June 3, 2021 | International, Land
Rheinmetall delivers first batch of Boxer scouting vehicles to Australia
Twenty-five vehicles done, 106 to go for the combat reconnaissance version of Australia's future Boxer fleet.
February 28, 2020 | International, Aerospace, Naval, Land, C4ISR, Security
ARMY
Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $1,142,750,791 modification (P00038) to contract W31P4Q-18-C-0049 for Guided Multiple Launch Rocket Systems. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Sept. 30, 2022. Fiscal 2018, 2019 and 2020 procurement appropriations, Army, and 2020 Foreign Military Sales (Romania and the Republic of Korea) funds in the combined amount of $1,142,750,790.62 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
CBRE, Cleveland, Ohio (W912DY-20-D-0055); EMCOR, Arlington, Virginia (W912DY-20-D-0024); Facilities Services Management Inc.,* Clarksville, Tennessee (W912DY-20-D-0056); Quality Services International LLC,* San Antonio, Texas (W912DY-20-D-0057); Hospital Housekeeping Systems LLC, Dripping Springs, Texas (W912DY-20-D-0058); Sodexo Management Inc., Gaithersburg, Maryland (W912DY-20-D-0059); Valiant Government Services, Hopkinsville, Kentucky (W912DY-20-D-0060); J&J Worldwide Services, Austin, Texas (W912DY-20-D-0061); VW International,* Alexandria, Virginia (W912DY-20-D-0062); and Zero Waste Solutions, Concord, California (W912DY-20-D-0063), will compete for each order of the $396,000,000 firm-fixed-price contract to provide specialized services to support Army, Air Force, Navy and Defense Health Agency medical facilities throughout the U.S. and outside the U.S. (Republic of Korea, Japan, Thailand, Germany, England, Portugal, Turkey and Italy). Work locations and funding will be determined with each order, with an estimated completion date of Feb. 26, 2025. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.
Raytheon Integrated Defense Systems, Huntsville, Alabama, was awarded a $92,000,000 cost-no-fee, firm-fixed-price, fixed-price-level-of-effort contract for the Army Integrated Air and Missile Defense Plug & Fight A-Kit, materials and support. 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. 29, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-F-0150).
R. C. Construction Co. Inc., Greenwood, Alabama, was awarded a $30,127,950 firm-fixed-price contract for construction of a 3,850 square foot pre-engineered building. Bids were solicited via the internet with four received. Work will be performed in Hurlburt, Florida, with an estimated completion date of Feb. 14, 2023. Fiscal 2018 military construction, Army funds in the amount of $30,127,950 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0009).
Accenture Federal Services, Arlington, Virginia, was awarded a $21,718,289 modification (P00032) to contract W52P1J-17-C-0022 to exercise option period two of the General Fund Enterprise Business System - Sensitive Activities. Work will be performed in Arlington, Virginia, with an estimated completion date of May 31, 2021. Fiscal 2020 research, development, test and evaluation, Army and operations and maintenance, Army funds in the amount of $21,718,289 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.
General Dynamics Land Systems, Sterling Heights, Michigan, was awarded an $18,026,834 modification (P00099) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 26, 2021. Fiscal 2019 procurement of weapons and tracked combat vehicles, Army; 2020 operations and maintenance, Army; 2020 Foreign Military Sales (Kuwait); and 2020 Army working capital funds in the amount of $18,026,834 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.
NAVY
Raytheon Missile Systems Inc., Tucson, Arizona, is awarded a $90,421,317 cost-plus-incentive-fee contract for the engineering and manufacturing development (EMD) phase of the Joint Multiple Effects Warhead System (JMEWS). The EMD effort includes the design, integration, test and evaluation of the JMEWS. Work will be performed in Tucson, Arizona (79%); Cincinnati, Ohio (15%); Plymouth, Minnesota (3%); and Rocket Center, West Virginia (3%), and is expected to be completed by November 2023. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $1,162,342 and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $6,374,456 will be obligated at time of award, $1,162,342 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0004).
DZSP 21 LLC, Marlton, New Jersey, is awarded a $60,187,207 cost-plus-fixed-fee contract modification to add and exercise a 6-month option period for base operating support (BOS) services at Joint Region Marianas. After award of this option, the total cumulative contract value will be $199,520,375. Work will be performed at various locations on the island of Guam, and is expected to be completed by August 2020. The work will provide facility and BOS for the following services: management and administration, port operations, ordnance, material management, facility management, sustainment, restoration and modernization, electrical, wastewater, steam, hot water and demineralized water, potable water, transportation and environmental. Fiscal 2020 working capital funds (Defense); fiscal 2020 transportation Air Force working capital funds; fiscal 2020 operations and maintenance (Navy, Air Force, Defense); fiscal 2020 family housing operations and maintenance (Navy); fiscal 2020 operations and maintenance (Marine Corps, Army, Army National Guard and Air National Guard); fiscal 2020 health program funds (Defense); fiscal 2020 General Fund; and fiscal 2020 commissary agency (Defense) contract funds in the amount of $60,187,207, of which $56,278,824 will be obligated on this award, $3,908,383 will be incrementally funded, and all will expire at the end of the current fiscal year. This contract modification was issued as a sole-source procurement under the authority of 10 U.S. Code 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-19-C-1175).
Cass Holdings LLC,* Oklahoma City, Oklahoma, is awarded a $43,516,006 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for the refurbishment of AM2 Matting packages to include Landing Matting (F71/F72), Heavy Duty Matting (F73) and Spacer Matting (F78) in accordance with Naval Air Systems Command drawing package instructions and directives in support of the aircraft launch and recovery equipment's expeditionary airfield program. Work will be performed in Oklahoma City, Oklahoma, and is expected to be completed in February 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via Federal Business Opportunities; two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0015).
Raytheon Co., McKinney, Texas, is awarded a $23,287,384 cost-plus-fixed-fee contract for the naval surveillance application upgrade. This contract provides for improving radio frequency (RF) sensors on naval surveillance applications. The improvements will potentially provide increased SWPC (size, weight, power and cooling), modular open system architectures and resolution against small maritime/air targets, detection of moving targets in synthetic aperture radar imagery and the formulation and extraction of other detection and classification features. Further, these improvements may demonstrate multi-source autonomous surveillance capabilities in support of the RF detection, tracking and identification thrust area. Work will be performed in McKinney, Texas, and is expected to be completed by Feb. 2024. The total cumulative value of this contract is $23,287,384. The base period is $23,287,384 and no options were proposed. The action will be incrementally funded with an initial obligation of $2,931,730 utilizing fiscal 2020 research, development, test and evaluation (Navy) funds, and will not expire at the end of the current fiscal year. This contract was competitively procured under N00014-19-S-B001, "Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science & Technology." Since proposals are received throughout the year under the Long Range BAA, the number of proposals received in response to the solicitation are unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-20-C-1018).
BAE Systems Information and Electronic Systems Inc., Nashua, New Hampshire, is awarded a $21,380,547 firm-fixed-price, cost-plus-fixed-fee, cost contract to provide hardware, technical engineering, management and logistics support associated with the fabrication, assembly, test and delivery of 235 T-1622/ALE-55(V) Fiber Optic Towed for the Navy and foreign military sales (FMS) customers. Work will be performed in Nashua, New Hampshire (48%); Chelmsford, United Kingdom (12%); Mountain View, California (6%); Rochester, New York (4%); San Diego, California (4%); Landenberg, Pennsylvania (3%); Hamilton, New Jersey (2%); Commerce, California (2%); Los Osos, California (2%); Toledo, Ohio (1%); various locations within the continental U.S. (16%), and is expected to be completed by March 2022. Fiscal 2020 procurement of ammunition (Navy and Marine Corps) funds in the amount of $13,752,949 and FMS funds in the amount of $7,627,598 will be obligated at 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 (N00019-20-C-0042).
Melwood Horticultural Training Center Inc., Upper Marlboro, Maryland, is awarded $19,007,322 for an indefinite-delivery/indefinite-quantity contract under the AbilityOne program for custodial, recycling and grounds maintenance support for all labor, management, supervision, tools, materials and equipment required to perform facility investment services for federal installations located within a 100-mile radius of the National Capitol Region (NCR). Work will be performed at various installations in and around the NCR. This contract covers the period from March 2020 to February 2021. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance, (Navy) in the amount of $15,504,479.00 for recurring work will be obligated on individual task orders issued during the option year two period. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-18-D-0306).
Forward-looking Infrared (FLIR) Surveillance Inc., Wilsonville, Oregon, is awarded a $16,108,026, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for repairs of sensor systems, procurement of spare parts, upgrades and engineering services that are in direct support of the Ground Based Operational Surveillance System program. Work will be performed in Wilsonville, Oregon (70%) and Taby, Sweden (30%), and is expected to be completed by February 2025. This action supports the Marine Corps System Command G-BOSS program's FLIR optical sensor systems: the Star SAFIRE III ™ (Gyro-Stabilized Long-Range Thermal Infrared Imaging Sensor System) and the THV-3000™ (Pan and Tilt Long-Range Thermal Imaging Sensor System). The integrated sensors detect, assess and help personnel at risk to counter or avoid improvised explosive devices and other insurgent activities in major combat operations, irregular warfare and military support of stability, homeland defense and civil support operations. This is a sole-source action in accordance with Federal Acquisition Regulation 6.302-1, only one responsible source. FLIR Surveillance Inc. is the original equipment manufacturer. No other supplies or services will satisfy agency requirements. Fiscal 2020 operations and maintenance (Marine Corps) funding in the amount of $1,866,654 will be obligated at award and will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity.
R.E. Staite Engineering Inc.,* San Diego, California, is awarded a $15,261,525 firm-fixed-price task order N62473-20-F-4350 under a multiple award construction contract for maintenance dredging at Naval Base San Diego. The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $15,363,685. Work will be performed in San Diego, California, and is expected to be completed by September 2022. The work will provide for the maintenance dredging to Pier 10 slip, mouth of Chollas Creek, approach corridor for Navy small craft vessels and tug-boats, north approach corridor from Pier One to north of Pier Eight, and south approach corridor from south of Pier Eight to south of Pier 13 to re-establish the design operational and berthing depth required for Navy ships and other vessels. The project also includes ocean disposal material turbidity curtain and additional dredging costs associated with a monitoring station identified in specification. The options, if exercised, provides for water quality monitoring and reporting identified in the specification and on-site qualified biologist identified in the specification. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $15,261,525 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 (N62473-16-D-1806).
Huntington Ingalls Industries, Newport News Shipbuilding Division, Newport News, Virginia, is awarded a $14,999,841 cost-plus-fixed-fee modification to previously-awarded contract N00024-18-C-4314 for continued advance planning and availability preparations for the fiscal 2020 USS Boise (SSN 764) engineered overhaul. Work will be performed in Newport News, Virginia, and is expected to be completed by May 2020. The contracted requirements include continued advance planning pre-availability preparations necessary to repair and maintain unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity as defined in the availability work package during this Chief of Naval Operations-scheduled availability. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $14,999,841 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
Moran Towing Corp., New Canaan, Connecticut, is awarded a $14,597,547 option in the contract (N32205-19-C-3503). The option is a firm-fixed-price contract with reimbursable elements to support Military Sealift Command's service support program for the time charter services of eight tugboats. The tugboats will be capable of ship handling, docking and undocking in the Norfolk, Virginia, harbor and surrounding waters. This is option one of the current contract and 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 $74,005,396. Work will be performed in Norfolk, Virginia, and surrounding waters, and is expected to be completed if all options are exercised by January 2024. Working capital funds (Navy) in the amount of $8,558,561 for option one are currently available for performance under this contract action. Funds in the amount of $6,038,985 for the remainder of option one are to be provided for fiscal 2021 and are subject to the availability of funds in accordance with Federal Acquisition Regulations 52.232-18 availability of funds. This procurement was released under full and open competition, with an unlimited number of companies solicited via the Beta.SAM.Gov website and with one offer received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-C-3503).
Alion Science and Technology Corp., Burr Ridge, Illinois, is awarded a $14,361,357 cost-plus-fixed-fee modification to exercise an option under a previously-awarded indefinite-delivery/indefinite-quantity contract N61331-18-D-0007. Work performance locations will be determined with each order and is expected to be completed by March 2023. Funds will be used for the development, integration, testing and evaluation of prototype systems into existing or emerging unmanned vehicles, unmanned weapons, unmanned weapons control systems related to mine warfare, amphibious warfare, surface warfare, diving and life support, coastal and underwater intelligence, surveillance and reconnaissance and other missions in the littoral and riverine environments. No funding will be obligated at time of award, but will be obligated at the time of delivery. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity.
Frontier Technologies Inc.,* Beavercreek, Ohio, is awarded a $12,808,653 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract. This contract is a Phase III Small Business Innovation Research (SBIR) contract action for the procurement of airborne systems decision life cycle planning and analysis methods and tools. This contract includes options which, if exercised, may bring the cumulative value of this contract to $69,496,924. Work will be performed in San Diego, California (90%); Washington, District of Columbia (4%); Patuxent River, Maryland (3%); Norfolk, Virginia (2%); and Jacksonville, Florida (1%), and is expected to be completed by February 2021, and February 2025 if all options are exercised. The services under this contract support wide-ranging initiatives including information technology capabilities, communications, engineering, analysis, planning, assessment, design, hardware and software, operations and administration of network and communications systems for Naval Information Warfare Center Pacific. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $400,000 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 15 U.S. Code 638 (r)(1), as it is a Phase III Small Business Innovation Research for additional work to be performed after the Phase II SBIR period. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-20-D-0041).
Serrano Construction and Development Corp.,* Dededo, Guam, is awarded a firm-fixed-price task order (N40192-20-F-4145) at $10,833,673 under an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract. The work will provide renovation of enlisted personnel unaccompanied housing at buildings 25007, 25009, 25011, 25016 and 25017 on Andersen Air Force Base. Work will be performed in Yigo, Guam, and is expected to be completed by February 2024. The work provides the replacement of windows, door hardware, built-up roofing, roof ventilators and photocell devices, installation of covers for fire alarm pull stations and painting of areas affected by new work, and includes demolition and disposal of items affected by the renovation work. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $10,833,673 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-18-D-2804).
Arnold Defense and Electronics, Arnold, Missouri, is awarded $10,487,500 firm-fixed price modification to a previously awarded indefinite-delivery/indefinite-quantity contract N00174-19-D-0001 to exercise the option ordering period for the manufacturing of the 2.75-inch rocket launchers and subcomponents to support Navy, Army, Air Force and the governments of South Korea and Pakistan under the Foreign Military Sales program. This option exercise is for the manufacture of 2.75-inch rocket launchers and subcomponents to support the Army for the M260 and M261 Launchers; the Air Force for the LAU131 Series Launchers; the Navy for the LAU61 and LAU68 Series Launchers and the Intervalometers that will be utilized by all services. Work will be performed in Arnold, Missouri, and is expected to be completed by February 2021. No funding is being obligated at the time of award. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.
General Dynamics Bath Iron Works, Bath, Maine, is awarded a $7,713,504 cost-plus-award-fee modification to previously-awarded contract N00024-19-C-2322 to exercise options for the accomplishment of planning yard efforts such as engineering, technical, planning, ship configuration, data and logistics efforts for DDG 1000-class destroyers post-delivery and in-service life-cycle support. Work will be performed in Bath, Maine (95%), and San Diego, California (5%), and is expected to be completed by December 2020. This option exercise is for planning yard efforts which will provide Guided Missile Destroyer (DDG) 1000-class technical, engineering and support services, including emergent technical problem investigation and resolution, maintenance and modernization planning, integrated logistics support, configuration data management, maintenance, repair and/or overhaul availability planning and scheduling, modernization planning and scheduling, industrial yard/facility planning and scheduling and material orders, and fabrication and kitting. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $7,226,568 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, District of Columbia, is the contracting activity.
AIR FORCE
Canadian Commercial Corp., Ottawa, Canada, has been awarded a $39,262,254 firm-fixed and cost-type contract with 100% subcontracting to Coulson Aircrane Ltd., Port Alberni, British Columbia, Canada. The contract award provides a 27 month period of performance. The location of performance is Port Alberni, British Columbia, Canada, and work is expected to be completed by Feb. 2022. Fiscal 2018 and 2019 procurement funds are being obligated at the time of award. The total cumulative face value of the contract is $39,262,254. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-20-C-0004).
FlightSafety Services Corp., Centennial, Colorado, has been awarded a $33,151,551 not-to-exceed modification (P00038) to previously awarded FA8621-13-C-6247 for the exercise of the KC-46 Aircrew Training System production year 5 options. The contract modification is for the exercise of option contract line item numbers for two additional weapon system trainers, two boom operator trainers, fuselage trainer, fuselage trainer sprinkler system and installation, two pilot part task trainers, boom operator part task trainer, additional learning management workstations, fuselage trainer support equipment, McGuire and Altus Site Activations, systems engineering and program management, Visual Database Airfield Models and new refresher training scenarios. Work will be performed in Broken Arrow, Oklahoma, and is expected to be complete by Feb. 2022. Fiscal 2018 purchasing and procurement funds are being obligated at the time of award. The total cumulative face value of the contract is $280,871,734. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
LMR Technical Group LLC, Fort Walton Beach, Florida, has been awarded a $7,053,303 contract for the Optimizing the Human Weapon System Services. The contractor provides services to increase the physical capacity of fighter aircrew, decreasing the rate of injuries and accelerating return to duty. Contractor personnel will work with active duty, Air National Guard, Air Force Reserve Component fighter aircrew to optimize physical performance targeting neck and back pain prevention while monitoring, analyzing and resolving physical readiness concerns. Work will be performed at multiple bases across the Air Combat Command, Pacific Air Forces, and United States Air Force Europe. The award provides services for the base year with a completion date of March 22, 2021. This contract is issued as a result of a competitive acquisition with ten offers received. Fiscal 2020 operations and maintenance funds are being obligated at the time of the award. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-20-C-0005).
DEFENSE LOGISTICS AGENCY
Travis Association for the Blind,** doing business as The Lighthouse for the Blind, Austin, Texas, has been awarded a maximum $20,727,424 modification (P00022) exercising the second one-year option period of a two-year base contract (SPE1C1-17-C-B003) with three one-year option periods for warehousing, storage, logistics and distribution functions. This is a firm-fixed-price with economic-price-adjustment contract. Location of performance is Austin, Texas, with a Feb. 28, 2021, performance completion date. Using customers are Air Force, Marine Corps and Defense Logistics Agency. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
Marathon Medical Corp., Aurora, Colorado, has been awarded a maximum $12,600,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 110 responses received. This is a five-year contract with no option periods. Location of performance is Colorado, with a Feb. 26, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0031).
Southern Counties Oil Co., doing business as SC Fuels, Orange, California, has been awarded a minimum $7,065,718 fixed-price with economic-price-adjustment contract for various types of fuel. This was a competitive acquisition with 39 responses received. This is a 54-month contract with one six-month option period. Location of performance is California, with a Sept. 30, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE605-20-D-4521).
*Small business
**Mandatory source
https://www.defense.gov/Newsroom/Contracts/Contract/Article/2096872/source/GovDelivery/
June 3, 2021 | International, Land
Twenty-five vehicles done, 106 to go for the combat reconnaissance version of Australia's future Boxer fleet.
October 23, 2020 | International, Aerospace, Naval, Land, C4ISR, Security
NAVY Leidos Inc., Reston, Virginia, is awarded a $149,238,311 indefinite-delivery/indefinite-quantity contract containing cost-plus-fixed-fee, cost reimbursement and firm-fixed-price provisions. This contract provides services and supplies for the operation of the Naval Array Technical Support Center facility. Work will be performed in Newport, Rhode Island (99%); and Reston, Virginia; and Virginia Beach, Virginia (each location less than 1%), and is expected to be completed in November 2025. Service Cost Center funding (a type of overhead funding that is not authorized/appropriated in a particular fiscal year) in the amount of $13,837,718 will be obligated on the first task order and will not expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website with four offers received in response to solicitation no. N66604-19-R-0182. The Naval Undersea Warfare Center Division, Newport, Rhode Island, is the contracting activity (N66604-21-D-A000). Raytheon Co., Tewksbury, Massachusetts, is awarded a $12,699,161 ceiling increase and a 21-day period of performance extension modification to previously awarded, cost-plus-fixed-fee contract N65236-18-C-8009 for Cross Domain Maritime Surveillance and Targeting. Work will be performed in Tewksbury, Massachusetts (53%); Cambridge, Massachusetts (24%); San Diego, California (10%); Woburn, Massachusetts (7%); Portsmouth, Rhode Island (5%); and Arlington, Virginia (1%), and is expected to be completed by November 2021. This modification brings the total cumulative value of the contract to $53,456,317. Fiscal 2020 research, development, testing, and evaluation (Navy) funds in the amount of $2,527,793 will be obligated at time of award. Funds will not expire at the end of the fiscal year. The Naval Information Warfare Center, Atlantic, Charleston, South Carolina, is the contracting activity. DEFENSE LOGISTICS AGENCY WGL Energy Services Inc., Vienna, Virginia (SPE604-21-D-7500, $35,243,557); Direct Energy Business Marketing LLC, Iselin, New Jersey (SPE604-21-D-7505, $22,671,935); Enspire Energy LLC, Chesapeake, Virginia (SPE604-21-D-7504, $16,476,727); and UGI Energy Services Inc., Wyomissing, Pennsylvania (SPE604-21-D-7502, $12,570,456), have each been awarded a fixed‐price with economic‐price-adjustment contract under solicitation SPE604-20-R-0407 for natural gas. These were competitive acquisitions with seven offers received. These are two-year contracts with no option periods. Locations of performance are Delaware; Maryland; Washington, D.C.; Virginia; Massachusetts; New York; New Jersey; Pennsylvania; and Maryland, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, National Guard, Coast Guard and federal civilian agencies. Type of appropriation is fiscal 2021 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency, Energy, Fort Belvoir, Virginia. Honeywell International Inc. Aerospace, Tucson, Arizona, has been awarded a maximum $15,851,900 firm-fixed-price delivery order (SPRPA1-21-F-Q800) against five-year basic ordering agreement SPE4A1-17-G-0016 for V-22 spare parts. 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 no option periods. Location of performance is Arizona, with an Oct. 31, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2021 through 2022 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency, Aviation, Philadelphia, Pennsylvania. National Industries for the Blind,* Alexandria, Virginia, has been awarded a maximum $13,676,269 modification (P00014) exercising the fourth one-year option period of a one-year base contract (SPE1C1-17-D-B003) with four one-year option periods for advanced combat helmet pad suspension systems. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Virginia, Pennsylvania, and North Carolina, with an Oct. 26, 2021, 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. CORRECTION: The contract announced on Sept. 30, 2020, for Boeing Co., Mesa, Arizona, for $30,322,385, was announced with an incorrect award date and incorrect contract number. The correct award date is Oct. 22, 2020, and the correct contract number is SPRRA1-21-C-0002. AIR FORCE L3 Technologies Inc., Salt Lake City, Utah, has been awarded a $23,836,458 cost-plus-fixed-fee contract to perform survivable super high frequency (SSHF) upgrades to the E-4B platform. The SSHF upgrade seeks to build new capabilities that form the foundation for maintaining the E-4B as an effective nuclear command, control and communications platform. Work will be performed in Salt Lake City, Utah; and Offutt Air Force Base, Nebraska, and is expected to be completed by April 18, 2022. This award is the result of a competitive acquisition and 67 offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $20,000,000 will be obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8612-21-C-5007). Palantir USG Inc., Palo Alto, California, has been awarded a $9,000,000 firm-fixed-price contract for the Palantir Gotham platform for the COVID-19 response at Los Angeles Air Force Base, California. The contract modification is for the procurement and utilization of the Palantir Gotham Platform, which is a commercial software that will be accessed by the Air Force to facilitate the critical efforts necessary to coordinate decisions in response to the COVID-19 pandemic. Work will be performed in Palo Alto, California, and is expected to be completed April 30, 2021. Fiscal 2020 research, development, test and evaluation funds in the full amount are being obligated at the time of award. U. S. Space Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8806-21-C-0002). SPACE DEVELOPMENT AGENCY Perspecta Engineering Inc., Chantilly, Virginia, is awarded a $17,890,322 task order on an indefinite-delivery/indefinite-quantity contract to provide mission system engineering and integration support for the Space Development Agency's Tranche 0 capabilities. The awardee will provide overall technical leadership for integrating Tranche 0 elements and executing on-orbit tests and experiments, culminating in a Capstone event which demonstrates potential capabilities to the warfighter. Work will be performed in Chantilly, Virginia; Valley Forge, Pennsylvania; Blossom Point, Maryland; Colorado Springs, Colorado; El Segundo, California; Huntsville, Alabama; Melbourne, Florida; and Space Development Agency, Washington, D.C. This award was made based on specifications in the Tranche 0 Mission Systems Engineering and Integration request for proposal HQ0850-20-R-0004. Funds obligated at the time of award are defense-wide fiscal 2021 research, development, test and evaluation funds. Space Development Agency, Washington, D.C., is the contracting activity (HQ0850-21-F-0001). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY General Dynamics Mission Systems Inc., San Antonio, Texas, has been awarded a $7,869,884 modification (P00053) to previously awarded contract HR0011-16-C-0001 for classified information technology services. The modification brings the total cumulative face value of the contract to $167,187,910 from $159,318,026. Work will be performed in Arlington, Virginia, with an expected completion date of February 2021. Fiscal 2020 research and development funds in the amount of $7,428,876 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2391498/source/GovDelivery/
December 11, 2020 | International, Aerospace
Munich, December 9, 2020 – Airbus has concluded a pilot phase of the “Innovations for FCAS” (I4 FCAS) initiative which aims at involving German non-traditional defence players -covering startups, small to medium enterprises (SMEs) and research institutes- in the development of Future Combat Air System (FCAS). This initiative which was launched in April 2020 was funded by the German Ministry of Defence. “The initiative shows that FCAS does not compare with previous larger defence projects. By implementing young and innovative players, some of whom have never been in touch with the defence sector, we ensure to leverage all competencies available for a game-changing high-tech programme such as FCAS”, said Dirk Hoke, Chief Executive Officer of Airbus Defence and Space. “It will also foster technological spill-overs between the military and civil worlds. It is our ambition to continue the initiative in 2021 and beyond, and make it a cornerstone of our FCAS innovation strategy.” During the pilot phase, 18 innovative players worked on 14 projects in different areas, covering the whole range of FCAS elements: combat cloud, connectivity, new generation fighter, remote carriers, system of systems, sensors. Among these 14 projects, Airbus engineers have worked closely with SMEs and startups to achieve concrete results such as: · A first flight-test approved launcher of an Unmanned Aerial Vehicle (UAV) from of a transport aircraft. This project is the result of a cooperation between Airbus as A400M integrator, Geradts GmbH for the launcher and SFL GmbH from Stuttgart for UAV integration and supported by DLR simulations. An agile design and development approach allowed for rapid prototyping and flight readiness in only 6 months. · A secure combat cloud demonstrator: a first time transfer of secured operating systems into a cloud environment. Kernkonzept GmbH from Dresden together with Airbus CyberSecurity have shown how IT security can be used for highest security requirements on a governmental cloud system. · A demonstrator of applied artificial intelligence on radio frequency analysis. Hellsicht GmbH from Munich trained their algorithms on Airbus-provided datasets, allowing for a unique capability of real time fingerprinting of certain emitters, such as radars. As Europe's largest defence programme in the coming decades, FCAS aims at pushing the innovation and technological boundaries. Its development will bring disruptive technologies such as artificial intelligence, manned-unmanned teaming, combat cloud or cybersecurity to the forefront. @AirbusDefence #FCAS #NGF Your Contact Florian Taitsch Head of External Communications - Airbus Defence +49 151 528 49288 Send an email View source version on Airbus: https://www.airbus.com/newsroom/press-releases/en/2020/12/innovations-for-fcas-airbus-concludes-cooperative-pilot-phase-with-startup-companies-in-germany.html