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

  • Suisse : Les appels d'offres pour un nouvel avion de combat prolongés jusqu'en novembre

    May 13, 2020 | International, Aerospace

    Suisse : Les appels d'offres pour un nouvel avion de combat prolongés jusqu'en novembre

    La pandémie de Covid-19 chamboule le calendrier des offres pour les nouveaux avions de combat et du système de défense sol-air. Le Département fédéral de la défense (DDPS) a fixé mardi à novembre le nouveau délai pour les offres. Ce nouveau calendrier n'a aucune incidence sur la suite du processus d'acquisition, assure le département dans un communiqué. Les informations tirées des deuxièmes offres ainsi que des résultats des divers tests permettront d'identifier les points forts de chaque système. Le DDPS doit réagir au fait que les fabricants sont aussi touchés par les mesures visant à freiner l'épidémie. De plus, les impératifs de confidentialités interdisent les collaborateurs des entreprises sollicitées à traiter les offres en télétravail. Les entretiens en personne, nécessaires pour concrétiser les exigences relatives aux affaires compensatoires, ne sont pas possibles. Ils ne peuvent pas toujours être remplacés par des téléconférences en raison du degré de classification des sujets abordés. Quatre avions Armasuisse avait transmis une nouvelle demande d'offre aux autorités françaises, allemandes et américaines début janvier. Celles-ci étaient initialement attendues pour août. Quatre jets restent dans la course: le Rafale français (Dassault), l'Eurofighter allemand (Airbus), et côté américain, le successeur du FA-18, le Super Hornet de Boeing, et le F-35A de Lockheed-Martin. Pour le système de défense sol-air, seuls les Etats-Unis (Raytheon Patriot) et la France (Eurosam SAMP/T) sont encore en lice. La nouvelle flotte doit remplacer à la fois les Tiger et les F/A-18. Les exigences ont été précisées sur la base des premières offres remises. Les constructeurs sur les rangs devront toujours calculer le nombre d'avions requis pour accomplir les missions de l'armée de l'air, notamment faire voler quatre avions en permanence pendant quatre semaines et assurer la police aérienne 24 heures sur 24. Les nouvelles offres devront indiquer un prix correspondant à 36 et 40 engins, frais logistiques et engins guidés compris. La première offre exigeait un prix pour 30 et 40 avions. Le prix proposé sera un point de départ contraignant des négociations approfondies avec le candidat à l'issue du choix de l'appareil. https://www.rts.ch/info/suisse/11319075-les-appels-d-offres-pour-un-nouvel-avion-de-combat-prolonges-jusqu-en-novembre.html

  • Germany to use Saab system to enable Eurofighter for electronic warfare role

    June 14, 2023 | International, Aerospace

    Germany to use Saab system to enable Eurofighter for electronic warfare role

    Germany plans to use a system made by Saab as it aims to enable Eurofighter jets for a role in electronic warfare, according to a document seen by Reuters on Wednesday.

  • Contract Awards by US Department of Defense - August 13, 2020

    August 14, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 13, 2020

    NAVY BAE Systems San Diego Ship Repair, San Diego, California, is awarded a $103,590,841 firm-fixed-price contract to prepare for and accomplish repair and alteration requirements for USS Preble (DDG 88) Chief of Naval Operations scheduled depot maintenance period. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $117,754,630. The purpose is to maintain, modernize, and repair the USS Preble. The USS Preble will receive comprehensive modernization for DDG-51 class ships to ensure a mission relevant service life. This is a “long-term” availability and was solicited on a coast-wide (West Coast) basis without limiting the place of performance to the vessel's homeport. BAE Systems will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization for USS Preble. Work will be performed in San Diego, California, and is expected to be complete by February 2022. Fiscal 2020 other procurement (Navy) (89.8%); and operations and maintenance (Navy) (10.2%) funding in the amount of $103,590,841 will be obligated at time of award, of which $10,553,208 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website with two competitive proposals received in response to Solicitation No. N00024-20-R-4400. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-4400). Ribcraft USA LLC,* Marblehead, Massachusetts, is awarded a $38,608,278 firm-fixed price, indefinite-delivery/indefinite-quantity, single award contract for construction of 132 seven-meter (7M) Rigid Hull Inflatable Boats (RHIBs). The total contract is for the construction and delivery of up to 278 7M RHIBs. The base contract also included options for associated support efforts related to the construction and delivery for engineering and industrial services, and provisioned items orders. At the time of contract award, 48 7M RHIBs are being purchased. Work under the first order will be performed in Marblehead, Massachusetts, and is expected to be complete by March 2023. This contract includes options which, if exercised, would bring the cumulative value of this contract to $78,241,197. Fiscal 2020 shipbuilding and conversion (Navy) (69%); and other procurement (Navy) (31%) funding in the amount of $12,649,937 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured as a small business set-aside. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-D-2210). RQ Construction LLC, Carlsbad, California, is awarded a $33,602,000 firm-fixed-price contract for 5th Battalion, 10th Marines High Mobility Artillery Rocket System (HIMARS) located at the Marine Corps Base in Camp Lejeune. Work will be performed in Camp Lejeune, North Carolina and is expected to be completed by March 2023. The construction project will result in an operations complex for the activation of 5th Battalion, 10th Marines HIMARS. The work to be performed provides for construction of a battalion/company headquarters, automotive vehicle maintenance shop, humidity-controlled warehouse, electronics communications maintenance shop, combat vehicle maintenance shop, armory addition, and a high-explosive magazine to comply with UFC 4-420-01 ammunitions and explosives storage magazines. All structures will be low-rise steel frame with reinforced concrete masonry unit with reinforced masonry walls, brick veneer, reinforced concrete floors, and standing seam metal roof. The battalion/company headquarters facility includes the necessary administrative space to conduct the day-to-day operations of both the battalion and its companies. The automotive vehicle maintenance shop includes administrative and support space, work bays for inspection, maintenance and repair of transportation equipment, classrooms, and storage areas for parts and supplies. The humidity-controlled warehouse will be a high bay facility that will house a 10-ton capacity overhead crane. The facility includes administrative and support space, storage bays, secured storage, and shipping/receiving area. The electronics communication maintenance shop includes administrative and support space, equipment maintenance and training areas, and storage areas for parts and supplies. The combat vehicle maintenance shop includes administrative and support space, work bays for inspection, maintenance and repair of transportation equipment, classrooms, and storage areas for parts and supplies. The armory addition includes administrative and support space for armorers/custodians, secure space for storing and maintaining weapons and a covered outdoor weapons cleaning area. The magazine will be used for the storage and handling of reduced range practice rounds to support live-fire HIMARS training. Fiscal 2020 military construction, (Navy) contract funds in the amount of $33,602,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Government Point of Entry Contract Opportunities on beta.SAM.com with 10 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0145). Pacific Maritime Industries Corp.,* San Diego, California (N00189-20-D-0021); Tri-Way Industries Inc.,* Auburn, Washington (N00189-20-D-0022); and Spec-Built Systems Inc.,* San Diego, California (N00189-20-D-0023), are awarded an estimated $25,938,325 multiple award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract that will include terms and conditions for the placement of firm-fixed-price task orders to provide a means to purchase of light weight modular berths and related materials in support of the Shipboard Habitability Improvement Program at competitive prices in accordance with the delivery schedules listed on the statement of work. The contracts will run concurrently and will include a 60-month base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8, which if exercised, will bring the total value of this contract to $28,996,501. The base ordering period is expected to be completed by August 2025; if the option is exercised, the ordering period will be completed by February 2026. Specific requirements for habitability support cannot be predicted at this time; therefore, the various locations of where the supplies will be delivered cannot be determined at this time. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $7,500 ($2,500 on each of the three contracts) will be obligated to fund the contracts' minimum amounts, and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.sam.gov as a small business set-aside, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk Office, Norfolk, Virginia, is the contracting activity. PTC Inc., Boston, Massachusetts, is awarded a $17,131,314 firm-fixed-price contract modification to previously awarded contract N00024-20-C-6121 to exercise and fund an option for integration and development efforts in support of Model Based Production Support. This option exercises and funds an option for Model Based Production Support integration and development support. Work will be performed in Boston, Massachusetts, and is expected to be complete by June 2025. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $370,949 will be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C. is the contracting activity. Boston Ship Repair LLC, Boston, Massachusetts, is awarded a $16,567,594 firm-fixed-price contract (N3220520C4002) for a 64-calendar day shipyard availability for the mid-term availability of the fleet replenishment oiler USNS Walter S. Diehl (T-AO 193). The $16,567,594 consists of the amounts listed in the following areas: Category “A” work item cost, additional government requirement, other direct costs and the general and administrative costs. Work will include main and emergency switchboard cleaning; lifeboat and rescue boat davit maintenance and testing; 6,000-hour overhaul of port and starboard main engine exhaust valves, port and starboard main engine fuel injection pumps; annual firefighting inspection and certification; inspection and overhaul of shaft brakes; preparation and paint saltwater ballast tanks 10 port and starboard; preparation and paint fore peak tank; preparation and paint distillate fuel marine cargo tank seven port; preparation and paint jet propellant 5 contaminated tank; preparation and paint distillate fuel marine contaminated tank; tank deck non-slip renewal frames 20 through 40; miscellaneous steel repairs; miscellaneous valve and actuator repairs; tank deck overhead preservation; bi-annual gauge calibration; blast and paint 02 Level lifeboats; pump room bilge preservation; number one and two constant tension winch overhaul; refrigeration plant room; tank deck sprinkler system flush; inspection and painting of the distillate fuel marine piping; sea valve and waster piece overhaul; replace anti-slip on 05, 06 and 07 Levels, various pump overhauls; underway replenishment station permanent repairs to Stations Three, Four and Eight; various steel deck renewals; miscellaneous pipe repair; and underway replenishment gear maintenance. The contract includes options, which, if exercised, would bring the total contract value to $17,860,194. Funds will be obligated Aug. 12, 2020. Contract completion will be Dec. 4, 2020. Work will be performed in Boston, Massachusetts, and is expected to begin Oct. 1, 2020. Contract funds in the amount of $16,567,594, excluding options, are obligated for fiscal 2021 using working capital funds (Navy). This contract was competitively procured, with proposals solicited via the beta.sam.gov website and three offers were received. The U. S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220520C4002). GM/Bulltrack JV LLC,* Clackamas, Oregon, is awarded firm-fixed-price task order N6247820F4221 at $9,165,646 under a multiple award construction contract for Wharf 2 structural repairs at Joint Base Pearl Harbor-Hickam. The work to be performed includes performing spall and crack repairs to concrete pile caps, beams, curtain wall, utility vault, deck (above and below), deck curbs, and mooring foundations; replacing timber deck curbing with concrete; repairing concrete piles by installing epoxy-filled fiberglass jackets; installing a cathodic protection system for the steel sheet piles; replacing timber fender piles with precast concrete fender piles with rub strips; replacing timber wales and chocks at the deck level and timber framing near the waterline with plastic lumber; refurbishing steel cleats and connection hardware; replacing potable water piping and deteriorated utility hangers. Work will be performed in Oahu, Hawaii and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $9,165,646 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-18-D-4027). Katmai Integrated Solutions LLC, Anchorage, Alaska, is awarded an $8,004,940 hybrid firm-fixed-price, time and materials, and cost reimbursement contract for a wide range of experimentation, business, and operational support services in support of the U.S. Marine Corps Combat Development Command Warfighting Laboratory. This contract includes a 12-month base period, four 12-month option periods, and one six-month option period which, if exercised, could bring the cumulative value of this contract to $59,492,149. Work will be performed in Quantico, Virginia (92%); and with the Marine Corps Expeditionary Forces (8%). Work is expected to be completed Aug. 14, 2021. If all options are exercised, work will continue through Feb. 14, 2026. Fiscal 2020 operations and maintenance (Marine Corps); and research and development (Navy) funds will be utilized to award this contract. The contract will be incrementally funded at award with $670,000 in fiscal 2020 operations and maintenance (Marine Corps) funds; and $2,291,661 in fiscal 2020 research and development (Navy) funds, for a total of $2,925,825. This amount will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively solicited via beta.SAM.gov, with 10 proposals received. The Marine Corps Installations National Capital Region-Regional Contracting Office, Quantico, Virginia, is the contracting activity (M00264-20-C-0006). ARMY Power and Instrumentation Service Inc.,* Vega Baja, Puerto Rico, was awarded a $45,000,000 firm-fixed-price contract for numerous rapid-response temporary roofing projects in the U.S. Virgin Islands in the event of an emergency. 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, 2027. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0044). KBRwyle Technology Solutions LLC, Columbia, Maryland, was awarded a $23,727,971 modification (000274) to contract W52P1J-12-G-0061 for maintenance, supply, transportation and other logistics functions for the Army Prepositioned Stock-3 Charleston Afloat Program. Work will be performed in Goose Lake, South Carolina, with an estimated completion date of Feb. 14, 2021. Fiscal 2020 operation and maintenance, Army funds in the amount of $4,462,109 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Native American Services Corp.,* Kellogg, Idaho, was awarded an $8,315,231 firm-fixed-price contract for construction of a standard design general purpose storage building. Bids were solicited via the internet with five received. Work will be performed at Fort Hood, Texas, with an estimated completion date of Aug. 21, 2020. Fiscal 2020 military construction, Army funds in the amount of $8,315,231 were obligated at the time of the award. U.S. Army Contracting Command, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0005). Barnett Southern Corporation Inc.,* Washington, Georgia, was awarded a $7,775,643 firm-fixed-price contract for furnishing all plant, equipment, labor, transportation, fuel, lubricant, supplies and materials; and performing all operations in connection with raising dikes and berms, and installation of new spillway systems in the Atlantic Intercoastal Water Way in South Carolina. Bids were solicited via the internet with four received. Work will be performed in Charleston, South Carolina, with an estimated completion date of Oct. 29, 2022. Fiscal 2020 civil operation and maintenance funds in the amount of $7,775,643 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-20-C-0005). R&D Maintenance Services Inc.,* Tulsa, Oklahoma, was awarded a $7,146,969 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract for operation and maintenance of government-owned facilities and equipment at Tennessee-Tombigbee Waterway and Okatibbee Lake projects in Alabama and Mississippi. Bids were solicited via the internet with three received. Work will be performed in Columbus, Mississippi, with an estimated completion date of Nov. 30, 2025. Fiscal 2020 civil operation and maintenance funds in the amount of $364,430 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0018). AIR FORCE First RF Corp.,* Boulder, Colorado, has been awarded a maximum $24,900,000 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee completion orders for radio frequency electronic antenna cancellation/beamforming technology software/hardware prototypes. This contract provides for research, development, testing, evaluating and deploying advanced radio frequency (RF) systems. These systems may support any of the various RF functions such as radar, communications, electronic warfare, signals intelligence, direction finding, etc. Work will be performed in Boulder, Colorado, and is expected to be completed Aug. 13, 2026. This award is the result of a sole-source acquisition. Fiscal 2019 research, development, test and evaluation funds in the amount of $300,000 are being obligated at the time of award on the first task order. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-D-0500). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2312498/source/GovDelivery/

All news