Back to news

August 6, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - August 5, 2019

DEFENSE INTELLIGENCE AGENCY

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (HHM402-19-D-0005); Bluehawk LLC,* West Palm Beach, Florida (HHM402-19-D-0008); Booz Allen Hamilton Inc., McLean, Virginia (HHM402-19-D-0007); CACI Inc. – Federal, Arlington, Virginia (HHM402-19-D-0015); Calhoun International LLC,* Tampa, Florida (HHM402-19-D-0009); Celestar Corp.,* Tampa, Florida (HHM402-19-D-0010); CSRA LLC, Falls Church, Virginia (HHM402-19-D-0016); Edge Analytic Solutions LLC,* McLean, Virginia (HHM402-19-D-0012); Fulcrum IT Services LLC, Centerville, Virginia (HHM402-19-D-0017); Invictus International Consulting LLC,* Alexandria, Virginia (HHM402-19-D-0013); Leidos Inc., Reston, Virginia (HHM402-19-D-0018); Mission Essential Personnel LLC, New Albany, Ohio (HHM402-19-D-0019); Preting LLC,* Alexandria, Virginia (HHM402-19-D-0014); SOS International LLC, Reston, Virginia (HHM402-19-D-0020); The Buffalo Group LLC, Reston, Virginia (HHM402-19-D-0021); and Vencore/Perspecta, Chantilly, Virginia (HHM402-19-D-0022), were awarded a five-year base plus five one-year option indefinite-delivery/indefinite-quantity (ID/IQ), multiple-award contract called Solutions for Intelligence Analysis 3 (SIA 3) with a combined ceiling value of $17,100,000,000. This contract will provide worldwide coverage, support and assistance to the Defense Intelligence Agency by delivering timely, objective and cogent military intelligence to warfighters, defense planners and defense and national security policy makers, all vital to the security of the U.S. Work will be performed at contractor facilities and at government facilities in multiple locations in the continental U.S. and overseas with a start date of Aug. 5, 2019, and an estimated completion date of Aug. 4, 2029. The SIA 3 contract was awarded through a full and open solicitation and 29 offers were received. Six of the 16 awardees are small businesses. Each company will receive a $1,000 minimum guarantee. Task orders (TO) will be issued competitively under this ID/IQ, which will allow for the following TO contract types: firm-fixed-price, cost-plus-incentive-fee, cost-plus-award-fee and time-and-material. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

ARMY

ZGF-Leo A. Daly JV, Omaha, Nebraska, was awarded a $130,000,000 firm-fixed-price contract for engineering, architectural, renovation, construction of new specialty care building, construction of a new parking garage, upgrades to utility and energy plant, demolition of buildings, development and evaluation of alternatives, design, and support during construction. 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 Aug. 4, 2024. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-19-D-0002).

AECOM Technical Services Inc., Los Angeles, California (W9128F-19-D-0009); Burns & McDonnel, Kansas, Missouri (W9128F-19-D-0007); Jacobs Engineering Group Inc., St. Louis, Missouri (W9128F-19-D-0010); and HDR Engineering Inc., Omaha, Nebraska (W9128F-19-D-0008), will compete for each order of the $49,000,000 firm-fixed-price contract for architect-engineer services, preparation of studies, analysis and design. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 4, 2024. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Tetra Tech Inc., Marlborough, Massachusetts, was awarded a $45,000,000 firm-fixed-price Foreign Military Sales (Saudi Arabia) contract for architect-engineer design, quality control, master planning, planning and programming documentation, transportation, force protection, construction phase services and subject matter expert support. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 4, 2024. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-19-D-0013).

Messer Construction Co., Cincinnati, Ohio, was awarded a $28,968,000 firm-fixed-price contract for construction of a maintenance hangar, maintenance hangar area, general purpose shop area, corrosion control area and avionics shop area. Bids were solicited via the internet with four received. Work will be performed in Louisville, Tennessee, with an estimated completion date of Aug. 15, 2021. Fiscal 2019 military construction funds in the amount of $28,968,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Tennessee, is the contracting activity (W912L7-19-C-7001).

HDR Engineering Inc., Omaha, Nebraska, was awarded a $20,000,000 firm-fixed-price contract for architect, engineering and design services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 6, 2024. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4010).

Missouri Department of Social Services, Jefferson City, Missouri, was awarded a $16,675,000 modification (P00005) to contract W911S7-18-C-0011 for full food service. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Feb. 5, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,000,000 were obligated at the time of the award. U.S. Army Mission Installation Contracting Command, Fort Leonard Wood, Missouri, is the contracting activity.

Science Applications International, Reston, Virginia, was awarded a $16,498,835 modification (0001 44) to contract W31P4Q-18-A-0011 for systems engineering support. Work will be performed in Huntsville, Alabama, with an estimated completion date of May 31, 2020. Fiscal 2019 Foreign Military Sales; and operations and maintenance, Army funds in the amount of $16,498,835 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

SourceAmerica, Vienna, Virginia, was awarded a $9,998,043 firm-fixed-price contract for manufacturing and development of the Army Green Service Uniform. One bid was solicited with one bid received. Work will be performed in Vienna, Virginia, with an estimated completion date of Aug. 4, 2020. Fiscal 2019 research, development, test and evaluation; and military personnel, Army funds in the amount of $9,998,043 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-19-C-0063).

Integrated Environmental Solutions Inc.,* Crestwood, Illinois, was awarded a $9,737,430 firm-fixed-price contract to stabilize the existing crib structure for the Chicago Lock's North Pier. Bids were solicited via the internet with three received. Work will be performed in Chicago, Illinois, with an estimated completion date of May 31, 2021. Fiscal 2017, 2018 and 2019 civil construction funds in the amount of $9,737,430 were obligated at the time of the award. U.S. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-19-C-0009).

NAVY

ShadowObjects LLC, Leonardtown, Maryland, is awarded a $34,060,886 cost-plus-fixed-fee, labor hour, cost-reimbursable indefinite-delivery, indefinite-quantity contract. This contract provides support services to include acquisition management, acquisition planning, acquisition execution and administration, program management, systems engineering, process automation and financial management in support of the Naval Air Systems Command Logistics and Industrial Operations group; Commander, Fleet Readiness Centers, Corporate Business Office and other Department of Defense commands and activities. Work will be performed in Patuxent River, Maryland (74%); and Lexington Park, Maryland (26%), and is expected to be completed in August 2024. 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; six offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0073).

The Boeing Co., Seattle, Washington, is awarded $32,078,298 for modification P00149 to a previously awarded fixed-price-incentive-firm-target, firm-fixed-price, cost-plus-fixed-fee contract (N00019-14-C-0067). This modification provides for the performance of damage tolerance analysis on the P-8A aircraft to determine the damage tolerance rating. Additionally, this modification will provide non-destructive inspections for structural components on the P-8A aircraft. Work will be performed in Seattle, Washington (74%); St. Louis, Missouri (21%); and Huntsville, Alabama (5%), and is expected to be completed in March 2023. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $32,078,298 will be obligated at 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.

Harris Corp., RF Communications, Rochester, New York, is awarded an $18,739,106 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of and repair of various radios and associated communications equipment for the Tactical Air Control Party – Modernization (TACP-M) program. This action supports the Air Force TACP-M program's Air Support Operations Center Gateway Systems, Gateway Lite Systems, Stryker Systems, Mobile Communication Systems and Dismounted Systems. The Harris Corp. radios are hardware that provide tactical communications in a man-pack portable kit that is designed to be packed into a bag or case that can be easily carried or worn by the user. Each of the radios has unique properties. The Harris Corp. radios and related equipment have proven interoperability within the existing TACP-M architecture. Work will be performed in Rochester, New York, and is expected to be complete by December 2024. Fiscal 2019 operations and maintenance (Air Force) funding in the amount of $120,080 is obligated at contract award and will expire at the end of the current fiscal year. This sole-source contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1, only one responsible source. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-JV38).

The Raytheon Co., Indianapolis, Indiana, is awarded $17,486,136 for modification P00002 to a previously awarded firm-fixed-price contract (N00019-19-C-0056) to procure 72 LAU-115 D/A missile launchers; 16 LAU-116 B/A missile launchers left hand; and 32 LAU-116 B/A missile launchers right hand. Work will be performed in Indianapolis, Indiana, and is expected to be completed in February 2023. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $17,486,136 will be obligated at 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 University of Southern California (USC), Los Angeles, California, is awarded a $9,338,631 cooperative research agreement to research development of an artificial intelligence system that acquires machine common sense through observation from images, video and text by absorbing knowledge from both manually created sources and by human guidance. This research seeks capabilities that can enable artificial intelligence agents to support search and rescue efforts, autonomous vehicle navigation in unfamiliar terrain and machines that can adapt to unforeseen circumstances. This is a four-year contract with no options. Work will be performed at USC in Los Angeles, California, and is expected to be completed Aug. 4, 2023. Research, development, test and evaluation (Defense Advanced Research Projects Agency) funds in the amount of $1,018,876 will be obligated at the time of award. This agreement was competitively procured via a broad agency announcement and publication on the Federal Business Opportunities website, with 23 proposals received and nine selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-2-4032).

Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, is awarded $8,611,774 for cost-plus-fixed-fee modification P00037 under previously awarded contract N66604-15-C-086C on a sole-source basis to provide additional engineering services. The modification includes 35,000 hours and other direct costs associated with system and shipboard integration, required system changes and support of government led testing and training. Under this modification, Raytheon will provide the required services and deliverables to achieve weight reduction of the Escort Mission Module (EMM) towed systems and associated dry-end components in support of Littoral Combat Ship Anti-Submarine Warfare Mission Package. Raytheon is responsible for fabrication, test and delivery of the EMM components. Work will be performed at various contractor site and Department of Defense facilities in Portsmouth, Rhode Island (90%); Ft. Pierce, Florida (5%); and San Diego, California (5%), and is expected to be complete in December 2021. Fiscal 2019 and 2018 research, development, test and evaluation (Navy) funding in the amount of $2,053,121 will be obligated at award, and will not expire at the end of the fiscal year. The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Harley Marine Services Inc., Seattle, Washington, has been awarded a firm fixed-price contract, HTC711-19-C-W002, in the estimated amount of $19,819,032. The contract provides transportation of Department of Defense-owned fuel and marine diesel by tug and barge to the Defense Logistics Agency. Work will be performed in all ordered U.S. ports and points on the Atlantic and Gulf Coast and their connecting waterways, inland waterways, coastal waterways, rivers and tributaries. The contract base period of performance is from Nov. 1, 2019, to Oct. 31, 2020. Fiscal 2020 defense working capital funds will be obligated at the start of performance. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Raytheon Co., Goleta, California, was awarded a modification to exercise an option totaling $8,263,421 to previously awarded contract HR0011-19-C-0010 for a Defense Advanced Research Projects Agency research project. The modification brings the total cumulative face value of the contract from $4,334,736 to $12,598,157. Work will be performed in Goleta, California; Waltham, Massachusetts; Irvine, California; Oxnard, California; and Joplin, Missouri, with an expected completion date of Nov. 4, 2020. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $6,723,915 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

*Small Business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1926294/source/GovDelivery/

On the same subject

  • European companies cut jobs as economy sputters | Reuters

    October 18, 2023 | International, Security

    European companies cut jobs as economy sputters | Reuters

    The highest inflation for decades and the fallout from war in Ukraine have forced companies across Europe into layoffs or hiring freezes.

  • Contract Awards by US Department of Defense - May 05, 2020

    May 6, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - May 05, 2020

    NAVY Raytheon Space and Airborne Systems, McKinney, Texas, is awarded $325,000,000 for a firm-fixed-price contract for the repair of the Advanced Targeting Forward Looking Infrared System used in support of the F/A-18 aircraft. Work will be performed in McKinney, Texas (59%); and Jacksonville, Florida (41%). Work is expected to be complete by May 2025. This is a five-year base period with no option periods. Annual working capital (Navy) funds in the amount of $54,507,477 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-sourced requirement under authority 10 U.S. Code 2304 (c)(1), and one offer was received. The Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-WC01). Flightline Electronics Inc., Victor, New York, is awarded an $18,588,079 firm-fixed-price indefinite-delivery/indefinite-quantity contract for the manufacture and delivery of 543 TTU-597/E engineering change proposal kits to address parts obsolescence and availability issues on the fuel control test set for Navy and Foreign Military Sales customers. Additionally, this contract provides logistics support documents to include technical manual updates, provisioning data and the interim support items list. Work will be performed in Victor, New York (60%); and Cheltenham, Gloucestershire, United Kingdom (40%), and is expected to be complete by May 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304 (c)(1). The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0008). Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $10,178,059 modification (P00029) to a previously awarded, fixed-price-incentive-firm-target, cost-plus-fixed-fee contract (N00019-17-C-0015). This modification provides for additional repairs in support of the V-22 Common Configuration Readiness and Modernization program. Additionally, this modification provides non-recurring engineering for a drive tube engineering change proposal in support of V-22 (Osprey multirole combat aircraft) production. Work will be performed in Fort Worth, Texas (30%); Ridley Park, Pennsylvania (15%); Amarillo, Texas (13%); Red Oak, Texas (3%); East Aurora, New York (3%); Park City, Utah (2%); McKinney, Texas (1%); Endicott, New York (1%); various locations within the continental U.S. (28%); and various locations outside the continental U.S. (4%). Work is expected to be complete by September 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $4,804,019; fiscal 2019 aircraft procurement (Navy) funds in the amount of $5,119,758; fiscal 2020 operations and maintenance (Navy) funds in the amount of $240,500; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $5,108 will be obligated at time of award, $5,044,519 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 StandardAero Inc., San Antonio, Texas, has been awarded a $237,395,588 firm-fixed-price, indefinite-delivery/indefinite-quantity contract action for the J85 engine repair. The contractor will provide maintenance, repair and overhaul repairs of the J85 engine. Work will be performed in San Antonio, Texas, and is expected to be completed by May 2028. This award is the result of a competitive acquisition in which one bid was received. Fiscal 2020 operations and maintenance funds in the amount of $10,135,844 is being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8124-20-D-0005). L-3 Communications Integrated Systems, Greenville, Texas, has been awarded a not-to-exceed $76,000,028 cost-plus-fixed-fee, undefinitized contract modification (P00008) to contract FA8620-19-F-4872 for procurement of Group B materials, ground systems integration lab and subcontracts. Work will be performed in Greenville, Texas, and is expected to be completed by March 31, 2024. This contract involves 100% Foreign Military Sales and is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $37,240,021 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity. DMS Contracting Inc., Mascoutah, Illinois (FA4407-20-D-0001); C. Rallo Contracting Co. Inc., St. Louis, Missouri (FA4407-20-D-0002); Davinroy Mechanical Contractor Inc., Belleville, Illinois (FA4407-20-D-0003); Hank's Excavating & Landscaping Inc., Belleville, Illinois (FA4407-20-D-0004); J&B Builders Inc., St. Charles, Illinois (FA4407-20-D-0005); Mantle-Plocher JV, Worden, Illinois (FA4407-20-D-0006); Surmeier & Surmeier, Mascoutah, Illinois (FA4407-20-D-0007); and Pugsley Byrne JV LLC, Brighton, Illinois (FA4407-20-D-0008), have been awarded indefinite-delivery/indefinite-quantity contracts with a maximum estimated aggregate value of $45,000,000 under a multiple award task order contract. The awards are in support of the multiple award paving contract program to support the Scott Air Force Base construction program, including paving and civil categories. Work will be performed on Scott AFB, Illinois, and is expected to be completed May 4, 2021. These awards are the result of a competitive acquisition and nine offers were received. Fiscal 2020 operations and maintenance funds in the amount of $500 are being obligated to each contractor at the time of award. The 375th Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $60,000,000 firm-fixed-price 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 an 18-month bridge contract with no option periods. Locations of performance are Illinois and Alaska, with a Nov. 5, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-20-D-0011). Raytheon Co., Andover, Massachusetts, has been awarded a maximum $36,688,190 firm-fixed-price delivery order (SPRRA2-20-F-0077) against a seven-year basic ordering agreement (SPRRA2-19-R-0046) for radio frequency exciters. 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, 11-month contract with no option periods. Location of performance is Massachusetts, with a March 31, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama. Leading Technology Composites Inc., doing business as LTC Inc., Wichita, Kansas, has been awarded a maximum $26,752,704 modification (P00010) exercising the second one-year option period of a one-year base contract (SPE1C1-18-D-1073) with three one-year option periods for enhanced side ballistic inserts. This is a firm-fixed-price, indefinite-quantity contract. Location of performance is Kansas, with a May 4, 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 the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. American Water Enterprises LLC, Camden, New Jersey, has been awarded a $21,810,972 modification (P00251) to a 50‐year contract (SP0600‐03‐C‐8268), with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Rucker, Alabama. This is a fixed-price with prospective-price-redetermination contract. Locations of performance are New Jersey and Alabama with an April 15, 2054, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2054 Army operations and maintenance funds. The contracting activity is Defense Logistics Agency Energy, Fort Belvoir, Virginia. Raytheon Co., Andover, Massachusetts, has been awarded a maximum $8,362,088 firm-fixed-price delivery order (SPRRA2-20-F-0079) against a seven-year basic ordering agreement (SPRRA2-19-R-0046) for radio frequency exciters. 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, nine-month contract with no option periods. Location of performance is Massachusetts, with a Jan. 31, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama. ARMY ASM Research LLC, Fairfax, Virginia, was awarded a $40,284,199 firm-fixed-price contract to provide comprehensive credentialing and privileging program support for the Army National Guard or Air National Guard. 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 May 4, 2025. The National Guard Bureau Operational Contracting Division, Arlington, Virginia, is the contracting activity (W9133L-20-D-1000). Miller Electric Co. Inc., Reno, Nevada, was awarded a $12,000,000 modification (P00004) to contract W911SA-17-D-2006 for sustainment, modernization and improvement projects for the 88th Army Reserve Centers throughout the states of Kansas and Nebraska. 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 May 31, 2021. The 419th Contract Support Brigade, Fort McCoy, Wisconsin, is the contracting activity. CAE USA Inc., Tampa, Florida, was awarded an $11,157,134 firm-fixed-price contract for advanced helicopter flight training support services. Bids were solicited via the internet with seven received. Work will be performed at Fort Rucker, Alabama, with an estimated completion date of May 15, 2027. Fiscal 2020 operations and maintenance, Army funds in the amount of $11,157,134 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity (W9124G-20-C-0008). Manhattan Construction Co., Tulsa, Oklahoma, was awarded an $8,300,000 modification (PZ0001) to contract W912BV-20-C-0008 for alternate care facilities in Oklahoma. Work will be performed in Tulsa and Oklahoma City, Oklahoma, with an estimated completion date of May 10, 2020. Fiscal 2020 civil construction funds in the amount of $8,300,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Perspecta Labs Inc., Basking Ridge, New Jersey, was awarded a $29,917,092 cost-plus-fixed-fee contract for a research project under the Fast Network Interface Cards (FastNICs) program. The FastNICs program will speed up applications such as the distributed training of machine learning classifiers by 100x through the development, implementation, integration and validation of novel, clean-slate network subsystems. Work will be performed in Basking Ridge, New Jersey, with an expected completion date of May 2024. Fiscal 2019 research, development, test and evaluation (RDT&E) funding in the amount of $1,110,000; and fiscal 2020 RDT&E funding in the amount of $2,925,000 are being obligated at time of award. This contract was a competitive acquisition under an open broad agency announcement and eight offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0090). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2177362/source/GovDelivery/

  • French aviation rescue plan bets on defence helicopters, drones and tankers

    June 11, 2020 | International, Aerospace

    French aviation rescue plan bets on defence helicopters, drones and tankers

    The French government has pledged to buy new military heavy-lift helicopters and accelerate plans for naval drone, ISTAR and tanker aircraft programmes as part of a wider economic stimulus package, worth €15 billion ($17 billion), aimed at protecting the country's aviation industry from faltering under the strain of COVID-19. Based on the PlanAero initative, a decision to specifically issue the defence industry with funding of €600 million means that eight H225M rotary platforms will be ordered, while orders for three A330 MRTT and one Beechcraft King Air 350 ALSR will be expedited. VSR700 rotary-wing UAS and Aliaca mini drone plans have also been brought forward. The H225M order confirms that Paris will opt for it as a replacement for legacy French Air Force Puma helicopters while the new A330 MRTT arrangements will lead to retirement of the A340 being reset from 2028 to this year. A310s will similarly be taken out of service in 2021 – two years earlier than scheduled. The ALSR is under contract with Thales and Sabena Technics with a host of additional French suppliers contributing to the programme, including Ecrin, Aquitaine Electronics, Arelis, Avantix, Elvia and Protoplane, although a 9 June announcement from the French Ministry of Armed Forces does not mention a delivery date for the aircraft. PlanAero unmanned details include the addition of a second VSR700 demonstrator as part of the French Navy's SDAM programme but new commitments for the effort and the navy's SMDM mini drone programme stop short of exact order quantities. SDAM has been contracted to Airbus and Naval Group who have designed the in-development VSR700 from the Cabri G2 light helicopter, while SurveyCopter supplies the Aliaca for SMDM. 'This additional SDAM demonstrator will enable the programme to further secure the next steps, and in particular the development of technologies and the refinement of specifications to meet the French Navy's operational requirements,' an Airbus spokesperson told Shephard. The VSR700 is due to enter service in 2028 and boasts a 500-1,000kg MTOW capability. In November 2019, Airbus announced the platform had undergone tethered flight testing with future free flight trials anticipated. A VSR700 demonstrator phase. to include ship-based flights off French Navy frigates, has been laid out as part of risk reduction activities that were originally due to be completed by 2021. Shipborne deployments from the future FTI medium frigate are a longer-term target. Following on from France's aviation support plan, the European Commission warned on 10 June that budgetary pressures stemming from COVID-19 could impact member states, calling on them to 'spend better together'. In a joint statement Josep Borrell, VP of the European Commission and Thierry Breton, European Commissioner for the Internal Market, said that common capabilities, critical technologies and infrastructure must be strengthened but they questioned if Europe had given itself 'the means to do so'. https://www.shephardmedia.com/news/defence-helicopter/french-aviation-rescue-plan-bets-defence-helicopte/

All news