Back to news

August 29, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - August 28, 2019

AIR FORCE

The Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $500,000,000, firm-fixed-price, indefinite-delivery/indefinite-quantity single award contract for Qatar Emiri Air Force (QAEF) F-15QA aircrew and maintenance training. This contract will provide F-15QA aircrew and maintenance training to support the QEAF. Work will be performed at St. Louis, Missouri, and moving to Qatar in 2021 and is expected to be completed August 2026. This is a sole-source requirement as the Boeing Co. has been country-designated as the sole-source provider for the F-15QA program, including F-15QA specific training, under the QEAF Foreign Military Sales (FMS) case QA-D-TAH. FMS funds in the amount of $262,147,569 are being obligated at the time of award. The Air Force Installation Contracting Agency/338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-19-D-A007).

Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a $47,959,610 delivery order (FA8504-19-F-0018) to previously awarded contract FA8504-17-D-0002 for C-130J propulsion long-term sustainment. This order provides funding for Option II. The total cumulative face value of the contract is $47,959,610. Work will be performed at Robins Air Force Base, Georgia, and other various locations supporting C-130J propulsion long-term sustainment and is expected to be completed when the last engines are delivered. Fiscal 2019 aircraft procurement funds in the amount of $47,959,610 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

NAVY

Raytheon Co., Tucson, Arizona, is awarded a $349,014,465 cost-plus-incentive-fee contract for Phase 2 of the Maritime Strike Tomahawk Rapid Deployment Capability for completion of the Phase 1 design and integration efforts as well as test and evaluation. Work will be performed in Tucson, Arizona (69.3%); Dallas, Texas (6.6%); Boulder, Colorado (5.8%); Walled Lake, Michigan (3.9%); Englewood, Colorado (2.7%); Bristol, Pennsylvania (2.5%); North Logan, Utah (1.9%); Suwanee, Georgia (0.6%); and various locations within the U.S. (6.7%), and is expected to be completed in February 2023. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $44,577,180 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0079).

Reyes Construction Inc., Pomona, California, is awarded $21,899,000 for firm-fixed-price task order N62473-19-F-5131 under a previously awarded, multiple award construction contract (N62473-16-D-1804) for design-bid-build to retrofit the graving dock at Naval Base, San Diego. The work to be performed provides for the retrofit the graving dock and includes asbestos and lead base paint abatement. The project includes demolition of the graving dock concrete deck; drill, grout and install micro piles; and install new reinforcement bars and cast-in-place concrete forming the sonar pit. Project includes installation of automated in-haul system to provide more precise horizontal control and in-haul of vessels during evolutions. The in-haul system will consist of capstan at end of dry dock for in-haul and a rail on each side of the dry dock with a series of trolleys fastened to mooring lines from the vessel. Work will be performed in San Diego, California, and is expected to be completed by March 2022. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $21,899,000 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Harper Construction Co. Inc., San Diego, California, is awarded $17,737,397 for firm-fixed-price task order N62473-19-F-5130 under a previously awarded, multiple award construction contract (N62473-18-D-5853) for the design-build construction of a directed energy integration laboratory at Naval Base, Ventura County. The work to be performed provides for the construction of a three-story building with laboratory and office space, site improvements, and all utilities. The options, if exercised, provide for an additional square footage of administrative space and open laboratory space. The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $18,947,274. Work will be performed in Point Mugu, California, and is expected to be completed by January 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $17,737,397 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. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Teradyne Inc.,* Reading, Massachusetts, is awarded a $14,456,731 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year period of performance, to procure Enhanced Tactical Pod Tester (e-TPT). The e-TPT is a portable operational level test platform system, specifically for the AN/ALQ-99 airborne electronic warfare jamming system, found on EA-6B and EA-18G military aircraft. Work will be performed in Reading, Massachusetts, and is expected to be complete by August 2024. Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $2,594,641will be obligated at the time of contract award, and $247,571 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WS26).

Advanced Technology International, Summerville, South Carolina (N00174-18-D-0009); and PAE National Security Solutions LLC, Fredericksburg, Virginia (N00174-18-D-0008), are each awarded a modification to their respective previously-awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts to exercise Option Two for support services for the Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Demonstration and Assessment Team. This requirement will provide support services to the Demonstration and Assessment Team for coordination of operational forces, to include warfighter workshops and other engagement activities, preparation and facilitation of technology demonstration and assessment planning and readiness meetings, and analysis and reporting of warfighting/warfighter inputs and concepts. Each task order will be competitively procured. Advanced Technology International will be awarded an $8,777,905 modification, which brings the cumulative value of this contract to $25,848,029. PAE National Security Solutions LLC will be awarded an $8,328,452 modification, which brings the cumulative value of this contract to $24,513,838. The location of the work will be determined by individual task orders and is expected to be completed by September 2022. No additional funds are being obligated at the time of this action. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

Wyle Laboratories Inc., Huntsville, Alabama, is awarded $8,433,703 for modification P00004 to a previously awarded cost-plus-fixed-fee, cost-reimbursable contract (N00421-17-C-0056). This modification provides program management services for the F/A-18 Foreign Military Sales (FMS) program in support of the government of Australia. Work will be performed at Patuxent River, Maryland (83%); Whidbey Island, Washington (7%); Philadelphia, Pennsylvania (4%); North Island, California (3%); Amberley, Australia (2%); and Oceana, Virginia (1%), and is expected to be completed in August 2020. FMS funds in the amount of $6,807,165 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity.

ARMY

BAE, Kingsport, Tennessee, was awarded a $202,437,733 fixed-price-incentive contract for the production and delivery of explosives and components at Holston Army Ammunition Plant, Tennessee. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2020. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0074).

Parsons Government Services Inc., Pasadena, California, was awarded a $139,123,690 firm-fixed-price contract for runway repair at Bucholz Army Airfield, Kwajalein Atoll, Republic of the Marshall Islands. Bids were solicited via the internet with three received. Work will be performed in Kwajalein Atoll, Republic of the Marshall Islands, with an estimated completion date of Aug. 22, 2022. Fiscal 2018 research, development, test and evaluation funds in the amount of $139,123,690 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-19-C-0005).

FLIR Surveillance Inc., Wilsonville, Oregon, was awarded a $92,875,276 firm-fixed-price contract for repair and refurbishment and logistics support. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 29, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-D-0016).

Korte Construction Co., St. Louis, Missouri, was awarded a $63,921,812 firm-fixed-price contract to design and build a KC-46A Depot Maintenance Hangar at Tinker Air Force Base, Oklahoma. Bids were solicited via the internet with four received. Work will be performed in Tinker Air Force Base, Oklahoma, with an estimated completion date of April 30, 2022. Fiscal 2019 military construction funds in the amount of $63,921,812 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-19-C-0015).

Diversified Technical Systems Inc.,* Seal Beach, California, was awarded a $38,441,877 firm-fixed-price contract for the purchase of Warrior Injury Assessment Manikin anthropomorphic test devices. 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 Aug. 27, 2019. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0011).

The Boeing Co., Mesa, Arizona, was awarded a $33,581,477 cost-plus-fixed-fee contract for non-recurring engineering design activities for integrating the Improved Turbine Engine into the AH-64E Apache helicopter. Bids were solicited via the internet with one received. Work will be performed in Mesa, Arizona, with an estimated completion date of Feb. 28, 2022. Fiscal 2019 research, development, test and evaluation funds in the amount of $10,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0054).

Valiant Global Defense Services Inc., San Diego, California, was awarded a $10,645,455 hybrid (cost-no-fee and firm-fixed-price) contract for Korea Battle Simulation Center operations and wide area networking support services. Bids were solicited via the internet with one received. Work will be performed in Pyeongtaek, Republic of Korea, with an estimated completion date of March 31, 2025. Fiscal 2019 operations and maintenance, Army funds in the amount of $4,827,976 were obligated at the time of the award. U.S. Army 411th Contracting Support Brigade, Republic of Korea, is the contracting activity (W91QVN-19-F-0139).

DEFENSE LOGISTICS AGENCY

Noble Supply and Logistics,* Rockland, Massachusetts, has been awarded a maximum $90,000,000 firm-fixed-price bridge contract for facilities maintenance, repair and operations items. 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 15-month contract with no option periods. Location of performance is the Southeast Region Zone 2 of the U.S., with a Nov. 28, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contract activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-19-D-0010).

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $77,500,000 firm-fixed-price bridge contract for facilities maintenance, repair and operations items. 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 15-month contract with no option periods. Location of performance is the Southeast Region Zone 1 of the U.S., with a Nov. 28, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contract activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-19-D-0009).

A-dec Inc., Newberg, Oregon, has been awarded a maximum $49,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This is a five-year contract with no option periods. This was a competitive acquisition with 88 responses received; 22 contracts have been awarded to date. Using military services are Army, Navy, Air Force and Marine Corps. Location of performance is Oregon, with an Aug. 31, 2024, performance completion date. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0015).

Latina Boulevard Produce LLC,* Cheektowaga, New York, has been awarded a maximum $49,353,705 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 54-month contract with no option periods. Location of performance is New York, with a Feb. 27, 2024, performance completion date. Using customers are Army, Air Force and Department of Agriculture schools and reservations. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-P346).

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $27,000,000 undefinitized contractual action delivery order (SPRPA1-19-F-0LB9) against a five-year base contract (SPRPA1-14-D-002U) with one five-year option period for E-6B repair. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Oklahoma, with a March 1, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 operations and maintenance funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/1946835/source/GovDelivery/

On the same subject

  • Contract Awards by US Department of Defense - March 06, 2020

    March 9, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - March 06, 2020

    DEFENSE LOGISTICS AGENCY Tactical & Survival Specialties Inc.,* Harrisonburg, Virginia (SPE8EJ-20-D-0010); W.S. Darley & Co.,* Itasca, Illinois (SPE8EJ-20-D-0011); Atlantic Diving Supply Inc., doing business as ADS,* Virginia Beach, Virginia (SPE8EJ-20-D-0012); Federal Resources Supply Co.,* Stevensville, Maryland (SPE8EJ-20-D-0013); Unifire Inc.,* Spokane, Washington (SPE8EJ-20-D-0014); and Quantico Tactical Inc.,* Aberdeen, North Carolina (SPE8EJ-19-D-0015), are sharing a maximum $4,000,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPM8EJ-13-R-0001 for special operational equipment. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. These are 365-day bridge contracts. Locations of performance are Virginia, Illinois, Maryland, Washington, and North Carolina, with a March 6, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EJ-20-D-0010). General Dynamics Mission Systems Inc., Taunton, Massachusetts, has been awarded a maximum $49,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for production of spare parts in support of the Warfighter Information Network Tactical Increment 1. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. This is a five-year contract with no option periods. Location of performance is Massachusetts, with a March 5, 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, Aberdeen Proving Ground, Maryland (SPRBL1-20-D-0003). Cummins Inc., Memphis, Tennessee, has been awarded a maximum $9,752,276 fixed-price contract for diesel engine repair kits. This was a competitive acquisition with one offer received. This is a five-year contract with no option periods. Location of performance is Tennessee, with a March 5, 2025, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0095). NAVY The Boeing Co., Seattle, Washington, is awarded $800,000,000 for an advanced acquisition modification (P00167) to a previously awarded firm-fixed-price contract (N00019-14-C-0067). This modification procures long lead material and activities in support of lot 11 P-8A aircraft production and delivery. Work will be performed in Seattle, Washington (97.04%); Huntington Beach, California (2.4%); Mesa, Arizona (.55%) and El Segundo, California (.01%). The purpose of this contract modification is to procure long-lead material and activities in support of 18 P-8A Lot 11 aircraft (8 Navy, 4 New Zealand, and 6 Republic of Korea). The mission of the P-8A MMA is to provide long-range anti-submarine warfare, anti-surface warfare, intelligence surveillance and reconnaissance capable of broad-area, maritime and littoral operations. Work is expected to be completed by June 2020. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $800,000,000 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. AIR FORCE George Mason University, Fairfax, Virginia, has been awarded a $320,689,444 cost-type contract for Mobile Unmanned/Manned Distributed Lethality Airborne Network (MUDLAN) accelerated development and demonstrations software and hardware. This contract provides for the enhancement of technologies to be developed under the MUDLAN Joint Capabilities Technology Demonstration program, including digital beam forming multi-beam Common Data Link apertures; directional K/Ku/eKU and W-band systems; MUDLAN multi-functional network controller (MFNC) for connecting multiple platforms while maneuvering; and using the MFNC to recognize jamming and autonomously move to other bands. Work will be performed in Fairfax, Virginia, and is expected to be complete by March 6, 2025. This award is the result of a competitive acquisition, and two offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $650,000 are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0555). Johns Hopkins University Applied Physics Laboratory LLC, Laurel, Maryland, has been awarded a cost-plus-fixed-fee $16,769,744 modification (P00009) to task order FA8819-19-F-1003 for deep space advanced radar concept technology demonstration. The contract modification completes the delivery of the technology demonstration project. Work will be performed in Laurel, Maryland; and White Sands Missile Range, New Mexico, and is expected to be completed by June 30, 2021. Fiscal 2020 research and development funds in the amount of $2,000,000 are being obligated at the time of award. The total cumulative face value of the task order is $45,564,088. The Space and Missile System Center Directorate, Peterson Air Force Base, Colorado Springs, Colorado, is the contracting activity. ARMY Lockheed Martin Corp., Orlando, Florida, was awarded a $154,979,758 contract for Modernized Target Acquisition Designation Sight/Pilot Night Vision Sensor System (M-TADS/PNVS) systems for the Apache attack helicopter in support of the Moroccan government. 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 Aug. 31, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-F-0225). Raytheon Co., Andover, Massachusetts, was awarded a $108,321,679 modification (P00002) to contract W31P4Q-19-C-0055 for the procurement of hardware, facilities, equipment, and all technical, planning, management, manufacturing, and testing efforts to include all incidental services to produce the PATRIOT Digital Sidelobe Canceler and Peripheral Enhancement Assembly box production kits. Work will be performed in Andover, Massachusetts; Chatsworth, California; and Simsbury, Connecticut, with an estimated completion date of July 31, 2022. Fiscal 2020 missile procurement, Army; and 2010 Foreign Military Sales (Netherlands) funds in the amount of $108,321,679 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $25,522,182 modification (P00314) to contract W56HZV-15-C-0095 to exercise available options on the Joint Light Tactical Vehicle contract. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Aug. 31, 2021. Fiscal 2020 other procurement, Army; Marine Corp procurement; and Navy procurement funds in the amount of $25,522,182 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Sierra Nevada Corp., Sparks, Nevada, was awarded an $8,500,000 firm-fixed-price contract for Tactical Automated Landing System components support for the RQ-7B tactical unmanned aircraft 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 Feb. 27, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-D-0011). General Dynamics Mission Systems, Taunton, Massachusetts, was awarded an $8,016,219 modification (P00001) to contract (W15P7T-19-F-0022) to procure warranty coverage for the configuration items for the Tactical Network Transport On the Move System. Bids were solicited via the internet with one received. Work will be performed in Taunton, Massachusetts, with an estimated completion date of Dec. 31, 2025. Fiscal 2020 operations and maintenance, Army funds in the amount of $8,016,219 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. DEFENSE INTELLIGENCE AGENCY Bluehawk LLC, West Palm Beach, Florida, was awarded a $32,094,786 labor-hour contract (HHM402-20-C-0019) to provide technology transfer analysis and assessment services. Work will be conducted in Charlottesville, Virginia, with an expected completion date of Aug. 31, 2025. Fiscal 2020 operations and management funds in the amount of $2,935,456 are being obligated at time of award. This contract was awarded through a HUBZone set-aside and six offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2104849/source/GovDelivery/

  • CISA Warns of Exploitable Vulnerabilities in Popular BIND 9 DNS Software

    July 25, 2024 | International, C4ISR, Security

    CISA Warns of Exploitable Vulnerabilities in Popular BIND 9 DNS Software

    ISC releases patches for BIND 9 DNS software to fix vulnerabilities preventing denial-of-service attacks

  • ‘Big changes’: Congressional panel proposes new defense budget system

    March 6, 2024 | International, Security

    ‘Big changes’: Congressional panel proposes new defense budget system

    After two years spent studying the Defense Department's resourcing process, the commission recommends wholesale changes to the 60-year-old system.

All news