Back to news

February 15, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - February 14, 2020

ARMY

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $407,335,834 modification (P00291) to contract W56HZV-15-C-0095 to procure Joint Light Tactical Vehicles and associated kits. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Jan. 31, 2022. Fiscal 2018 and 2020 other procurement, Army; procurement, U. S. Marine Corps; and Foreign Military Sales (Lithuania and Slovenia) funds in the amount of $407,335,834 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Maloney Odin JV,* Novato, California, was awarded a $48,064,247 firm-fixed-price contract to degrade and reconstruct two miles of levee to support Sacramento River East Levee construction of both deep mix method and slurry trench cutoff walls. Bids were solicited via the internet with two received. Work will be performed in Sacramento, California, with an estimated completion date of Dec. 15, 2020. Fiscal 2020 civil construction funds in the amount of $48,064,247 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0004).

General Dynamics Mission Systems Inc., Taunton, Massachusetts, was awarded a $26,869,595 cost-plus-fixed-fee contract to procure Year 11 system engineering and program management services for product manager tactical network, systems, and equipment. Bids were solicited via the internet with one received. Work will be performed in Taunton, Massachusetts, with an estimated completion date of Jan. 22, 2021. Fiscal 2020 other procurement, Army, funds in the amount of $26,869,595 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-20-F-0005).

Cray Inc., Seattle, Washington, was awarded a $25,480,000 firm-fixed-price contract for Department Of Defense high-performance computing modernization programs. Bids were solicited via the internet with three received. Work will be performed at Wright-Patterson Air Force Base, Ohio, with an estimated completion date of Aug. 13, 2025. Fiscal 2020 other procurement, Army, funds in the amount of $25,480,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-20-F-0147).

Cybernet Systems Corp.,* Ann Arbor, Michigan, was awarded a $22,367,890 firm-fixed-price contract for ongoing development, manufacture, delivery, set-up and integration of up to 25 new and existing automated tactical ammunition classification systems and spent brass sorter units. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 13, 2025. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-D-0012).

DEFENSE INFORMATION SYSTEMS AGENCY

Hewlett Packard Enterprise Co., San Jose, California (HC1084-20-D-0003), was awarded a competitive, single award, indefinite delivery/indefinite quantity, firm-fixed-price contract with a ceiling of $61,825,294 for integrated processor capacity services – X-86 (IPCS-X) for Defense Information Systems Agency (DISA), Operations Center. The place of performance will be at DISA data centers or future DISA or DISA-approved locations where DISA assumes an operational responsibility for support of Missions Partner service requirements. The solicitation, HC1082-18-R-0022, was posted on Federal Business Opportunities website (www.fbo.gov), now known as beta.SAM.gov website (www.beta.sam.gov). The solicitation was issued as a competitive action and four proposals were received. The period of performance (PoP) consists of a five-year base period and five one-year option periods for a total contract life cycle of ten years. The base period of performance is Feb. 14, 2020, through Feb. 13, 2025, and the option years follow consecutively through Feb. 13, 2030. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-20-D-0003).

NAVY

BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, is awarded a $24,569,851 cost-plus-award-fee contract for the accomplishment of post-shakedown-availability (PSA) for one Freedom-variant Littoral Combat Ship (LCS), with options for the accomplishment of PSAs for up to seven additional Freedom-variant LCSs. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $203,886,801. The PSA is accomplished within a period of approximately 16 weeks between the time of ship custody transfer to the Navy and the shipbuilding and conversion (Navy) obligation work limiting date. The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA. The work to be performed will include correction of government-responsible trial card deficiencies, new work identified between custody transfer and the time of PSA, and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. Work will be performed in Mayport, Florida, and is expected to be completed by March 2021. If all options are exercised, work will continue through November 2025. Fiscal 2020 shipbuilding and conversion (Navy) funding for $7,000,000 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 Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-2320).

The Syncon LLC,* Chesapeake, Virginia, is awarded a $23,242,171 firm-fixed-price contract for the construction of Commander Undersea Surveillance intelligence, surveillance and reconnaissance operations expansion located at Naval Air Station Oceana. This contract also included three planned modifications. The work to be performed provides for the construction of a new addition attached to the current facility. The new addition will be constructed of a structural steel frame, concrete slab, and a modified bitumen roof system. The existing building will be reconfigured to compliment the expanded spaces to meet mission requirements. Site improvements include but are not limited to demolition of the existing warehouse. The site will be reconfigured to accommodate 330 parking spaces, a new access road, a new loading dock, landscaping, flagpoles, site furnishings, dumpster relocation, exterior signage, free mitigation and storm water management. Work will be performed at Virginia Beach, Virginia, and is expected to be completed by March 2022. Fiscal 2018 military construction, Navy contract funds for $23,242,171 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-8503).

Jacobs Ewingcole JV, Pasadena, California, is awarded a task order N62473-20-F-4323 at $15,865,000 under an indefinite-delivery/indefinite-quantity contract for design-build construction packages at Naval Air Weapons Station (NAWS), China Lake. The work to be performed provides design and engineering services for design-build request for proposals for various fiscal 2021 military construction (MILCON) projects impacted by last year's earthquakes onboard NAWS China Lake. Work will be performed in Ridgecrest, California, and is expected to be completed by November 2020. Fiscal 2020 MILCON, (Navy) contract funds for $7,932,500 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5801).

Lockheed Martin Space, Titusville, Florida, is awarded a $13,860,565 cost-plus-fixed-fee modification (P00004) to exercise options under a previously awarded and announced contract (N00030-19-C-0100) for Trident II (D5) missile production and deployed systems support. Work will be performed in Cape Canaveral, Florida (62.3%); Sunnyvale, California (35.9%); and other various locations (less than 1% each; 1.8% total). Work is expected to be completed Sept. 30, 2024. Fiscal 2020 weapons procurement (Navy) funds for $13,860,565 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was awarded to the contractor on a sole-source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

PrimeTech International Inc.,* North Kansas City, Missouri, is awarded a $12,746,631 firm-fixed-price, time-and-materials six-month bridge contract for logistics services to manage, support and operate the Marine Corps Consolidated Storage Program warehouse network. Work will be performed in Barstow, California (23%); Camp Lejeune, North Carolina (18%); Camp Pendleton, California (13%); Okinawa, Japan (10%); Miramar, California (9%); Camp Geiger, North Carolina (7%); Twenty-nine Palms, California (4%); Cherry Point, North Carolina (4%); Kaneohe Bay, Hawaii (3%); Yuma, Arizona (2%); Beaufort, South Carolina (2%); Iwakuni, Japan (2%); New River, North Carolina (2%); and Bridgeport, California (1%). Work is expected to be completed September 2020. Fiscal 2020 overseas contingency operations funds for $12,583,974; and operations and maintenance funds (Marine Corps) for $161,658 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-20-P-2001).

EPS Corp., Tinton Falls, New Jersey, is awarded an $8,531,520 modification to exercise an option to a previously awarded hybrid cost-plus-fixed-fee and firm-fixed price, indefinite-delivery/indefinite-quantity contract (N00174-17-D-0026) for technical expertise in the development and testing of underwater weapons and underwater weapons systems components. This requirement is to develop an underwater weapons system acquisition/procurement program that provides underwater weapons systems (including authentic foreign mines) for research, development test and evaluation of underwater weapons systems and mine countermeasures systems. Work will be performed in Tinton Falls, New Jersey (95%); Montenegro (2%); Bulgaria (2%); and Italy (1%), and is expected to be completed by February 2021. No funding is being obligated at time of award. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Sysco Seattle, Inc., Kent, Washington, has been awarded a maximum $7,150,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution for Department of Defense support of Navy customers in the Seattle, Washington/Puget Sound Region. This was a sole-source acquisition using justification 10 U.S.C. 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 63-day bridge contract with no option periods. Location of performance is Washington, with an April 18, 2020, performance completion date. Using military service is the Navy.Type of appropriation is fiscal 2020 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3263).

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2085466/source/GovDelivery/

On the same subject

  • CISA Alerts to Active Exploitation of Critical Palo Alto Networks Vulnerability

    November 10, 2024 | International, C4ISR, Security

    CISA Alerts to Active Exploitation of Critical Palo Alto Networks Vulnerability

    CISA alerts to active exploits in Palo Alto, CyberPanel, and Android, urging urgent fixes

  • Saab signs GlobalEye support contract with UAE

    January 24, 2024 | International, Aerospace

    Saab signs GlobalEye support contract with UAE

    The contract includes maintenance and logistics support, as well as training services.

  • Contract Awards by US Department of Defense - February 01, 2021

    February 2, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - February 01, 2021

    NAVY Raytheon Technologies Corp., Pratt and Whitney, Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $290,704,534 cost-plus-incentive-fee, fixed-price incentive (firm target) contract. This contract provides material and support equipment for depot maintenance facilities, program administrative labor for non-recurring sustainment activities, mockup engines and modules for test cells, as well as supplies, services, and planning for depot activations in support of the F-35 Lightning II Program Lot 13 propulsion system for the Navy, Marine Corps, Air Force, non-Department of Defense (DOD) participants and Foreign Military Sales (FMS) customers. Work will be performed in Oklahoma City, Oklahoma (30%); East Hartford, Connecticut (22%); Cherry Point, North Carolina (10%); Indianapolis, Indiana (6.75%); Windsor, Connecticut (3.25%); Yuma, Arizona (1.25%); Norfolk, United Kingdom (1%); Leeuwarden, Netherlands (1%); various locations within the continental U.S. (3.75%); and various locations outside the continental U.S. (21%), and is expected to be completed in January 2024. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $89,468,714; fiscal 2020 aircraft procurement (Air Force) funds in the amount of $84,152,318; non-DOD participant funds in the amount of $45,225,342; and FMS funds in the amount of $15,886,074, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. 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 (N00019-21-C-0006). Crowley Government Services Inc., Jacksonville, Florida (N62387-15-C-2505) is awarded a $25,484,291 modification under a previously awarded firm-fixed-price contract to exercise a six month option period (P00128) for the operation and maintenance of five Navy ocean surveillance ships USNS Victorious (T-AGOS 19); USNS Able (T-AGOS 20); USNS Effective (T-AGOS 21); USNS Loyal (T-AGOS 22); and USNS Impeccable (T-AGOS 23), and missile range instrumentation ships USNS Invincible (T-AGM 24); and USNS Howard Lorenzen (T-AGM 25). This modification provides for the exercises of a six-month option period to the bridge contract that was awarded on July 22, 2020. Work will be performed at sea, world-wide beginning Feb. 1, 2021, and is expected to be completed by July 31, 2021. Working capital funds (Navy) in the amount of $25,484,291 are obligated for fiscal 2021 and will not expire at the end of the fiscal year. This bridge was not competitively procured and was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Military Sealift Command, Norfolk, Virginia, is the contracting activity. Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is awarded a $14,184,813 cost-plus award-fee order N62786-21-F-0004, against previously awarded basic ordering agreement N00024-19-G-2313 to provide engineering and management services for LCS-21 post shakedown availability. Work will be performed in Mayport, Florida (37%); Moorestown, New Jersey (29%); Virginia Beach, Virginia (18%); Washington, D.C. (15%); and Baltimore, Maryland (1%), and is expected to be completed by July 2022. Fiscal 2015 shipbuilding and conversion (Navy) $5,339,694 funding will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity. ARMY Ellume USA LLC, Valencia, California, was awarded a $250,000,000 firm-fixed-price contract to procure reliable home use testing without prescription requirements to meet the demand to respond to the ongoing COVID-19 pandemic. Bids were solicited via the internet with one received. Work will be performed in Valencia, California, with an estimated completion date of Feb. 1, 2022. Fiscal 2021 special funds in the amount of $250,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-21-9-0003). NIKA Technologies,* Rockville, Maryland (W912DY-21-D-0017); Health Facilities Solutions, San Antonio, Texas (W912DY-21-D-0021); Polu Kai Tidewater,* Falls Church, Virginia (W912DY-21-D-0020); Vali Cooper International, Covington, Louisiana (W912DY-21-D-0018); VW International Inc., Alexandria, Virginia (W912DY-20-D-0019); and The Outfit Inc., New Braunfels, Texas (W912DY-21-D-0016), will compete for each order of the $50,000,000 firm-fixed-price contract to provide medical project support services, facility support services, quantity verification and analysis services, project development support services and commissioning support services. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2026. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. AIR FORCE Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a $96,932,957 delivery order (FA8504-21-F-0022) to contract FA8504-17-D-0002 for C-130J propulsion long-term sustainment. This order provides funding for Option IV. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed Jan. 31, 2022. Fiscal 2021 Special Operations Command operation and maintenance funds in the amount of $7,109,327; fiscal 2021 Air National Guard operation and maintenance funds in the amount of $22,126,544; fiscal 2021 Air Force Reserve operations and maintenance funds in the amount of $12,187,542; fiscal 2021 Air Force operation and maintenance funds in the amount of $54,486,354; and fiscal 2021 Special Operations Command research, development, test and evaluation funds in the amount of $1,023,191 are being obligated at the time of award. Total cumulative face value of the contract is $66,684,503. Air Force Life Cycle Management Center, Robins AFB, Georgia, is the contracting activity. Innovative Scientific Solutions Inc., Dayton, Ohio, has been awarded a not-to-exceed $44,195,532 indefinite-delivery/indefinite-quantity contract for Technology for Sustained Supersonic Combustion (TSSC). This is for the Technical Area 2 portion of TSSC. The mission of this TSSC effort focuses on development and evaluation of advanced aero propulsion systems and components, airframe structures, internal/external aerodynamics including integration into air vehicles, weapons and launch components with an emphasis on decreasing weigh and evaluating the effect of engine scale to determine operability, durability and performance. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed February 2028. This award is the result of a competitive acquisition and four offers were received. The first task order will be incrementally funded with fiscal 2020 research, development, test and evaluation funds in the amount of $20,000 at time of award. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-21-D-2401). Cyber Systems and Services Solutions, Bellevue, Nebraska, has been awarded a $17,765,741 firm-fixed-price and cost-plus-fixed-fee modification (P0010) to contract FA8773-18-D-0002 to exercise Option Three for defensive cyber realization, integration and operational support services. Work will be performed at Joint Base San Antonio (JBSA)-Lackland, Texas, and is expected to be completed Feb. 28, 2022. This modification is the result of a competitive acquisition and seven offers were received. Fiscal 2021 operation and maintenance funds in the amount of $8,764,731 are being obligated at the time of award. The 38th Contracting Squadron, JBSA-Lackland, Texas, is the contracting activity. University of Toledo, Toledo, Ohio, has been awarded a $12,500,000 cost-reimbursement contract for “Photovoltaic Sheets for High-Specific-Power Space-Based Energy Harvesting (PVS-EH)”. This contract is to provide, develop and demonstrate the concept of PV “sheets” (PVS), consisting of modular, interconnect able, high-efficiency PV power sources fabricated on low-weight flexible substrates using scalable processing. Under this program, the contractor will further the effort to study and develop advanced materials, interfaces and electrical contacts for high efficiency and high specific power tandem thin film photovoltaic technologies to achieve lightweight solar sheet technologies that enable specific powers to exceed 1000 W/kg onboard spacecraft self- sensing, attribution and autonomy. Work will be performed in Toledo, Ohio, and is expected to be completed February 2026. Fiscal 2020 research, development, test and evaluation funds in the amount of $3,000,000 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-21-C-0056). Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $7,763,422 firm-fixed-price task order under the ground subsystems sustainment contract (FA8214-15-D-0001) for the Minuteman III Launch Control Center Block Upgrade production for the exercise of Option Year One of Malmstrom Wing I. Work will be performed in Ogden, Utah, and is expected to be completed Aug. 15, 2022. Fiscal 2021 missile procurement funds in the full amount are being obligated at the time of award. Total value of the task order after exercise of the previously mentioned option is $26,428,083. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8204-20-F-0071). CORRECTION: The contract modification (P00014) awarded to Gulfstream Aerospace Corp., Savannah, Georgia, Jan. 27, 2021, had an incorrect obligation amount. The operation and maintenance funds being obligated at the time of award should be $50,418,022, not $44,482,293 (FA8106-18-D-0002). DEFENSE LOGISTICS AGENCY Stryker Corp., Portage, Michigan, has been awarded a maximum $89,644,767 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for cranial and maxillofacial procedural packages and ancillary items. This was a sole-source acquisition using justification 10 U.S .Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year contract with four one-year option periods. Location of performance is Michigan, with a Jan. 31, 2022, ordering period end date. Using military services are Army, Navy and Air Force. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-21-D-0011). Exxel Outdoors LLC,* Broomfield, Colorado, has been awarded a maximum $55,760,612 firm-fixed-priced, indefinite-delivery/definite-quantity contract for three-season sleep systems and components. This was a competitive acquisition with three responses received. This is a one-year base contract with four one-year option periods. Location of performance is Colorado, with a Jan. 28, 2022, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1439). SNC Manufacturing LLC,** Orocovis, Puerto Rico, has been awarded a maximum $41,007,805 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This was a competitive acquisition with eight responses received. This is a one-year contract with four one-year option periods. Location of performance is Puerto Rico, with a Jan. 31, 2022, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1413). *Small business **Small disadvantaged business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2489417/source/GovDelivery/

All news