Back to news

March 1, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense - February 28, 2019

ARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $1,357,144,255 cost-plus-fixed-fee contract for retrofit, damage repair, and reset-refurbishment services to support the Stryker Family of Vehicles. 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. 28, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0051).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $1,357,144,255 cost-plus-incentive-fee contract for Stryker wholesale supply, performance-based, logistics services. 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. 28, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0054).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $679,953,928 modification (P00002) to Foreign Military Sales (Republic of Korea, Poland, Taiwan, United Arab Emirates, Sweden, Saudi Arabia, Romania, Germany, and Netherlands) contract W31P4Q-19-C-0011 for incidental services, hardware, facilities, equipment, and all technical, planning, management, manufacturing, and testing efforts to produce Phased Array Tracking Radar to Intercept on Target Advanced Capability-3 missiles in both the Cost Reduction Initiative and Missile Segment Enhancement configuration with associated ground support equipment and initial spares. Work will be performed in Huntsville, Alabama; Camden, Arizona; Ocala, Florida; Chelmsford, Massachusetts; Grand Prairie, Texas; and Lufkin, Texas, with an estimated completion date of Dec. 31, 2024. Fiscal 2019 other procurement, Army funds in the amount of $333,177,425 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Raytheon Co., Andover, Massachusetts, was awarded a $102,536,089 fixed-price-incentive domestic and Foreign Military Sales (Netherlands) contract for the Phased Array Tracking Radar to Intercept of Target Digital Sidelobe Canceller and Peripheral Electronics Assembly Box modification kits and initial spares production. Bids were solicited via the internet with one received. Work will be performed in Andover, Massachusetts; Chatsworth, California; and Simsbury, Connecticut, with an estimated completion date of July 31, 2022. Fiscal 2018 and 2019 Army procurement appropriations and foreign military sales funds in the combined amount of $102,536,089 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0055).

Altech Inc.,* Texarkana, Texas (W911RQ-19-D-0002); CDM Holdings LLC,* New Boston, Texas (W911RQ-19-D-0003); Flynco Inc.,* Little Rock, Arkansas (W911RQ-19-D-0004); Four Thirteen Inc.,* Texarkana, Texas (W911RQ-19-D-0005); Gonzalez-De La Garza & Associates LLC.,* San Antonio, Texas (W911RQ-19-D-0006); GCC Enterprises Inc.,* Dallas, Texas (W911RQ-19-D-0007); Heritage Constructors Inc.,* Texarkana, Texas (W911RQ-19-D-0008); National Native American Construction Inc.,* Coeur D'Alene, Idaho (W911RQ-19-D-0009); OAC Action Construction Corp.,* Miami, Florida (W911RQ-19-D-0010) Relyant Global LLC,* Maryville, Tennessee (W911RQ-19-D-0011); Tatum Excavating Co. Inc.,* Texarkana, Texas (W911RQ-19-D-0012); Tri-State Industrial Contractors Inc.,* Texarkana, Texas (W911RQ-19-D-0013); Trumble Construction Inc.,* Texarkana, Texas (W911RQ-19-D-0014); Waldrop Construction Inc.,* Oklahoma City, Oklahoma (W911RQ-19-D-0015); and Weil Construction Inc., Albuquerque, New Mexico (W911RQ-19-D-0016), will compete for each order of the $96,649,264 firm-fixed-price contract for a broad range of minor construction projects to support real property sustainment, restoration, modernization, repair and minor construction of buildings, structures and other real property at Red River Army Depot, Texas. 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 Feb. 27, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded an $83,182,437 modification (P00011) to contract W56HZV-17-C-0188 to incorporate additional technological capabilities into the current Abrams System Enhancement Package Version 4. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Oct. 1, 2023. Fiscal 2019 research, development, test and evaluation funds in the amount of $21,054,316 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $66,395,558 modification (P00070) to contract W56HZV-16-D-0025 for Stryker sustainment services. Work locations and funding will determined with each order, with an estimated completion date of Feb. 29, 2020. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

O'Gara-Hess & Eisenhardt Armoring Co. LLC,* Fairfield, Ohio, was awarded a $60,736,752 firm-fixed-price contract to procure Family of Medium Light Tactical Vehicles protection kits. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 27, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0041).

CAS Inc., Huntsville, Alabama, was awarded a $36,793,076 modification (0001 05) to Foreign Military Sales (Germany, Japan, Kuwait, Netherlands, Saudi Arabia, Taiwan, Romania, Poland, Spain, Sweden, Qatar, and Republic of Korea) contract W31P4Q-18-A-0018 for technical engineering. Work will be performed in Huntsville, Alabama, with an estimated completion date of Feb. 29, 2020. Fiscal 2018 and 2019 other procurement, Army; research, development, test and evaluation; and foreign military sales funds in the combined amount of $36,793,076 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Abbott Laboratories Inc., Abbott Park, Illinois, was awarded a $35,203,754 firm-fixed-price contract for development of a Traumatic Brain Injury Diagnostic Assay. One bid was solicited with one bid received. Work will be performed in Abbott Park, Illinois, with an estimated completion date of Aug. 31, 2022. Fiscal 2019 research, development, test and evaluation funds in the amount of $12,000,000 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Sam Houston, Texas, is the contracting activity (W81XWH-19-C-0071).

Raytheon Co., Huntsville, Alabama, was awarded a $32,600,916 modification (P00006) to contract W31P4Q-16-D-0020 for the Army Integrated Air and Missile Defense plug and fight A-Kit materials and support. Work locations and funding will be determined with each order, with an estimated completion date of March 30, 2020. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Straub Construction Inc., Fallbrook, California, was awarded a $28,937,000 firm-fixed-price contract for construction of Modified Tactical Equipment Facility and General Purpose Warehouse. Bids were solicited via the internet with four received. Work will be performed in Barstow, California, with an estimated completion date of Oct. 30, 2020. Fiscal 2019 military construction funds in the amount of $28,937,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0012).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $27,892,142 modification (P00075) 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. 29, 2020. Fiscal 2018 and 2019 other procurement, Army; operations and maintenance Army; operations and maintenance U.S. Marine Corps; and foreign military sales funds in the combined amount of $27,892,142 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Modern Technology Solutions Inc.,* Alexandria, Virginia, was awarded a $20,743,035 cost-plus-fixed-fee contract for system engineering and technical assistance support. Twenty-three bids were solicited with six received. Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of Feb. 28, 2024. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,200,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9113M-19-F-0020).

Ghemm Co. Inc.,* Fairbanks, Alaska, was awarded a $19,794,920 firm-fixed-price contract to construct a school age program facility. Bids were solicited via the internet with six received. Work will be performed in Eielson Air Force Base, Alaska, with an estimated completion date of July 8, 2020. Fiscal 2019 military construction funds in the amount of $19,794,920 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-19-C-0013).

Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $18,918,786 firm-fixed-price Foreign Military Sales (Australia, Czech Republic, Estonia, France, Georgia, Indonesia, Ireland, Jordan, Lithuania, New Zealand, Norway, Oman, Qatar, Taiwan, Turkey, United Arab Emirates, and Ukraine) contract for life cycle contractor support services for the Javelin Weapon System. Bids were solicited via the internet with one received. Work will be performed in Las Angeles, California; Huntsville, Alabama; and Orlando, Florida, with an estimated completion date of Feb. 29, 2024. Fiscal 2019 operations and maintenance Army; and foreign military sales funds in the amount of $18,918,786 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0059).

Leidos Inc., Reston, Virginia, was awarded an $18,425,566 modification (P00011) to contract W52P1J-18-C-0002 for Class V munitions supply support. Work will be performed in Kuwait City, Kuwait, with an estimated completion date of Feb. 29, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $15,800,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Element Environmental LLC.,* Aiea, Hawaii (W9128A-19-D-0001); and Helbert Hastert & Fee Planners Inc.,* Honolulu, Hawaii (W9128A-19-D-0002), will compete for each order of the $18,000,000 firm-fixed-price contract for architect and engineer services (environmental/planning). Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 27, 2024. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity.

Cardno GS Inc., Charlottesville, Virginia (W9128A-19-D-0003); Group 70 International Inc. doing business as G70, Honolulu, Hawaii (W9128A-19-D-0004) and Jacobs CH2M Hill Inc., Honolulu, Hawaii (W9128A-19-D-0005), will compete for each order of the $18,000,000 firm-fixed-price contract for architect and engineer services (environmental/planning). Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 27, 2024. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity.

Weeks Marine Inc., Covington, Louisiana, was awarded a $10,775,000 firm-fixed-price contract for maintenance dredging of East Rockaway Inlet, New York. Bids were solicited via the internet with two received. Work will be performed in Queens, New York, with an estimated completion date of April 26, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $10,775,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0004).

Potomac Healthcare Solutions LLC,* Woodbridge, Virginia, was awarded a $9,250,592 firm-fixed-price contract for certified athletic trainers and registered dietitians services. Bids were solicited via the internet with five received. Work will be performed in Fort Bliss, Texas, with an estimated completion date of Feb. 28, 2021. Fiscal 2019 Defense Health procurement funds in the amount of $4,657,850 were obligated at the time of the award. U.S. Army Health Contracting Activity, Joint Base San Antonio, Texas, is the contracting activity (W81K04-19-F-0052).

MISSILE DEFENSE AGENCY

Lockheed Martin Corp., Sunnyvale, California, is awarded an $830,583,480 modification (P00044) for an existing sole-source indefinite-delivery/indefinite-quantity contract (HQ0147-12-D-0001) for Terminal High Altitude Area Defense element development and support services. This modification brings the total maximum ceiling value of this contract from $1,504,416,520 to $2,335,000,000. This modification provides for the exercise of an option for additional incremental development, support to flight and ground test programs, and responsive support to Warfighter requirements to sustain the Ballistic Missile Defense System throughout the acquisition life cycle. Expected completion dates will be established under subsequent task order awards. The work will be performed at Sunnyvale, California; and Huntsville, Alabama. No funding is being obligated at the time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity

Lockheed Martin Rotary and Mission Systems Division, Moorestown, New Jersey, has been awarded a $10,000,000 cost-plus-fixed-fee modification (P00318) under contract HQ0276-10-C-0001. This modification increases the total cumulative contract value from $2,950,754,847 by $10,000,000 to $2,960,754,847. Under this modification, the contractor will perform engineering and design support services necessary to support the Aegis Ashore (AA) Japan Foreign Military Sales (FMS) Technical Assistance Case in preparation of the AA Japan Main Case under Contract Line Item Number 0134. The work will be performed in Moorestown, New Jersey, with an expected completion date of Oct. 31, 2019. Funds from the government of Japan in the amount of $7,000,000 are being obligated at the time of award. This contract modification is the result of a sole source acquisition. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

NAVY

The Boeing Co., Seattle, Washington, is awarded a $428,896,674 advanced acquisition contract modification to a previously awarded firm-fixed-price contract (N00019-14-C-0067). This modification provides for long-lead material and activities in support of 16 P-8A lot 11 aircraft to include six for the Navy, four for the government of New Zealand, and six for the Republic of Korea. Work will be performed in Seattle, Washington (97.04 percent); Huntington Beach, California (2.4 percent); and various locations within the continental U. S. (.56 percent), and is expected to be completed in June 2020. Fiscal 2019 aircraft procurement (Navy); and foreign military sales (FMS) funds in the amount of $428,896,674 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 ($180,000,000; 42 percent); the Republic of Korea ($160,944,226; 37 percent); and the government of New Zealand ($87,952,448; 21 percent) under the FMS program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded $117,368,080 for modification P00006 to a previously awarded fixed-price-incentive-firm contract (N00019-17-C-0037). This modification exercises an option to procure 145 D(V)2 Processors, 434 D(V)2 Antenna Detectors; 253 D(V)2 Radar Receivers; 107 D(V)2 Low Band Arrays; 211 D(V)2 Battery Handle Assemblies; 8 D(V)2 Digital Receiver Processor Circuit Card Assemblies (CCAs); 10 D(V)2 Radio Frequency Distribution CCAs; 10 D(V)2 Dual Down Converter CCAs; 14 D(V)2 Quad Receiver Exciter CCAs; 6 D(V)2 Low Voltage Power Supply CCAs; 53 C(V)2 Processors; 160 C(V)2 Antenna Detectors; 132 C(V)2 Radar Receivers; 89 C(V)2 input/output Processor CCAs; 89 C(V)2 Signal Processor Unit CCAs; 7 Advanced Main Processor Unit CCAs; 7 C(V)2 Digital Yttrium Iron Garnet (YIG) Interface CCAs; 7 C(V)2 Analog YIG Interface CCAs, and 5 C(V)2 Upgrade Kits. In addition, this option exercise includes technical engineering, logistics and management services to fabricate, assemble, test and deliver AN/APR-39 C/D(V)2 Systems and associated hardware in support of Navy, Army, Air Force and Foreign Military Sales (FMS) customers. Work will be performed in Rolling Meadows, Illinois (53 percent); Woburn, Massachusetts (12 percent); Lansdale, Pennsylvania (9 percent); Menlo Park, California (6 percent); Longmont, Colorado (6 percent) and various locations within the continental U.S. (14 percent), and is expected to be completed in August 2021. Fiscal 2017, 2018 and 2019 aircraft procurement (Navy and Army); fiscal 2019 aircraft procurement (Air Force); working capital (Navy and Army); and FMS funds in the amount of $117,368,080 will be obligated at time of award, $33,244,974 of which will expire at the end of the current fiscal year. This option combines purchase for the Navy ($94,650,099; 80 percent); Army ($15,949,693; 14 percent); FMS ($5,650,203; 5 percent); and Air Force ($1,118,085; 1 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $108,742,796 for cost-plus-fixed-fee delivery order N0001919F2512 against a previously issued basic ordering agreement (N00019-14-G-0020). This order provides for program management, nonrecurring engineering, recurring engineering, site support and touch labor in support of modification and retrofit activities for delivered Air Systems for the F-35 Lightning II Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, non-Department of Defense (DoD) Participant and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2020. Fiscal 2017 and 2019 aircraft procurement (Navy); fiscal 2017, 2018 and 2019 aircraft procurement (Marine Corps); fiscal 2019 aircraft procurement (Air Force); non-DoD participant and FMS funds in the amount of $108,742,796 will be obligated at time of award, $8,357,457 of which will expire at the end of the current fiscal year. This order combines purchases for the Air Force ($40,792,324; 37 percent); Marine Corps ($20,450,619; 19 percent); Navy ($8,157,493; 8 percent); non DoD Participants ($31,490,977; 29 percent) and FMS customers ($7,851,383; 7 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

American Road Markings LLC,* Norfolk, Virginia, is awarded a maximum amount $55,285,237 indefinite-delivery/indefinite-quantity contract (N40085-19-D-9116) for asphalt paving and minor concrete repair work within Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic (MIDLANT), Virginia area of responsibility (AOR). The work to be performed is for various types of asphalt pavement, concrete work, pavement markings, and incidental work related to Department of Transportation road and bridge standards. Work may be ordered for industrial, commercial, and residential locations indicated within each task order. Task order 0001 is being awarded at $5,000 for the minimum guarantee. All work on this contract will be performed in the NAVFAC MIDLANT Hampton Roads AOR including, but not limited to Norfolk, Virginia (27 percent); Portsmouth, Virginia (27 percent); Virginia Beach, Virginia (26 percent); Yorktown, Virginia (15 percent); and other facilities within the NAVFAC MIDLANT AOR (5 percent). The term of the contract is not to exceed 60 months with an expected completion date of February 2024. Fiscal 2019 operations and maintenance (Navy) 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 operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received. NAVFAC MIDLANT, Norfolk, Virginia, is the contracting activity.

iGov Technologies Inc.,* Reston, Virginia, is awarded a $48,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of Marine Air Ground Task Force, Marine Common Handheld hardware and services. Work will be performed in Tampa, Florida, and is expected to be completed February 2024. Fiscal 2019 research, development, test, and evaluation (Marine Corps) funds in the amount of $4,425,295 will be obligated on the first delivery order immediately following contract award, none of which will expire at the end of the fiscal year. The contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-2040).

ITC Defense Corp., Arlington, Virginia, is awarded a $41,762,131 firm-fixed-price, cost- reimbursable contract to provide supply chain management for the military departments of the Ministry of Defense for the government of Kuwait. Services procured include product/program management support, logistics and supply support, packaging, handling, storage, and transportation, technical data management, training and training system support, computer resources, and design interface. Work will be performed in Kuwait, and is expected to be completed in March 2022. Foreign Military Sales funds in the amount of $41,762,131 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 10 U.S. Code 2304(c)(4). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-C-0006).

Martin-Baker Aircraft Co. Ltd., Uxbridge, United Kingdom, is awarded a $38,584,619 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract action for the manufacture of parachute deployment rocket motors and underseat rocket motors used on EA-18G, the F/A-18E, and T-45 aircrafts during the ejection sequence. This contract includes a three-year base period with no options. Work will be performed in Uxbridge, United Kingdom, and work is expected to be completed by March 2022. Fiscal 2017, 2018, 2019 procurement and ammunition (Navy and Marine Corps) funds (66 percent); fiscal 2017, 2018, 2019 aircraft procurement (Navy) funds (14 percent); Kuwait funds (12 percent); Australian funds (5.8 percent); Switzerland funds (2 percent); and Malaysia funds (0.2 percent) under the Foreign Military Sales program. Funds in the amount of $7,015,803 will be issued for delivery order N00104-19-F-PQ01 that will be awarded concurrently with the contract, and funds will not expire at the end of the current fiscal year. The requirement was fully competitive, with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-19-D-PQ01).

Lockheed Martin Corp., Fort Worth, Texas, is awarded $30,811,998 for modification P00011 to a previously awarded fixed-price incentive firm contract (N0001918C1048) to provide for initial lay-in of repair material for ten F-35 Lightning II systems at various depots in support of the Air Force, Marine Corps; Navy; non-U.S. Department of Defense (DoD) Participants, and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas (48.4 percent); Baltimore, Maryland (24.8 percent); North Amityville, New York (13.2 percent); Grand Rapids, Michigan (4.7 percent); Cheltenham, United Kingdom (3.9 percent); Tempe, Arizona (2.9 percent); and Irvine, California (2.1 percent), and is expected to be completed in February 2022. Fiscal 2018 aircraft procurement (Air Force and Navy); fiscal 2019 aircraft procurement (Marine Corps.); non-U.S. DoD Participant and FMS funds in the amount of $30,811,998 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($13,456,431; 43.7 percent); the Marine Corps ($6,649,044; 21.6 percent); Navy ($3,088,625; 10 percent); non-U.S. DoD Participants ($5,251,166; 17 percent); and FMS customers ($2,366,732; 7.7 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Sunnyvale, California, is awarded a cost-plus-fixed-fee $28,592,362 for modification P00009 under a previously awarded contract (N00030-17-C-0017) to exercise options for engineering efforts to support the integration of the TRIDENT II (D5) Missile and Reentry Subsystems into the Common Missile Compartment for the Columbia Class and United Kingdom Dreadnought programs. The work will be performed in Sunnyvale, California (48.51 percent); Cape Canaveral, Florida (43.24 percent); New London, Connecticut (2.28 percent); Anaheim, California (2.05 percent); Lancaster, Pennsylvania (1 percent); and various places below one percent (2.92 percent); and work is expected to be completed by March 31, 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $5,845,800; and fiscal 2019 United Kingdom funds in the amount of $5,842,864, will be 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.

Arnold Defense and Electronics, Arnold, Missouri, is awarded a $23,911,200 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 2.75-inch rocket launchers and subcomponents to support Navy, Army, Air Force and foreign military sales requirements. This contract includes options which, if exercised, would bring the cumulative value of this contract to $53,779,290. This contract involves sales to the government of Australia. Work will be performed in Arnold, Missouri, and is expected to be completed by March 2023. Foreign military sales (Australia); fiscal 2017, 2018 and 2019 weapon procurement (Navy) funding in the amount of $15,036,600 will be obligated at time of award. Fiscal 2017 funding in the amount of $439,725 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 Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-D-0001).

Oscar Deuce LLC,* Virginia Beach, Virginia, is awarded a $22,880,641 indefinite-delivery/indefinite-quantity contract to provide contractor-owned and operated propeller aircraft in support of airborne threat simulation training for shipboard and aircraft squadron weapon systems operators and aircrew. Work will be performed at various locations inside and outside the continental U.S., and is expected to be completed in March 2024. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic proposal; three offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0030).

BAE Systems, Land & Armaments L.P., Minneapolis, Minnesota, is awarded a $21,816,877 firm-fixed-price modification to previously awarded contract N00024-13-C-5314 for the procurement of MK 41 Vertical Launching System MK 29 canisters, coding plugs, MK 7 explosive bolts, and MK 236 impulse cartridge assemblies. The MK 41 Vertical Launching System provides a missile launching system for CG 47 and DDG 51 class surface combatants of the Navy, Aegis Ashore, as well as surface combatants of allied navies. The canisters provide rocket motor exhaust gas containment and a launch rail during missile firing. The canisters also serve as missile shipping and storage containers. This contract combines purchases for the Navy (82 percent); and the country of Japan (18 percent) under the Foreign Military Sales (FMS) program. Work will be performed in Aberdeen, South Dakota (90 percent); and Minneapolis, Minnesota (10 percent), and is expected to be complete by March 2021. Fiscal 2018 defense wide procurement and foreign military sales funding in the amount of $21,816,877 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.

L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, is awarded $21,361,072 for modification P00032 to a previously awarded indefinite-delivery requirements contract (N00019-14-D-0011). This modification exercises an option for organizational, intermediate, and depot level maintenance, logistics, and engineering support for Navy T-45 aircraft, aircraft systems, and related support equipment. Support to be provided includes services, equipment, tools, direct material, and indirect material required to support and maintain all to support flight and test and evaluation operations. Work will be performed at the Naval Air Station (NAS) Kingsville, Texas (55.5 percent); NAS Meridian, Mississippi (41.3 percent); and NAS Pensacola, Florida (3.2 percent), and is expected to be completed in September 2019. No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Warfare Training Systems Division, Orlando, Florida, is the contracting activity.

Smartronix Inc., Hollywood, Maryland, is awarded $21,274,633 for cost-plus-fixed-fee task order N0042119F0422 against a previously issued General Services Administration Alliant 2, government-wide acquisition contract (47QTCK18D007). This task order provides development, planning, execution, monitoring, and life cycle services for information technology/cybersecurity programs and associated activities in support of the Naval Air Warfare Center Aircraft Division, Information Technology and Cyber Security Department. Work will be performed in Patuxent River, Maryland, and is expected to be completed in March 2020. Working capital funds (Navy) in the amount of $6,602,419 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.

Precise Systems, Inc., Lexington Park, Maryland, is awarded $16,182,934 for modification P00014 to a previously awarded cost-plus-fixed-fee, cost reimbursable contract (N00421-18-C-0005). This modification provides for software application contractor support services for new and existing acquisition tools in support of the Naval Air Systems Command. This support consists of maintenance and associated upgrades to the Acquisition Management Systems tools, including the Procurement Management Tool. Work will be performed in Patuxent River, Maryland, and is expected to be completed in November 2022. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Corps Solutions LLC,* Stafford, Virginia, is awarded 7,157,695 for firm-fixed-price task order (M67854-19-F-7906) under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-18-D-7853) to provide Marine Corps Range Control Facilities with operational, safety, technical and administrative support services. Tasks include: Range Scheduling support and Integrated Range Status System (IRSS) services that prioritize and deconflict training requests, monitor real-time range activity, capture range status changes in real time, and collect range utilization data. Range safety and inspection services ensure ranges are in an operational status before training exercises commence and after training exercises are completed to ensure usability for the next exercise. Work will be performed at Range and Training Area Management Marine Corp Base Quantico, Virginia (21 percent); Bridgeport, California (13 percent); Camp Pendleton, California (13 percent); Range Control Facility Marine Corps Base Quantico, Virginia (10 percent); Okinawa, Japan (9 percent); Kaneohe Bay, Hawaii (8 percent); Twenty Nine Palms, California (8 percent); Bellows Air Force Base, Hawaii (2 percent); Camp Fuji, Japan (2 percent); Camp Lejeune, North Carolina (2 percent); Cherry Point, North Carolina (2 percent); Iwakuni, Japan (2 percent); Parris Island, South Carolina (2 percent); Puuloa, Hawaii (2 percent); Yuma, Arizona (2 percent); Miramar, California (1 percent); and Townsend Bombing Range, Georgia (1 percent), and is expected to be completed by March 2023. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $7,157,695 will be obligated at the time of award and will expire at the end of the current fiscal year. The base contract was competitively procured via Federal Business Opportunities website, with one offer received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Atlantic Diving Supply, Inc.,* doing business as ADS, Virginia Beach, Virginia (SPE8EH-19-D-0007); W.S. Darley & Co.,* Itasca, Illinois (SPE8EH-19-D-0008); Unifire Inc.,* Spokane, Washington (SPE8EH-19-D-0009); Mallory Safety and Supply,* Longview, Washington (SPE8EH-19-D-0010); Federal Resources Supply Co.,* Stevensville, Maryland (SPE8EH-19-D-0011); and L.N. Curtis & Sons,* Oakland, California (SPE8EH-19-D-0012), are sharing a maximum $90,000,000 bridge contract under solicitation SPM8EH-12-R-0009 for fire and emergency services equipment. These are firm-fixed-price, indefinite-delivery/indefinite-quantity, 120-day bridge contracts. These were sole-source acquisitions using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are California, Illinois, Maryland, Virginia, and Washington, with a June 28, 2019, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Raytheon Co., El Segundo, California, has been awarded a $45,309,627 delivery order (SPRPA1-19-F-C304) against an existing five-year basic ordering agreement (SPRPA1-17-G-C301) for aircraft antennas. This is a firm-fixed-price contract. This was a sole source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in the Federal Acquisition Regulation 6.302-1. Location of performance is California, with a June 30, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

AIR FORCE

L-3 Technologies, Greenville, Texas, has been awarded a not-to-exceed $85,000,000 firm-fixed-price undefinitized contract action for aircraft engineering, procurement and fabrication. Work will be performed in Greenville, Texas, and is expected to be complete by October 2021. This contract involves 100 percent foreign military sales. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $41,650,000 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-16-G-3027/ FA8620-19-F-4837).

Unisys Corp., Reston, Virginia, has been awarded a $76,346,901 Other Transaction Agreement to execute the Enterprise IT as a service end user services risk reduction effort experiment. This agreement provides for an experiment of the commercial delivery of standardized, innovative, and agile Information Technology services, including an Enterprise service desk and end user devices, to a select group of bases. Work will be performed at Buckley Air Force Base (AFB), Colorado, Maxwell AFB, Alabama; Spangdahlem Air Base, Germany; Offutt AFB, Nebraska; Joint Base Elemendorf-Richardson, Alaska; Cannon AFB, New Mexico; Hurlburt Field, Florida; and Pope Field, North Carolina, with possible scaling of up to 20 bases during the experiment. Work is expected to be complete by February 2022. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA8726-19-9-0001)

InDyne Inc., Sterling, Virginia, has been awarded a $51,386,233 modification (P00014) to previously awarded contract FA2517-18-C-8000 for Solid State Phased Array Radar Systems (SSPARS). This modification provides for the exercise of option year one and the management, operation, maintenance, and logistical support of SSPARS. Work will be performed at Beale Air Force Base, California; Cape Cod Air Force Station, Massachusetts; Clear Air Force Station, Alaska; Thule Air Base, Greenland, and Royal Air Force Fylingdales, United Kingdom, and is expected to be complete by April 30, 2020. Fiscal 2019 operation and maintenance funds in the full amount are being obligated at the time of award. This modification brings the total cumulative face value of the contract to $86,752,750. The 21st Contracting Squadron, Peterson AFB, Colorado is the contracting activity. (Awarded February 25, 2019)

The Boeing Co., Layton, Utah, has been awarded a $19,887,508 cost-plus-incentive-fee Request for Equitable Adjustment modification (P00108) to previously awarded contract FA8214-15-C-0001 for the Minuteman III Intercontinental Ballistic Missile Flight Test, Telemetry, and Termination program. This modification provides for changes to the specifications that caused cost, schedule, and technical impacts as related to the weight reduction change order. Work will be performed in Layton, Utah, and expected to be complete by Oct. 29, 2021. No funds are being obligated at time of award. The Air Force Nuclear Weapon Center, Hill Air Force Base, Utah, is the contracting activity.

AAI Corp., Hunt Valley, Maryland, has been awarded a $15,225,404 firm-fixed-price modification (P00002) to previously awarded contract FA4890-19-C-0002 for the exercise of option one. This modification provides for force-protection efforts at airfields located within the U.S. Air Force Central Command's area of responsibility, including a non-developmental contractor-owned and contractor-operated unmanned aerial system, intelligence, reconnaissance and surveillance solution to perform operational, engineering, and sustainment efforts necessary to effectively execute pre-deployment, deployment operations, post-deployment, and engineering support activities. Work will be performed at Bagram and Kandahar Airfields, Afghanistan, and is expected to be complete by March 2020. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. This modification bring the total cumulative face value of the contract to $114,064,396. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

AECOM Management Services Inc., Germantown, Maryland, has been awarded a $15,220,522 modification (P00037) to previously awarded contract FA4890-16-C-0007 to exercise option year three. This modification provides program support for Air Combat Command's Unmanned Aircraft System Operations Center Support, providing the warfighter long endurance, real time reconnaissance and surveillance, and precision attack against fixed and time critical targets. This modification brings the total cumulative value of the contract to $122,362,588. Work will be performed at multiple locations worldwide and is expected to be complete by March 31, 2020. Headquarters Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-16-C-0007).

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $13,295,375 cost-plus-fixed-fee delivery order (FA8540-19-F-0004) in support of previously awarded contract FA8540-18-D-0001 for SNIPER Comprehensive Advanced Targeting Pod. This order provides for the software enhancements and data for the development of the E4.X Operational Flight Program. Work will be performed in Orlando, Florida, and various other locations in the U.S.. Work is expected to be complete by Feb. 28, 2021. This award is the result of a sole-source acquisition. Fiscal 2019 research, development, test and evaluation funds in the amount of $6,674,013 are being obligated at the time of award. This delivery order brings the total cumulative face value of the contract to $124,000,946. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Tyonek Global Services LLC, Anchorage, Alaska, was awarded a $7,236,566 predominantly firm-fixed-price contract for Cyber Operations Formal Training Support(CyOFTS) II. This contract provides for essential capabilities to support the Cyber Operations field training unit in course planning, administrative support, technical writing, course development, project management, instructor training, student mission training systems administration, network systems administration, training range engineering maintenance, computer help desk support, and hardware/infrastructure maintenance. Work will be performed at Hurlburt Field, Florida; and Joint Base San Antonio, Texas, and is expected to be complete by February 2020. This award is the result of a competitive acquisition and five offers were received. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. The 38th Contracting Squadron, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8773-19-C-A004).

* Small Business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1771302/

On the same subject

  • Spy agency eyes May launch of first proliferated constellation

    April 9, 2024 | International, Aerospace

    Spy agency eyes May launch of first proliferated constellation

    The launch is one of six planned for this year to support the NRO's push to increase the number of satellites it has in orbit.

  • Contract Awards by US Department of Defense - November 16, 2018

    November 19, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 16, 2018

    AIR FORCE Space Vector Corp., Chatsworth, California (FA8818-19-D-0001); and OrbitalATK Inc., Chandler, Arizona (FA8818-19-D-0002), have been awarded a combined ceiling $424,000,000 multiple-award, indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee, firm-fixed-price and cost-plus-fixed-fee for Sounding Rocket Program-4 (SRP-4). The SRP-4 contract provides suborbital launch services and launch support services necessary to accomplish the Rocket Systems Launch Program's suborbital mission. This contract will be used to meet Department of Defense and other government agency requirements for sub-orbital research, development, and test launch services, including prototype demonstrations and missile defense targets. Work will primarily be performed in Chatsworth, California; Chandler, Arizona, and a variety of government launch sites, depending on mission requirements. This award is the result of a competitive acquisition with a seven-year ordering period. Space and Missile Systems Center, Kirtland Air Force Base, New Mexico, is the contracting activity. DEFENSE LOGISTICS AGENCY Labatt Food Service, San Antonio, Texas, has been awarded a maximum $295,636,225 firm-fixed-price, indefinite-delivery/indefinite-quantity with economic-price-adjustment contract for full line food distribution support for the San Antonio region. This was a competitive acquisition with three 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 Texas, with a Nov. 15, 2023, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3206). Allison Transmission, Indianapolis, Indiana, has been awarded a maximum $20,781,402 firm-fixed-price contract for transmission overhaul kits. 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 13-month contract with no option periods. Location of performance is Indiana, with a Dec. 31, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0057). Peckham Vocational Industries,** Lansing, Michigan, has been awarded an $8,609,660modification (P00003) exercising the first one-year option period of a one-year base contract (SPE1C1-18-D-N029) with two one-year option periods for drawers. This is a firm-fixed-price contract. Location of performance is Michigan, with a Nov. 21, 2019, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. NAVY Lockheed Martin Corp., Baltimore, Maryland, is awarded a $282,085,646 not-to-exceed undefinitized contract action modification to previously-awarded contract N00024-18-C-2301 for long-lead-time material and detail design in support of the construction of four Multi-Mission Surface Combatant ships (MMSC). The MMSC is a lethal and highly maneuverable surface combatant capable of littoral and open-ocean operation. This contract involves foreign military sales to the Kingdom of Saudi Arabia. Work will be performed in Marinette, Wisconsin (55 percent); Baltimore, Maryland (23 percent); Herndon, Virginia (11 percent); Moorestown, New Jersey (6 percent); Manassas, Virginia (1 percent); San Diego, California (1 percent); and various places below one percent (3 percent), and is expected to be completed by October 2025. Foreign military sales (Kingdom of Saudi Arabia) funding in the amount of $124,201,733 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 10 U.S. Code 2304(c)(4) (international agreement). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Booz Allen Hamilton Inc., McLean, Virginia (N00189-19-D-Z012); Cydecor Inc., Arlington, Virginia (N00189-19-D-Z013); and Whitney, Bradley and Brown Inc., Reston, Virginia (N00189-19-D-Z014), are awarded an estimated $69,920,361 multiple award cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide management support services to facilitate warfighting, manpower and business transformation initiatives in support of the Deputy Chief of Naval Operations, Information Dominance. The contracts will run concurrently and will include a 60-month base ordering period with no additional options. Work will be performed at government facilities in Arlington, Virginia (90 percent), and at the various contractor locations in which the percentage of work at each of those locations cannot be determined at this time (10 percent). The ordering period will begin March 2019 and is expected to be completed by February 2024. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $100,000 will be obligated (approximately $33,333 on each of the three contracts to fund the contracts' minimum amounts) and funds will expire at the end of the current fiscal year. This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was posted to the Federal Business Opportunities website, with ten offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity. Kellogg Brown and Root Services Inc., Houston, Texas, is awarded $55,452,842 for task order A00011 under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62470-17-D-4012) to exercise the first option period for base operations support services at Camp Lemonnier, Djibouti, and other areas within Africa. The work to be performed provides for all management and administration, public safety, galley, ordnance, air operations, fire and emergency services, bachelor quarters, housing, pest control, integrated solid waste, base support vehicles and equipment, custodial, electrical, water, wastewater, port operations, supply, morale-welfare-recreation, facilities investment, and environmental services to provide base operations support services. After award of this option, the total cumulative contract value will be $122,263,227. Work will be performed at various installations in Territory of Djibouti, Africa and other areas within Africa, and work is expected to be completed November 2019. No funds will be obligated at time of award. The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity. Lockheed Martin Space, Sunnyvale, California is being awarded a cost-plus-fixed-fee, cost-plus-incentive-fee $49,069,660 modification (P00002) to a previously awarded contract (N00030-18-C-0100) for Trident II (D5) missile production and deployed system support. The work will be performed in Kings Bay, Georgia (22.25 percent); Bangor, Washington (22.80 percent); Cape Canaveral, Florida (22.22 percent); Sunnyvale, California (12.59 percent); Borgo San Dalmazzo, Italy (6.81 percent); Biddeford, Maine (3.70 percent); Denver, Colorado (2.06 percent); and other various locations (less than 1.00 percent each; 7.57 percent total), and work is expected to be completed Sept. 30, 2023. Fiscal 2019 weapons procurement (Navy) funds in the amount of $31,281,073; and fiscal 2019 research, development, test, and evaluation funds in the amount of $17,788,587 will be obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin Space, Sunnyvale, California, is awarded $41,329,513 for cost-plus-incentive-fee, cost-plus-fixed-fee modification P00016 to a previously awarded contract (N00030-17-C-0100) for Trident II (D5) missile production and deployed system support. The work will be performed in Sunnyvale, California (69.71 percent); Denver, Colorado (10.92 percent); Clearwater, Florida (8.78 percent); Cape Canaveral, Florida (3.04 percent); Valley Forge, Pennsylvania (1.99 percent); Santa Clara, California (1.06 percent); and other various locations (less than 1.00 percent each; 4.50 percent total) with work expected to be completed by Sept. 30, 2023. Fiscal 2019 research, development, test, and evaluation funds in the amount of $11,513,121; and fiscal 2019 weapons procurement (Navy) funds in the amount of $29,816,392 are being obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is being awarded $32,730,879 for modification P00003 to a previously awarded advance acquisition contract (N00019-18-C-1037) for long-lead items for Japan E-2D Aircraft JAA5 under the Foreign Military Sales program. Work will be performed in Syracuse, New York (22.04 percent); Potez, Aire-sur-l'Adour, France (11.50 percent); Edgewood, New York (8.42 percent); Menlo Park, California (6.12 percent); Woodland Hills, California (5.53 percent); Rolling Meadows, Illinois (5.01 percent); Marlborough, Massachusetts (4.59 percent); Greenlawn, New York (3.06 percent); Owego, New York (3.06 percent); Independence, Ohio (3.06 percent); Gardena, California (2.29 percent); Melbourne, Florida (2.09 percent); Clemmons, North Carolina (1.81 percent); Falls Church, Virginia (1.53 percent); Melville, New York (1.49 percent); Long Beach, California (1.17 percent); Laval, Quebec, Canada (0.04 percent); and various locations within the U.S. (17.19 percent), and is expected to be completed in August 2022. Foreign military sales funds in the amount of $32,730,879 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. IAP Worldwide Services Inc., Cape Canaveral, Florida, is awarded a $20,881,626 contract modification for recurring/non-recurring services type contract for base operations services at Naval Support Activity Annapolis. The work to be performed provides for all management, supervision, labor hours, training, equipment, and supplies necessary to perform base operating services to include but not limited to facility investment, service calls, pest control, operation of utility plants, refuse collection, special events, and snow and ice removal. Work will be performed in Annapolis, Maryland, and work is expected to be completed July 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 Navy working capital funds in the amount of $14,629,883.85 for recurring work will be obligated on individual task orders issued during the contract period. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-18-D-0500). Triton Marine Construction Corp., Bremerton, Washington, is awarded a $17,914,200 firm-fixed-price contract for the repair of trestle box beams at Naval Weapons Station (NWS) Earle. The work to be performed provides for concrete spall repairs on the underside of Trestle 1A to the pile caps, beams, and deck; carbon fiber reinforced polymer strengthening of existing reinforced concrete box beams using the wet layup process; and installation of five new pile bents ten new piles will be driven on Trestle 1A to strengthen the existing box beams at NWS Earle waterfront complex. Work will be performed in Colts Neck, New Jersey, and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $17,914,200 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 six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9032). EMR Inc.,* Niceville, Florida, is awarded $16,897,000 for firm-fixed-price task order N6945019F1000 under a previously awarded multiple award construction contract (N69450-17-D-0507) for renovations to Colmer Dining Facility Building 367 at Naval Construction Battalion Center Gulfport. Renovations include expansion of cold storage areas, improvements to electrical and mechanical systems, updated parking and architectural components. In addition, a temporary kitchen facility composed of modular units will be placed in service at a separate location. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. Work will be performed in Gulfport, Mississippi, and is expected to be completed by Nov. 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $16,897,000 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Technology Unlimited Group,* San Diego, California, is awarded a $15,059,071 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $38,798,332. All work will be performed in San Diego, California. The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0005). Harmonia Holdings Group LLC,* Blacksburg, Virginia, is awarded a $15,028,289 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $39,540,512. Work will be performed at government facilities in San Diego, California (90 percent), and at contractor facilities in Blacksburg, Virginia (10 percent). The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0004). Effecture LLC,* San Diego, California, is awarded a $14,803,612 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $38,403,117. All work will be performed in San Diego, California. The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0002). Trabus Technologies Inc.,* San Diego, California, is awarded a $14,704,521 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $38,129,755. All work will be performed in San Diego, California. The period of performance of the base award is from Nov. 16, 2018 through Nov, 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0007). Grove Resource Solutions Inc.,* Frederick, Maryland, is awarded a $14,704,521 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $39,258,893. Work will be performed at Government facilities in San Diego (90 percent) and at contractor facilities in Frederick, Maryland (10 percent). The period of performance of the base award is from Nov. 16, 2018 through Nov.15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0003). Vigor Marine LLC, Portland, Oregon, is awarded an $11,668,324 firm-fixed-price contract for a 56-calendar day shipyard availability for the regular overhaul and dry docking of USNS Rappahannock (T-AO 204). Work includes general services, structural steel repairs, repair oil leaks in both port and starboard main engines, replace ballast tank level indicators, repairs to the emergency diesel generator, tank repairs and preservation to the marine sanitation device and vacuum collection holding and transfer tanks, renew valves for the ballast system, repairs to the main seawater piping, overhaul number one main seawater cooling, pump, overhaul number three ships service diesel generator turbocharger, repairs to staterooms, ship dry-docking and undocking, preservation to the ship's underwater hull and freeboard, refurbish the hauling winch assembly and motors on station number three, refurbishment of the rollers on the sliding block/transfer head/guide and refurbishment to the kingpost for station three. The contract includes options which, if exercised, would bring the total contract value to $13,586,233. Work will be performed in Portland, Oregon, and is expected to begin on Jan. 7, 2019 and is expected to be completed by March 3, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $11,668,324 will be obligated. Funds will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with one offer received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C4001). Trandes Corp.,* Lanham, Maryland, is awarded an estimated $11,619,097 contract modification to increase the ceiling of an existing indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee and cost-reimbursement contract (N66001-15-D-0146). Support includes removal of old and installation of new commercial-off-the-shelf precision approach radar; logistics and training support; remote landing site tower generator repair; tactical air navigation systems installation support; and Marine Air Traffic Control and Landing System, and Amphibious Assault Direction System sustainment support. This modification increases the estimated value of the contract from $19,226,946 to $30,846,043. This ceiling increase does not obligate funds. Funding will be obligated via task/delivery orders, which will be placed using operations and maintenance (Navy); and other procurement (Navy) funds. This modification is issued using other than full and open competition in accordance with Federal Acquisition Regulation Subpart 6.302-1 and 10 U.S. Code 2304(c)(1) - only one responsible source. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity. Data Intelligence LLC,* Marlton, New Jersey, is awarded a $11,314,171 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $28,840,430. Work will be performed at government facilities in San Diego, California (90 percent), and at contractor facilities in Marlton, New Jersey (10 percent). The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0006). Ratcliff Construction Inc.,* Orange Park, Florida, is awarded $9,990,000 for firm-fixed-price task order N6945019F0850 under a previously awarded multiple award construction contract (N69450-18-D-1315) for consolidation and repair of Aviation Hangar 600 at Naval Station Guantanamo Bay. The work to be performed provides for complete exterior and interior repairs consisting of underutilized space in the west “lean-to” two story structure. Remotely located areas will be consolidated into renovated spaces. This includes complete renovation of Aviation Hangar 600 to include demolition of structures and repair by replacement of mechanical, electrical, plumbing and fire protection systems. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by August 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $9,990,000 are obligated on this award and will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. ARMY DRS Sustainment Systems Inc., St. Louis, Missouri, was awarded a $30,439,974 firm-fixed-price contract for small enclosure kits to support production of the Chemical Biological Protective System. 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 Nov. 15, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-3009). General Dynamics Ordnance and Tactical Systems, St. Petersburg, Florida, was awarded a $14,413,028 firm-fixed-price contract for Army Ground Mobility Vehicles and associated kits. 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 Nov. 16, 2019. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0072). VSE Corp., Alexandria, Virginia, was awarded a $13,068,557 modification (P00014) to contract W911SA-16-C-0002 for labor, equipment and transportation necessary to provide logistics readiness support services to perform and assist with property accountability, vehicle operations and supporting functions, maintenance management services, field and sustainment level maintenance, storage site operations, hands-on-training mission support, and refurbishment support at various locations in Arizona, California, Texas, Oklahoma, Nevada, Arkansas and New Mexico. Work will be performed in Mountain View, California, with an estimated completion date of Aug. 29, 2019. Fiscal 2019 other funds in the amount of $11,715,802 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort McCoy, Wisconsin, is the contracting activity. *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1693147/source/GovDelivery/

  • Wanted: Virtual reality headsets that aren’t made in China

    December 9, 2019 | International, Aerospace, C4ISR

    Wanted: Virtual reality headsets that aren’t made in China

    By: Valerie Insinna ORLANDO, Fla. — The U.S. Air Force wants to tap into the augmented and virtual reality technologies that are proliferating in the commercial market, but the service has run into a problem: Many have parts from China, limiting their ability to be used by the U.S. military in operational environments. “Can we not have an AR [augmented reality] solution that's made in China? I don't think that's good for us,” Col. Gerard Ryan, chief of the Air Force's operational training infrastructure division, said during a panel discussion Tuesday at the Interservice/Industry, Training, Simulation and Education Conference. “I don't think the security policy is going to pass. And I say that sarcastically, but it's true. If we're going to use a gaming engine, let's make sure it's not made by a foreign country that we don't like,” he added. The Air Force is dipping its toes into using virtual reality through its Pilot Training Next program, which seeks to get airmen through basic pilot training more quickly and cheaply. While the PTN program is currently considered an experiment, with only a handful of airmen participating at any given time, the Air Force has already shown it may be able to shave months off the existing training timeline by supplementing live flights spent in the T-6 trainer with virtual ones using Vive virtual reality headsets and flight simulation software. An unclassified environment like basic pilot training is a perfect place for the Air Force to use the augmented and virtual reality devices currently on the market. But for such products to ever see use by fighter and bomber pilots — or any operator that deals with secure information — the service must be sure that no part of the device is made by China, or any other foreign entity that could insert technology that allows for data collection. The Air Force has begun talking to companies about its concerns, Ryan said. The hope is those firms can examine their supply chains and shift away from buying Chinese components. “I've talked to some people in industry. A smaller company has said they've found a set of goggles that's American-made. I'm like: ‘Great, you're the first person to tell me that. The only one so far, too,' ” Ryan said. Another challenge is connecting commercial devices in a classified environment, where Bluetooth and Wi-Fi use may be restricted. “I've talked to one company that has figured [it] out. They have a system where it's a backpack laptop. So it's a direct connect to the goggles,” Ryan said. “Unfortunately it's more expensive, probably, to do that. It's probably more challenging to find the parts.” When augmented or virtual reality systems can be brought into classified environments, they may not be flexible enough for quick reconfiguration to complement different training scenarios, said Col. David Nyikos, Air Combat Command's deputy director of operations. “AR/VR is super cool,” he said during the panel. “But now you need it to evolve, you need it to reprogram to adapt to whatever mission rehearsal you're coming up with. Maybe tonight you're going to go out with guys from AFSOC [Air Force Special Operations Command] working with some Norwegian SOF [special operations forces], working with some Afghans. You've got to be able to train together to rehearse that. We don't have that right now.” https://www.defensenews.com/digital-show-dailies/itsec/2019/12/06/wanted-virtual-reality-headsets-that-arent-made-in-china

All news