Back to news

January 11, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - January 10, 2019

ARMY

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, was awarded an $86,200,000 hybrid cost-plus-fixed-fee and firm-fixed-price contract for Starlite system support. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-19-D-0002).

Torch Technologies Inc., Huntsville, Alabama, was awarded a $9,102,000 modification (000044) to contract W31P4Q-09-A-0021 for strategic systems engineering, integration, test and analysis. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 6, 2019. Fiscal 2019 research, development, test and evaluation funds in the amount of $9,102,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Fourteen companies have been awarded Option Year 1 modifications under the following Category A III, indefinite-delivery/indefinite-quantity, fixed-price contracts: ABX Air Inc., Wilmington, Ohio (HTC711-18-D-C002); American Airlines, Fort Worth, Texas (HTC711-18-D-C003); Air Transportation International, Irving, Texas (HTC711-18-D-C004); Atlas Air of Purchase (HTC711-18-D-C005); Delta Air Lines Inc., Atlanta, Georgia (HTC711-18-D-C006); FedEx, Washington, D.C. (HTC711-18-D-C007); Hawaiian Airlines Inc., Honolulu, Hawaii (HTC711-18-D-C008); JetBlue Airways, Long Island City, New York (HTC711-18-D-C009); Miami Air International, Miami, Florida (HTC711-18-D-C010); National Air Cargo Inc., Orlando, Florida (HTC711-18-D-C011); Polar Air Cargo Worldwide Inc., Purchase, New York (HTC711-18-D-C012); United Parcel Service Co., Louisville, Kentucky (HTC711-18-D-C013); USA Jet Airlines, Belleville, Michigan (HTC711-18-D-C014); and Western Global Airlines, Estero, Florida (HTC711-18-D-C015). The companies are eligible to compete at the task order level for an option year estimated amount of $41,441,067. The program's cumulative value increased from $41,441,067 to $82,882,134 (estimated). This modification provides international commercial scheduled air cargo transportation services. Services encompass time-definite, door-to-door pick-up and delivery, transportation, in-transit visibility, government-approved third party payment system participation, and expedited customs processing and clearance of less than full planeloads for the movement of regular and recurring hazardous, refrigerated/cold chain (perishable), life and death, narcotics, and other regular recurring cargo shipments. Work will be performed world-wide. Option Year 1 period of performance is Feb. 1, 2019, to Jan. 31, 2020. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Overseas LLC, Moorestown, New Jersey, is being awarded a $23,023,786 sole-source, fixed-price incentive and cost-plus-fixed-fee modification (P00020) under contract HQ0276-16-C-0001, inclusive of all options. The total cumulative face value of the contract will increase from $53,809,908 to $76,833,694. Under Contract Line Item Numbers (CLIN) 0001, 0101, 0102, 0103, and 0105, the contractor will provide Poland Aegis Ashore Engineering Agent (AAEA) engineering and security support, AAEA test and site updates, risk mitigation support, and continued completion effort for the Aegis Ashore Poland site. The work will be performed in Redzikowo, Poland, with an expected completion date of December 2020. Fiscal 2018 defense-wide procurement funds in the amount of $17,637,800 are being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

NAVY

MA Federal Inc.,* doing business as iGov, Reston, Virginia, is awarded a $22,238,503 firm-fixed-price task order from a previously awarded contract for the purchase of Small Form Factor suite production, acquisition, engineering management support, logistics, and sustainment support services. Work will be performed in Tampa, Florida (80 percent); and Herndon, Virginia (20 percent), and is expected to be completed by January 2024. Fiscal 2018 procurement (Marine Corps) funds in the amount of $15,971,649; and fiscal 2019 procurement (Marine Corps) in the amount of $6,266,854 will be obligated at task order award and no funds will expire the end of the current fiscal year. This task order was competitively procured via the National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement, with three offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-F-2025.)

Kapili Services LLC,* Orlando, Florida, is awarded a ceiling $21,966,450 indefinite-delivery/indefinite-quantity contract to provide program manager training systems delta contract support. The ordering period is five years. Work will be performed in Orlando, Florida (95 percent); and the remaining performed worldwide in various places (5 percent), and work is expected to be completed by Jan. 9, 2024. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $2,145,638 will be obligated on the first task order immediately following contract award and funds will expire the end of the current fiscal year. Fiscal 2018 research, development, test and evaluation (Marine Corps) funds in the amount of $154,560 will be obligated on the first task order immediately following contract award and funds will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-5 and 15 U.S. Code 637. The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M67854-19-D-7815).

AAI Corp. Hunt Valley, Maryland, is awarded a $10,839,582 cost-plus-fixed-fee, cost-only, firm-fixed-price modification to previously awarded contract N00024-14-C-6322 to exercise options for engineering and technical services for the Unmanned Influence Sweep System (UISS) unmanned surface vehicle platform. The UISS is one of the systems, which will allow the littoral combat ship to perform its mine warfare sweep mission. UISS will target acoustic, magnetic, and magnetic/acoustic combination mine types only. The UISS program will satisfy the Navy's need for a rapid, wide-area coverage mine clearance capability, required to neutralize magnetic/acoustic influence mines. UISS seeks to provide a high area coverage rate in a small, lightweight package with minimal impact on the host platform. Work will be performed in Hunt Valley, Maryland (70 percent); and Slidell, Louisiana (30 percent), and is expected to be complete by September 2019. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $10,839,582 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

AIR FORCE

The Aerospace Corp., El Segundo, California, has been awarded a $22,000,000 modification (P00006) to contract FA8802-19-C-0001 for federally funded research and development centers. Work will be performed in El Segundo, California, and is expected to be completed by Sept. 30, 2019. No funds are being obligated at the time of award. Total cumulative face value of the contract is $1,073,818,540. Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $21,000,000 modification (P00004) to the ceiling amount of the previously-awarded indefinite-delivery/indefinite-quantity contract (FA8675-15-D-0135) for advanced medium range air-to-air missile system improvement program software architecture and design risk reduction efforts to counter evolving threats. This modification provides an increase in the maximum ordering amount of the contract, from $50,000,000 to $71,000,000, to facilitate new task orders. Work will be performed in Tucson, Arizona. All orders under this contract will be placed on or before Sept. 30, 2019 with a period of performance not to exceed Sept. 30, 2022. No additional funds are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

SRC Inc., North Syracuse, New York, has been awarded a $13,531,249 modification (P0007) to exercise an option on contract FA7037-17-D-0001 for the sensor beam program. Contractor will research, analyze, technically document, and perform reviews on electromagnetic systems, events and signatures required by the all services and other U.S. agencies. Work will be performed at Joint Base San Antonio-Lackland, Texas, and is expected to be completed by Jan. 31, 2020. No funds are being obligated at the time of award. Acquisition Management and Integration Center-Detachment 2, Joint Base San Antonio-Lackland, Texas, is the contracting activity.

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1729037/source/GovDelivery/

On the same subject

  • Contract Awards by US Department of Defense - December 04, 2020

    December 7, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 04, 2020

    NAVY DRS Laurel Technologies Inc., Johnstown, Pennsylvania (N63394-21-D-0001); and VT Milcom Inc., Virginia Beach, Virginia (N63394-20-D-0002), are each awarded a cost-plus-fixed-fee and firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract to sustain the Technical Insertion 2016 equipment. The maximum dollar value for both contracts combined is $211,588,719. DRS Laurel Technologies Inc. is awarded a maximum value contract of $211,588,719. VT Milcom Inc. is awarded a maximum value contract of $188,428,823. This contract will provide for the manufacture, assembly, and testing of Technical Insertion 2016 equipment spares; associated engineering services, procurement, and harvesting; and installation of ordinance alteration kits and related products. Work will be performed in Dahlgren, Virginia (10%); Norfolk, Virginia (10%); Pascagoula, Mississippi (10%); Port Hueneme, California (10%); San Diego, California (10%); Virginia Beach, Virginia (10%); Wallops Island, Virginia (10%); Everett, Washington (5%); Honolulu, Hawaii (5%); Kauai, Hawaii (5%); Mayport, Florida (5%); Moorestown, New Jersey (5%); and Yokosuka, Japan (5%), and is expected to be completed by December 2025. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $10,000 ($5,000 per contract) will be obligated at time of award to satisfy the minimum guarantee and will expire at the end of the current fiscal year. All other funding will be made available at the order level as contracting actions occur. This contract was competitively procured via beta.sam.gov with two offers received. The Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity. Southeastern Computer Consultants Inc., King George, Virginia, is awarded a $42,989,767 cost-plus-fixed-fee level of effort task order which shall provide Tactical Tomahawk Weapon Control System (TTWCS) Integrated Logistics Support (ILS) products and services in support of Training Support Activity responsibilities at Naval Surface Warfare Center, Port Hueneme Division. This is a single award, five-year, cost-plus-fixed-fee term level of effort task order that consists of one base year with four option years, which, if all line item quantities are ordered, would bring the cumulative value of this contract to $42,989,767, with an ordering period through December 2025. Work will be performed in Norfolk, Virginia (26%); Dahlgren, Virginia (21%); Port Hueneme, California (11%); San Diego, California (8%); Norfolk, Virginia (8%); Mayport, Florida (6%); Bangor, Washington (6%); Kings Bay, Georgia (4%); Pearl Harbor, Hawaii (4%); Yokosuka, Japan (4%); and the United Kingdom (2%), and is expected to be complete in December 2021, and if all options are exercised, will be complete in December 2025. Fiscal 2021 operation and maintenance funding in the amount of $42,989,767 will be obligated at contract award and will expire at the end of the current fiscal year. A sources sought notice was posted to Seaport-NxG on Oct. 2, 2020, and closed on Feb. 24, 2020, to all large and small business primes in Seaport-NxG. In accordance with Federal Acquisition Regulation (FAR) 5.202 (a)(6), a synopsis is not required if the proposed contract action is an order placed under FAR 16.505, Ordering. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-20-F-3006). Lockheed Martin Space, Titusville, Florida, is awarded a $29,120,167 cost-plus-fixed-fee modification (P00003) to procure a pilot assessment of the contractor's property management system and exercise options under previously awarded contract N00030-20-C-0100 for Trident II (D5) missile production and deployed systems support. The modification includes a $5,000,000 not-to-exceed value for the pilot assessment, which is being awarded as an undefinitized contract action. Work will be performed in Denver, Colorado (28.9%); Magna, Utah (23.3%); Titusville, Florida (18.7%); Rockford, Illinois (16.3%); Elma, New York (11.2%); and Sunnyvale, California (1.6%). Work is expected to be completed Sept. 30, 2025. Fiscal 2021 weapons procurement (Navy) funds in the amount of $15,039,964; fiscal 2020 weapons procurement (Navy) funds in the amount of $9,080,203; and fiscal 2021 operation and maintenance (Navy) funds in the amount of $2,500,000 are being obligated on this award, $2,500,000 of which will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole-source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. The Strategic Systems Programs, Washington, D.C., is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $20,704,459 firm-fixed-price order (N61340-21-F-0020) against previously issued basic ordering agreement N00019-16-G-0001. This order provides for the production and delivery of 48 retrofit kits, support equipment and special tooling in support of phase two of the T-45 Service Life Extension Program (SLEP) for SLEP production Lots Three and Four. In addition, this order provides retrofit engineering and logistics from the original equipment manufacturer to support the installation of associated technical directives. Work will be performed in St. Louis, Missouri, and is expected to be completed in May 2024. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $10,259,695; and fiscal 2021 aircraft procurement (Navy) funds in the amount of $10,444,764 will be obligated at time of award; none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Training Systems Command, Orlando, Florida, is the contracting activity. ARMY Dobco Inc., Wayne, New Jersey, was awarded a $137,836,600 firm-fixed-price contract for construction of the Cyber Engineering Academic Center structure and parking lot at the U.S. Military Academy. Bids were solicited via the internet with four received. Work will be performed in West Point, New York, with an estimated completion date of Dec. 4, 2024. Fiscal 2021 military construction (Army) funds in the amount of $137,836,600 were obligated at the time of the award. The U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-20-C-0002). Vectrus Mission Solutions Corp., Alexandria, Virginia, was awarded a $35,510,370 cost-plus-fixed-fee contract for logistics support services at Fort Benning, Georgia. Bids were solicited via the internet with nine received. Work will be performed in Chattahoochee, Georgia, with an estimated completion date of Dec. 9, 2025. Fiscal 2021 operation and maintenance (Army) funds in the amount of $2,077,440 were obligated at the time of the award. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-21-F-0035). VS2 LLC, Alexandria, Virginia, was awarded a $9,513,800 modification (0001BG) to contract W52P1J-13-G-0029 for logistics support services at Fort Benning, Georgia. Work will be performed in Chattahoochee, Georgia, with an estimated completion date of March 9, 2021. Fiscal 2021 operation and maintenance (Army) funds in the amount of $9,513,800 were obligated at the time of the award. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Butt Construction Co. Inc.,* Dayton, Ohio, was awarded a $9,061,000 fixed-price-award-fee contract for renovation of Human Performance Wing Building 441 at Wright Patterson Air Force Base. Bids were solicited via the internet with seven received. Work will be performed at Wright Patterson AFB, Ohio, with an estimated completion date of April 3, 2023. Fiscal 2021 operation and maintenance (Air Force) funds in the amount of $9,061,000 were obligated at the time of the award. The U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-21-C-0004). DEFENSE LOGISTICS AGENCY Bell Textron Inc., Fort Worth, Texas, has been awarded a maximum $39,093,369 modification (P00030) to five-year contract SPE4AX-17-D-9410 with one five-year option period for H-1 consumables. This is a firm-fixed-price contract. Location of performance is Texas, with an April 14, 2023 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 Aviation, Philadelphia, Pennsylvania. Guardian Manufacturing LLC,** Willard, Ohio, has been awarded a maximum $9,315,618 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for butyl chemical protective gloves and toxicological agent protective gloves. This was a competitive acquisition with one offer received. This is a one-year base contract with one one-year option period. Location of performance is Ohio, with a Dec. 4, 2021, ordering period end date. Using military services are Army, Air Force and Navy. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1416). UPDATE: SupplyCore Inc., Rockford, Illinois (SPE8EC-21-D-0075), has been added as an awardee to the multiple award contract for commercial construction equipment, issued against solicitation SPE8EC-17-R-0005 and announced Aug. 29, 2017. AIR FORCE M1 Support Services, Denton, Texas, has been awarded a $23,459,155 firm-fixed-price modification (P00070) to contract FA4890-16-C-0005 for the back-shop and flight-line maintenance of multiple aircraft types. Work will be performed at Nellis Air Force Base, Nevada, and is expected to be completed March 31, 2021. Fiscal 2021 operation and maintenance funds in the full amount are being obligated at the time of award. The Acquisition Management and Integration Center, Langley-Eustis Air Force Base, Virginia, is the contracting activity. BlueForce Inc., Hampton, Virginia, has been awarded a $14,179,677 firm-fixed-price Option Two modification (P00004) to contract FA3002-19-F-A045 for continued support for the Royal Saudi Air Force English language training outside the continental U.S. program. Work will be performed at King Abdul Aziz Air Base, Saudi Arabia, and is expected to be completed Jan. 3, 2024. This contract involves 100% Foreign Military Sales (FMS) to the Kingdom of Saudi Arabia. The total cumulative face value of the contract is $42,188,737. FMS funds in the full amount are being obligated at the time of award. The 338th Enterprise Sourcing Squadron, Joint Base San Antonio, Randolph, Texas, is the contracting activity. Apogee Engineering LLC, Colorado Springs, Colorado, has been awarded a $12,870,921 cost-plus-fixed-fee modification (P00001) to contract FA8730-21-F-8501 for advisory assistance services. Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be completed Feb. 17, 2022. Fiscal 2020 research, development, test and evaluation funds in the amount of $985,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Offutt AFB, Nebraska, is the contracting activity. *Small business **Small disadvantage business in historically underutilized business zones https://www.defense.gov/Newsroom/Contracts/Contract/Article/2436087/source/GovDelivery/

  • De nouvelles règles éthiques pour encadrer les armes autonomes

    April 29, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    De nouvelles règles éthiques pour encadrer les armes autonomes

    Le Comité d'éthique du ministère des Armées, présidé par le conseiller d'État Bernard Pêcheur et composé de dix-huit membres civils ou militaires, dont l'ancien chef d'état-major, le général Henri Bentégeat, a rendu son avis sur les armes autonomes. Le comité préconise le renoncement aux SALA (système d'armes létales autonome), qui « rompraient la chaîne de commandement » ; « iraient à l'encontre du principe constitutionnel de nécessaire libre disposition de la force armée » ; « n'apporteraient aucune assurance quant au respect des principes du droit international humanitaire » et « seraient contraire à l'éthique militaire ». « Dans un horizon assez proche, nous pensons que des systèmes autonomes seront mis en œuvre par des États ou tenteront de l'être par des groupes terroristes », prévient toutefois Bernard Pêcheur. « Le refus des SALA ne doit pas concerner les « systèmes d'armes létaux intégrant de l'autonomie » (SALIA) », recommande donc le comité. À la différence des SALA, les SALIA autorisent une reprise du contrôle humain en ultime recours, même si la machine, « dans un espace-temps limité et sous conditions », acquiert une « autonomie décisionnelle, dans certaines fonctions critiques, telles que l'identification, la classification, l'interception, l'engagement ». Le comité détaille les conditions garantissant leur bon emploi : « responsabilité du commandement », « analyse des risques », « conformité » au droit, « entraînement » des militaires, « qualification des matériels ». Il recommande aussi de poursuivre la recherche sur l'intelligence artificielle ou sur les SALA pour « connaître la menace » et « être en mesure de la neutraliser ».

  • Opinion: New Strategic Imperatives For The Defense Industry

    May 14, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    Opinion: New Strategic Imperatives For The Defense Industry

All news