May 4, 2021 | International, Aerospace
December 17, 2020 | International, Aerospace, Naval, Land, C4ISR, Security
DEFENSE LOGISTICS AGENCY
Thomas Scientific LLC, Swedesboro, New Jersey, has been awarded a maximum $105,820,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for nasopharyngeal swabs. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(2), as stated in Federal Acquisition Regulation Part 6.302-2. This is a four-month contract with a three-month option period. Location of performance is New Jersey, with an April 24, 2020, ordering period end date. Using customers are Veterans Administration, Indian Health Service, Department of Justice, Department of Homeland Security, Department of Health and Human Services and Department of Defense. Type of appropriation is fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-21-D-0004).
Fidelis Sustainability Distribution LLC, Carson City, Nevada, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various robotic surgery systems and associated hardware, software and consumable items. This was a competitive acquisition with 105 offers received. This is a five-year contract with no option periods. Locations of performance are Nevada and Illinois, with a Dec. 14, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-21-D-0002).
Silver Oak Leaf Inc.,** Alpharetta, Georgia, has been awarded a maximum $13,534,957, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for coats and trousers. This is a two-year base contract with one two-year option period. This was a competitive acquisition with two responses received. Locations of performance are Georgia and Puerto Rico, with a Dec. 14, 2022, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal year 2021 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1407).
Innovative Federal Operations Group Inc., Carlsbad, California, has been awarded a maximum $7,557,359 firm-fixed price, definite-quantity contract for disposable protective coveralls. This was a competitive acquisition with seven responses received. Locations of performance are California and Turkey, with a Jan. 14, 2021, performance completion date. Using customer is Federal Emergency Management Agency. Type of appropriation is fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-C-0003).
AIR FORCE
The Boeing Co., St. Louis, Missouri, has been awarded a $46,890,000 firm-fixed-price contract for the F-15 Qatar program. This contract provides for the Foreign Military Sales (FMS) requirement to procure Digital Electronic Warfare System spares for the Qatar Emiri Air Force. Work will be performed in St. Louis, Missouri, and is expected to be completed Aug. 23, 2023. This award is the result of a sole-source acquisition. FMS funds in the amount of $22,976,100 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 (FA8634-18-C-2701).
The Boeing Co., St. Louis, Missouri, has been awarded a $17,764,388 fixed-price-incentive-firm, cost-plus-incentive-fee, cost-plus-fixed-fee modification (P00009) to contract FA8634-18-C-2697 for infrared search and track to upgrade the current Air Force design equivalent of the Navy Block II configuration. This contract will retrofit the production ship sets by modifying the Block I Legion Pod with a replacement of the infrared receiver processor with the V3 infrared receiver and V3 processor from the Navy Block II and modified cabling harness within the pod structure. Work will be performed in St. Louis, Missouri, and is expected to be completed October 2022. This award is the result of a sole-source acquisition. Fiscal 2019 National Guard and Reserve equipment defense funds in the full amount are being obligated at the time of award. The F-15 Division Contracts Branch, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
NAVY
Saxman One LLC, Manassas, Virginia, is awarded a $50,750,000 indefinite-delivery/indefinite-quantity contract for the Navy Internship and Apprenticeship Programs. This contract provides for the promotion of student internship opportunities such as the Science and Engineering Internship Program (SEAP), the Naval Research Enterprise Internship Program (NREIP), Naval Horizons and other short-term internship programs. The work to be performed includes web site development, provide customer service, increase program awareness, develop virtual training opportunities, provide intern notification, make payment of intern stipends, work with Naval Commands to obtain the proper security paperwork for the intern(s), coordinate internship agreements and provide reports to the Office of Naval Research. Work will be performed in Manassas, Virginia, and is estimated to be completed by Dec. 15, 2025. The total cumulative value of this contract is $50,750,000. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $125,000 are being obligated on a task order on a cost-plus-fixed-fee basis at the time of award. These funds will not expire at the end of the current fiscal year. This contract was solicited on a sole-source basis using an Alaska Native Corporation in accordance with 13 Code of Federal Regulations 124.506(b). The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-21-D-4002).
CSRA LLC, a General Dynamics Information Technology Co., Falls Church, Virginia, is awarded a $28,092,546 modification to previously awarded indefinite-delivery/indefinite-quantity (IDIQ) contract N00039-17-D-0002 to extend network and information technology services being provided under the Outside Continental U.S. Navy Enterprise Network (ONE-Net) contract. The services provided under ONE-Net include service desk support, networks and systems operations support, field services support, information assurance services support, network technical support, business management office support, Tier II/III support, Tier IV support and host based security system support. Work will be performed in various locations outside the U.S. based on the requirement for each task order placed. Work is expected to be completed by September 2021. The total cumulative value of this contract is an estimated $171,828,967. No contract funds will be obligated on the base contract at the time of award. Contract funds will be obligated on individual task orders and will at the end of the fiscal year. This modification extends the period of performance of the contract by adding Option Period Five (Dec. 28, 2020, to June 27, 2021) with a ceiling of $17,717,296; and Option Period Six (June 28, 2021, to Sept. 30, 2021) with a ceiling of $10,375,250, which are both exercised with award of this modification. The contract type of the modification is an IDIQ hybrid contract with firm-fixed-price and cost only contract line item numbers. This contract includes options, which are being exercised at the time of award of this modification. 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.
Bell Textron Inc., Fort Worth, Texas, is awarded a $22,791,652 cost-plus-fixed-fee order (N00019-21-F-0228) against previously issued basic ordering agreement N00019-16-G-0012. This order provides engineering and logistics support, procures four resident integrated logistics support detachment computer seats, trailer lease site for flight test engineers, support equipment workaround material and aircraft wiring integration remote terminal and flight control computer test station material in support of Marine Corps (USMC) AH-1Z; the governments of Bahrain and the Czech Republic UH-1Y and AH-1Z production aircraft; and USMC UH-1Y and AH-1Z aircraft modifications and sustainment. Work will be performed in Fort Worth, Texas (70%); and Patuxent River, Maryland (30%), and is expected to be completed in February 2022. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $957,796; fiscal 2021 aircraft procurement (Navy) funds in the amount of $703,526; fiscal 2019 aircraft procurement (Navy) funds in the amount of $14,842,613; and Foreign Military Sales funds in the amount of $2,645,319 will be obligated at time of award, $15,800,409 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
The Boeing Co., Huntington Beach, California, is awarded a $8,000,000 fixed-price incentive (firm target) undefinitized contract modification to previously awarded contract N00024-17-C-6307 for extra-large unmanned undersea vehicle maintenance analyses and logistics products. Work will be performed in Newport News, Virginia (52%); and Huntington Beach, California (48%), and is expected to be completed by December 2022. Fiscal 2020 research, development, test, and evaluation (Navy) funds in the amount of $4,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
*Small business
**Service-disabled veteran-owned small business
https://www.defense.gov/Newsroom/Contracts/Contract/Article/2447883/source/GovDelivery/
May 4, 2021 | International, Aerospace
August 21, 2019 | International, Aerospace, Naval, Land, C4ISR, Security
DEFENSE THREAT REDUCTION AGENCY Applied Research Associates Inc., Albuquerque, New Mexico, is being awarded a maximum ceiling $240,000,000, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with a five-year base ordering period and an additional five-year option period. Competitive proposals were solicited and two offers were received. The contract provides for 24/7/365 technical reachback operational and decision support analysis, as well as research and development, to develop and advance the Defense Threat Reduction Agency's (DTRA's) weapons of mass destruction operational support capabilities. The work will be performed at multiple DTRA locations, primarily at Fort Belvoir, Virginia. Fiscal 2019 research, development, test and evaluation funds in the amount of $150,000 (the guaranteed minimum) are being obligated at time of award. DTRA, Fort Belvoir, Virginia, is the contracting activity (HDTRA1-19-D-0007). ARMY The Boeing Co., Mesa, Arizona, was awarded a $154,890,000 modification (P00026) to contract W58RGZ-16-C-0023 to procure new-build Apache AH 64E helicopters. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2022. Fiscal 2018 and 2019 aircraft procurement, Army funds in the amount of $154,890,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Berg Manufacturing Inc.,* Spokane Valley, Washington, was awarded a $44,000,000 firm-fixed-price contract for a self-service laundry system. 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 Aug. 19, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-19-D-0027). DynCorp International LLC, McLean, Virginia, was awarded a $32,753,836 time-and-materials contract to train, advise and assist. Bids were solicited via the internet with three received. Work will be performed in Afghanistan with an estimated completion date of Aug. 19, 2020. Fiscal 2019 Afghanistan security forces, Army funds in the amount of $32,753,836 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W560MY-19-C-0002). Manson Construction Co., Seattle, Washington, was awarded a $24,000,000 firm-fixed-price contract for rental of a cutterhead pipeline dredge for dredging in Mobile Harbor, Alabama. 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 Oct. 13, 2020. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-D-0040). Manufacturing Support Industries Inc.,* Salisbury, Maryland, was awarded a $9,500,000 firm-fixed-price contract for M240 lightweight adjustable bipod. 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. 20, 2024. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-D-0097). AIR FORCE Akima Intra‐Data LLC, Colorado Springs, Colorado, has been awarded a $152,871,144 firm-fixed-price contract for Facility Support Services II. This contract will provide for industrial and test security; security services; command, control, and communication functions; fire and emergency services; environmental; safety; occupational and environmental health; base supply; cargo movement, and vehicle maintenance at Arnold Engineering Development Complex. Work will be performed at Arnold Air Force Base, Tennessee, with specific performance at White Oak, Maryland; and Moffett Field, California, and is expected to be completed by Nov. 30, 2027. This award is the result of a competitive small business set-aside acquisition utilizing a single solicitation and received two offers. No funds are being obligated at the time of award. The Air Force Test Center, Arnold Air Force Base, Tennessee, is the contracting activity (FA9101‐19‐C‐1000). The Stratagem Group Inc., Aurora, Colorado,* has been awarded a $32,600,866 cost-plus-fixed-fee contract for Radio Frequency Identification, Detection, and Geolocation of Emitting Systems software/hardware. This contract provides for improved collection and processing capabilities across multiple intelligence, surveillance and reconnaissance sensing sources in the detection and characterization of priority radar waveforms. Work will be performed at Aurora, Colorado, and is expected to be complete by Aug. 19, 2024. This award is the result of a competitive acquisition and two offers were received. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0072). NAVY BAE Systems Information and Electronic Systems, Nashua, New Hampshire, is awarded a $74,990,530 firm-fixed-price, cost-plus-fixed-fee contract to procure 1,440 Radio Frequency Countermeasures and the maintenance and repair of multi-function test stations in support of the F-35 aircraft. Work will be performed in Nashua, New Hampshire (74%); Landenberg, Pennsylvania (7%); Topsfield, Massachusetts (2.5%); Industry, California (1.6%); Hamilton, New Jersey (1.5%); Carson, California (1.3%); Dover, New Hampshire (1.1%); Londonderry, New Hampshire (1%); Chartley, Massachusetts (1%); and various locations within the continental U.S. (9%), and is expected to be completed in March 2022. Fiscal 2017, 2018 and 2019 aircraft procurement (Air Force); fiscal 2019 procurement ammunition (Navy, Marine Corps); and Foreign Military Sales (FMS) funds in the amount of $74,990,530 will be obligated at time of award, $2,394,867 of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($37,068,372; 49%); Navy and Marine Corps ($13,556,992; 18%); and FMS countries ($24,365,166; 33%). This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0001). Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded $48,325,008 for firm-fixed-price, cost-plus-fixed-fee order N00019-19-F-4126 against a previously issued basic ordering agreement (N00019-19-G-0029) to procure spare parts to repair and maintain CH-53K low-rate initial production Lot Three configuration aircraft. Work will be performed in Quebec, Canada (14.88%); Stratford, Connecticut (9.17%); Fort Walton Beach, Florida (2.32%); Rome, New York (2.06%); Bridgeport, West Virginia (2.02%); Chesterfield, Missouri (1.52%); Forest, Ohio (1.47%); Davenport, Iowa (1.38%); Rochester, Kent, United Kingdom (1.36%); Milford, Connecticut (1.22%); Windsor Locks, Connecticut (1.13%); various locations within the continental U.S. (53.97%); and various locations outside the continental U.S. (7.50%), and is expected to be completed in August 2024. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $48,325,008 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. Raytheon Missile Systems, Tucson, Arizona, is awarded a $13,248,183 cost-plus-fixed-fee modification to previously awarded contract N00024-17-C-5410 to exercise options for engineering and technical services in support of Standard Missile-2/6. This contract combines purchases for the U.S. government (96%); and the governments of Australia, Taiwan, Germany, Denmark, Korea and Japan (4% total) under the Foreign Military Sales program. Work will be performed in Tucson, Arizona, and is expected to be complete by December 2020. This contract includes options which, if exercised, be complete by April 2022. Fiscal 2019 and 2017 weapons procurement (Navy); fiscal 2019 and 2018 research, development, test and evaluation (Navy); fiscal 2019 other Department of Defense; and Foreign Military Sales (governments of Australia, Germany, Denmark, Taiwan, Korea and Japan) funding in the amount of $13,248,183 will be obligated at time of award and not expire at the end of the current fiscal year. This modification is not competitively procured in accordance with 10 U.S. Code 2304(c)(1) and Federal Acquisition Regulation 6.302-1(a)(2)(iii). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. DEFENSE LOGISTICS AGENCY Campbellsville Apparel Co., Campbellsville, Kentucky, has been awarded a maximum $7,562,400 modification (P00006) exercising the third one-year option period of a one-year base contract (SPE1C1-16-D-1083) with four one-year option periods for fuel handler's undershirts and moisture wicking t-shirts. This is an indefinite-delivery contract. Location of performance is Kentucky, with a Sept. 7, 2020, performance completion date. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1939263/source/GovDelivery/
April 3, 2023 | International, Aerospace
These capabilities will further enhance the data and communications connectivity the KC-46A provides to joint and allied forces for battlespace situational awareness