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

  • Contract Awards by US Department of Defense - November 11, 2019

    November 11, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 11, 2019

    U.S. TRANSPORTATION COMMAND Seventeen companies have been awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contracts under the Worldwide Airlift Services Program, contracts with an estimated program value of $5,700,000,000: Air Center Helicopters, Burleson, Texas (HTC71120DR005); Berry Aviation Inc., San Marcos, Texas (HTC71120DR006); Bighorn Airways, Sheridan, Wyoming (HTC71120DR007); Careflight Ltd., Northmead, New South Wales, Australia (HTC71120DR009); CHI Aviation, Howell, Michigan (HTC71120DR010); Columbia Helicopters Inc., Aurora, Oregon (HTC71120DR011); Contour Aviation, Smyrna, Tennessee (HTC71120DR012); CSI Aviation Inc., Albuquerque, New Mexico (HTC71120DR013); East Coast Flight Services Inc., Easton, Maryland (HTC71120DR014); Erickson Helicopters Inc., Portland, Oregon (HTC71120DR015); Flightworks Inc., Kennesaw, Georgia (HTC71120DR016); Hillsboro Aviation, Hillsboro, Oregon (HTC71120DR017); Jet Logistics Inc., Charlotte, North Carolina (HTC71120DR018); Mountain Aviation Inc., Broomfield, Colorado (HTC71120DR019); Omni Air Transport, Tulsa, Oklahoma (HTC71120DR020); Phoenix Air Group Inc., Cartersville, Georgia (HTC71120DR021); and Rampart Aviation, Colorado Springs, Colorado (HTC71120DR022). This contract provides worldwide Federal Aviation Regulation (FAR) Part 135 airlift services utilizing fixed and/or rotary wing aircraft to transport Department of Defense (DoD) and other federal agency personnel and cargo for domestic and international shipments. Services shall be provided for DoD and other federal government agencies. Services required include aircrew, ground personnel, supplies, ancillary support services and equipment to perform dedicated and/or ad hoc FAR Part 135 or equivalent Civil Aviation Authority airlift operations (at both military and commercial airports/airfields/landing zones). Operations could include the movement of passengers and cargo (or combination thereof), air ambulance, medical evacuation, sling-load cargo operations, delivery of Class I-X supplies, and U.S. Mail and/or other like services. Work will be performed internationally and domestically, with an expected completion date of Nov. 11, 2024. Ordering may be centralized or decentralized and will be determined at the task order level. Funding is provided by multiple government agencies. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois. (Awarded Nov. 7, 2019) NAVY General Dynamics Mission Systems, Scottsdale, Arizona, is awarded a $731,876,547 cost-plus-award-fee and firm-fixed-price indefinite delivery/ indefinite quantity contract for Mobile User Objective System (MUOS) ground system sustainment. MUOS is a narrowband military satellite communications system that supports a worldwide, multiservice population of users, providing modern netcentric communications capabilities while supporting legacy terminals. Fiscal 2020-2029 weapons procurement (Navy); fiscal 2020-2029 research, development, test and evaluation (Navy); and fiscal 2020-2029 operation and maintenance (Navy) funding will be applied to task orders after the contract award. Contract funds will not expire at the end of the current fiscal year. Work will be performed in Scottsdale, Arizona (94%); Wahiawa, Hawaii (2%); San Diego, California (1%); Niscemi, Italy (1%); Chesapeake, Virginia (1%); and Geraldton, Australia (1%). Work is expected to be completed by November 2029. This contract was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1); only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-20-D-0146). L3/Harris Technologies, Clifton, New Jersey, is awarded a $51,852,571 cost-plus-fixed-fee order (N0001920F0394) against a previously issued basic ordering agreement (N00019-16-G-0003). This order procures modifications to the AN/ALQ-214A(V)4 Integrated Defensive Electronic Countermeasures System. This order provides non-recurring engineering to develop, integrate, test and deliver software and firmware as well as all technical data. In addition, this order provides engineering and technical support for test efforts including correction of deficiencies discovered during testing in support of a Foreign Military Sales (FMS) customer. Work will be performed in Clifton, New Jersey, and is expected to be completed in November 2022. FMS funds for $9,000,000 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. BAE Systems Land & Armaments L.P., Sterling Heights, Michigan, is awarded a $27,100,050 modification to exercise an option for a fixed-price-incentive (firm target) contract line item number (CLIN) 4002 portion of a previously awarded contract (M67854-16-C-0006). This modification is for the purchase of other production costs, which includes program management, vehicle tooling, acceptance testing, and transportation, related to the low rate initial production Lot 3A Amphibious Combat Vehicles. Work will be performed in York, Pennsylvania (60%); Aiken, South Carolina (15 %); San Jose, California (15%); Sterling Heights, Michigan (5%); and Stafford, Virginia (5%), and is expected to be completed in January 2022. Fiscal 2020 procurement (Marine Corps) funds for $27,100,050 will be obligated at the time of award and will not expire at the end of the current fiscal year. The contract was based on full and open competition with the solicitation publicized on the Federal Business Opportunities website with five offers received. The option CLIN was included within that contract and is being exercised in accordance with Federal Acquisition Regulation 52.217-7 Option for Increased Quantity-Separately Priced Line Item. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-0006). Progeny Systems Corp,* Manassas, Virginia, is awarded a $9,653,476 fixed-price-incentive-firm target contract modification to previously awarded contract N00024-19-C-6201 to exercise options for Navy systems support. This effort will award the procurement of Navy equipment. Work will be performed in Manassas, Virginia (50%); and Charleroi, Pennsylvania (50%), and is expected to be completed by August 2021. Fiscal 2019 other procurement (Navy) funding for $9,653,476 will be obligated at time of award and funding will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity. DEFENSE LOGISTICS AGENCY UTS Systems LLC,* Fort Walton Beach, Florida, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for commercial shelters. This is a one-year base contract with three one-year option periods. Location of performance is Florida, with a Nov. 7, 2020, performance completion date. Using military services are Army, Air Force, Navy, and Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1210). DRS Network & Imaging Systems LLC, Melbourne, Florida, has been awarded a maximum $15,751,977 firm-fixed-price contract for 43 separate parts in support of the Direct Support Electrical System Test Set and Next Generation Automated Test System. This contract 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 base contract with one one-year option period. Location of performance is Alabama, with a Nov. 30, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is Defense Logistics Agency Land, Warren, Michigan (SPRDL1-20-C-0005). The Boeing Co., St. Louis, Missouri, has been awarded an estimated $11,318,767 firm-fixed-priced delivery order (SPRPA1-20-F-QM0P) against a five-year basic ordering agreement (SPE4A1-19-G-0013) for aircraft movable canopies. 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 five-year, four-month contract with no option periods. Location of performance is Missouri, with a March 20, 2025 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Knox County Association for Remarkable Citizens,** Vincennes, Indiana, has been awarded a maximum $9,351,147 modification (P00008) exercising the second one-year option of a one-year base contract (SPE1C1-18-D-N024) with two one-year option periods for the GEN III, Layer II, Mid-Weight Undershirt. This is a firm-fixed-price contract. Location of performance is Indiana, with a Nov. 12, 2020, performance completion date. Using services are Army and 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. Meggitt Polymers and Composites, Rockmart, Georgia, has been awarded a maximum $8,623,152 firm-fixed-price delivery order (SPRPA1-20-F-LW00) against a five-year basic ordering agreement (SPE4A1-19-G-0013) for F/A-18 fuel tanks. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in the Federal Acquisition Regulation 6.302-1. Location of performance is Georgia, with a Jan. 31, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. ARMY General Dynamic Land Systems Inc., Sterling Heights, Michigan, was awarded a $34,873,995 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to procure Improved Fire Control Electronics Units. Bids were solicited via the internet with one received. Work will be performed in Tallahassee, Florida, with an estimated completion date of Sept. 30, 2021. Fiscal 2020 procurement of weapons and tracked combat vehicles, Army funds in the amount of $2,245,559 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-F-0060). JSR Inc.,* Schertz, Texas, was awarded a $9,260,232 firm-fixed-price contract for renovation of Buildings 820 and 829. Bids were solicited via the internet with six received. Work will be performed in San Antonio, Texas, with an estimated completion date of May 22, 2021. Fiscal 2020 operations and maintenance funds in the amount of $9,260,232 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0004). AIR FORCE Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $32,134,563 modification (P00015) to the previously awarded cost-plus-fixed-fee task order FA8204-16-F-0020 for the Strategic Automated Command and Control System Replacement (SACCS-R). This modification is to definitize a change order and award the added scope for the Time Division Multiplexing to Internet Protocol (TDM-IP). This modification provides for TDM-IP to be implemented and develop a hardware solution to meet the OMNI sunset date using serial-to-IP Adapters to convert messages for transport over the Defense Information System Network. Work will be performed at Hill Air Force Base, Utah; Malmstrom AFB, Montana; Minot AFB, North Dakota; and F.E. Warren AFB, Wyoming, and is expected to be completed by July 31, 2023. The total cumulative face value of the contract is $52,706,639. Fiscal 2020 research, development, test and evaluation funds in the amount of $2,440,888 will be obligated at the time of the award. The Air Force Nuclear Weapons Center, Hill AFB, Utah, is the contracting activity. Lockheed Martin Corp., Ft. Worth, Texas, has been awarded a $15,746,610 cost-plus-fixed-fee contract for Universal Armament Interface. This contract provides for system engineering and program management for universal armament interface development. Work will be performed in Ft. Worth, Texas, and is expected to be completed by Nov. 19, 2024. This award is the result of a sole source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $780,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8628-20-C-2266). Anduril Industries Inc., Irvine, California, has been awarded a $12,000,000 firm-fixed-price Small Business Innovative Research (SBIR) contract for Advanced Battle Management System Sensing Network. This contract provides for an Advanced Battle Management System prototype to process vast quantities of data from thousands of sources to be accessible anywhere. Work will be performed at Irvine, California, and is expected to be complete by July 31, 2021. This award is the result of a sole source acquisition, sequential SBIR Phase 2 contract. Fiscal 2019 research and development SBIR funding; and fiscal 2019 research and development Rapid Capability Office funding in the amount of $12,000,000 are being obligated at the time of award. The Air Force Research Lab, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-C-9300). Quinn Construction, Rapid City, South Dakota (FA469020D0003); All American Contract Solutions, Rapid City, South Dakota (FA469020D0004); and Pedersen and Rangel, Spearfish, South Dakota (FA469020D0005), have each been awarded a $9,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a multiple award construction contract (MACC). This contract is a design-build, bid-build construction acquisition based on a general statement of work further defined with each individual task order. Work to be performed under the MACC will be the general construction category, to include maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving, and earthwork as well as industrial/office buildings on Ellsworth Air Force Base, South Dakota, including Military Family Housing. (NOTE: Extent of work to be accomplished under this contract concerning military family housing on Ellsworth AFB does not include normal maintenance, repair, painting heating, air conditioning, some mechanical, etc., which is covered under the Military Family Housing Maintenance contract). Work is to be completed as specified in each individual task order and the contract completion date is June 29, 2021. This award is the result of a competitive solicitation to small business HUB Zones, Service Disabled Veteran Owned Small Business, and concerns in the 8(a) program only and 11 offers were received. Fiscal 2019 operations and maintenance funds in the amount of $500 are being obligated to each contractor at the time of award. The 28th Contracting Squadron, Ellsworth AFB, South Dakota, is the contracting activity. *Small Business **Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2012852/source/GovDelivery/

  • The military should turn its network innovation upside down

    February 8, 2023 | International, Land

    The military should turn its network innovation upside down

    When it comes to network innovation, the Pentagon should let our warfighters decide what risks to take.

  • Panel of three-star generals to lead military training modernization

    December 5, 2022 | International, Aerospace

    Panel of three-star generals to lead military training modernization

    “Gone are the days when we could hand-wave training away. Warfare is obviously way too complicated for that now,” said Caroline Baxter.

All news