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

  • ManTech wins IT contract to support US Navy ship maintenance

    July 23, 2020 | International, Naval

    ManTech wins IT contract to support US Navy ship maintenance

    Andrew Eversden WASHINGTON — ManTech has won an $87 million contract for IT work on U.S. Naval Sea Systems Command's ship maintenance mission, the company announced July 22. Under the five-year contract, ManTech will support the Navy Maritime Maintenance Enterprise Solution, or NMMES, run by NAVSEA. ManTech will provide the command with advanced IT software research, development and engineering, according to a news release. The defense contractor will “accelerate cost-efficient software development cycle times, speeding maintenance activity access to the highest quality high-technology solutions with greater leverage on an expansive data library,” the release said. “ManTech will improve the quality, integration and efficiency of the NMMES architecture to enhance ship maintenance operations and improve readiness for the Navy's most critical surface and submarine platforms,” said Andy Twomey, ManTech executive vice president and general manager of the defense sector. The executive added that the solutions include robotic process automation, agile DevSecOps software modeling and artificial intelligence-automated cybersecurity. NNMES is an IT system used for ship repair at its four public shipyards: Norfolk, Virginia; Portsmouth, Virginia; Puget Sound, Washington; and Pearl Harbor, Hawaii. The award was made under the Department of Defense Information Analysis Center's multiple award contract vehicle, which is awarded by the Air Force Installation Contracting Center for work with various military organizations https://www.c4isrnet.com/battlefield-tech/it-networks/2020/07/22/mantech-wins-it-contract-to-support-us-navy-ship-maintenance/

  • Contract Awards by US Department of Defense - May 01, 2020

    May 4, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - May 01, 2020

    U.S. SPECIAL OPERATIONS COMMAND Core One Solutions LLC, Sterling, Virginia (H92400-20-D-0002); Crisis Response Co. LLC, Keller, Texas (H92400-20-D-0003); Consulting Services Group LLC, Herndon, Virginia (H92400-20-D-0004); D3 Air & Space Operations Inc., St. Augustine, Florida (H92400-20-D-0005); Defense Acquisition Inc., Huntsville, Alabama (H92400-20-D-0006); EnGenius, Huntsville, Alabama (H92400-20-D-0007); Firebird AST, Arlington, Virginia (H92400-20-D-0008); Federal Information Systems Inc., San Antonio, Texas (H92400-20-D-0009); FITT Scientific LCC, Colonial Heights, Virginia (H92400-20-D-0010); Gemini Industries Inc., Burlington, Massachusetts (H92400-20-D-0011); Global Dimensions LLC, Fredericksburg, Virginia (H92400-20-D-0012); Geo Owl LLC, Wilmington, North Carolina (H92400-20-D-0013); Iron EagleX, Tampa, Florida (H92400-20-D-0014); INTEROP-ISHPI JV LLC, Virginia Beach, Virginia (H92400-20-D-0015); ITELITRAC Inc., Ashburn, Virginia (H92400-20-D-0016); Infinity Technology LLC, McLean, Virginia (H9240-020-D-0017); K2 Solutions Inc., Southern Pines, North Carolina (H92400-20-D-0018); Legion Systems LLC, Tampa, Florida (H92400-20-D-0019); Lukos LCC, Tampa, Florida (H92400-20-D-0020); METIS Celestar JV LLC, Tampa, Florida (H92400-20-D-0021); MHM Innovations Inc., Fairfax, Virginia (H92400-20-D-0022); Nisga'a Tek LLC, Chantilly, Virginia (H92400-20-D-0023); OSCAR DEUCE LLC, Virginia Beach, Virginia (H92400-20-D-0024); Prescient Edge Corp., McLean, Virginia (H92400-20-D-0025); ProCleared LLC, Chantilly, Virginia (H92400-20-D-0026); Preting LLC, Springfield, Virginia (H92400-20-D-0027); Quiet Professionals, Tampa, Florida (H92400-20-D-0028); R3 Strategic Support Group Inc., Coronado, California (H92400-20-D-0029); The Red Gate Group Ltd., Chantilly, Virginia (H92400-20-D-0030); R&K Enterprise Solutions Inc., Newport News, Virginia (H92400-20-D-0031); RMGS Inc., Virginia Beach, Virginia (H92400-20-D-0032); Special Applications Group, Tampa, Florida (H92400-20-D-0033); SOLUTE Inc., San Diego, California (H92400-20-D-0034); Systems Plus Inc., Rockville, Maryland (H92400-20-D-0035); Spathe Systems LLC, Tampa, Florida (H92400-20-D-0036); Strategic Solutions Unlimited Inc., Fayetteville, North Carolina (H92400-20-D-0037); Streamline Defense LLC, Tampa, Florida (H92400-20-D-0038); T3i Inc., Imperial Beach, California (H92400-20-D-0039); TriDcor JV LLC, Wesley Chapel, Florida (H92400-20-D-0040); Tyoneck Global Services LLC, Anchorage, Alaska (H92400-20-D-0041); Threat Tec LLC, Hampton, Virginia (H92400-20-D-0042); Universal Strategy Group Inc., Franklin, Tennessee (H92400-20-D-0043); Vistra Communications LLC, Lutz, Florida (H92400-20-D-0044); VxL Enterprise LLC, Alexandria, Virginia (H92400-20-D-0045); Walsingham Group Inc., Fayetteville, North Carolina (H92400-20-D-0046); and Webworld Technologies Inc., Fairfax, Virginia (H92400-20-D-0047), were awarded 46 indefinite-delivery/indefinite-quantity contracts worth $950,000,000 maximum for Special Operations Forces core support services in support of U.S. Special Operations Command (USSOCOM) enterprise requirements in the U.S. and globally. Contracted subject matter expertise and knowledge-based services will support education, training, engineering, technical, professional, administrative, management support, program management and other requirements. Funding shall be provided on a delivery order basis. Fiscal 2020 operations and maintenance funds will be used to satisfy a $2,500 contract minimum guarantee. The contracts were awarded competitively using Federal Acquisition Regulation Part 15 procedures. USSOCOM, Tampa, Florida, is the contracting activity. AIR FORCE COLASKA Inc., North Pole, Alaska (FA5004-20-D-0001); HC Contractors Inc., North Pole, Alaska (FA5004-20-D-0002); Paving Products Inc., Fairbanks, Alaska (FA5004-20-D-0003); Great Northwest Inc., Fairbanks, Alaska (FA5004-20-D-0004); and Granite Construction Co., Watsonville, California (FA5004-20-D-0005), have been awarded indefinite-delivery/indefinite-quantity contracts with a maximum estimated aggregate value of $350,000,000 under a multiple award task order contract for airfield/roadway paving and striping. These contracts provide for all plant, labor, supervision, equipment and materials necessary to repair, maintain and construct roads, parking lots, airfields and associated incidental work. Work will be performed on Eielson Air Force Base, Alaska; Fort Wainwright, Alaska; Fort Greely, Alaska; Clear Air Force Station, Alaska; and 168th Air National Guard property, Alaska, and work is expected to be completed April 30, 2027, if all six options are exercised. These awards are the result of a competitive acquisition and five offers were received. Fiscal 2020 operations and maintenance funds in the amount of $500 are being obligated to each contractor at the time of award. The 354th Contracting Squadron Eielson Air Force Base, Alaska, is the contracting activity. Point Junction Car Rental, Doha, Qatar, has been awarded a $95,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for lease vehicle services at Al Udeid Air Base, Qatar. This is a non-personal services contract to provide vehicle lease service for the Expeditionary Logistic Readiness Support Squadron. Work will be completed Nov. 30, 2024, and is the result of a competitive acquisition with 21 offers received. Fiscal 2020 operations and maintenance funds in the amount of $30,713 will be obligated at the time of award. The 379th Expeditionary Contracting Squadron, Al Udeid Air Base, Qatar, is the contracting activity (F5702-20-D-0201). The Applied Research Laboratory at University of Hawaii, Honolulu, Hawaii, has been awarded a $75,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to establish or maintain an essential engineering, research, or development capability to be provided by an educational or other nonprofit institution or a federally funded research and development center under the authority 10 U.S. Code 2304(c)(3)(B). The purpose of the Vanguard Center's Unified University Affiliated Research Center (UARC) for Maui High Performance Computing Center (MHPCC) Support (VaCUUMS) is to leverage the UARC's core competencies to accomplish research, development, test, and evaluation (RDT&E). The Air Force Research Laboratory UARC is necessary to maintain essential engineering, research and development capabilities at the MHPCC Vanguard Center by conducting scientific and technology investigations and by providing scientific expertise, capabilities and interdisciplinary facilities required for progression from basic theories of knowledge to practical and realistic fielded application in the areas of: sensor development; image processing; command and control integration; advanced data visualization and analytics; machine learning; and autonomy. Work will be performed in Maui, Hawaii, and is expected to be completed May 2024. This award is the result of the sole-source acquisition, and fiscal 2020 RDT&E funds in the amount of $358,422 are being obligated under Task Order 0001 (FA9451-20-F-0004) at time of award. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-20-D-0004). Akima Support Operations LLC, Colorado Springs, Colorado, has been awarded a $14,499,202 firm-fixed-price, cost-reimbursement contract to exercise Option Period Four for civil engineer services. The contractor will provide non‐personal services for continued operational support and civil engineer services to include engineering, environmental, operations, maintenance and emergency management. Work will be performed at MacDill Air Force Base, Florida, for the period of May 1, 2020, to April 30, 2021. Fiscal 2020 operations and maintenance funds in the amount of $14,499,202 is being obligated at the time of award. The 6th Contracting Squadron, MacDill AFB, Florida, is the contracting activity (FA4814‐17‐C‐0002). NAVY Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $123,526,724 modification (P00001) to previously awarded, fixed-price, incentive-firm-target contract N00019-19-C-0011. This modification procures the necessary hardware, systems engineering, technical support, analysis and studies to integrate the Department of Navy Large Aircraft Infrared Countermeasures system onto aircraft for the Navy, Army, Air Force and the governments of Norway and New Zealand. Work will be performed in Rolling Meadows, Illinois (34%); Goleta, California (30%); Longmont, Colorado (11%); Blacksburg, Virginia (6%); Lewisburg, Tennessee (3%); Boulder, Colorado (3%); Carlsbad, California (2%); Apopka, Florida (1%); and various locations within the continental U.S. (10%). Weapon replaceable assemblies hardware procurements are as follows: 418 Advanced Threat Warning (ATW) sensors, 272 High Capacity Cards (HCCs), 160 Personal Computer Memory Card International Association (PCMCIA) cards, 64 Guardian Laser Transmitter Assemblies (GLTAs), 64 GLTA shipping containers, 53 -2103 signal, 48 Control Indicator Unit Replaceable (CIURs), 14 Smart Connector Assemblies (SCAs) and six Multi-Role Electro-Optical End-to-End Test Sets (MEONs) for the Navy; 156 HCCs, 138 ATW sensors, 23 CIURs and 23 -2103 signal for the Army; 64 PCMCIA cards and 45 ATW sensors for the Air Force; six GLTAs, six GLTA shipping containers, six SCAs and four HCCs for the government of Norway; and 30 Infrared Missile Warning Sensors, five GLTAs, five GLTA shipping containers, five SCAs, three HCCs, two CIURs and two MEONs for the government of New Zealand. Work is expected to be complete by July 2022. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $76,228,341; fiscal 2020 procurement (Air Force) funds in the amount of $2,926,699; fiscal 2020 research, development, test and evaluation funds (Navy) in the amount of $2,802,286; fiscal 2019 procurement (defense-wide) funds in the amount of $3,418,527; fiscal 2019 aircraft procurement (Navy) funds in the amount of $410,223; fiscal 2018 aircraft procurement (Army) funds in the amount of $25,262,278; fiscal 2018 aircraft procurement funds (Navy) in the amount of $3,184,415; and Foreign Military Sales funds in the amount of $9,293,955 will be obligated will be obligated at time of award, $3,184,415 of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($82,625,265; 67%); Army ($25,262,278; 20%); Air Force (6,345,226; 5%); the government of New Zealand ($6,338,009; 5%); and the government of Norway ($2,955,946; 2%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Alion Science and Technology Corp., Burr Ridge, Illinois, is awarded a $49,999,999 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides non-recurring engineering and logistics support for the Live, Virtual, and Constructive (LVC) family of training systems. Work will be performed in Mayport, Florida (20%); Jacksonville, Florida (20%); North Island, California (20%); Kaneohe, Hawaii (20%); and various locations outside the continental U.S. (20%). The LVC Integrated Training System is a networked, personal computer (PC) based deployable trainer designed to support integrated and coordinated tactical training and simulation. Additionally, this contract procures the current training system configuration comprised of PCs with each PC system representing a mission training station in a particular aircraft (i.e. SH-60B, SH-60F, P-3C), shipboard system or combat systems which, when in a networked environment, allow for integrated mission training. Work is expected to be complete by April 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via Federal Business Opportunities; one offer was received. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-D-0015). Northrop Grumman Systems Corp., Charlottesville, Virginia, is awarded a $27,430,321 firm-fixed-price, cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-19-C-4101 to exercise options to procure integrated bridge and navigation systems for the DDG-51 (guided missile destroyer) New Construction Ship Program and DDG-51 Midlife Modernization Program with physical throttles kits and engineering services. Work will be performed in Charlottesville, Virginia. The integrated bridge and navigation system is a hull, mechanical and electrical upgrade. It is part of the comprehensive plan to modernize the DDG-51 class to ensure the ships remain combat relevant and affordable throughout their life. Work is expected to be complete by August 2021. Fiscal 2020 other procurement (Navy); and 2019 and 2020 shipbuilding and conversion (Navy) funding in the amount of $18,759,918 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $19,467,608 cost-plus-incentive fee, cost-plus-fixed-fee, undefinitized contract modification (N00024-20-C-5105) for the procurement of the Korean Gun Computing System development, software, and hardware and subassemblies for installation. This modification will finalize the Korean Gun Computing System interface design specifications for the integration with the Aegis combat system. This contract involves Foreign Military Sales (FMS) to the government of South Korea. Work will be performed in Seoul, South Korea (51%); Moorestown, New Jersey (46%); and Clearwater, Florida (3%), and is expected to be complete by July 2026. FMS funding in the amount of $1,975,021 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract modification was not competitively procured in accordance with the authority from 10 U.S. Code 2304 (c)(4). The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded April 29, 2020) Raytheon Integrated Defense Systems, Tewksbury, Massachusetts, is awarded a $17,220,849 cost-plus-fixed-fee, firm-fixed-price order under basic ordering agreement N00024-18-G-5501 for dual band radar systems engineering in support of CVN 78. Work will be performed in Portsmouth, Rhode Island (30%); Andover, Massachusetts (30%); Tewksbury, Massachusetts (20%); and Marlborough, Massachusetts (20%), and is expected to be complete by February 2022. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $17,220,849 will be obligated at time of award and will not expire at the end of the current fiscal year. This order was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) with only one responsible source, and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-F-5506). Ocean Ships Inc., Houston, Texas, is awarded a $15,114,743 modification for the fixed-price portion of previously awarded contract N32205-19-C-3003 to fund the operation and maintenance of two expeditionary transfer dock (ESD) vessels: U.S. Naval Ship (USNS) Montford Point (T-ESD 1) and USNS John Glenn (T-ESD 2). Work will be performed at sea worldwide, and the vessels will continue to support Military Sealift Command's world-wide prepositioning requirements. Work is expected to be complete by November 2024, if all options are exercised. This modification exercises the first of four one-year option periods of this contract. Working capital funds (Navy) in the amount of $15,114,743 are obligated for fiscal 2020 and fiscal 2021, and will not expire at the end of each year. The Military Sealift Command, Norfolk, Virginia, is the contracting activity. DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded an $11,786,168 firm-fixed-price modification to previously awarded contract N00024-17-C-4109 to exercise options for procurement of AN/USQ-82(V) hardware in support of DDG-51 (guided missile destroyer) class new construction, DDG- 51 class modernization, and Aegis Ashore Japan. Work will be performed in Johnstown, Pennsylvania. The AN/USQ-82(V) Program is a control system network. Its purpose is to transfer mission critical data to and from users associated with combat, navigation, aviation, power, propulsion, steering, alarms indicating and damage control systems. Work is expected to be complete by August 2021. This contract combines purchases for the Navy (79%) and government of Japan (21%) under the Foreign Military Sales (FMS) program. Fiscal 2020 other procurement (Navy); 2020 and 2013 shipbuilding and conversion (Navy); and FMS Japan funding in the amount of $11,786,168 will be obligated at the time of the award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. DEFENSE LOGISTICS AGENCY Del Medical Inc., Bloomingdale, Illinois, has been awarded a maximum $100,000,000 firm‐fixed‐price, indefinite-delivery/indefinite‐quantity contract for radiology systems, accessories and training. This is a five‐year base contract with one five‐year option period. This was a competitive acquisition with 50 responses received. Location of performance is Illinois, with an April 30, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1‐20‐D‐0009). Vitol Inc., Houston, Texas, has been awarded a maximum $99,594,897 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 14 responses received. This is a one-year contract with a 30-day carry-over period. Locations of performance are Texas and the United Kingdom, with a July 30, 2021, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-20-D-0482). First Nation Group LLC, doing business as Jordan Reses Supply, Niceville, Florida, has been awarded a maximum $47,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 115 responses received. This is a five-year contract with no option periods. Location of performance is Florida, with an April 30, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0037). The Boeing Co., doing business as Boeing, St. Louis, Missouri, has been awarded a maximum $29,864,155 firm-fixed-price, fixed-quantity contract for B-52 hatches. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. This is a two-year, three-month contract with no option periods. Locations of performance are Missouri and Kansas, with a July 15, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2022 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-20-F-0014). Tennier Industries Inc.,* Delray Beach, Florida, has been awarded a maximum $8,771,992 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a variety of trousers and parkas. This is a one-year base contract with two one-year option periods. This was a competitive acquisition with one response received. Locations of performance are Florida and Tennessee, with an April 30, 2021, performance completion date. Using military services are the Marine Corp, 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 (SPE1C1-20-D-1273). DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY Next Tier Concepts, Vienna, Virginia, was awarded an estimated $24,919,863 firm-fixed-price contract modification (HS0021-19-D-0132-P00005) and task order modification (HS0021-19-F-0115-P00003) for the Defense Counterintelligence and Security Agency (DCSA). These modifications extend performance for functions supporting the background investigation mission. Work will be performed in Boyers, Pennsylvania. This task order modification is funded with fiscal 2020 DCSA working capital funds with $15,045,937 obligated at time of award. The anticipated period of performance for the task order includes a three-month base period from May 1, 2020, to July 31, 2020, plus two one-month option periods of August 2020 and September 2020. This requirement was synopsized on the Federal Business Opportunities website as a sole-source requirement on April 15, 2020. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services meet agency requirements. The justification and approval will be posted within 14 days of award. DCSA Acquisition and Contracting, Quantico, Virginia, is the contracting activity. ARMY Manson Construction Co., Seattle, Washington, was awarded a $16,695,000 firm-fixed-price contract for dredging of the Oakland, California, inner and outer harbor plus transportation of the dredged material. Bids were solicited via the internet with three received. Work will be performed in Oakland, California, with an estimated completion date of Nov. 30, 2020. Fiscal 2020 civil operations and maintenance funds in the amount of $16,695,000 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-20-C-0005). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2173758/source/GovDelivery/

  • The Pentagon must make a culture shift to embrace innovation

    February 2, 2023 | International, Other Defence

    The Pentagon must make a culture shift to embrace innovation

    A culture of innovation is fundamental to acquiring, adopting and scaling new technologies that will give our men and women in uniform the advantage.

All news