Back to news

February 7, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense - February 6, 2019

NAVY

BAE Systems Information and Electronic Systems Integration Inc., Hudson, New Hampshire, is awarded $225,034,247 for firm-fixed-price delivery order N0001919F2701 against a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-17-D-5517) to procure 9,999 additional Lot 7, full-rate production units of the Advanced Precision Kill Weapon System (APKWS) II. The procurement of the additional APKWS II weapons will upgrade the current 2.75-inch rocket system to a semi-active laser guided precision weapon in support of the Army, Navy, Marine Corps, Air Force and the governments of Nigeria and the Netherlands. Work will be performed in Hudson, New Hampshire (70 percent); and Austin, Texas (30 percent), and is expected to be completed in September 2020. Fiscal 2019 procurement of ammunition (Army, Navy and Marine Corps and Air Force); and Foreign Military Sales funds in the amount of $225,034,247 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.

BAE Systems Norfolk Ship Repair, Norfolk, Virginia, was awarded an $114,563,249 firm-fixed-price contract for the execution of USS Bulkeley (DDG 84) fiscal 2019 depot maintenance period Chief of Naval Operations availability. This availability will include a combination of maintenance, modernization, and repair of USS Bulkeley. This is a “long-term” availability and was competed on a coast-wide (East coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $136,226,668. Work will be performed in Norfolk, Virginia, and is expected to be completed by June 2020. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $114,563,249 will be obligated at time of award, $85,275,770 of which will expire at the end of the fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with three offers received in response to Solicitation No. N00024-18-R-4448. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4448). (Awarded Feb. 1, 2019)

Marine Hydraulics International Inc. (MHI), Norfolk, Virginia, was awarded a $103,384,447 firm-fixed-price contract for the execution of USS Gunston Hall (LSD 44) fiscal 2019 Chief of Naval Operations-scheduled dry-docking selected restricted availability. This availability will include a combination of maintenance, modernization and repair of USS Gunston Hall. This is a “long-term” availability and was competed on a coast-wide (East Coast) basis without limiting the place of performance to the vessel's homeport. MHI will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $149,237,975. Work will be performed in Norfolk, Virginia, and is expected to be completed by April 2020. Fiscal 2019 operations and maintenance (Navy) funding; and fiscal 2019 other procurement (Navy) funding in the amount of $103,384,447 will be obligated at time of award, and $103,159,625 will 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 three offers received in response to solicitation N00024-18-R-4448. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4450). (Awarded Feb. 1, 2019)

General Dynamics NASSCO-Norfolk, Norfolk, Virginia, was awarded a $67,179,025 firm-fixed-price contract for the execution of USS Arleigh Burke (DDG 51) fiscal 2019 dry-docking selected restricted availability Chief of Naval Operations availability. This availability will include a combination of maintenance, modernization, and repair of USS Arleigh Burke. This is a “long-term” availability and was competed on a coast-wide (East Coast) basis without limiting the place of performance to the vessel's homeport. NASSCO will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $74,718,063. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $67,179,025 will be obligated at time of award and will expire at the end of the current fiscal year. Work will be performed in Norfolk, Virginia, and is expected to be complete by November 2019. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with three offers received in response to solicitation No. N00024-18-R-4448. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4449). (Awarded Feb. 1, 2019)

Group W Inc., Vienna, Virginia, is awarded a $24,999,999 indefinite-delivery/indefinite-quantity, firm-fixed-price contract with a five-year ordering period for research and innovative technical analysis support services for the Marine Corps Operations Analysis Directorate. Work will be performed in Vienna, Virginia. Work is expected to be completed within the delivery dates set forth in each task order. The ordering period will commence on Feb. 5, 2019 and end on Feb. 4, 2024. No funds will be obligated at the time of award. Funding on this contract will be obligated at the task order level. Operations and maintenance (Marine Corps), and research and development (Marine Corps and Navy) funding will be used for the task orders. Fiscal 2019, operations and maintenance (Marine Corps) funds in the amount of $950,200 will be obligated for task orders one and two and will expire at the end of the current fiscal year. This contract was competitively procured via solicitation on the Federal Business Opportunities website, with three proposals received. The Marine Corps Installations Command, National Capital Region, Regional Contracting Office Quantico, Virginia, is the contracting activity (M00264-19-D-0007).

PAE Aviation and Technical Services LLC, Arlington, Virginia, is awarded a $23,000,000 firm-fixed-price, indefinite-delivery, requirements contract. This contract provides continued Contractor Instruction, Maintenance, Operations and Training Support (CIMOTS). CIMOTS will support the national strategic sealift Cargo Offload Discharge System requirements and facilitate training for the Improved Navy Lighterage System powered and non-powered craft at Expeditionary Warfare Training Groups, Pacific and Atlantic. Work will be performed in Coronado, California (90 percent);and Norfolk, Virginia (10 percent), and is expected to be completed in December 2023. 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 an electronic request for proposal; one offer was received. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-19-D-1020).

General Atomics, San Diego, California, is awarded $8,417,378 for ceiling-priced delivery order N00383-19-F-NA05 under previously awarded basic ordering agreement (N00383-18-G-NA01) for the manufacture of 17 various line items for initial spares acquisition in support of the Electromagnetic Aircraft Launch System for use on aircraft carriers. Work will be performed in Tupelo, Mississippi, and work will be completed by January 2022. Working capital funds (Navy) in the amount of $6,313,034 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

ARMY

MDM Construction,* Rockford, Illinois (W911SA-19-D-2005); Greenstone Construction,* Fargo, North Dakota (W911SA-19-D-2006); Richard Group,* Glenview, Illinois (W911SA-19-D-2007); Allcon Construction,* Butler, Wisconsin (W911SA-19-D-2008); Progressive Construction Services,* Janesville, Wisconsin (W911SA-19-D-2009); JMJ Construction,* Baraboo, Wisconsin (W911SA-19-D-2010); Relyant Global,* Maryville, Tennessee (W911SA-19-D-2011); RHI Construction Services,* West Haven, Utah (W911SA-19-D-2012); Platt Construction,* Franklin, Wisconsin (W911SA-19-D-2013); and Signature Renovations,* Capitol Heights, Maryland (W911SA-19-D-2014), will compete for each order of the $45,000,000 firm-fixed-price contract for Fort McCoy, Wisconsin, Department of Public Works construction. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 14, 2024. U.S. Army Mission and Installation Contracting Command, Fort McCoy, Wisconsin, is the contracting activity.

Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $26,182,720 modification (P00136) to contract W31P4Q-13-C-0129 to procure Command Launch Unit retrofits. Work will be performed in Tucson, Arizona, with an estimated completion date of Aug. 31, 2021. Fiscal 2018 other procurement, Army funds in the amount of $26,182,720 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Social Services Missouri Dept., Jefferson City, Missouri, was awarded a $19,195,300 modification (P00003) to contract W911S7-18-C-0011 for full food service. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Aug. 5, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $19,195,300 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Leonard Wood, Missouri, is the contracting activity.

Valiant Government Services LLC, Hopkinsville, Kentucky, was awarded a $16,255,102 modification (P00009) to contract W91278-18-C-0011 for operations and maintenance services. Work will be performed in Natick, Massachusetts; Daleville, Alabama; Silver Spring, Maryland; Aberdeen, Maryland; Frederick, Maryland; and Dover, Delaware, with an estimated completion date of Feb. 6, 2020. Fiscal 2019 operations and maintenance Army; and research, development, test and evaluation funds in the amount of $16,255,102 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Panamerican Consultants Inc.,* Memphis, Tennessee, was awarded a $7,500,000 firm-fixed-price contract for cultural resources related services. 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. 6, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0003).

R. Christopher Goodwin & Associates Inc.,* New Orleans, Louisiana, was awarded a $7,500,000 firm-fixed-price contract for cultural resources related services. 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. 6, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0006).

Coastal Environments Inc.,* Baton Rouge, Louisiana, was awarded a $7,500,000 firm-fixed-price contract for cultural resources related services. 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. 6, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0007).

MISSILE DEFENSE AGENCY

General Atomics Electromagnetic Systems, San Diego, California, is being awarded a $30,900,000 cost-plus-fixed-fee contract modification (P00013) to a previously awarded contract (HQ0277-l 7-C-0001). The value of this contract is increased from $37,850,000 to $68,750,000. Under this modification, the contractor will continue to demonstrate passive Missile Defense Agency configured MQ-9 unmanned aerial vehicles in Ballistic Missile Defense System tests. The work will be performed in San Diego, California. Fiscal 2019 research, development, test and engineering funds in the amount of $l,445,000 are being obligated at the time of award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity (HQ0277-17-C- 0001).

*Small Business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1750408/source/GovDelivery/

On the same subject

  • COVID-19: Masked Army Soldiers Test New Drones

    April 14, 2020 | International, Aerospace

    COVID-19: Masked Army Soldiers Test New Drones

    Troops in improvised face masks to slow the spread of COVID-19 have begun field testing one candidate for the Future Tactical Unmanned Aerial System (FTUAS). By SYDNEY J. FREEDBERG JR WASHINGTON: First Infantry Division soldiers at Fort Riley, Kansas launched their first Arcturus JUMP 20 recon drone on Tuesday, one of four UAVs the service is evaluating to replace the aging RQ-7 Shadow. While some high-profile weapons testing has been delayed or disrupted by the COVID-19 coronavirus, from the F-35 fighter to the IBCS missile defense network, the 1st ID's commander, Maj. Gen. John Kolasheski, okayed the Future Tactical Unmanned Aerial System (FTUAS) test — with some precautions. “1st Infantry Division Soldiers are encouraged to wear cloth face coverings in public settings or in situations such as the FTUAS assessment, where social distancing is difficult,” said Maj. John Allen. “Our actions to protect the force and prevent the spread of COVID-19 are continually assessed and revised as necessary and in accordance with Army policy.” Allen is public affairs officer for the division's 1st Armored Brigade Combat Team. The unit, one of the oldest in the Army with a history going back to World War I, is now the first of five combat brigades that will be field-testing the four FTUAS contenders. The Martin V-Bat, Textron Aerosonde HQ, and L3Harris FVR-90 will each be tested by a different brigade, while two units (including the 1st ABCT) will try out the largest of the drones, Arcturus UAV's 210-pound JUMP 20. The exact start dates are now uncertain as each unit and contractor must take precautions against the pandemic. This multi-month, multi-brigade effort is part of Army Futures Command's emphasis on getting feedback from real soldiers early in acquisition programs, rather than trying to perfect new technology in isolation from the people who'll actually have to use it. So far, so good, according to soldiers quoted in today's Army announcement. The current Shadow drone is so loud that “we're used to screaming at each other and having to use radios in order to communicate,” said Spc. Christopher McCoy. With the JUMP 20, he said, “you can stand right next to this aircraft and not even raise your voice.” Getting a quieter scout drone is a top priority for the FTUAS program – not to save soldiers' hearing, although that's a positive side effect — but to make it harder for enemies to detect. Another priority is scrapping the cumbersome infrastructure required for the Shadow, which needs a pneumatic catapult to launch it and a runway to land on. “With the VTOL [Vertical Take Off & Landing] system on the JUMP 20, we don't need any of that,” said Spc. Nicholas Miller (pictured above in his cloth mask). “We're working with half the equipment.” The 1st Brigade will try out the JUMP 20 for five months, building up from this week's familiarization drills to full-scale brigade wargames at the National Training Center – assuming, that is, that those exercises aren't canceled by the pandemic like so many others. https://breakingdefense.com/2020/04/covid-19-masked-army-soldiers-test-new-drones

  • MCO : les contrats verticalisés augmentent la disponibilité des aéronefs des armées

    January 20, 2022 | International, Aerospace

    MCO : les contrats verticalisés augmentent la disponibilité des aéronefs des armées

    La nouvelle stratégie de soutien des matériels aéronautiques des armées « commence à porter ses fruits », relève La Tribune. Lors d'un point presse en ce début d'année, le ministère des Armées a communiqué sur les succès de la stratégie de contrats verticalisés. En 2017, pour le MCO d'un aéronef, le ministère pouvait passer jusqu'à 30 contrats de maintenance différents, là où il y a désormais pour chaque flotte un maître d'œuvre de la maintenance, avec un guichet unique pour la logistique, explique La Tribune. La durée des contrats a également été allongée (jusqu'à 14 ans pour la flotte Mirage 2000). « L'industriel a tous les leviers en main. Il dispose de la visibilité, de la durée, il a l'ensemble de la chaîne à sa responsabilité. Il peut donc planifier, il peut donc recruter, il peut investir, il peut innover, il peut anticiper les obsolescences techniques. Il a une rémunération incitative qui est fondée majoritairement sur le nombre d'heures de vol, ce qui lui donne une motivation à ce que nos forces puissent voler », a fait valoir Monique Legrand-Larroche, directrice de la DMAé (Direction de la Maintenance Aéronautique). La Tribune du 19 janvier

  • Contract Awards by US Department of Defense - November 15, 2019

    November 18, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 15, 2019

    AIR FORCE Lockheed Martin Corp., Littleton, Colorado, has been awarded a ceiling amount of $3,329,600,000 single award, indefinite-delivery/indefinite-quantity contract for combined orbital operations, logistics and resiliency support services. This contract provides for operations, sustainment and enhancement activities to support the Advanced Extremely High Frequency, Milstar and Defense Satellite Communications System III programs. Work will be performed at Peterson Air Force Base, Colorado; Schriever Air Force Base, Colorado; and Sunnyvale, California, and is expected to be completed by Nov. 30, 2029. This award is the result of a sole source acquisition. No funds will be obligated on the basic contract and the type of funding will be obligated on subsequent task and delivery orders. The Space and Missile System Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8823-20-D-0001). Raytheon Co., Largo, Florida, has been awarded an $86,756,767 cost-plus-fixed-fee contract for the Presidential and National Voice Conferencing (PNVC) Integrator contract. The PNVC capability is a new requirement for use by the president of the United States (POTUS), secretary of defense, chairman of the Joint Chiefs of Staff, combatant commanders and other senior leaders. The POTUS and national leadership require worldwide, secure, survivable voice conferencing capability that supersedes and improves upon the existing Milstar Survivable Emergency Conferencing Network system. The PNVC capability will incorporate improved voice quality, reduced latency, high availability, increased number of subscribers and a new conference management capability for the user community. Work will be performed at Marlborough, Massachusetts, and is expected to be completed by September 2024. This award is the result of a sole source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $2,000,000 are being obligated at the time of the award. The Family of Advanced Beyond Line-of-Sight Terminals Contracting office, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8735-20-C-0001). Bismark Construction Corp., Newark, New Jersey, has been awarded a $17,108,605 modification (P00009) to previously awarded contract FA4484-16-D-0003 for maintenance and repair services requirement contract. This modification provides for the exercise of Option Four for the period of performance Nov. 16, 2019, through Nov. 15, 2020. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be complete by Nov. 15, 2020. The total cumulative face value of the contract is $85,540,325.00. Fiscal 2020 operations and maintenance funds will be used and no funds are being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity. AT2 LLC, Severn, Maryland, has been awarded a $14,495,776 modification (P00010) to previously awarded contract FA4890-18-C-0008 for Air Combat Command and Air Force Global Strike Command Primary Training Ranges operations and maintenance support services. This contract provides for operating materials and supplies of range threat, scoring and feedback systems. Work will be performed at Dare County Range, North Carolina; Poinsett Range, South Carolina; Grand Bay Range, Georgia; Avon Park Range, Georgia; Snyder Range, Texas; Belle Fourche Range, South Dakota; Holloman Ranges, New Mexico; Mountain Home Ranges, Idaho; and Guam Range, Guam. Work is expected to be completed by Dec. 31, 2022. Fiscal 2020 operations and maintenance funds in the amount of $13,871,092 are being obligated at the time of award. Headquarters Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity. NAVY Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $913,536,186 cost-plus-fixed-fee modification to previously-awarded contract N00024-19-C-2114 for Naval Nuclear Propulsion Components. Work will be performed in Monroeville, Pennsylvania (69%); and Schenectady, New York (31%). Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $584,866,256 will be obligated at time of award and funding will not expire at the end of the current fiscal year. No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $483,735,911 cost-plus-fixed-fee modification to previously-awarded contract N00024-16-C-2106 for Naval Nuclear Propulsion Components. Work will be performed in Monroeville, Pennsylvania (66%); and Schenectady, New York (34%). Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $483,735,911 will be obligated at time of award and funding will not expire at the end of the current fiscal year. No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Raytheon Co., Integrated Defense Systems, San Diego, California, is awarded a $61,531,220 indefinite-quantity/indefinite-delivery contract for Global Positioning System-Based Positioning, Navigation and Timing Service (GPNTS) software support. GPNTS is used to receive, process and distribute three-dimensional position, velocity, acceleration, attitude, time and frequency in the formats required by shipboard user systems. The software support will include development, integration and test of improvements, correction of deficiencies, preparation and delivery of engineering interim/final software builds and inputs for the GPNTS software requirements and configuration baseline. The contract includes a base ordering period of five years, with a subsequent three-year option and a final two-year option for a total of 10 years should all options be exercised. The option periods, if exercised, would bring the cumulative value of this contract to $100,345,487. Fiscal 2019 research, development, test and evaluation funds in the amount of $3,407,044 will be placed on contract and obligated at the time of award. Contract funds will expire at the end of the current fiscal year. Work will be performed in San Diego, California, and is expected to be completed by November 2024. If all options are exercised, work could continue until November 2029. This contract was competitively procured with two offers received via the Commerce Business Daily's Federal Business Opportunities website and the NAVWAR e-Commerce Central website. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-20-D-0021). Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $31,801,007 cost-plus-fixed-fee modification to previously-awarded contract N00024-19-C-2115 for Naval Nuclear Propulsion Components. Work will be performed in Monroeville, Pennsylvania. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $31,801,007 will be obligated at time of award and will not expire at the end of the current fiscal year. No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. General Dynamics Electric Boat, Groton, Connecticut, is awarded a $24,103,730 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-2101 to exercise an option for engineering and technical design effort to support research and development concept formulation for current and future submarine platforms. Work will be performed in Groton, Connecticut, and is expected to be complete by October 2020. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $175,000 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. Progeny Systems Corp.,* Manassas, Virginia, is awarded a $9,855,080 firm-fixed-price and cost-plus-fixed-fee contract for services and hardware systems in support of the Undersea Warfare Decision Support Systems (USW-DSS) Command and Control program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $50,711,886. Work will be performed in Manassas, Virginia (79%); Norfolk, Virginia (11%); Keyport, Washington (8%); Charleroi, Pennsylvania (1%); and San Diego, California(1%), and is expected to be completed by November 2020. If all options are exercised, work will continue through November 2024. Fiscal 2019 other procurement (Navy); and fiscal 2019 research, development, test and evaluation funding in the amount of $3,752,402 will be obligated at time of award and funding in the amount of $807,804 will expire at the end of the current fiscal year. This contract was not competitively procured. In accordance with Section 1709 of the 2018 National Defense Authorization Act that modifies 15 U.S. Code 638(r)(4), this Small Business Innovative Research (SBIR) Phase III contract is being awarded to Progeny Systems Corp., the same firm that received the SBIR award. USW-DSS provides a common set of integrated cross-platform and command decision support tools to enable integrated USW operations. The contract award is a follow-on to contract N00024-14-C-5209 for production and modernization of USW-DSS systems developed under the prior SBIR Phase III Contract. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-5213). Pacific Federal Management Inc.,* Tumon, Guam, is awarded a $9,093,633 indefinite-delivery/indefinite-quantity contract for base operating support services at Naval Base Guam and Naval Support Activity Andersen. The maximum dollar value including the base period and four option years is $48,494,711. The work to be performed provides for all labor, supervision, management, tools, material, equipment, facilities, transportation and incidental engineering and other items necessary to accomplish all work in ground maintenance and tree trimming services for United States military facilities on Guam at various locations on Guam and Northern Marianas Islands. Work will be performed in the Naval Facilities Engineering Command (NAVFAC) Marianas area of operations, including but not limited to, Naval Base Guam (70%); and Naval Support Activity Andersen, Guam (30%), and is expected to be completed by November 2024. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance (O&M), (Navy); and fiscal 2020 O&M, (family housing) contract funds in the amount of $6,707,564 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Federal Business Opportunities website with two proposals received. NAVFAC Marianas, Guam, is the contracting activity (N40192-20-D-9000). ARMY Walsh Federal JV, Chicago, Illinois, was awarded a $77,308,000 firm-fixed-price contract to procure services for the design and construction of an 87,620 square foot Joint Regional Confinement Facility. Bids were solicited via the internet with seven received. Work will be performed in Tacoma, Washington, with an estimated completion date of Aug. 1, 2022. Fiscal 2017 and 2018 military construction, Army funds in the amount of $77,308,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-20-C-0002). Great Lakes Dredge & Dock Co., Oak Brook, Illinois, was awarded a $13,700,000 modification (P00018) to contract W912BU-15-C-0054 for dredging plants to remove the variety of material encountered in dredging. Work will be performed in Chester, Pennsylvania, with an estimated completion date of March 15, 2020. Fiscal 2020 operation and maintenance, Army funds in the amount of $13,700,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity. DEFENSE LOGISTICS AGENCY Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a maximum $67,076,432 requirements contract for supplies related to the upgrade of the T-56 engine from series 3.0 to series 3.5. 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 five-year base contract with one five-year option period. Location of performance is Indiana, with Sept. 30, 2024, performance completion date. Using military services are Air Force and Navy. Type of appropriation is fiscal 2020 through 2024 defense appropriated funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-20-D-9405). Avon Engineered Fabrications, Picayune, Mississippi (SPE7MX-20-D-0015); and SMR Technologies Inc., Fenwick, West Virginia (SPE7MX-20-D-0016), are sharing a maximum $40,328,925 firm-fixed-price with economic-price-adjustment contract for landing craft air cushion skirting systems. This was a competitive acquisition with two responses received. These are three-year base contracts with two one-year option periods. Locations of performance are Mississippi and West Virginia, with a Nov. 14, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-20-D-0015). Peckham Vocational Industries,** Peckham, Michigan, has been awarded a maximum $8,673,0560 modification (P00008) exercising the second, one-year option of a one-year base contract (SPE1C1-18-D-N029) with two, one-year option periods for the GEN III, Layer II, Mid-Weight Drawer. This is a firm-fixed-price contract. Location of performance is Michigan, with a Nov. 21, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small Business **Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2018396/source/GovDelivery/

All news