Back to news

August 27, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense - August 27, 2020

ARMY

Avon Protection Systems Inc., Cadillac, Michigan (W911SR-20-D-0001); and Canadian Commercial Corp., Ottawa, Canada (W911SR-20-D-0002), will compete for each order of the $127,200,000 firm-fixed-price contract to qualify and procure M61 canisters for the Joint Service General Purpose Mask. 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. 26, 2027. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded an $116,821,426 modification (P00064) to contract W91RUS-13-C-0006 for continued support of critical operation, maintenance and defense of Army communications, which supports the Army Operational Base Communications Information Systems and infrastructure in support of U.S. Central Command forces. Work will be performed in APO Kuwait, APO United Arab Emirates, APO Afghanistan, APO Jordan, APO Bahrain, APO Iraq and APO Qatar, with an estimated completion date of Feb. 28, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $73,992,653 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Bowhead Mission Solutions LLC,* Springfield, Virginia, was awarded a $115,752,117 cost-plus-fixed-fee contract for system engineering and technical assistance support for the Center of Excellence, Space and Missile Defense School. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 8, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W91260-20-F-5002).

Aptim Aecom Decommissioning, Alexandria, Virginia, was awarded a $42,861,305 hybrid (cost-plus-incentive-fee and firm-fixed-price) contract for decommissioning and disposal activities for the Stationary Medium Power Plant Number 1 Reactor Facility in Fort Belvoir. Bids were solicited via the internet with four received. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of Sept. 1, 2025. Fiscal 2020 operations and maintenance (Army) funds in the amount of $42,861,305 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-C-0031).

Affolter Contracting Co. Inc.,* La Marque, Texas, was awarded a $12,364,000 firm-fixed-price contract furnishing all plant, labor, materials and equipment, and constructing the Upper Yazoo Projects in Tallahatchie County, Mississippi. Bids were solicited via the internet with two received. Work will be performed in Greenwood, Mississippi, with an estimated completion date of June 30, 2024. Fiscal 2020 civil construction funds in the amount of $12,364,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-20-C-0006).

AIR FORCE

Northrop Grumman Systems Corp., McLean, Virginia, has been awarded a $93,000,000 indefinite-delivery/indefinite-quantity contract. This requirement is for a follow-on to continue performance of highly specialized technical services in support of product data systems, data management, migration processes and transformation initiatives. Work will be performed at Robins Air Force Base, Georgia, and is expected to completed May 9, 2024. This award is the result of a sole-source acquisition. The first order obligates fiscal 2020 operations and maintenance; and working capital funds in the amount of $19,847,079. Air Force Sustainment Center, Robins AFB, Georgia, is the contracting activity (FA8571-20-D-0006).

Olgoonik Enterprises LLC, St. Robert, Missouri, has been awarded a $75,000,000 firm-fixed-price, single-award, indefinite-delivery/indefinite-quantity contract for the Fort Riley, Kansas; and McConnell Air Force Base, Kansas, Sunflower Simplified Acquisition Base Engineering Requirements (SABER) to maintain facilities and infrastructure at both bases. This award is the result of a competitive acquisition and seven offers were received. Task orders will be funded either by Army or Air Force operations and maintenance (O&M) funds. The initial task order for this contract was funded by Army O&M funds in the amount of $334,749. Work will be performed at Fort Riley, Kansas; and McConnell AFB, Kansas, and is expected to be completed Sept. 25, 2025. The 22nd Contracting Squadron, McConnell AFB, Kansas, is the contracting activity (FA4621-20-D-0002).

NAVY

Leidos Inc., Reston, Virginia, is awarded a $58,905,547 modification (P00004) to previously awarded cost-plus-fixed-fee contract N00019-19-C-0051. This modification provides for the development of Adaptive Radar Countermeasure (ARC) Software/Firmware (SW/FW) capabilities and integration of ARC SW/FW on the AN/ALQ-214A electronic countermeasure host. ARC SW/FW supplements F/A-18C-F survivability in the presence of radio frequency guided surface-to-air and air-to-air weapons systems. Work will be performed in Arlington, Virginia (50%); Clifton, New Jersey (25%); Goleta, California (10%); St. Louis, Missouri (10%); Raleigh, North Carolina (3%); and Huntsville, Alabama (2%), and is expected to be completed in February 2024. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $13,894,969 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.

DZSP 21 LLC, Marlton, New Jersey, is awarded a $50,794,396 cost-plus-fixed-fee contract with one three-month base period and one three-month option period for base operating support (BOS) services at Joint Region Marianas. Work will be performed at various locations on the island of Guam, and is expected to be completed by February 2021. The work will provide facility and BOS for the following services: management and administration, port operations, material management, facility management, sustainment, restoration and modernization, electrical, wastewater, steam, hot water and demineralized water, potable water, transportation and environmental. Fiscal 2020 working capital funds (Defense); fiscal 2020 transportation Air Force working capital funds; fiscal 2020 operations and maintenance (Navy, Air Force and Defense); fiscal 2020 family housing operations and maintenance (Navy); fiscal 2020 operations and maintenance (Marine Corps, Army, Army National Guard and Air National Guard); fiscal 2020 health program funds (Defense); fiscal 2020 General Fund; and fiscal 2020 Defense Commissary Agency contract funds in the amount of $23,319,610 are obligated on this award, and all will expire at the end of the current fiscal year. This contract was issued as a sole-source procurement under the authority of 10 U.S. Code 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-20-C-3603).

Nexagen Networks Inc.,* Morganville, New Jersey, is awarded a $45,970,509 single-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide subject matter expertise in the areas of program management; development management; operation support; systems engineering support; systems administration; information assurance; network security; configuration management; service desk support; web application development and technical writing in support of the management and operation of the coalition and allied programs and the Naval Tool for Interoperability and Risk Assessment under Naval Information Forces. The contract will include a five-year base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8 – option to extend services, which if exercised, will bring the total value to $49,700,700. The base ordering period is expected to be completed by September 2025; if the option is exercised, the ordering period will be completed by March 2026. Work will be performed in Suffolk, Virginia (60%); Norfolk, Virginia (20%); Honolulu, Hawaii (15%); and various continental U.S. locations (5%). Fiscal 2020 operations and maintenance (Navy) (OMN) funds in the amount of $10,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. Annual OMN funds will be obligated as individual task orders are issued. This contract was competitively procured as a small business set-aside pursuant to the authority set forth in Federal Acquisition Regulation 16.504 and solicited through Navy Electronic Commerce Online and the Federal Business Opportunities websites, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-20-D-0027).

Lockheed Martin Rotary and Mission Systems, Owego, New York, is awarded a $35,317,218 cost-plus-incentive-fee order (N00019-20-F-0358) against basic ordering agreement N000019-19-G-0029. This order procures labor and hardware for the development of preliminary software for Phase 2 Network Enabled Weapons (NEW) capabilities. Specifically, this order provides software coding, testing and integration of NEW into a software development branch of the MH-60R/S software configuration with a merge into MH-60R/S fleet release baseline after the capability has established maturity. Work will be performed in Owego, New York, and is expected to be completed in August 2023. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $3,761,000 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.

RQ Construction LLC, Carlsbad, California, is awarded a $33,146,000 firm-fixed-price task order (N62473-20-F-5288) under a multiple award construction contract for the design and construction of a new child development center (CDC) complex at Marine Corps Air Station (MCAS) Miramar. The task order also contains one planned modification, which if exercised would increase cumulative task order value to $33,327,250. The work to be performed provides for two single story CDC facilities for infants, pre-toddlers, toddlers and pre-school aged children of military and authorized civilian personnel at MCAS Miramar. Combined total square footage for the two facilities shall not exceed 62,000 square feet. The CDC will provide adequate space for children between six weeks and five years of age. These two CDC facilities combined will provide an essential facility offering military personnel and authorized civilians and their families with full time, quality childcare and development for about 462 children. The new facilities will be single story reinforced concrete masonry unit, reinforced concrete foundation, slab on grade and composite steel deck, standing seam metal roof over metal deck and steel framing. Functional programmed spaces will include entrance vestibule, lobby, reception/sign-in, administration offices and work areas individual child activity rooms appropriately designed and sized for each children's age group, training room, staff break room, lactation room, central storage, restrooms for staff and public use, kitchen, laundry room, janitor's room, mechanical, electrical and telecommunication support spaces. Work will be performed in San Diego, California, and is expected to be completed by September 2022. Fiscal 2020 military construction (Navy) contract funds in the amount of $33,146,000 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5851).

Mechanical Engineers of Hawaii Corp.,* Honolulu, Hawaii, is awarded an indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $15,000,000 for design and engineering services for mechanical engineering projects and related projects at various locations in the Naval Facilities Engineering Command (NAVFAC) Hawaii area of operations (AO). The work to be performed provides for request for proposal (RFP) documentation for design-bid-build (DBB) mechanical engineering projects with associated multi-discipline architect-engineering support services for new construction, alteration, repair and installation of mechanical systems and associated facilities. Other design and engineering services may include, but not limited to, design-build RFP documentation, engineering investigations/concept studies, functional analysis concept development/charrettes and post construction award services. Initial task order is being awarded at $281,952 for a DBB construction package, consisting of full plans, specifications, detailed cost estimate and other services to repair the Marine Corps Forces Pacific Telephone Exchange Building at Marine Corps Base Camp Smith. Work for this task order is expected to be completed by May 2022. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Hawaii AO. The term of the contract is not to exceed 60 months with an expected completion date of August 2025. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $281,952 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N; O&M (Marine Corps); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. NAVFAC Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-20-D-5034).

Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $9,885,076 combination firm-fixed-priced, indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of Bridge Option Three under an IDIQ contract for base operating support services at Isa Air Base. After award of this bridge option, the total cumulative contract value will be $191,719,675. The work to be performed provides for but is not limited to, all management, supervision, tools, materials, supplies, labor and transportation services necessary to perform galley services, bachelor quarters and laundry services, facility management, emergency service requests, urgent service, routing service, minor work, facilities investment, custodial, pest control service, integrated solid waste, grounds maintenance, wastewater, operate reverse osmosis water treatment system and base support vehicles, environmental, fire emergency services and explosive safety officer services at Isa Air Base, Bahrain. Work will be performed in the Kingdom of Bahrain. This option period is from September 2020 to November 2020. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. Fiscal 2020 and 2021 operations and maintenance (Navy) contract funds in the amount of $9,885,076 for recurring and non-recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Europe, Africa, Central, is the contracting activity (N62470-14-D-6012).

Raytheon Co., Space and Airborne Systems, El Segundo, California, is awarded an $8,357,826 modification (P00079) to previously awarded cost-plus-incentive-fee contract N00019-16-C-0002. This modification provides additional contractor logistics support maintainers for pre-operational support to facilitate logistics and maintenance activities in support of the Next Generation Jammer engineering and manufacturing development and test and evaluation activities. Work will be performed in Patuxent River, Maryland (49%); Point Mugu, California (38%); and Crane, Indiana (13%), and is expected to be completed in December 2021. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $8,357,826 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.

DEFENSE LOGISTICS AGENCY

Seiler Instrument and Manufacturing Co., Inc.,* St. Louis, Missouri, has been awarded a maximum $8,972,159 firm-fixed-price, requirements contract for production of the panoramic telescope. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is Missouri, with an Aug. 31, 2025, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0127).

Campbellsville Apparel Co., Campbellsville, Kentucky, has been awarded a maximum $7,709,600 modification (P00012) exercising the fourth one-year option period of a one-year base contract (SPE1C1-16-D-1083) with four one-year option periods for undershirts and moisture wicking t-shirts. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Kentucky, with a Sept. 7, 2021, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Cobham Mission System, Davenport, Iowa, has been awarded a maximum $13,028,470 firm-fixed-price contract for oxygen concentrators. 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 four-year, two-month contract with no option periods. Location of performance is Iowa, with an Oct. 6, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2025 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-W070).

UPDATE: JCB Inc., Pooler, Georgia (SPE8EC-20-D-0064), has been added as an awardee to the multiple award contract announced on Aug. 29, 2017, for commercial construction equipment, issued against solicitation SPE8EC-17-R-0005.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2327934/

On the same subject

  • The Army Is Working on Brain Hacks to Help Soldiers Deal With Information Overload

    May 4, 2018 | International, C4ISR

    The Army Is Working on Brain Hacks to Help Soldiers Deal With Information Overload

    David Axe The Army hopes that technology can solve the info-overload problem that technology has created, and free up people to do what people do best. With drones and tiny sensors spreading across the planet, the US Army is worried that there's simply too much information for soldiers to process. So the ground-combat branch wants to hack troops' brains, and develop new technologies and methods for pairing human beings and artificial intelligence. The idea is for the AI—"intelligent agent" is the term the Army uses—to process raw information, leaving the human soldier to do what they're best at: make decisions, especially creative ones. "In theory, intelligent agents will have parallel computational power that is much greater than that of humans," Dr. Jonathan Touryan, a neuroscientist at the Army's Human Research and Engineering Directorate in Maryland, said in an Army release. "In developing human-agent integration principles, we hope to accentuate the strengths of both while mitigating individual weaknesses." For its main human-AI integration effort, the Army teamed up with private industry and universities in California, Texas, Florida, and New York. The resulting Cognition and Neuroergonomics Collaborative Technology Alliance began in 2010 and is scheduled to continue in its current form until at least 2020. One recent experiment involved two people—a driver and passenger—traveling together along a busy highway. The passenger, acting as a sort of surrogate AI, talked to the driver in order to test how well a human being can remember and respond to new information while under stress. "What we're interested in doing is understanding whether we can look at the synchrony between the physiologies—the brain response or the heart rate response—between the driver and passenger, and use that synchrony to predict whether the driver is going to remember the information the passenger is telling them after the drive is over," Dr. Jean Vettel, an Army neuroscientist, said in an official release. The resulting data could help the Army determine when and how an AI should relay information to a soldier in combat. This man-machine division of labor could become even more important in coming years. The Defense Advanced Research Project's Squad X initiative, which began in 2013, aims to “increase squad members' real-time knowledge of their own and teammates' locations ... through collaboration with embedded unmanned air and ground systems." More drones and sensors means more information for troops to sort through during a firefight or some other life-or-death situation. Separately from the Army's Cognition and Neuroergonomics Collaborative Technology Alliance and DARPA's Squad X, the military has been working on an “implantable neural interface” that could allow soldiers and AIs to directly communicate. That's right, a brain modem, one that translates data into electronic impulses that are compatible with a human being's own thoughts. Inspired by the rapid advancements in cochlear implants and other medical implants, DARPA began work on the modem in 2016 as part of a four-year, $60-million program. Experts say the brain modem might not work. “The big challenge is you're talking about interfacing with the human brain—that's not a trivial thing," Dr. Bradley Greger, a neuroscientist at Arizona State University, told me. But for the Army, it could be worth taking a chance on this and similar technology. Drones and sensors are steadily getting better, smaller, cheaper and more numerous. There's more data by the day. "Humans simply cannot process the amount of information that is potentially available," Touryan said. "Yet, humans remain unmatched in their ability to adapt to complex and dynamic situations, such as a battlefield environment." The Army hopes that technology can solve the info-overload problem that technology has created, and free up people to do what people do best: think creatively. https://motherboard.vice.com/en_us/article/59j7ja/the-army-is-working-on-brain-hacks-to-help-soldiers-deal-with-information-overload

  • Contract Awards by US Department of Defense - January 24, 2020

    January 27, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - January 24, 2020

    ARMY Longbow LLC, Orlando, Florida, was awarded a $235,794,870 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) Foreign Military Sales (Republic of Korea (South Korea), Greece, India, India, Indonesia, Kuwait, Netherlands, Qatar, Saudi Arabia, Taiwan, United Arab Emirates and United Kingdom) contract for procurement of production support services for the Fire Control Radar System for the Apache attack helicopter. One bid was solicited via the internet with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2025. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-D-0009). Georgia Vocational Rehabilitation Agency, Tucker, Georgia, was awarded a $94,213,911 firm-fixed-price contract for full food services. 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 Jan. 31, 2025. Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W9124J-20-D-0003). United Materials of Great Falls,* Great Falls, Montana, was awarded an $8,450,955 firm-fixed-price contract for construction of new parking apron and connecting taxiways. Bids were solicited via the internet with one received. Work will be performed in Great Falls, Montana, with an estimated completion date of Oct. 30, 2020. Fiscal 2019 military construction funds in the amount of $8,450,955 were obligated at the time of the award. U.S. Property and Fiscal Office, Helena, Montana, is the contracting activity (W9124V-20-C-0002). MCON LLC,* Wathena, Kansas, was awarded a $7,536,190 firm-fixed-price contract for raising the Missouri River levee system and installing relief wells. Bids were solicited via the internet with nine received. Work will be performed in Elwood, Kansas, with an estimated completion date of Jan. 23, 2022. Fiscal 2020 civil construction funds in the amount of $7,536,190 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-20-C-1009). AIR FORCE Rolls Royce Corp., Indianapolis, Indiana, has been awarded a $69,087,000 indefinite-delivery/indefinite-quantity contract for the T56 Engine Component Improvement Program (CIP). The T56 Engine CIP establishes a prioritized list of projects each calendar year to include developing engineering changes to the engines, developing organizational, intermediate and depot level repairs as needed, and designing modifications to existing support equipment as well as initiating new support equipment designs as required by engine driven changes. The program also provides support to resolve service-revealed deficiencies and maintain or extend the life limits of aircraft engine. Work will be performed in Indianapolis, Indiana, and is expected to be complete by Dec. 31, 2029. Foreign Military Sales Fair Share funds in the amount of $385,938 are being obligated at the time of award. This award is the result of a sole source acquisition. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8626-20-D-0003). Graf Research Corp., Blacksburg, Virginia, has been awarded a $49,500,000 single award, indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee task orders for research and development. This contract provides for applied and advanced research for the advancement of trusted and assured microelectronics technologies; trust assessment strategies in areas related to known and potential system vulnerabilities; development and implementation of mitigation strategies and methodologies to prevent vulnerabilities; development and implementation of mitigation strategies and methodologies to prevent vulnerabilities before mitigation is required. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Feb. 15, 2028. This award is the result of a Small Business Innovative Research III request for proposal. Fiscal 2019 research and development funds in the total amount of $5,999,985 are being obligated at the time of award for the first task order (FA8650-20-F-1880). The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-D-1879). EWR Radar Systems Inc., St. Louis, Missouri, has been awarded a $20,705,290 contract for the Portable Doppler Radar (PDR) program. This contract provides for the purchase of 22 PDR systems, with an option to purchase up to an additional 14 systems. Work will be performed in St. Louis, Missouri, and is expected to be complete by Jan. 24, 2023. This contract is the result of a sole-source acquisition. Fiscal 2018 and 2019 other procurement funds in the amount of $12,662,566 are being obligated at the time of award. The Aerospace Management Systems Division, Digital Directorate, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-20-C-0033). L3 Harris Corp., Marietta, Georgia, has been awarded an $11,457,610 firm-fixed-price contract for repair services of electronic flight indicators and radar display units for the C‐130H Hercules. The work is expected to be complete by Jan. 24, 2025. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award as this is a requirements type contract. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8538-20-D-0003). Lockheed Martin Corp., Sunnyvale, California, has been awarded a $9,856,800 cost reimbursement contract modification (P00157) to previously awarded contract FA8810-08-C-0002 for a cross domain solution (CDS). The contract modification is for an updated CDS interface and associated hardware and software changes, as well as test, installation and checkout of the modified interface. Work will be performed at Boulder, Colorado; Aurora, Colorado; Azusa, California; and Sunnyvale, California. Work is expected to be completed by Jan. 21, 2021. Fiscal 2019 research and development funds are being obligated at the time of award. Total cumulative face value of the contract is $3,451,650,654. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. NAVY Advanced Technology Construction,* Tacoma, Washington (N44255-17-D-4004); Shape Construction Inc.,* Poulsbo, Washington (N44255-17-D-4006); Vet Industrial Inc.,* Bremerton Washington (N44255-17-D-4007); and Weldin Construction LLC,* Parker, Alaska (N44255-17-D-4008) are each being awarded a firm-fixed-price modification to increase the overall multiple award contract maximum, not-to-exceed amount for the indefinite-delivery/indefinite-quantity contract by $50,000,000 from $99,000,000 to $149,000,000, for design-build or design-bid-build construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Northwest (NW) area of operation (AO). All work on this contract will be performed primarily within the NAVFAC NW AO that includes Washington state (92%); Alaska (2%); Idaho (1%); Montana (1%); Oregon (2%); and Wyoming (1%). Work for this contract may also be performed in the remainder of the U.S. (1%). The work to be performed provides for new construction, renovation, alteration, demolition and repair work by design-build or design-bid-build of facilities located primarily within the NAVFAC NW AO. Types of projects include, but are not limited to, administrative and industrial facilities, housing renovation, child care centers, lodges, recreation/fitness centers, retail complexes, warehouses, housing offices, community centers, commercial and institutional buildings, manufacturing and industrial buildings and other similar facilities. This procurement was set aside for historically underutilized business zone construction firms. The term of the contract is not to exceed 60 months, with an expected completion date of December 2021. Task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Federal Business Opportunities website with 12 proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC NW, Silverdale, Washington, is the contracting activity. Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $20,487,223 modification (P00003) to a previously awarded firm-fixed-price requirements contract (N00019-19-D-0024). This modification exercises the option to provide T56-A-427 engine depot repair to include repair of the power section, torque meter, gearbox and accessories in accordance with Navy depot manuals and approved repair practices. Work will be performed in San Antonio, Texas (70%); Winnipeg, Canada (25%); and Indianapolis, Indiana (5%), and is expected to be completed in January 2021. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Mission Systems and Training, Manassas, Virginia, is awarded a $16,851,140 cost-plus-incentive-fee and cost-only modification to a previously awarded contract N00024-18-C-5218 to produce Technical Insertion-20 Shore Site Systems and provide incremental funding in support of the continued development, integration and production of the Navy's AN/SQQ89-A(V)15 Surface Ships Undersea Warfare System. This option exercise is for the procurement of shore site systems to further develop TI-20 AN/SQQ-89A(V)15 systems. AN/SQQ-89A(V)15 is the Surface Ship Undersea Warfare combat system with the capabilities to search, detect, classify, localize and track undersea contacts, and to engage and evade submarines, mine-like small objects and torpedo threats. The contract is for development, integration and production of future Advanced Capability Build and Technical Insertion baselines of the AN/SQQ-89A(V)15 USW Systems. This contract combines purchases for the Navy (85%); and the government of the Commonwealth of Australia (15%) under the Foreign Military Sales (FMS) program. Work will be performed in Lemont Furnace, Pennsylvania (73%); Clearwater, Florida (24%); Syracuse, New York (2%); Marion, Massachusetts (1%); and is expected to be completed by June 2021. Fiscal 2016 shipbuilding and conversion (Navy) (35%); 2019 research, development, testing and evaluation (15%); 2020 other procurement (Navy) (15%); 2018 shipbuilding and conversion (Navy) (13%); FMS Australia (15%); and 2019 other procurement (Navy) (7%) funding in the amount $16,851,140 will be obligated at the time of award, and $2,617,132 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Vigor Marine LLC, Portland, Oregon, is awarded a $15,284,851 firm-fixed-price contract for a 75 calendar-day shipyard availability for the regular overhaul and dry-docking of USNS Charles Drew (T-AKE 10). Work will be performed in Portland, Oregon, and is expected to be completed by May 9, 2020. The maximum dollar value, including base period and six options is $15,284,851. Fiscal 2020 working capital funds in the amount of $14,629,243 are being obligated at the time of the award. Contract funds in the amount of $14,629,243 are obligated in fiscal 2020 and do not expire at the end of year. This contract was competitively procured with one company soliciting via the Federal Business Opportunities website and one offer received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-6172). Battelle Memorial Institute, Columbus, Ohio, is awarded a $14,484,290 modification to a previously awarded firm-fixed-price other transaction agreement (N66001-18-9-4703) in support of prototype project “Artificial Intelligence Enhanced Autonomy for Long-endurance System Operations” to design and implement autonomy software to support long-term, continuous autonomous operation goals of the Office of Naval Research's Future Naval Capabilities system prototype. This three-year modification includes no options. The period of performance is Jan. 24, 2020 - Jan. 23, 2023. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $626,000 will be obligated at the time of award. Funds will not expire at the end of the fiscal year. Work will be performed in Edinburgh, Scotland (32%); Cambridge, Massachusetts (26%); Fairfax, Virginia (18%); Woburn, Massachusetts (16%); and Concord, Massachusetts (8%). This other transaction agreement was competed under the authority of Section 815 of the National Defense Authorization Act for fiscal 016, Public Law 114-92, and permanently codified in 10 U.S. Code 2371b. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-18-9-4703). DEFENSE LOGISTICS AGENCY DNO Inc.,* Columbus, Ohio, has been awarded a maximum $48,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with four responses received. This is a 36-month contract with no option periods. Locations of performance are Michigan and Ohio, with a Jan. 21, 2023, performance completion date. Using customers are Department of Agriculture schools. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-S741). Seiler Instrument & Manufacturing Co., Inc.,* St. Louis, Missouri, has been awarded a maximum $12,482,499 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for mount telescopes. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is Missouri, with a Jan. 25, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0059). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Northrop Grumman Systems Corp., Redondo Beach, California, has been awarded a $13,006,683 cost-plus-fixed-fee contract for the base period of the Glide Breaker program. This contract provides for the research, development and demonstration of a technology that is critical for enabling an advanced interceptor capable of engaging maneuvering hypersonic threats in the upper atmosphere. Work will be performed in Redondo Beach, California (73%); Mesa, Arizona (21%); Sacramento, California (4%); and Huntsville, Alabama (2%), with an estimated completion date of January 2021. Fiscal 2019 research and development funds in the amount of $13,006,683 are being obligated at the time of award. This contract is a competitive acquisition in accordance with the original broad agency announcement, HR0011-19-S-0008. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001120C0025). Battelle Memorial Institute, Columbus, Ohio, has been awarded a $7,483,871 modification (P00003) for the option effort on previously awarded contract HR0011-19-C-0019. The contract is for research and development of an advanced networked sensor to detect and identify biological weapons of mass destruction threats in support of the SIGMA+ program. The modification brings the total cumulative face value of the contract to $9,985,170. Work will be performed in Columbus, Ohio (60%); and Cambridge, Massachusetts (40%), with an expected completion date of June 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,430,000 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2065636/source/GovDelivery/

  • Autonomous drones may help Air Force slash aircraft inspection times

    June 28, 2023 | International, Aerospace

    Autonomous drones may help Air Force slash aircraft inspection times

    "A preflight inspection right now can take up to four hours," a Near Earth Autonomy official told reporters. "We can do it in 30 minutes."

All news