Back to news

August 16, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - August 15, 2019

ARMY

GiaCare and MedTrust JV LLC,* Fort Lauderdale, Florida, was awarded a $218,983,564 firm-fixed-price contract for registered nursing services. 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 Sept. 30, 2024. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-19-D-0021).

Honeywell International Inc., Phoenix, Arizona, was awarded an $110,870,867 modification (P00102) to contract W56HZV-12-C-0344 for Total Integrated Engine Revitalization (TIGER) hardware to meet the Anniston Army Depot production of the Advanced Gas Turbine 1500 engine for the Abrams tanks and TIGER field repair site requirements. Work will be performed in Phoenix, Arizona, with an estimated completion date of Feb. 22, 2022. Fiscal 2019 other procurement, Army funds in the amount of $110,870,867 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

The Ross Group Construction Corp., Tulsa, Oklahoma, was awarded a $46,949,880 firm-fixed-price contract for the construction of a new visiting quarters facility at Little Rock Air Force Base, Arkansas. Bids were solicited via the internet with three received. Work will be performed in Little Rock Air Force Base, Arkansas, with an estimated completion date of Oct. 1, 2021. Fiscal 2019 non-appropriated funds for Air Force services funds in the amount of $46,949,880 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0028).

Lord & Son Construction Inc.,* Fort Walton Beach, Florida, was awarded a $32,128,489 firm-fixed-price contract for construction of a Long-Range Stand-Off Acquisition Facility on Eglin Air Force Base, Florida. Bids were solicited via the internet with three received. Work will be performed in Eglin Air Force Base, Florida, with an estimated completion date of Aug. 14, 2021. Fiscal 2018 military construction funds in the amount of $21,128,489 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-C-0023).

GEO Consultants Corp.,* Kevil, Kentucky, was awarded a $9,000,000 firm-fixed-price contract for environmental services. Nine bids were solicited with nine bids received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 14, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0045).

Michael Baker International Inc., Moon Township, Pennsylvania, was awarded a $9,000,000 firm-fixed-price contract for communications engineering services within the Central Command Area of Responsibility. 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 Aug. 14, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0043).

NAVY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded an $80,011,579 fixed-price-incentive, firm-fixed-price, cost-plus-fixed-fee modification to previously awarded contract N00024-14-C-5106 for fiscal 2019 AEGIS Modernization (AMOD) production requirements. This procurement covers the production, test and delivery of multi-mission signal processor equipment sets; electronic equipment fluid cooler; AEGIS Weapon System AMOD Upgrade equipment; Kill Assessment System 5.1 equipment; AEGIS spares; Australia Combat Systems Engineering Development Site; and AEGIS Ashore Japan Sites equipment. This contract combines purchases for the Navy (78.1%); the government of Japan (18.2%); and the government of Australia (3.7%) under the Foreign Military Sales program. This contract includes options, which, if exercised, would bring the cumulative value of this contract action to $80,411,730. Work will be performed in Moorestown, New Jersey (71.2%); Clearwater, Florida (27.4%); and Owego, New York (1.4%), and is expected to be complete by November 2023. Fiscal 2019 defense-wide procurement; 2019, 2018, 2017 other procurement (Navy); 2019, 2018, 2016, 2015, 2014 and 2013 shipbuilding and conversion (Navy); fiscal 2019 operations and maintenance (Navy); and Foreign Military Sales funding in the amount of $80,011,579 will be obligated at the time of award, of which $968,079 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp. Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $55,960,700 cost-plus-incentive fee, cost-only, firm-fixed-price contract for combat system engineering support on the Ship Self-Defense System (SSDS). The SSDS combat system engineering agent/software design agent primary deliverables will be SSDS tactical computer programs, program updates and associated engineering, development and logistics products. This contract will manage the in-service SSDS configurations as well as adapt and integrate new or upgraded war-fighting capabilities. Work will be performed in Moorestown, New Jersey (95.6%); and San Diego, California (4.4%), and is expected to be complete by December 2019. This contract includes options, which if exercised, would bring the cumulative value of this contract to $637,583,110 and be complete by December 2028. Fiscal 2019 research, development, test and evaluation (Navy); 2019 other procurement (Navy); 2018 shipbuilding and conversion (Navy); and 2019 operations and maintenance (Navy) funding in the amount of $12,438,006 will be obligated at time of award, and funding in the amount of $1,306 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5603).

American Electronic Warfare Associates Inc.,* California, Maryland, is awarded a $40,103,262 fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for technical support services for the Aircraft Prototype Systems Division of the Naval Air Warfare Center – Aircraft Division Integrated Battlespace Simulation and Test Department. Services to be provided include all phases of program execution from initial conceptual studies, execution planning, management, engineering, documentation, fabrication, installation/ modification and test and evaluation activity support for aircraft research, development, prototyping, experimentation and test and evaluation programs. Work will be performed in Patuxent River, Maryland, and is expected to be completed in November 2023. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042119D0076).

FLIR Surveillance Inc., Wilsonville, Oregon, is awarded a $12,689,470 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for supplies, repairs and upgrades for Littoral Combat Ship configuration of Sea Star SAFIRE III Electro-Optics Sensor Systems. Work will be performed in Wilsonville, Oregon, and is expected to be complete by August 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $432,514 will be obligated at the time of award and 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 Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-19-D-JQ49).

Teledyne Instruments Inc., North Falmouth, Massachusetts, is awarded a $7,666,080 cost-plus-fixed-fee, cost reimbursable, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for services and supplies to support the ongoing development of autonomous underwater vehicles, localization systems, monitoring and navigation tele-sonar subsea modems. This contract includes options, which, if exercised, would bring the cumulative value of this contract to an estimated $22,222,593. Work will be performed in North Falmouth, Massachusetts (90%); and Keyport, Washington (10%), and is expected to be complete by December 2024. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $4,281,649; and fiscal 2019 operations and maintenance (Navy) funding in the amount of $1,070,412 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was procured as a Small Business Innovation Research Phase III award without further competition. The awardee satisfied competition requirements during Phase I and Phase II under Topic N02-082. A justification and approval document pursuant to 10 U.S. Code 2304(c)(5) was approved by the Naval Undersea Warfare Center Division, Keyport, Competition Advocate in January 2017. The Naval Undersea Warfare Center Division, Keyport, in Keyport, Washington, is the contracting activity (N00253-19-D-0005).

DEFENSE HEALTH AGENCY

AMYX Inc., Reston, Virginia, was awarded a fixed-price contract with an estimated value of $56,818,861. The contract provides contracting and program management support to the Defense Health Agency (DHA). Services include, but are not limited to, acquisition and contract management, program management support, and other related workload requirements associated with the award and administration of DHA contracts. The contract was awarded as a competitive 100% small business acquisition. There is a base period of eight months, and four one-year option periods. The places of contract performance are: Falls Church, Virginia; Rosslyn, Virginia; San Antonio, Texas; and Aurora, Colorado. The period of performance begins on Sept. 25, 2019, and the completion date is May 31, 2024. The base period is funded with fiscal 2019 operations and maintenance funding in the amount of $7,208,836. The Defense Health Agency, Enterprise Medical Services, Contracting Division, Joint Base San Antonio, Texas, is the contracting activity (HT0050-19-F-0001).

AMYX Inc., Reston, Virginia, was awarded a fixed-price contract with an estimated value of $47,926,649. The program and acquisition support services include, but are not limited to, program management support and other related workload requirements associated with acquisition and business processes. The contractor shall accomplish a variety of acquisition and other related administrative services to complement the government's workplace capabilities. The contract was a competitive 100% small business acquisition. There is a base period of nine months, and four one-year option periods. This contract provides support to San Antonio, Texas; Aurora, Colorado; Falls Church, Virginia; and Wright Patterson Air Force Base, Ohio, with a completion date of June 17, 2024. The base period is funded with fiscal 2019 operations and maintenance funding in the amount of $6,077,590. The Defense Health Agency, Enterprise Medical Services, Contracting Division, Joint Base San Antonio, Texas, is the contracting activity (HT0050-19-F-0002).

DEFENSE LOGISTICS AGENCY

Sysco Alabama, Calera, Alabama, has been awarded a maximum $37,893,960 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line food distribution. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year bridge contract with no option periods. Locations of performance are Central Alabama and Florida Panhandle regions, with an Aug. 8, 2020, performance completion date. Using customers are Army, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3234).

Arizona Industries for the Blind, Phoenix, Arizona, has been awarded an estimated $8,600,000 firm-fixed-price with economic-price-adjustment contract for warehousing, storage, logistics and distribution functions. This is a two-year base contract with three one-year option periods. Location of performance is Arizona, with an Aug. 16, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and National Guard and Reserves. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-B065).

U.S. TRANSPORTATION COMMAND

Trident Technologies LLC, Huntsville, Alabama, has been awarded a contract modification (P00013) on contract HTC711-14-D-D003 in the amount of $13,616,300. The contract modification executed Federal Acquisition Regulation 52.217-8 Option to Extend Services for the Enterprise Architecture, Data, and Engineering (EADE) indefinite-delivery/indefinite-quantity to continue vital support services. The EADE contract acquires enterprise architecture, data, and information technology engineering services for the U.S. Transportation Command, Air Mobility Command/A6, and the Surface Deployment and Distribution Command. Period of performance is Oct. 1, 2019, to March 31, 2020. The location of performance is Scott Air Force Base, Illinois. Operations and maintenance; transportation working capital funds; and research, development, test and evaluation funds will be obligated at the individual task order level. This modification brings the total cumulative face value of the contract from $125,752,500 to $139,368,800. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is contracting activity.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/1935785/source/GovDelivery/

On the same subject

  • Autonomie de la défense européenne : entretien avec Jean-Pierre Maulny (IRIS)

    November 4, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    Autonomie de la défense européenne : entretien avec Jean-Pierre Maulny (IRIS)

    Jean-Pierre Maulny, Directeur adjoint de l'Institut de relations internationales et stratégiques (IRIS), accorde un entretien à Capital. Il insiste sur la nécessité pour la France de rester dans l'OTAN, suite à l'abandon des commandes australiennes de sous-marins et la formation du pacte de défense Aukus, et souligne les progrès de l'autonomie de la défense européenne. Au niveau industriel, « il y a déjà eu de nombreuses coopérations en Europe dans le domaine de l'armement avec les Italiens, les Allemands ou les Britanniques, par exemple les Fremm, l'Airbus A400M, l'hélicoptère Tigre ou encore les missiles Meteor. Le lancement du programme du drone de reconnaissance MALE, qui regroupe la France, l'Allemagne, l'Espagne et l'Italie, est acté. II est soutenu à hauteur de 100 M€ par l'UE », détaille-t-il. Le Fonds européen de défense, disposant de « dispose de 8 Md€ utilisables sur sept ans pour la R&D, soit plus de 1 Md€ par an, dont environ 300 M€ pour la recherche fondamentale », a de plus été adopté en avril 2021. « Le Rafale, notre plus belle vitrine, est très compétitif », souligne Jean-Pierre Maulny, qui cite également « les missiles conçus par MBDA, numéro 2 mondial dans sa spécialité, les hélicoptères NH90 d'Airbus ou le Caesar, un canon autoporté développé par Nexter, qui en a vendu plus de 300 à l'exportation, et les sous-marins Scorpène ». « La force de notre industrie de l'armement est d'être présente sur tous les créneaux », conclut-il. Capital, novembre 2021

  • Google Drops Out of Pentagon's $10 Billion Cloud Competition

    October 9, 2018 | International, C4ISR

    Google Drops Out of Pentagon's $10 Billion Cloud Competition

    By Naomi Nix Alphabet Inc.'s Google has decided not to compete for the Pentagon's cloud-computing contract valued at as much as $10 billion, saying the project may conflict with its corporate values. The project, known as the Joint Enterprise Defense Infrastructure cloud, or JEDI, involves transitioning massive amounts of Defense Department data to a commercially operated cloud system. Companies are due to submit bids for the contract, which could last as long as 10 years, on Oct. 12th. Google's announcement on Monday came just months after the company decided not to renew its contract with a Pentagon artificial intelligence program, after extensive protests from employees of the internet giant about working with the military. The company then released a set of principles designed to evaluate what kind of artificial intelligence projects it would pursue. “We are not bidding on the JEDI contract because first, we couldn't be assured that it would align with our AI Principles," a Google spokesman said in a statement. "And second, we determined that there were portions of the contract that were out of scope with our current government certifications.” The spokesman added that Google is “working to support the U.S. government with our cloud in many ways.” The Tech Workers Coalition, which advocates for giving employees a say in technology company decisions, said in a statement that Google's decision to withdraw from the cloud competition stemmed from “sustained” pressure from tech workers who “have significant power, and are increasingly willing to use it.” Read more: Google Won't Renew Pentagon AI Drone Deal After Staff Backlash Google is behind other technology companies such as Amazon.com Inc. and Microsoft Corp. in obtaining government cloud-security authorizations that depend on the sensitivity of data a service is hosting. The JEDI contract attracted widespread interest from technology companies struggling to catch up with Amazon in the burgeoning federal government market for cloud services. Final requirements for the project were released in July after a months-long lobbying campaign in Washington by tech companies including Microsoft, International Business Machines Corp. and Oracle Corp. that opposed the Pentagon's plans to choose just one winner for the project instead of splitting the contract among a number of providers. “Had the JEDI contract been open to multiple vendors, we would have submitted a compelling solution for portions of it,” the Google spokesman said. “Google Cloud believes that a multi-cloud approach is in the best interest of government agencies, because it allows them to choose the right cloud for the right workload.” In a report to Congress, the Defense Department said making multiple awards under current acquisition law would be a slow process that “could prevent DoD from rapidly delivering new capabilities and improved effectiveness to the warfighter that enterprise-level cloud computing can enable.” The department also said it expects “to maintain contracts with numerous cloud providers to access specialized capabilities not available under the JEDI Cloud contract.” — With assistance by Ben Brody, and Josh Eidelson https://www.bloomberg.com/news/articles/2018-10-08/google-drops-out-of-pentagon-s-10-billion-cloud-competition

  • Navy Orders Coyote Sea-Skimming Targets from Northrop Grumman - Seapower

    May 18, 2021 | International, Naval

    Navy Orders Coyote Sea-Skimming Targets from Northrop Grumman - Seapower

    CHANDLER, Ariz.–Northrop Grumman Corp. has been awarded a production contract option for 18 additional GQM-163A “Coyote” supersonic sea-skimming target vehicles, the company announced in a May 14 release.  This award represents the first of three options that can be exercised...

All news