Back to news

December 20, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - December 19, 2018

NAVY

Raytheon Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $114,065,820 cost-plus-fixed fee, firm-fixed-price, cost only contract for air and missile defense radar AN/SPY-6(V) integration and production support efforts. The work to be performed is the integration and production support for continued combat system integration and test, engineering, training, software and depot maintenance, and field engineering services, as well as the procurement of spare parts. This contract includes options which, if exercised, would bring the cumulative value of this contract to $357,827,708. Work will be performed in Marlborough, Massachusetts (64 percent); Kauai, Hawaii (18 percent); Portsmouth, Rhode Island (8 percent); San Diego, California (7 percent); Fair Lakes, Virginia (2 percent); and Moorestown, New Jersey (1 percent), and is expected to be completed by December 2019. Fiscal 2017 and 2018 shipbuilding and conversion (Navy); and fiscal 2018 and 2019 research, development, test and evaluation (Navy) funding in the amount of $46,221,947 will be obligated at time of award and funding in the amount of $6,887,511 will expire at the end of the current fiscal year. This contract was not competitively procured. This contract was procured under the statutory authority of 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5501).

The Boeing Co., St. Louis, Missouri, is awarded $90,428,967 for modification P00002 to a previously awarded cost-reimbursable contract (N00019-18-C-1012). This modification provides for the performance of studies and analysis related to the MQ-25 unmanned air vehicle engineering, manufacturing and development phase of the program. The work will be performed in St. Louis, Missouri, and is expected to be completed in August 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $10,000,000 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.

Deloitte Consulting LLP, Arlington, Virginia, is awarded an estimated value $23,041,113 indefinite-delivery/indefinite-quantity contract for a Training Virtual Environment (TVE) that will host the Consolidated Afloat Networks and Enterprise Services (CANES) training curriculum and deliver curriculum packages for CANES baselines. Orders issued under the contract will produce a training environment capable of being accessed from Navy electronic classrooms and provide multiple instances of cloud-based training for CANES system administrator training that will be established. The TVE will include a virtualized computing environment that fully replicates the functionality of CANES to provide realistic and testable training and scenarios. The TVE will provide a centrally located and integrated learning management system that allows for rapid curriculum updates and configuration changes. The TVE will facilitate training as well as record keeping (e.g., synchronization with current approved fleet training tracking databases) to document and track progress and training completion. Additionally, the scope of this procurement will include conducting front-end analysis; job, duty, task analysis; curriculum delivery; and training delivery, as well as conduct train-the-trainer and course events. Work will be performed in Arlington, Virginia, and is expected to be completed by December 2023. Fiscal 2017 other procurement (Navy) funds in the amount of $2,800,000 will be obligated with the first task order at the time of award. Funds will expire at the end of the current fiscal year. This contract was competitively procured with seven bids received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-19-D-0007) .

CSRA LLC, a General Dynamics Information Technology company, Stafford, Virginia, is awarded a $78,804,642 modification to a previously awarded indefinite-delivery/indefinite-quantity, firm-fixed-price contract (N00039-17-D-0002) for Information Technology (IT) services to support the Navy's outside the U. S. (OCONUS) Naval Enterprise Network (ONE-Net). The ONE-Net contract is used to continue IT services during the transition from the ONE-Net contract to the proposed Next Generation Enterprise Network Re-compete family of contracts in support of the Naval Enterprise Networks program office. ONE-Net provides OCONUS Navy commands and claimants core IT services such as: Non-Classified Internet Protocol Router Network and Secret Internet Protocol Router Network access, network connectivity and security, mobile access and desktop support. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $159,641,872. Work will be performed in Navy and Marine Corp locations in Bahrain, Greece, Guam, Italy, Japan, Poland, Republic of Korea, Romania, Singapore, Spain and United Arab Emirates, and is expected to be completed by Jan. 18, 2020. If all options are exercised, work could continue until May 2020. Contract funds in the amount of $19,920,766 will expire at the end of the current fiscal year. No funds will be placed on contract or obligated at the time of award. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

Orbital Sciences Corp., Chandler, Arizona, is awarded a $46,471,808 modification to a previously awarded firm-fixed-price, cost reimbursable contract (N00019-18-C-1047) that exercises an option to procure 15 full-rate production Lot 13 GQM-163A Coyote supersonic sea skimming target base vehicles, 14 for the Navy and one for the Army. The Army procured target vehicle will be used to test and evaluate the Lower Tier Air and Missile Defense Sensor, Limited User Test target system. Work will be performed in Chandler, Arizona (50 percent); Camden, Arkansas (37 percent); Vergennes, Vermont (6 percent); Lancaster, Pennsylvania (5 percent); Hollister, California (2 percent), and is expected to be completed in December 2022. Fiscal 2019 weapons procurement (Navy); and fiscal 2019 research, development, test and evaluation (Army) funds in the amount of $46,471,808 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($43,378,169; 93 percent); and the. Army ($3,093,639; 7 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., McKinney, Texas, is awarded $40,313,300 for a firm-fixed-price requirements contract for the repair of the Multi-Spectral Targeting system in support of the H-60 aircraft. The contract will include a two-year base period and a one-year option period which if exercised, the total value of the contract will be $58,777,194. All work will be performed in Jacksonville, Florida. Work is expected to be completed by July 2020; if all options are exercised, work will be completed by July 2021. Working capital funds (Navy) in the amount of $11,268,133 will be issued as a delivery order (N00383-19-F-U200) that will be awarded concurrently with the contract. Funds will not expire at the end of the current fiscal year. One company was solicited for this non-competitive requirement and one offer was received in accordance with 10 U.S. Code 2304(c)(1) and Federal Acquisition Regulation 6.302-1. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. (N00383-19-D-U201)

BAE Systems Information and Electronic Systems Integration Inc., Greenlawn, New York, is awarded $18,623,000 for firm-fixed-price delivery order N0001919F0033 against a previously awarded indefinite-delivery/indefinite quantity contract (N00019-17-D-0007). This delivery order provides for the procurement of eight Mode 5 upgrade kits for the government of Canada; and 265 receiver transmitter upgrade kits (179 for the Navy, 43 for the government of Switzerland and 43 for the government of Kuwait) in support of the F/A-18 series aircraft. Work will be performed in Greenlawn, New York (85 percent); and Austin, Texas (15 percent), and is expected to be completed in February 2021. Fiscal 2017, 2018 and 2019 aircraft procurement (Navy); and Foreign Military Sales (FMS)funds in the amount of $18,623,000 will be obligated at time of award, $918,176 of which will expire at the end of the current fiscal year. This award combines purchases for the Navy ($11,739,536; 63 percent); the government of Switzerland ($2,820,112; 15 percent); the government of Kuwait ($2,820,112; 15 percent); and the government of Canada ($1,243,240; 7 percent) under the FMS program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded $13,999,253 for modification P00086 to a previously awarded firm-fixed-price contract (N00019-13-C-0004) that exercises an option for the installation of one E-6B Block I/Internet Protocol Bandwidth Expansion Phase 3/Block IA Very Low Frequency Transmit Terminal/Nuclear Planning and Execution System kit. Additionally, this modification provides field support engineering, differences training for one aircraft, software licenses, technology refresh activities, isolation software lab support, and program management oversight in support of E-6B Block I full-rate production contract. Work will be performed in Richardson, Texas (58 percent); and Oklahoma City, Oklahoma (42 percent), and is expected to be completed in September 2020. Fiscal 2019 aircraft procurement; and fiscal 2019 operations and maintenance (Navy) funds in the amount of $13,999,253 will be obligated at time of award, $300,000 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Space, Sunnyvale, California, is awarded $12,845,212 for cost-plus-fixed-fee modification P00004 under a previously awarded contract (N00030-18-C-0100) to exercise an option for Trident II (D5) missile production and deployed system support. The work will be performed in Sunnyvale, California (85.19 percent); Titusville, Florida (9.12 percent); Denver, Colorado (5.69 percent), and work is expected to be completed Sept. 30, 2019. Fiscal 2019 weapons procurement (Navy) funds in the amount of $12,845,212 are being obligated on this award, none of which will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Boston Ship Repair LLC, Boston, Massachusetts, is awarded a $10,960,315 firm-fixed-price contract for a 60-calendar day shipyard availability for the Regular Overhaul Dry Docking (ROH / DD) of USNS Leroy Grumman (T-AO 195). Work will include general services; laundry room deck steel replacement; jacket water pump room steel replacement; ship service diesel generator 60K overhaul; port main engine 24K service; 06 level fan room port side steel replacement, and underwater hull and freeboard preservation. The contract includes options which, if exercised, would bring the total contract value to $11,995,109. Work will be performed in Boston, Massachusetts, and is expected to begin on March 4, 2019, and is expected to be completed by May 2, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $10,960,315 are obligated at the time of award. Funds will expire at the end of the current fiscal year. This contract was competitively procured having proposals solicited via the Federal Business Opportunities website, with two offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C4011).

Marshall Communications Corp. ,* Ashburn, Virginia, is awarded $9,671,972 for firm-fixed-price order N0042119F0244 against a previously issued NASA Solutions for Enterprise-Wide Procurement contract (NNG15SD82B). This order provides for the customization and configuration of the Teamcenter Product Lifecycle Management (PLM) system. The Teamcenter PLM system will be a common system used to manage maintenance and repair data across Fleet Readiness Centers. This order also provides for the migration of existing maintenance and repair data that resides within separate standalone systems into the Teamcenter PLM system. Work will be performed in Patuxent River, Maryland (70 percent); Cherry Point, North Carolina (10 percent); Jacksonville, Florida (10 percent); North Island, California (10 percent), and is expected to be completed in December 2019. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $9,671,972 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Cubic Defense Applications Inc., San Diego, California, is awarded a $7,582,658 firm-fixed-price contract for non-recurring engineering efforts to include specification and requirements, definition and development, qualification testing, the procurement of three full motion video test articles, verification and validation activities, test support and refurbishment of test articles in support of the H-60 Multi-Mission aircraft. Work will be performed in San Diego, California (90 percent); Norcross, Georgia (4 percent); Poway, California (3 percent); Centennial, Colorado (2 percent); and Greenville, Tennessee (1 percent), and is expected to be completed in June 2020. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $7,582,658 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposal; two offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0025).

AIR FORCE

Pivotal Software Inc., San Francisco, California, has been awarded a $100,116,589 fixed-base, production-other-transaction agreement for support of the Kessel Run Experimentation Lab and will utilize the prototyped methodology and the software and services that support them across the entire Air Force enterprise architectures. Work will be performed in Boston, Cambridge, Massachusetts, and Washington, District of Columbia, and is expected to be completed by Dec. 18, 2019. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $10,620,123; and fiscal 2018 research, development, test and evaluation funds in the amount of $764,500 are being obligated at the time of award. This contract is a follow-on to the successful prototype contract between Pivotal Software Inc. and the Army Contracting Command-New Jersey. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-19-9-0002).

Lockheed Martin Corp., Orlando, Florida, has been awarded a not-to-exceed $99,254,206 undefinitized contract to procure equipment and tooling needed to increase Joint Air-to-Surface Standoff Missile/Long Range Anti-Ship Missile production to a maximum rate where installation is required during the construction phase of the new facility. Work will be performed in Orlando, Florida, and is expected to be completed by Feb. 28, 2022. This award is the result of sole-source acquisition. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-19-C-0008).

Switching Power Inc., Ronkonkoma, New York, has been awarded a ceiling $57,981,395 firm‐fixed‐price, single‐award, five‐year, indefinite‐delivery/indefinite‐quantity contract for Sub‐array Power Supply Energy Savings (SAPS-ES) with an option to extend the ordering period one year. This contract provides for the production of SAPS-ES units and line replacement units spares to complete a full fleet replacement of legacy units for the Ballistic Missile Early Warning System and Precision Acquisition Vehicle Entry Phased Array Warning System radars. Work will be performed in Ronkonkoma, New York, and is expected to be completed by Sept. 30, 2024. This award is the result of a sole-source acquisition. Fiscal 2018 procurement funds in the amount of $8,978,511 are being obligated at the time of award. Air Force Life Cycle Management Center, Peterson Air Force Base, Colorado Springs, Colorado, is the contracting activity (FA8723‐19‐D‐0002).

Raytheon Co., Aberdeen Proving Ground, Maryland, has been awarded a $33,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00008) to contract FA8730-17-D-0006 for the delivery of Identify Friend or Foe transponders and ancillary equipment. work will be performed in Largo, Florida, and is expected to be completed by Jan. 7, 2022. The total cumulative face value of the contract is $111,000,000. No funds are being obligated at the time of award. Aerospace Management Systems, Hanscom Air Force Base, Massachusetts, is the contracting activity.

L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, has been awarded an estimated $35,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00015) to contract FA8106-17-D-0001 for contractor logistic support of the Air Force C-12 fleet. Work will be performed in Madison, Mississippi; San Angelo, Texas; Okmulgee, Oklahoma; Buenos Ares, Argentina; Gaborone, Botswana; Brasilia, Brazil; Bogota, Columbia; Cairo, Egypt; Accra, Ghana; Tegucigalpa, Honduras; Budapest, Hungary; Joint Base Andrews, Maryland; Nairobi, Kenya, Rabat, Morocco; Manila, Philippines; Riyadh, Saudi Arabia; Bangkok, Thailand; Ankara, Turkey; Edwards Air Force Base, California; Holloman AFB, New Mexico; Joint Base Elmendorf-Richardson, Alaska; and Yokota Air Base, Japan. Work is expected to be completed by Dec. 31, 2019. The estimated cumulative face value of the contract is $70,000,000. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Applied Research Associates, Albuquerque, New Mexico, has been awarded a $33,556,686 cost-plus-fixed-fee/firm-fixed-price contract for Technology Enabler Raptor Environment for Cloud Compute Services. This contract provides for development of cloud-based software development environment(s) within the Amazon Web Services Secret Cloud Compute Service region. Work will be performed in Raleigh, North Carolina; and Fulton, Maryland, and is expected to be completed by November 2022. This award is the result of a sole-source acquisition for a task order placed against the General Service Administration. Fiscal 2018 research, development, text and evaluation funds in the amount of $7,609,682 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8611-19-F-0002).

Space Exploration Technologies Corp., Hawthorne, California, has been awarded a $28,713,994 competitive, firm-fixed-price, other transaction agreement for experimentation per the advanced research announcement, FA8650-17-S-9300. This agreement allows for experimentation in the areas of establishing connectivity, operational experimentation, and special purpose experimentation. Experimentation will include connectivity demonstrations to Air Force ground sites and aircraft for experimental purposes. For the proposed Phase 2, the awardee proposes to perform experiments in two other key areas: early versions of a commercial space-to-space data relay service and mobile connectivity directly from space to aircraft. Work will be performed in Hawthorne, California, and is expected to be completed by June 18, 2021. Fiscal 2019 research, development, test and evaluation funds in the amount of $19,167,989 will be obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-9-9320). (Awarded Dec. 19, 2018)

Sierra Nevada Corp., Centennial, Colorado, has been awarded a $23,917,275 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the Tactical Systems Emulator (TSE) development and sustainment via sole-source direct award. This contract provides for continued development of the TSE for tactical systems operator airborne signals intelligence terminal guidance training, funds new development for direct support operator training, upgrades delivered TSE classrooms, adds a mobile TSE capability, and provides sustainment to delivered systems and software for the duration of the contract period. Work will be performed in Centennial, Colorado, and is expected to be completed by Dec. 31, 2022. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $2,826,050 are being obligated at the time of award. Acquisition Management and Integration Center, Joint Base San Antonio - Lackland, Texas, is the contracting activity (FA7037-19-D- A001).

Raytheon Co., El Segundo, California, has been awarded a $16,666,821 cost-plus-fixed-fee contract for the Precision Real-Time Engagement Combat Identification Sensor Exploitation (PRECISE) program. The program will primarily develop technologies that continue to advance combat ID for warfighters. PRECISE will leverage current efforts supporting the Air-to-Air Hydravision program, and is principally focused on radar-based identification of air and ground targets for airborne platforms, both tactical and reconnaissance. The effort may investigate other sensors to include electro-optical, infrared, and multi-and hyperspectral. Improvements in these areas may include technical assessments; prototype hardware and software modifications and development; systems engineering development; performance simulations; system integration; laboratory demonstrations; flight demonstrations, and participation in large demonstrations/exercises. Work will be performed in El Segundo, California, and is expected to be completed March 27, 2024. This award is the result of a competitive acquisition and three offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $100,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-1673).

CORRECTION: The contract announced on Dec. 14, 2018, to Peraton Inc., Herndon, Virginia (FA8750-19-F-0003) for Xdomain technology through research, evolution, enhancement, maintenance, and support software and report, was actually awarded today, Dec. 19, 2018. The expected completion date is now Dec. 18, 2023. All other information in the announcement is correct.

ARMY

Phoenix Logistics Inc.,* Mesa, Arizona, was awarded a $95,700,000 firm-fixed-price contract for the procurement and deployment of commercial off-the-shelf hardware and software, furniture, fixtures and equipment. 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 Dec. 18, 2023. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0002).

Raytheon Integrated Defense Systems, Fullerton, California, was awarded a $23,224,795 firm-fixed-price contract for signal data processor kits. Bids were solicited via the internet with one received. Work will be performed in Fullerton, California, with an estimated completion date of Dec. 31, 2024. Fiscal 2018 other procurement, Army funds in the amount of $23,224,795 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0021).

Affigent LLC, Herndon, Virginia, was awarded an $18,233,752 modification (BA04 08) to contract W91QUZ-09-A-0001 for software maintenance. Work will be performed in Herndon, Virginia, with an estimated completion date of May 24, 2020. Fiscal 2019 Army working capital; research, development, test and evaluation; operations and maintenance Army; and other funds in the combined amount of $18,233,752 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

ACC Construction Co. Inc., Augusta, Georgia, was awarded a $16,474,525 firm-fixed-price contract for special operations forces human performance training center. Bids were solicited via the internet with five received. Work will be performed in Fort Bragg, North Carolina, with an estimated completion date of June 22, 2020. Fiscal 2018 military construction funds in the amount of $16,474,525 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0007).

Sig Sauer Inc., Newington, New Hampshire, was awarded a $13,400,000 firm-fixed-price contract for various Sig Sauer firearm systems. Bids were solicited via the internet with one received. Work will be performed in Newington, New Hampshire, with an estimated completion date of Dec. 1, 2023. Fiscal 2018 operations and maintenance Army funds in the amount of $13,400,000 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-D-0011).

Michael Baker International Inc., Pittsburgh, Pennsylvania, was awarded a $12,000,000 firm-fixed-price contract for architectural and master planning services, and architect-engineering and general engineering services. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 18, 2023. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-19-D-0005).

Critical Solutions International Inc., Charleston, South Carolina, was awarded a $10,446,373 cost-plus-fixed-fee contract for technical support services to support the Product Manager Mine Resistant Ambush Protected Vehicle Systems and the Vehicle Mounted Mine Detector Husky M1231. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 18, 2021. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0037).

DEFENSE LOGISTICS AGENCY

Excel Manufacturing Ltd.,** El Paso, Texas, has been awarded a maximum $72,169,200 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Army Combat Uniform trousers. This was a competitive acquisition with 14 responses received. This is a one-year contract with four one-year option periods. The maximum dollar amount is for the life of the contract, including options. Locations of performance are Texas and Puerto Rico, with a June 18, 2024, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1120).

Gexa Energy LP, Houston, Texas, has been awarded a $30,463,435 firm-fixed-price, requirements contract to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with 11 offers received. This is a 24-month contract with no option periods. Location of performance is Texas, with a Jan. 31, 2021, performance completion date. Using customers are Air Force, Navy, Army Air Force Exchange Service , and NASA. Using customers are solely responsible to fund this requirements contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-19-D-8010).

Reliant Energy Retail Services LLC, Houston, Texas, has been awarded a $13,351,029 firm-fixed-price, requirements contract to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with 11 offers received. This is a 24-month contract with no option periods. Location of performance is Texas, with a Jan. 31, 2021, performance completion date. Using customers are Air Force and Texas Air National Guard. Using customers are solely responsible to fund this requirements contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-19-D-8009).

Chevron Product Co., Houston, Texas, has been awarded an $8,038,407 indefinite-delivery, requirements contract for lubricants. This was a competitive acquisition with 12 responses received. This is a two-year contract with a 30-day carry-over period. Locations of performance are Texas, Oregon, and South Carolina, with an April 30, 2021, performance completion date. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-19-D-0751).

U.S. SPECIAL OPERATIONS COMMAND

The Boeing Co., Mesa, Arizona, was awarded a maximum $48,050,000 single award, indefinite-delivery/indefinite quantity contract (H92241-19-D-0002) for the production of Mission Enhanced Little Bird (MELB) kits to upgrade the A/MH-6 in support of U.S. Special Operations Command (USSOCOM). Fiscal 2018 procurement funds in the amount of $4,633,100 will be obligated at the time of award as a firm-fixed-price contract. Individual task orders will be funded with procurement appropriations under the appropriate fiscal year and are not multiyear. A majority of the work will be performed in Mesa, Arizona, and is expected to be completed by December 2026. This contract is a non-competitive award and is in accordance with Federal Acquisition Regulation 6.302.1. USSOCOM, Tampa, Florida, is the contracting activity.

DEFENSE FINANCE AND ACCOUNTING SERVICE

Ernst & Young LLP, Washington, District of Columbia, is being awarded a labor-hour contract option with a maximum value of $32,961,728 for audit services of the Department of the Air Force General Fund and Working Capital Fund Financial Statements and Examination. Work will be performed in Washington, District of Columbia, with an expected completion date of Dec. 31, 2019. This contract is the result of a competitive acquisition for which one quote was received. The contract had a 16-month base period plus three individual one-year option periods, with a maximum value of $135,006,112. This award brings the total cumulative value of the contract to $68,367,603. Fiscal 2019 operations and maintenance, Air Force funds in the amount of $32,961,728 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-16-F-0114).

*Small business

** Small disadvantaged, woman-owned business in historically underutilized business zone

https://dod.defense.gov/News/Contracts/Contract-View/Article/1718270/source/GovDelivery/

On the same subject

  • KC-135 tanker autopilot now safer to use in flight, Air Force says

    September 21, 2023 | International, Aerospace

    KC-135 tanker autopilot now safer to use in flight, Air Force says

    A new restriction bars airmen from turning on the autopilot when flying at an altitude of less than 2,000 feet at night, or when flying in bad weather.

  • Contract Awards by US Department of Defense - July 30, 2020

    July 31, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - July 30, 2020

    ARMY GlaxoSmithKline LLC, Research Triangle Park, North Carolina, was awarded a $342,000,000 firm-fixed-price contract to procure mass quantities of COVID-19 vaccines from multiple vendors to support military locations and personnel throughout the continental U.S. and outside the continental U.S. Bids were solicited via the internet with one received. Work will be performed in Research Triangle Park, North Carolina, with an estimated completion date of Feb. 28, 2021. Fiscal 2020 research, development, test and evaluation (Army) funds in the amount of $342,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-20-C-0048). Texas Workforce Commission, Austin, Texas, was awarded a $38,802,551 firm-fixed-price contract for full food services at Fort Bliss, Texas. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 29, 2026. U.S. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W9124J-20-D-0012). Nugate Group LLC,* San Jose, California, was awarded a $36,074,891 firm-fixed-price contract for custodial services at Fort Hood, including cleaning and trash removal. Bids were solicited via the internet with nine received. Work will be performed in Fort Hood, Texas, with an estimated completion date of July 31, 2025. Fiscal 2020 operations and maintenance (Army) funds in the amount of $598,999 were obligated at the time of the award. U.S. Army 418th Contracting Support Brigade, Fort Hood, Texas, is the contracting activity (W91151-20-C-0013). Inland Dredging Co. LLC,* Dyersburg, Tennessee, was awarded a $24,000,000 firm-fixed-price contract for rental of 24-inch cutterhead pipeline for dredging navigation projects in Alabama, Mississippi and Florida. 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 Sept. 30, 2021. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-D-0071). American Ordnance LLC, Middletown, Iowa, was awarded a $12,744,313 cost-plus-fixed-fee contract to install package boilers at Iowa Army Ammunition Plant. Bids were solicited via the internet with one received. Work will be performed in Middletown, Iowa, with an estimated completion date of Nov. 30, 2022. Fiscal 2019 procurement of ammunition (Army) funds in the amount of $12,744,313 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-F-0005). Schroth Safety Products LLC,* Pompano Beach, Florida, was awarded a $9,847,500 firm-fixed-price contract for safety harnesses to secure Stryker vehicle occupants. 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 Dec. 31, 2024. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0086). JLC Trucking LLC,* Troy, Tennessee, was awarded an $8,353,878 firm-fixed-price contract to furnish all plant, labor and materials for levee gravel resurfacing and any incidental related work according to the specifications and plans along the St. Francis Levee. Bids were solicited via the internet with four received. Work will be performed in Wynne, Arkansas, with an estimated completion date of May 14, 2021. Fiscal 2020 civil operations and maintenance (Recovery Act) funds in the amount of $8,353,878 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-20-C-0010). TSAY/Ferguson-Williams LLC,* San Juan Pueblo, New Mexico, was awarded a $7,294,065 cost-plus-award-fee contract for base operations and maintenance services at Fort Stewart and Hunter Army Air Field. Bids were solicited via the internet with one received. Work will be performed at Fort Stewart, Georgia, with an estimated completion date of Jan. 31, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $2,431,355 were obligated at the time of the award. U.S. Army 419th Contracting Support Brigade, Fort Stewart, Georgia, is the contracting activity (W9124M-20-C-0003). NAVY Ultra Electronics Inc., Montreal, Canada, is awarded a $145,375,113 firm-fixed-price contract with options for the delivery of Amphibious Tactical Communications Systems (ATCS). This contract includes a base period of approximately three years and an option period of approximately seven years which, if exercised, will bring the cumulative value to an estimated $145,375,113. Work will be performed in Montreal, Canada, at the contractor's facility. ATCS is a system that leverages the Ultra Orion X500 radio to provide line-of-sight shipboard systems in support of amphibious command, control, communications, computers and intelligence requirements. ATCS supports reliable, high-capacity terrestrial, ship-to-ship and ship-to-shore voice, data and video communications. Work is expected to be completed by July 2023. If all options are exercised, work may continue through July 2030. Spectrum relocation funds in the amount of $26,824,132 were allocated at time of award and will be placed on individual orders issued against this contract. Funds will not expire at the end of the current fiscal year. 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), with 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-0056). L3 Technologies Inc., Camden, New Jersey, is awarded a $47,604,086 cost-plus-incentive-fee, cost-plus-fixed-fee and cost-only contract to design, develop, test, integrate and verify the Navy Wideband Anti-Jam Modem (WAM) and provide engineering support services (ESS). WAM is the Navy's next generation wideband satellite communications modem that will be integrated with the Navy multiband terminal on ships and submarines, as well as the modernization of enterprise terminal on shore for communications over the wideband global satellite communications constellation. This contract includes options for the production of WAM and additional ESS, which if exercised will bring the cumulative value of this contract to an estimated $83,073,894. Work will be performed in Salt Lake City, Utah (55%); Camden, New Jersey (23%); Tempe, Arizona (14%); Hanover, Maryland (4%); San Diego, California (2%); Bonita Springs, Florida (1%); and Chambersburg, Pennsylvania (1%). If all options are exercised, work may continue through August 2027. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $6,470,202 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. The contract was competitively procured via Naval Information Warfare Systems Command (NAVWAR) e-Commerce and Federal Business Opportunities websites and three offers were received. NAVWAR, San Diego, California, is the contracting activity (N00039-20-D-0065). General Atomics, San Diego, California, is awarded a $32,320,871 cost-plus-incentive-fee, indefinite-delivery/definite-quantity contract for submarine demonstration hardware. This contract is for a five-year ordering period and does not include options. Work will be performed in San Diego, California. The contract will provide for the manufacturing design drawings, engineering, fabrication, inspection and assembly of prototype submarine components, as well as the equipment required to support proposed research and development, testing and evaluation. The first task order is expected to be completed by June 2022. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $252,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Contracting Opportunities website, and four offers were received. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-20-D-0013). Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $24,348,775 firm-fixed-price modification to previously awarded contract N00024-17-C-6327 to exercise an option for support equipment and operational level and depot level spares for Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) Increment One Block One Systems. This contract option combines purchases for the Navy (12%); and the government of Australia (88%), under the Foreign Military Sales (FMS) program. Work will be performed in San Diego, California. Work is expected to be complete by June 2022. FMS and fiscal 2020 other procurement (Navy) funding in the amount of $3,202,597 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Heffler Contracting Group,* El Cajon, California, is awarded $24,000,000 maximum amount, indefinite-delivery/indefinite-quantity contract for new electrical work, additions, alterations, maintenance and repairs. No task orders are being issued at this time. Work will be performed at various locations within the Naval Base Coronado, Naval Base Point Loma, Naval Base San Diego, and Marine Corps Air Station Miramar, California. The work to be performed provides for the minimal design, installation, supervision, equipment, material, labor and all means necessary for new work, additions, alterations, maintenance and repairs of electrical systems at various government installations. The term of the contract is not to exceed 60 months with an expected completion date of July 2025. Fiscal 2020 operations and maintenance (Navy) (O&M, N) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M, N; and O&M (Marine Corps). This contract was competitively procured via the beta.SAM.gov contract opportunities website and eight proposals were received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-1109). Q.E.D. Systems Inc.,* Virginia Beach, Virginia, is awarded an $18,105,774 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract action in support of engineering services and technical services. Work will be performed at various locations throughout the world as assigned by each task order. The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) engineering, technical, production and subsequent logistic support services (including personnel and facilities) required establishment and maintenance of rotatable pools of steam propulsion plant main steam and auxiliary steam system components and steam boiler appurtenances and associated equipment and spares required by NSWCPD Code 412. Work is expected to be complete by July 2025. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $500,000 will be obligated at time of award on the initial task order and will expire at the end of the current fiscal year. This contract was competitively procured via the contracts opportunities website at beta.SAM.gov and one offer was received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-4025). J&J Maintenance Inc., doing business as J&J Worldwide Services, Austin, Texas, is awarded a $17,152,516 indefinite-delivery/indefinite-quantity contract for base operating support services (BOS) at Naval Station Rota, Spain. The maximum dollar value including the base period and nine option periods is $156,375,286. Work will be performed in Rota, Spain. BOS services to be performed include, general information; management and administration; aviation fuel support; housing (family housing and unaccompanied housing); facilities support (facility management, facility investment, custodial, pest control, integrated solid waste management and grounds maintenance and landscaping); transportation; and environmental. Work is expected to be completed by June 2029. No funds will be obligated at time of award. Fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $10,430,309 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Federal Business Opportunities website and seven proposals were received. The Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-D-0012). Catalyst Engineering Inc.,* Foothill Ranch, California, is awarded a $15,000,000 indefinite-delivery/indefinite-quantity contract for fencing construction projects at various government installations within the metro San Diego, California area. No task orders are being issued at this time. Work will be performed at the Naval Bases San Diego, Coronado and Point Loma; and Marine Corps Air Station Miramar. The work to be performed provides for the design, construction, supervision, equipment, material, labor and all means necessary for fencing construction, repairs, renovations and new construction projects. The term of the contract is not to exceed 60 months with an expected completion date of July 2025. Fiscal 2020 operations and maintenance (Navy) (O&M, N) contract funds in the amount of $2,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M, N; and O&M (Marine Corps). This contract was competitively procured via the beta.SAM.gov contract opportunities website and five proposals were received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-1118). Bilbro Construction Co. Inc.,* Escondido, California, is awarded a $10,580,888 firm-fixed-price task order (N62473-20-F-5112) under a multiple award construction contract for the repair of a firefighting operations facility at Marine Corps Logistics Base Barstow, California. The task order also contains two planned modifications, which if issued, will increase the cumulative task order value to $10,624,688. Work will be performed in Barstow, California. The work to be performed provides for the renovation of the existing facility (Building 322) to accommodate firefighting operations. It will be renovated into a fire station to house a consolidated headquarters and satellite fire station with the emergency vehicle fleet and equipment for the Nebo Annex. The renovated facility will create administrative spaces, meeting spaces, equipment storage, vehicle maintenance bay spaces and bunkrooms for firefighting personnel. The work will include seismic retrofit upgrades in preparation for natural disaster operations. The planned modifications, if issued, provide for furniture, fixtures and audiovisual equipment. Work is expected to be completed by February 2022. Fiscal 2020 operations and maintenance (Marine Corps) contract funds in the amount of $10,580,888 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-17-D-4630). Schuyler Line Navigation Co. (SLNC), Annapolis, Maryland, is awarded $10,420,750 for a firm-fixed-price contract. The option is with reimbursable elements to support Military Sealift Command's sealift program for employment in worldwide trade for the transportation and/or prepositioning of cargo by the shallow draft tanker MT SLNC Pax. This is Option One of the current contract. The current contract includes a one-year firm period of the performance, three one-year options periods and one 11-month option period. The cumulative value of this contract, if all options are exercised, is $51,436,350. Work will be performed in the Western Pacific Ocean (intentions of Japan or Republic of Korea), and is expected to be completed, if all options are exercised, by June 2024. Working capital funds (Navy) in the amount of $10,420,750 for Option One are obligated for fiscal 2020 and fiscal 2021 and are currently available for performance under this contract action. This contract was a small business set-aside with more than 50 companies solicited via the Federal Business Opportunities website and three offers were received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-C-3504). Advanced Acoustic Concepts LLC, Hauppauge, New York, is awarded a $9,599,727 firm-fixed-price contract. This contract procures updates to the common acoustic simulation environment fidelity implementation software and associated hardware for airborne anti-submarine warfare (ASW) training systems under Small Business Innovation Research Topic N03-074 titled, “Development of a Supportability Performance Assessment System for Training Systems.” Work will be performed in Hauppauge, New York (82%); and Lemont Furnace, Pennsylvania (18%). These updates will correct known deficiencies, provide capability upgrades and resolve obsolescence issues for installation and integration into ASW training systems for the Navy's P-8A Poseidon weapons and tactics trainers, part task trainers and tactical operational flight trainers. These improvements will narrow the gap between the physics-based ocean environmental simulation and those seen during real world at-sea operations enabling a marked improvement in trainer fidelity and training effectiveness. Work is expected to be completed by March 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $8,103,485; and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $1,496,242 will be obligated at time of award, $8,103,485 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-C-0028). Public Works Contractor Inc., doing business as PWC Inc.,* Spring Valley, California, is awarded a $9,586,249 firm-fixed-price task order (N62473-20-F-5110) under a multiple award construction contract for the repair of boiler buildings 1577E1, 1577E2 and 1577E3 at the Marine Corps Air Ground Combat Center, Twentynine Palms, California. Work will be performed at Twentynine Palms, California. The work to be performed provides for essential repairs to three natural gas/diesel fuel-fired water tube boilers, which provide hot water to the heating and cooling, domestic hot water and steam utilization systems of approximately 170 facilities. This project will include hydro testing, boiler inspections, emissions testing and provisions for the cyber security of facility-related control systems. Work is expected to be completed by November 2021. Fiscal 2020 operations and maintenance (Marine Corps) contract funds in the amount of $9,586,249 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2418). Amentum Services Inc., Germantown, Maryland, is awarded a $9,209,590 cost-plus-fixed-fee modification to previously awarded contract N64267-20-C-0058 for operations, maintenance, engineering and management services in support of combined tactical training range systems and equipment. Work will be performed in Fallen, Nevada (30%); Havelock, North Carolina (15%); Virginia Beach, Virginia (14%); Yuma, Arizona (14%); Altoona, Florida (5%), Beaufort, South Carolina (4%); Key West, Florida (4%); Manns Harbor, North Carolina (3%); Jacksonville, Florida (3%); Whidbey Island, Washington (3%); El Centro, California (2%); Miramar, California (2%); and Lemoore, California (1%). Work is expected to be completed by August 2020. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $5,818,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity. AIR FORCE AC Inc., Huntsville, Alabama, has been awarded a $27,403,200 firm-fixed-price contract for Standoff Precision Guided Munitions (SOPGM) shipping containers. This contract provides for manufacture and delivery of SOPGM containers to various locations for various munitions. Work will be performed in Huntsville, Alabama, and is expected to be completed July 30, 2025. This award is the result of a sole-source acquisition. Fiscal 2020 procurement research, development, test and evaluation funds in the amount of $5,265,600 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8656-20-D-0023). Becton, Dickinson and Co., Sparks, Maryland, has been awarded a $24,281,829 contract for Veritor point-of-care COVID-19 test kit production expansion initiative to establish additional domestic manufacturing capabilities. Work will be performed in Sparks, Maryland, and is expected to be completed Feb. 28, 2021. This award is the result of a sole-source acquisition. The Paycheck Protection Program and Health Care Enhancement Act under the Coronavirus Aid Relief and Economic Security Act funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8656-20-C-0025). Applied Research Associates, Albuquerque, New Mexico, has been awarded a $17,600,000 indefinite-delivery/indefinite-quantity contract for the Lethality, Vulnerability and Survivability (LVS) 2020 effort. This contract provides for research and development for new LVS models and methodologies, thus allowing analysts to assess concept weapons against existing and developing targets. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed July 30, 2025. Fiscal 2020 research, development, test and evaluation funds in the amount of $100,000 are being obligated at the time of award. Air Force Research Laboratory, Eglin AFB, Florida, is the contracting activity (FA8651-20-D-0041). Lockheed Martin Corp., Sunnyvale, California, has been awarded an $8,093,513 fixed-price-incentive-firm modification (P00095) to contract FA8808-12-C-0010 for the delivery of two Advanced Extremely High Frequency (AEHF) space vehicles. The contract modification is to modify the On-Orbit Test Process of Space Vehicle 6 under the basic contract. Work will be performed in Sunnyvale, California, and is expected to be completed by December 2020. Fiscal 2018 and 2019 Space procurement funds in the amount of $8,093,513 are being obligated at the time of award. Total cumulative face value of the contract is $2,074,959,632. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. DEFENSE LOGISTICS AGENCY Fresenius Kabi USA LLC, Lake Zurich, Illinois, has been awarded a maximum $39,209,282 indefinite-delivery/indefinite-quantity contract for numerous pharmaceutical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is Illinois, with a July 29, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0009). US Foods Inc., Livermore, California, has been awarded a maximum $33,298,080 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with two responses received. This is a two-year base contract with one one-year option period and one two-year option period. Location of performance is California, with a July 23, 2022, ordering period end date. Using customers are Air Force, Army, Navy, 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 (SPE300-20-D-3276). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2294813/source/GovDelivery/

  • NATO to buy 1,000 Patriot missiles to enhance Allies’ air defences

    January 3, 2024 | International, Land

    NATO to buy 1,000 Patriot missiles to enhance Allies’ air defences

    NATO’s Support and Procurement Agency will support a coalition of Allies, including Germany, the Netherlands, Romania and Spain to procure up to 1,000 Patriot missiles to strengthen their air defences amid Russia’s war against Ukraine. The contract will expand the European production of the missiles, enhancing supply and ensuring the replenishment of Allied stockpiles.

All news