Back to news

August 20, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - August 19, 2019

ARMY

Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $133,162,809 firm-fixed-price contract for Savannah inner harbor dredging. Bids were solicited via the internet with four received. Work will be performed in Savannah, Georgia, with an estimated completion date of Sept. 6, 2021. Fiscal 2019 civil construction; operations and maintenance civil; and river and harbor contributed funds in the amount of $133,162,809 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-5004).

Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $124,460,600 firm-fixed-price contract for Charleston harbor dredging. Bids were solicited via the internet with five received. Work will be performed in Charleston, South Carolina, with an estimated completion date of July 5, 2022. Fiscal 2019 civil construction funds in the amount of $124,460,600 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-19-C-0003).

WHH Nisqually-Garco JV 2,* Olympia, Washington, was awarded a $22,252,000 firm-fixed-price contract for construction of a hot refueling system at Gray Army Airfield at Joint Base Lewis-McChord, Washington. Bids were solicited via the internet with three received. Work will be performed in Joint Base Lewis-McChord, Washington, with an estimated completion date of Feb. 22, 2021. Fiscal 2019 military construction funds in the amount of $22,252,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-19-C-0017).

L3 Technologies Inc., Salt Lake City, Utah, was awarded a $7,868,630 firm-fixed-price contract for the production of Dual Output Battery Eliminator retrofits and Ku Band Directional Antennas On the Move upgrades. Bids were solicited via the internet with one received. Work will be performed in Salt Lake City, Utah, with an estimated completion date of Aug. 31, 2021. Fiscal 2019 aircraft procurement, Army funds in the amount of $7,868,630 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-F-0636).

AIR FORCE

Radiance Technologies Inc., Huntsville, Alabama,* has been awarded a $99,997,251 cost-plus-fixed-fee contract for distributed, automated and intelligent hardware and software security. The scope of this effort is the design, development, integration and delivery of an adaptable set of models and tools, which can be used to provide next-generation detailed, comprehensive and automated cyber vulnerability assessment capabilities, which can also be tailored towards multiple application spaces and Department of Defense missions. This set of models and tools will provide optimized system configurations and countermeasure placement in order to perform vulnerability assessments on complex, distributed systems, which include Internet of Things components in an automated fashion. Work will be performed in Huntsville, Alabama, and is expected to be completed by Aug. 19, 2024. This award is the result of a competitive acquisition and two offers were received. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1508).

Flatter Inc., Fredericksburg, Virginia, and Washington, District of Columbia, has been awarded a $39,559,613 indefinite-delivery/indefinite-quantity contract for the Air Force Senior Leadership Development Program (AFSLDP). This contract provides for the full range of technical, functional and managerial expertise to further support the continual development, enhancement, sustainment and facilitation of the AFSLDP by providing analysis, subject matter expertise, guidance and support to the Force Development and Senior Leadership trainings as well as systems. Work will be performed in the National Capital Region and the estimated completion date is Aug. 16, 2024. This award is the result of a competitive acquisition and six offers were received. Fiscal 2019 operations and maintenance funds in the amount of $136,000 are being obligated at the time of award. The contracting directorate is Air Force, District of Washington, Acquisitions, and the contracting activity is Joint Base Andrews, Maryland (FA701419DA003).

BAE Systems, Nashua, New Hampshire, has been awarded a $19,197,676 cost-plus-fixed-fee for sustainment services associated with the AN/ALQ-239 Digital Electronics Warfare Systems (DEWS) and AN/AAR-57A(V) Common Missile Warning System (CMWS) hardware/software. This contract provides for the repair and return indefinite-delivery/indefinite-quantity in support of DEWS/CMWS line replaceable units and line replaceable modules for the Foreign Military Sales customer. Work will be performed at Nashua, New Hampshire, and is expected to be completed by Aug. 13, 2022. This contract involves foreign military sales to the Royal Saudi Air Force. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $9,054,261 are being obligated at the time of the award via order FA8523-19-F-0056. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-19-D-0001).

CORRECTION: The Aug. 8, 2019, announcement that BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, was awarded a $369,000,000 ceiling increase modification (P00013) to contract FA2521-16-D-0010 for serviceable components and subsystems for instrumentation tracking systems is incorrect. The correct award amount was $90,500,000. All other information in the announcement is correct.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $32,111,547 for modification P00005 to delivery order N00019-19-F-2512 under previously issued against basic ordering agreement (N00019-14-G-0020). This award procures modification kits and special tooling for modification and retrofit of delivered F-35 Lightning II Joint Strike Fighters for the Air Force, Marine Corps, Navy, non-Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2025. Fiscal 2019 aircraft procurement (Air Force, Marine Corps, and Navy); non-DoD partners; and FMS funds in the amount of $32,111,547 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($16,510,522; 51%); Marine Corps ($7,693,130; 24%); Navy ($275,849; 1%); non-DoD participants ($4,698,676; 15%); and FMS customers ($2,933,370; 9%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Detyens Shipyards Inc., North Charleston, South Carolina, is awarded a $21,316,067 firm-fixed-price contract for a 75-calendar day shipyard availability for the regular overhaul and dry-docking of USNS Sacagawea (T-AKE 2). The contract includes options, which, if exercised, would bring the total contract value to $21,942,075. Work will be performed in North Charleston, South Carolina, and is expected to be completed by Dec. 20, 2019. Working capital funds (Navy) in the amount of $21,942,075 will be obligated in fiscal 2020. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-C-6006).

Reyes Construction Inc., Pomona, California, is awarded $20,368,000 for firm-fixed-price task order N62473-19-F-4995 under a previously awarded multiple award construction contract (N62473-18-D-5862) for the design-bid-build construction of missile magazines at Naval Weapons Station, Seal Beach. The work to be performed provides for new magazines that are needed to provide adequate storage for vertical launch missile systems, missile variants and for assembled missile storage. The contractor shall provide all labor, supervision, materials and equipment to perform all work described in the request for proposal. The task order also contains five unexercised options, which, if exercised, would increase the cumulative task order value to $20,479,300. Work will be performed in Seal Beach, California, and is expected to be completed by April 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $20,368,000 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

The Lockheed Martin Corp., Rotary and Mission Systems, Mitchel Field, New York, is awarded $13,350,351 for cost-plus-incentive-fee modification P00008 for new scope under previously awarded contract N-00030-19-C-0045 to provide U.S. Trident II (D5) Strategic Weapon System efforts for the navigation subsystem. Work will be performed in Mitchel Field, New York, with an expected completion date of Dec. 31, 2022. Fiscal 2019 other procurement (Navy) funds in the amount of $13,350,351 are being obligated on this award. Funds will not expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $12,031,145 for modification P00001 to delivery order 5503 under previously issued against basic ordering agreement (N00019-14-G-0020). This award procures modification kits for modification and retrofit of delivered F-35 Lightning II Joint Strike Fighters for the Air Force and Marine Corps. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2021. Fiscal 2019 aircraft procurement (Air Force and Marine Corps) funds in the amount of $12,031,145 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($6,927,023; 58%); and the Marine Corps ($5,104,122; 42%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Unified Business Technologies Inc.,* Troy, Michigan, is awarded $7,379,877 for firm-fixed-price task order N40085-19-F-3500 under a previously awarded SeaPort Next Generation contract for engineering and program management for capital improvement requirements with various design and construction periods at Marine Corps Air Station, Cherry Point, North Carolina; and Marine Base Camp Lejeune, Jacksonville, North Carolina. The work to be performed provides for various construction engineering disciplines and administrative support services to assist in completing various capital improvement projects. The task order also contains four unexercised options, which, if exercised, would increase cumulative task order value to $37,651,276. Work will be performed in Jacksonville, North Carolina (67%); and Havelock, North Carolina (33%), and is expected to be completed by August 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $7,379,877 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N00178-19-D-8762).

DEFENSE LOGISTICS AGENCY

Bremen-Bowdon Investments Co., Bowdon, Georgia, has been awarded a maximum $7,966,345 modification (P00008) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-1085) with four one-year option periods for men's blue trousers. This is a firm-fixed-price contract. Location of performance is Georgia, with an Aug. 23, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/1938044/source/GovDelivery/

On the same subject

  • Rheinmetall and BAE Systems to create a UK based Land Systems Joint Venture

    January 22, 2019 | International, Land

    Rheinmetall and BAE Systems to create a UK based Land Systems Joint Venture

    Rheinmetall and BAE Systems today announced that they have signed an agreement to create a joint UK based military vehicle design, manufacturing and support business. The new Joint Venture will be headquartered at BAE Systems' facility in Telford, England and will sustain over 400 jobs in the UK, as well as preserve key technology and engineering skills. Rheinmetall will purchase a 55% stake in the existing BAE Systems UK based combat vehicles business, with BAE Systems retaining 45%. The establishment of the new Joint Venture is subject to regulatory approvals which are anticipated to be completed in the first half of 2019. Once the approvals have been completed, the Joint Venture will be known as Rheinmetall BAE Systems Land (RBSL). In addition to managing and growing the existing combat vehicle support business, the intent is for the new Joint Venture to play a major role in the delivery of the British Army's new Mechanised Infantry Vehicle (MIV) and other strategic combat vehicles programmes. The combination of Rheinmetall's military vehicles technology and products with the additional capabilities and products brought to the Joint Venture by BAE Systems, such as Trojan, Terrier, Warrior, military bridging and the AS90 self-propelled artillery system will create a European market leader in the military vehicle sector. RBSL will have the potential to create hundreds of additional UK jobs, both in Telford and the wider supply chain. While initially focused on these major UK programmes, RBSL will also form an integral part of Rheinmetall's Vehicle Systems Division and will participate in and contribute to various global military vehicle pursuits and contracts. Jennifer Osbaldestin, Managing Director of BAE Systems Land UK business, said: “We are committed to evolving our combat vehicles business so that we better serve our customers' future interests. Joining forces with Rheinmetall in the UK provides renewed purpose for our vehicles business and allows us to deliver products, services and technology that help land forces excel in their vital roles. We look forward to working together to ensure the Joint Venture is a trusted supplier to the British Army and our international customers.” Ben Hudson, Global Head of Rheinmetall's Vehicle Systems Division, said: “We are excited about the potential the new Joint Venture holds for Rheinmetall, BAE Systems and ultimately our customers. The combined capabilities of our two great companies will offer our customers a comprehensive portfolio of military vehicles and associated technologies both now and into the future. We are proud to invest in the UK and expect to substantially grow the current business and the Telford manufacturing facility over the coming years.” https://www.baesystems.com/en/article/rheinmetall-and-bae-systems-to-create-a-uk-based-land-systems-joint-venture

  • Contract Awards by US Department of Defense - November 30, 2020

    December 1, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 30, 2020

    NAVY Balfour Beatty Construction LLC, Dallas, Texas (N62473-21-D-1202); B.L. Harbert International LLC, Birmingham, Alabama (N62473-21-D-1203); Clark Construction Group – California LP, Irvine, California (N62473-21-D-1204); ECC Infrastructure LLC, Burlingame, California (N62473-21-D-1205); Harper Construction Co. Inc., San Diego, California (N62473-21-D-1206); Heffler Contracting Group,* El Cajon, California (N62473-21-D-1207); Korte Construction Co., doing business as The Korte Co., St. Louis, Missouri (N62473-21-D-1208); M. A. Mortenson Co., doing business as M.A. Mortenson Construction, Minneapolis, Minnesota (N62473-21-D-1209); R. A. Burch Construction Co. Inc.,* Ramona, California (N62473-21-D-1210); RQ Construction LLC, Carlsbad, California (N62473-21-D-1211); Sundt Construction Inc., Tempe, Arizona (N62473-21-D-1212); Walsh Federal LLC, Chicago, Illinois (N62473-21-D-1213); Webcor Construction LP, doing business as Webcor Builders, Alameda, California (N62473-21-D-1214); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N62473-21-D-1215), are each being awarded an indefinite-delivery/indefinite-quantity, multiple-award construction contract for new construction, repair and renovation of commercial and institutional facilities at various government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. The maximum dollar value including the base period and one option period for all fourteen contracts combined is $2,500,000,000. The work to be performed provides for new construction, repair and renovation within the North American Industry Classification System code 236220, by design-build or design-bid-build, of commercial and institutional facilities. Types of projects may include, but are not limited to, airport buildings, office/administrative buildings, communications facilities, vehicle maintenance facilities, armories, parking garages, barracks facilities, prison facilities, fire stations, religious buildings, hotels, dining facilities, hospital/medical facilities, warehouse facilities, school facilities and/or retail facilities. No task orders are being issued at this time. All work on these contracts will be performed at various government installations within the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations including, but not limited to, California (90%); Arizona (6%); Nevada (1%); Utah (1%); Colorado (1%); and New Mexico (1%). The terms of the contracts are not to exceed 60 months, with an expected completion date of November 2025. Fiscal 2021 operation and maintenance (O&M) (Navy) contract funds in the amount of $70,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M (Navy); O&M (Marine Corps); and Navy working capital funds. This contract was competitively procured as a full and open unrestricted procurement with two reserves for highly qualified small businesses via the beta.sam.gov contract opportunities website with 28 proposals received. The reserves were met by award to Heffler Contracting Group and R. A. Burch Construction Co., Inc. These fourteen contractors may compete for task orders under the terms and conditions of the awarded contracts. NAVFAC Southwest, San Diego, California, is the contracting activity. Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $642,000,000 not-to-exceed, cost-plus-incentive-fee, fixed-price-incentive-firm-target undefinitized contract. This contract provides for the procurement of performance-based logistics activities including maintenance of support equipment, common program activities, unique and common base recurring sustainment, repair of repairables, field service representatives, common replenishment spares, conventional take-off and landing/carrier variant F135 unique maintenance services and short take-off and landing F135 unique services in support of the F-35 Lightning II F135 propulsion system for the Air Force, Marine Corps, Navy, non-Department of Defense participants and Foreign Military Sales customers. Work will be performed in East Hartford, Connecticut (73%); Oklahoma City, Oklahoma (18%); Camari, Italy (3%); Eglin Air Force Base, Florida (2%); Edwards AFB, California (1%); Hill AFB, Utah (1%); Luke AFB, Arizona (1%); and Beaufort Marine Corps Air Station, South Carolina (1%), and is expected to be completed in November 2021. Fiscal 2021 operation and maintenance (Air Force) funds in the amount of $100,999,236; fiscal 2021 operation and maintenance (Marine Corps) funds in the amount of $87,738,708; fiscal 2021 operation and maintenance (Navy) funds in the amount of $15,757,554; and fiscal 2021 operation and maintenance (Air National Guard) funds in the amount of $10,991,000 will be obligated at time of award, all 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 Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-21-C-0011). Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $397,611,585 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2114 for Naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (68%); and Schenectady, New York (32%). Fiscal 2021 shipbuilding and conversion (Navy) funding in the amount of $397,611,585 will be obligated at time of award and funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. A2 JV,* Lexington Park, Maryland, is awarded an $84,776,227 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides support services for the Airborne Systems Integration Division in the design, development and demonstration of sensor capabilities for a variety of platforms, manned and unmanned, airborne, shipborne, and fixed mobile ground stations for the Department of Defense and other government agencies. Work will be performed in Lexington Park, Maryland (44%); Saint Inigoes, Maryland (35%); Patuxent River, Maryland (15%); Bridgewater, Virginia (1%); California, Maryland (1%); Herndon, Virginia (1%); Huntsville, Alabama (1%); Warminster, Pennsylvania (1%); Hollywood, Maryland (0.5%); and Virginia Beach, Virginia (0.5%), and is expected to be completed in December 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; four offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-21-D-0009). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, was awarded a $62,937,212 modification (P00007) to cost-plus-fixed-fee order N00019-20-F-0571 against previously issued basic ordering agreement N00019-19-G-0008. This modification exercises an option to provide non-recurring and recurring labor associated with aircraft modification efforts. Non-recurring labor includes the creation of design data to release any new, applicable part numbers, generation of the engineering change proposal to authorize changes to engineering, updating documentation, update and release time compliance technical directives and coordinating the change throughout the change request release process. Recurring labor includes project management, planning, modification execution support, and kit management in support of the F-35 program for the Navy, Air Force, Marine Corps, Foreign Military Sales (FMS) customers and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2021. Fiscal 2021 aircraft procurement (Air Force) funds in the amount of $26,370,691; fiscal 2021 aircraft procurement (Navy) funds in the amount of $16,004,933; non-DOD participant funds in the amount of $12,637,793; and FMS in the amount of $7,923,795 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded Nov. 27, 2020) Collins Engineers Inc., Chicago, Illinois, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $30,000,000 for multi-discipline architect-engineering services in support of small waterfront projects primarily in the Hampton Roads area of Virginia in the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic (MIDLANT) area of operations (AO). The work to be performed provides for comprehensive architect-engineering services for waterfront planning, design, construction, evaluation of new construction, and renovation projects located primarily within the NAVFAC MIDLANT AO, and the Hampton Roads area of Virginia, but may also include work worldwide. An initial task order for the minimum guarantee is being awarded at $5,000. Work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within NAVFAC MIDLANT AO primarily in the Hampton Roads area of Virginia. The term of the contract is not to exceed 60 months with an expected completion date November 2025. Fiscal 2021 operation and maintenance (Navy) (O&M,N) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); and O&M,N. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. NAVFAC MIDLANT, Norfolk, Virginia, is the contracting activity (N40085-20-D-0007). Vectrus Systems Corp., Colorado Springs, Colorado, is awarded firm-fixed-price task order N69450-21-F-0504 at $25,899,995 under a global contingency service multiple award contract for base operating support services at Naval Station, Guantanamo Bay. The work to be performed provides for base operating support services to include family housing, facility management, facility investment, custodial, pest control, integrated solid waste management, other (swimming pools), grounds maintenance and landscaping, utilities management, electrical, wastewater, water and base support vehicles and equipment. The task order also contains one unexercised four-month option period and one unexercised two-month option period, which if exercised, would increase the cumulative task order value to $45,849,372. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by November 2021. Fiscal 2021 operation and maintenance (O&M) (Navy); fiscal 2021 Defense Health Program; fiscal 2021 O&M (Army); and fiscal 2021 O&M (defense agencies) in the amount of $21,394,860 for recurring work will be obligated on individual modifications issued during the base period. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (N62742-16-D-3552). SOLUTE Inc., San Diego, California, is awarded a $15,498,167 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee and cost-with-no fee contract to provide support for an automated digital network system to include engineering and programmatic services for communications systems and associated certification and information assurance for current operations, planned upgrades and developments. This two-year contract includes four two-year option periods which, if exercised, would bring the overall potential value of this contract to an estimated $83,665,786. Work will be performed in the continental U.S.: California (90%); Hawaii (2%); Charleston, South Carolina (2%); Norfolk, Virginia (2%); and outside the continental U.S.: Bahrain (2%); and Italy (2%). The period of performance of the base award is from Nov. 30, 2020, through Nov. 29, 2022. If all options are exercised, the period of performance would extend through Nov. 29, 2030. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using other procurement (Navy); and operation and maintenance (Navy, Air Force, Marine Corps). This contract was competitively procured via Request for Proposal N66001-19-R-0035, published on the beta.sam.gov website. Six offers were received and one was selected for award. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-21-D-0010). CAE USA Inc., Tampa, Florida, is awarded an $11,328,529 firm-fixed-price contract. This contract provides for Navy T-44C ProLine 21 aircraft pilot training, to include operation and curriculum development and instruction in support of the Chief of Naval Aviation Training. Work will be performed in Corpus Christi, Texas, and is expected to be completed in April 2027. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $1,029,696 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity (N61340-21-C-0005). IAP Worldwide Services Inc., Cape Canaveral, Florida, is awarded a $10,984,976 modification (P00070) to previously awarded firm-fixed-price, cost-reimbursable contract N00019-15-C-0120. This modification increases the contract value and provides additional funding for inventory replenishment, operational and depot spare parts in support of the E-6B Mercury airborne command post take charge and move out aircraft. Work will be performed in Oklahoma City, Oklahoma (70%); Patuxent River, Maryland (10%); Bellevue, Nebraska (10%); and Fairfield, California (10%), and is expected to be completed in January 2021. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $10,984,976 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $9,606,247 modification (P00003) to firm-fixed-price order N00019-20-F-0283 against previously issued basic ordering agreement N00019-16-G-0001. This modification exercises an option to provide follow-on integrated logistics and engineering services in support of the Harpoon/Standoff Land Attack Missile-Expanded Response missile system and Harpoon Launch system for the Navy and Foreign Military Sales (FMS) customers. Work will be performed in St. Charles, Missouri (92%); St. Louis, Missouri (5%); and Yorktown, Virginia (3%), and is expected to be completed in February 2022. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $2,589,823; and FMS funds in the amount of $7,016,424 will be obligated at time of award; $2,589,823 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Hawaiian Dredging Construction Co. Inc., Honolulu, Hawaii, is awarded a $9,326,667 firm-fixed-price modification to increase the maximum dollar value of a firm-fixed-price contract for the underground utility realignment on Joint Base Pearl Harbor-Hickam (JBPHH). The work to be performed provides for the installation of a 42-inch potable water transmission main from the Waiawa pump station, located at the northern end of Waihona Street, to the existing 42-inch water main near the intersection of Lehua Avenue and Second Street. The new pipe will replace the existing 42-inch transmission main which has reached the end of its useful life. After award of this modification, the total cumulative contract value will be $60,045,058. Work will be performed in Pearl City, Hawaii, and is expected to be completed by June 2022. Fiscal 2019 military construction (Navy Reserve) contract funds in the amount of $9,326,667 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Hawaii, JBPHH, Hawaii, is the contracting activity (N62742-19-C-1319). AIR FORCE Lockheed Martin Aeronautics Corp., Marietta, Georgia, has been awarded a $1,400,000,000 indefinite-delivery requirements contract under Foreign Military Sales (FMS) for C-130J aircraft sustainment support. The ordering period for this award is 10 years from contract award. Work will mainly be performed in the host nation's country. Services include program management support, spares, supply support services, support equipment, diminishing manufacturing sources, sustaining engineering services, sustaining engineering/technical services, field services representatives, logistics service representatives, technical order updates, technical order print and distribution, country standard time compliance technical orders and depot maintenance. This award is the result of a sole-source acquisition and is 100% FMS with no funds being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8553‐21‐D‐0001). L3 Communications Integrated Systems, Waco, Texas, has been awarded an estimated $667,877,734 firm-fixed-price, time-and-material, cost-reimbursement, no-fee and indefinite-delivery/indefinite-quantity contract for C-130H unscheduled depot-level maintenance/programmed depot maintenance in support of all C-130 variants and C-130J mid-cycle paint in support of C-130J variants. Work will be performed in Waco, Texas, and is expected to be completed Nov. 29, 2025. This award is the result of a competitive full and open source selection acquisition and two offers were received. Fiscal 2021 operation and maintenance funds in the amount of $26,066,766 are being obligated on first task order. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-21-D-0001). Solution One Industries Inc., Killeen, Texas, has been awarded a not-to-exceed $70,622,375 firm-fixed-price contract for expeditionary/contingency medical material services. This contract provides critical logistical support personnel for routine staffing at various locations for assemblage packaging of war reserve materiel, inspection and audits and provides medical logistical support personnel for temporary surge in workload for contingency, humanitarian and base exercises. This contract supports 90 Air Force sites; 93 Air National Guard sites, four Army sites; and an undisclosed number if sites in support of the JANUS project. Work will be performed in Joint Base San Antonio-Kelly, Texas, and is expected to be completed Jan. 31, 2026. Fiscal 2020 operation and maintenance funds in the amount of $798,899 are being obligated at the time of award. The Air Force Installation Contracting Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8003-21-C-0004). Rise8 Inc., Tampa, Florida, has been awarded a $13,928,215 firm-fixed-price contract to provide the necessary expertise, support and structure to enhance and accelerate the management and product delivery of the Advanced Battle Management System category five applications. Work will be performed in Tampa, Florida, and is expected to be completed Nov. 30, 2024. The award includes a base year plus three option years. Fiscal 2020 research, development, test and evaluation funds in the amount of $2,483,739 are being obligated at the time of award. The Air Force Life Cycle Management, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8612-21-C-5004). ARMY Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded an $888,422,571 modification (P00451) to contract W56HZV-15-C-0095 to exercise options (1,001 trailers; 2,679 vehicles; and 6,725 kits) for the Joint Light Tactical Vehicle Family of Vehicles for the Army, Navy, Marine Corps and Air Force. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2022. Fiscal 2019, 2020 and 2021 other procurement (Army); 2021 procurement (Marine Corps); 2020 and 2021 procurement (Air Force); and 2021 procurement (Navy) funds in the amount of $888,422,571 were obligated at the time of the award. The U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Dyncorp International LLC, Fort Worth, Texas, was awarded a $52,301,773 modification (P00106) to contract W58RGZ-19-C-0025 for support of various Army Model Design Series aircraft and equipment in support of deployed units. Work will be performed in the U.S., Afghanistan, Kosovo, Kuwait and Germany, with an estimated completion date of Nov. 30, 2021. Fiscal 2010 Foreign Military Sales; 2019 aircraft procurement (Army); 2021 aircraft procurement (Army); and 2021 operation and maintenance (Army) funds in the amount of $52,301,773 were obligated at the time of the award. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Leidos Inc., Gaithersburg, Maryland, was awarded a $38,365,662 modification (P00037) to contract W58RGZ-17-C-0058 for contractor logistics support services supporting the Afghan Air Force. Work will be performed in Kabul, Afghanistan, with an estimated completion date of Feb. 28, 2021. Fiscal 2021 Afghanistan Security Forces (Army) funds in the amount of $38,365,662 were obligated at the time of the award. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AITC-Five Domains JV LLC,* Winter Springs, Florida, was awarded a $36,000,547 firm-fixed-price contract to provide train, advise, assist and mentor services to the Kingdom of Saudi Arabia. Bids were solicited via the internet with one received. Work will be performed in Riyadh, Saudi Arabia, with an estimated completion date of Nov. 30, 2024. Fiscal 2021 Foreign Military Sales funds in the amount of $36,000,547 were obligated at the time of the award. The U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-21-C-0006). Raytheon Co., Tucson, Arizona, was awarded a $31,134,623 modification (P00008) to contract W15QKN-19-C-0017 to procure Excalibur Ib projectiles. Work will be performed in Healdsburg, California; Karlskoga, Sweden; East Camden, Arizona; Cedar Rapids, Iowa; Southway, United Kingdom; Cincinnati, Ohio; Glenrothes, Scotland; Salt Lake City, Utah; Joplin, Missouri; Gilbert, Arizona; Lansdale, Pennsylvania; Santa Clara, California; Woodridge, Illinois; Trenton, Texas; Valencia, California; Cookstown, New Jersey; Tucson, Arizona; Phoenix, Arizona; Anniston, Alabama; Chino, California; McAlester, Oklahoma; and Farmington, New Mexico, with an estimated completion date of Feb. 28, 2023. Fiscal 2019 and 2020 other procurement (Army) funds in the amount of $31,134,623 were obligated at the time of the award. The U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $23,037,824 modification (P00051) to contract W56HZV-20-C-0050 to exercise options to procure vehicles and kits for the Joint Light Tactical Vehicle Family of Vehicles for Brazil, Lithuania and Macedonia. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2022. Fiscal 2021 Foreign Military Sales funds in the amount of $23,037,824 were obligated at the time of the award. The U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. General Dynamics Missions Systems, Taunton, Massachusetts, was awarded a $19,150,909 cost-plus-fixed-fee contract to support Warfighter Information Network Tactical Increment 2 equipment. Bids were solicited via the internet with one received. Work will be performed in Taunton, Massachusetts, with an estimated completion date of Jan. 22, 2023. Fiscal 2021 procurement (Defense-wide) funds in the amount of $8,867,882 were obligated at the time of the award. The U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-21-F-0021). Gen-Probe Inc., Marlborough, Massachusetts, was awarded a $12,600,000 firm-fixed-price contract to acquire Panther Fusion SARS-CoV-2 assays for use on the Hologic Panther Fusion system. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of April 20, 2021. The U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-20-D-0007). (Awarded Nov. 27, 2020) Global Ordnance LLC,* Sarasota, Florida (W52P1J-21-D-0001); High Noon Unlimited Inc.,* Holiday, Florida (W52P1J-21-D-0002); and Paramount Enterprises International Inc., Exton, Pennsylvania (W52P1J-21-D-0003), will compete for each order of the $12,450,000 firm-fixed-price contract for procurement of trinitrotoluene. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 30, 2025. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Keller North America Inc., Frisco, Texas, was awarded a $10,500,000 modification (P00035) to contract W911WN-14-C-0002 to create a cutoff wall in the East Branch Dam. Work will be performed in Wilcox, Pennsylvania, with an estimated completion date of Dec. 10, 2020. Fiscal 2020 civil construction funds in the amount of $10,500,000 were obligated at the time of the award. The U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity. (Awarded Nov. 27, 2020) DEFENSE LOGISTICS AGENCY The Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded a maximum $9,179,442 firm-fixed-price delivery order SPRPA1-21-F-KF01 against five-year basic ordering agreement (SPE4A1-16-G-0005) for Advanced Threat Warning (ATW) processors. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1) as stated in Federal Acquisition Regulation 6.302-1. This is a two-year contract with no option periods. Location of performance is Illinois, with a Nov. 17, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2021 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Acme Aerospace Inc., Tempe, Arizona, has been awarded a maximum $8,887,656 firm-fixed-price, indefinite-quantity contract for batteries. 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 three-year base contract with one, one-year option period. Location of performance is Arizona, with a Nov. 29, 2023, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2021 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Columbus, Ohio (SPE7LX-21-D-0054). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2430087/source/GovDelivery/

  • Contract Awards by US Department of Defense - December 16, 2020

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

    Contract Awards by US Department of Defense - December 16, 2020

    ARMY Central Lake Armor Express,* Central Lake, Michigan (W91CRB-21-D-0004); Bethel Industries Inc.,* Jersey City, New Jersey (W91CRB-21-D-0005); Carter Enterprises LLC,* Brooklyn, New York (W91CRB-21-D-0006); Point Blank Enterprises Inc., Pompano Beach, Florida (W91CRB-21-D-0007); and Slate Solutions Inc.,* Sunrise, Florida (W91CRB-21-D-0080), will compete for each order of the $837,591,519 firm-fixed-price contract for the Soldier Protection System. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 14, 2029. The U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Towill Inc., Concord, California, was awarded a $22,666,666 firm-fixed-price contract for photogrammetric and Light Detection and Ranging (LiDAR) surveying and mapping. Bids were solicited via the internet with 38 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 15, 2025. The U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-21-D-0022). Oxford Federal LLC, Lone Tree, Colorado, was awarded an $11,554,000 firm-fixed-price contract for design-build construction at sites in Israel. Bids were solicited via the internet with three received. Work will be performed in Tel Aviv, Israel, with an estimated completion date of June 8, 2022. Fiscal 2021 Foreign Military Sales (Israel) funds in the amount of $11,554,000 were obligated at the time of the award. The U.S. Army Corps of Engineers, Europe District, is the contracting activity (W912GB-21-F-0023). DEFENSE LOGISTICS AGENCY Belmont Instrument LLC, Billerica, Massachusetts, has been awarded a maximum $133,570,787 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE2DH-16-R-0002 for a hospital and portable rapid blood infuser product line, military kits, associated consumables and accessories. This was a competitive acquisition with 132 responses received. This is a five-year contract with no option periods. Location of performance is Massachusetts, with a Dec. 15, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-21-D-0004). The Boeing Co., St. Louis, Missouri, has been awarded an estimated $108,537,739 modification (P00122) to five-year base contract SPRPA1-14-D-002U with one five-year option period adding consumable items supporting various aircraft. Location of performance is Missouri, with a Sept. 16, 2024, performance completion date. Using customers are Army, Navy, Air Force and military forces in Australia, Finland, France, Israel, Greece, Kuwait and Switzerland. Types of appropriation are fiscal 2021 defense working capital funds and Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. The Boeing Co., St. Louis, Missouri, has been awarded a maximum $41,709,797 cost-plus-fixed-fee delivery order (SPRPA1-21-D-9002) against five-year basic ordering agreement SPRPA1-14-D-002U for consumable and depot-level repairable parts for the KC-46 military unique program. 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 three-year base contract with two one-year option periods. Location of performance is Missouri, with a Dec. 15, 2023, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2021 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. OFD Foods LLC,* Albany, Oregon, has been awarded a maximum $34,162,535 fixed-priced with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for boil-in-bag dehydrated egg mix. This was a competitive acquisition with three responses received. This is a four-year contract with no option periods. Location of performance is Oregon, with a Dec. 11, 2024, ordering period end date. Using military services are Army, Navy and Marine Corps. Type of appropriation is fiscal 2021 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-21-D-Z230). The Boeing Co., St. Louis, Missouri, has been awarded a $10,849,059 modification (P00122) against five-year basic ordering agreement SPRPA1-14-D-002U for additional F/A-18 A-D and E-G aircraft integrated product support. This is a firm-fixed-price contract. Locations of performance are Missouri, California, Virginia, Washington, Nevada and South Carolina, with a Dec. 31, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2021 Navy operation, maintenance and procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. NAVY Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $43,498,975 cost-plus-award-fee modification to previously awarded contract N00024-20-C-4203 to exercise Option Period One for the accomplishment of follow on CG 47 class integrated planning yard services. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by December 2024. Fiscal 2021 operation and maintenance (Navy); and other procurement (Navy) funds in the amount of $1,176,352 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea System Command, Washington, D.C., is the contracting activity. Jacobs Technology Inc., Tullahoma, Tennessee, is awarded a $30,618,831 indefinite-delivery/indefinite-quantity modification for the exercise of Option Two to extend services for a base operations support services contract at Naval Station (NAVSTA), Mayport, Florida; Marine Corps Support Facility (MCSF) Blount Island, Florida; and outlying areas. The work to be performed provides for base operations support services to include port operations, facility investment, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, utilities management, electrical, wastewater, steam, water, base support vehicles and equipment and environmental. After award of this option, the total cumulative contract value will be $89,063,257. Work will be performed in Jacksonville, Florida, at NAVSTA Mayport (62%); MCSF Blount Island (37%); and outlying areas (1%). This option period is from January 2020 to December 2020. No funds will be obligated at time of award. Fiscal 2021 operation and maintenance (O&M) (Navy); fiscal 2021 O&M (Marine Corps); fiscal 2021 Navy working capital funds; and fiscal 2021 family housing O&M (Navy) contract funds in the amount of $24,963,973 for recurring work will be obligated on individual task orders issued during the option period. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-D-1800). Ark Construction Management LLC,* Mechanicsburg, Pennsylvania, is awarded a $25,000,000 indefinite-delivery/indefinite-quantity contract for roof maintenance in the Naval Facilities Engineering Systems Command (NAVFAC), Public Works Department, Pennsylvania, area of responsibility. This work to be performed under this contract will include provide roofing repair and replacement at locations in and around the Philadelphia and Mechanicsburg, Pennsylvania, areas. A task order in the amount of $5,000 is being issued to fulfill the minimum guarantee. Work will be performed in Philadelphia and Mechanicsburg, Pennsylvania. The term of the contract is not to exceed 60 months with an expected completion date of December 2025. Fiscal 2021 Navy working capital contract funds in the amount of $5,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by Navy working capital funds and operation and maintenance (Navy). This contract was competitively procured via the beta.SAM.gov website with five proposals received. NAVFAC Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-21-D-0014). DynCorp International LLC, McLean, Virginia, is awarded an $18,120,424 modification under contract N62742-17-C-3570 in the amount of $18,120,424 which provides for the exercise of the fourth option period under a cost-plus-incentive-fee contract for various support services to Department of Defense (DOD) components. The work to be performed provides for various support services to DOD components (e.g., Naval Mobile Construction Battalions, Naval Expeditionary Combat Command Pacific, Explosive Ordnance Detachment Group One, Coastal Riverine Group One, etc.) conducting humanitarian assistance, civic assistance, minor military construction projects, contingency efforts, supporting various exercises and other projects located at various sites, usually in remote areas in the Philippines, Cambodia, Timor-Leste and other countries in South Asia, Southeast Asia and Oceania. After award of this option, the total cumulative contract value will be $135,215,620. Work will be performed at various locations in Southeast Asia, South Asia and Oceania, and this option period is from January 2021 to December 2021. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $3,187,500 are obligated on this award and will expire at the end of the current fiscal year. Naval Facilities Engineering Command Pacific, Pearl Harbor, Hawaii, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $9,297,472 cost-plus-incentive-fee modification to previously-awarded contract N00024-17-C-6259 to exercise an option for Foreign Military Sales (FMS) engineering services, materials and spares. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by August 2024. FMS funds in the amount of $2,968,429 will be obligated at time of award and will not expire at the end of the current fiscal year. Country name(s) are withheld due to international agreement. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Hyatt Equities LLC, doing business as Hyatt Regency Jacksonville Riverfront, Jacksonville, Florida, is being awarded an $8,324,815 firm-fixed-price, three-month contract for lodging, meal and laundry services. This contract includes one three-month option period which, if exercised, could bring the cumulative value of this contract to $16,729,503. Work will be performed in Jacksonville, Florida. Work is expected to be completed April 12, 2021. If all options are exercised, work will continue through July 11, 2021. Fiscal 2021 military personnel (Marine Corps) funds in the amount of $8,324,815 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website, with 16 proposals received. The Regional Contracting Office, Parris Island, South Carolina, is the contracting activity (M00263-21-C-0001). AIR FORCE CORRECTION: The $79,569,583 contract announced on Dec. 14, 2020, to The Boeing Co., St. Louis, Missouri (FA8634-21-C-2702) for F-15 Eagle Passive Active Warning and Survivability System low rate initial production was actually awarded today, Dec. 16, 2020. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2449367/source/GovDelivery/

All news