysis of streaming multi-intelligence data for detecting activity and automating tasks of scarce and expensive collection resources. The strategy also focuses on the workforce. It notes that it is much more than technology and implementing the strategy will entail addressing workforce challenges and understanding and shaping the policies and authorities governing how the IC deploys and uses AI. https://www.c4isrnet.com/c2-comms/2019/01/28/how-the-intel-community-could-use-machines-and-ai

  • Contracts for October 29, 2021

    November 1, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    Contracts for October 29, 2021

    Today

  • Contract Awards by US Department of Defense - June 05, 2020

    June 8, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 05, 2020

    NAVY General Electric Co. GE Aviation, Lynn, Massachusetts, is awarded a $180,599,648 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures commercial depot level services for the repair and overhaul of T700-GE-401/401C turbo shaft engines, cold section modules and power turbine modules for the Navy H-60 Seahawk helicopter as well as the Marine Corps H-1 Cobra and Bell UH-1 Huey aircraft. Work will be performed in Wingsfield, Kansas, and is expected to be complete by June 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304 (c)(1). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0115). Vigor Marine LLC, Portland, Oregon, is awarded a $56,450,644 firm-fixed-price contract for a 210-calendar day split shipyard availability for the regular overhaul and dry docking of the hospital ship U.S. Naval Ship Mercy (T-AH 19). Work will be performed in Portland, Oregon, and is expected to be complete by August 2021. This contract includes one base period and 17 options and, if exercised, will bring the cumulative value to $61,201,329. Fiscal 2020 and 2021 working capital funds (Navy) are obligated in the amount of $56,450,644 and will not expire at the end of the fiscal year. This contract was competitively procured. Proposals were solicited via the Government Point of Entry website, and one offer was received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205). Systems Engineering Associates Corp. (SEA CORP),* Middletown, Rhode Island, is awarded a $26,643,618 cost-plus-fixed-fee and cost-only contract for services to develop, upgrade and apply the Extensible Markup Language Test Data Analysis Tool (XTDAS). Work will be performed in Middletown, Rhode Island (55%); Newport, Rhode Island (25%); Port Canaveral, Florida (5%); Andros Island, Bahamas (5%); other contractor labs and facilities (5%); and on-board platforms and ranges (5%), and is expected to be complete by June 2025. This contract was not competitively procured in accordance with 10 U.S. Code 2304(b)(2) because the Systems Engineering Associates Corp. developed the XTDAS under the Small Business Innovative Research (SBIR) program and its continued performance constitutes an SBIR Phase III contract. Per the Small Business Administration SBIR policy directive, to the greatest extent practicable, agencies shall issue Phase III awards relating to technology, including sole-source awards, to the SBIR awardee (in this instance SEA CORP) that developed the technology. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $314,977 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-20-D-L000). Booz Allen Hamilton Inc., McLean, Virginia, is awarded a $12,355,663 firm-fixed-price modification to previously awarded contract M67400-18-F-0065 to exercise Option Year Two for analytics support for III Marine Expeditionary Force and Marine Corps Installations Pacific (MCIPAC). Work will be performed in Okinawa, Japan, and is expected to be complete by July 2021. Fiscal 2020 operations and maintenance (Marine Corps) funding in the amount of $12,355,663 will be obligated at the time of award and will expire at the end of the current fiscal year. The MCIPAC Regional Contracting Office, Marine Corps Base Camp Butler, Okinawa, Japan, is the contracting activity. Northrop Grumman Systems Corp., Apopka, Florida, is awarded a $7,289,968 modification to firm-fixed-price, supply job order N00164-17-F-J272 under basic ordering agreement N00164-17-G-JQ08 for the procurement of 56 single-color diode-pumped laser designators. Work will be performed in Apopka, Florida. This procurement of 56 laser designators will support the Common Sensor Payload Program's Multi-spectral Targeting System (MTS) Family of Electro-optic Infrared (EO/IR) Sensors. Work is expected be complete by June 2022. Fiscal 2020 operations and maintenance (Army) funding in the amount of $7,289,968 will be obligated at the time of award and will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this job order was not competitively procured; only one responsible source and no other supplies or services will satisfy agency requirements. The laser designators are in support of the MTS EO/IR sensor, which has been deployed on Army Gray Eagle aircraft to facilitate and enable the delivery of laser-guided munitions. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity. DEFENSE LOGISTICS AGENCY Janz Corp.,* Reynoldsburg, Ohio, has been awarded a maximum $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for surgical lasers, tables and their related accessories. This was a competitive acquisition with 105 responses received. This is a five-year contract with no option periods. Location of performance is Ohio, with a June 4, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-20-D-0010). Outdoor Venture Corp.,* Stearns, Kentucky, has been awarded a maximum $9,696,612 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for military standard Temper tents. This was a competitive acquisition with two responses received. This is a one-year base contract with four, one-year option periods. Location of performance is Kentucky, with a June 2, 2021, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1249). Blind Industries and Services of Maryland,** Baltimore, Maryland, has been awarded a maximum $8,750,000 firm-fixed-price, indefinite-quantity contract for face covers. This is a one-year contract with no option periods. This was a sole-source acquisition using authority granted by the expanded AbilityOne procurement list, make-to-order notice dated April 9, 2020. Location of performance is Maryland, with a June 4, 2021, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-B089). AIR FORCE Trident Systems Inc.,* Fairfax, Virginia, has been awarded a $35,000,000 maximum ordering amount, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee and firm-fixed-price orders for Secure Collaborative Technology (SCTECH) software and hardware. This contract provides for the research, adaptation, enhancement and transition of critical Small Business Innovative Research (SBIR) technologies to provide new capabilities which are secure and provide access between multiple levels of security domains and bridge between different chat protocols. This effort will result in the delivery of several software releases to the SCTECH user community, to include computer software, technical documentation, hardware, installation and maintenance of the current systems located at existing customer sites. Work will be performed in Fairfax, Virginia; and Morrisville, North Carolina, and is expected to be completed June 5, 2025. This award is the result of a sole-source acquisition under the SBIR program. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-D-0600). Work Services Corp., Wichita Falls, Texas, has been awarded a $20,537,296 firm-fixed-price modification (P00010) to contract FA3020-18-C-0013 for food services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed June 30, 2021. Fiscal 2020 operations and maintenance funds in the amount of $10,104,410 are being obligated at the time of award. The total cumulative face value of the contract is $57,366,955. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity (FA3020-18-C-0013). General Electric Co., Cincinnati, Ohio, has been awarded a $20,000,000 cost-plus-fixed-fee modification (P00053) to contract FA8626-16-2138 for COVID-19 industrial base support. The contract modification is for the execution of an out-of-scope modification with a new statement of work and justification and approval to issue an undefinitized contract action, which is being used to preserve an at risk industrial base impacted by the COVID-19 pandemic. Work will be performed in Cincinnati, Ohio, and is expected to be completed Jan. 31, 2021. Fiscal 2020 Defense Production Act Title III funds in the amount of $15,868,844 are being obligated at the time of award. Total cumulative face value of the contract is $1,449,920,786. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Northrop Grumman Systems Corp., Clearfield, Utah, has awarded a ceiling $11,345,659 firm-fixed-price modification (P00022) to contract SPE4AX-19-D-9404 for left-hand and right-hand wing tips for the T-38 weapon system. Work will be performed in Stockton, California, and is expected to be completed July 2027. Fiscal 2020 working capital funds in the amount of $2,624,384 are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity. ARMY Novavax Inc.,* Gaithersburg, Maryland, was awarded a $21,952,384 cost-no-fee contract for the development and production of the Novavax nanoparticle vaccine against COVID-19. Bids were solicited via the internet with one received. Work will be performed in Gaithersburg, Maryland, with an estimated completion date of June 3, 2021. Fiscal 2020 Defense Health Agency Coronavirus Aid, Relief and Economic Security Act funds in the amount of $21,952,384 were obligated at the time of award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0077). (Awarded June 4, 2020) Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $21,703,157 modification (P00063) to contract W58RGZ-17-C-0014 for logistics support services for government-owned fixed wing fleet performing special electronic mission aircraft missions. Work will be performed in Herndon, Virginia, with an estimated completion date of Aug. 31, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $21,703,157 were obligated at the time of award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Science Applications International Corp., Reston, Virginia, was awarded a $10,693,344 modification (000182) to contract W31P4Q-18-A-0011 for converged infrastructure engineering support; technical modeling support, containerized weapon system mission data analysis and engineering support; implementation support; and precision fires manager engineering and analysis. Work will be performed at Shaw Air Force Base, South Carolina, with an estimated completion date of June 4, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $10,693,344 were obligated at the time of award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Ocean Construction Services Inc.,* Virginia Beach, Virginia, was awarded a $9,492,405 firm-fixed-price contract for road repairs at Arlington National Cemetery. Bids were solicited via the internet with 11 received. Work will be performed in Arlington, Virginia, with an estimated completion date of Oct. 5, 2021. Fiscal 2020 cemeterial expenses (Army) funds in the amount of $9,492,405 were obligated at the time of award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-20-C-0019). *Small Business **Mandatory Source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2210304/source/GovDelivery/

All news