Back to news

January 29, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - January 27, 2020

NAVY

National Technologies Associates Inc., California, Maryland, is awarded a $104,947,467 cost-plus-fixed-fee, cost reimbursable indefinite-delivery/indefinite-quantity contract. This contract provides contractor logistics; research, development, test and evaluation; limited engineering and aircraft maintenance support on designated aircraft in direct support of the Presidential Helicopters Program Office, Helicopter Marine Squadron One (HMX-1), and Air Test and Evaluation Squadron Twenty-One (HX-21). Work will be performed in Patuxent River, Maryland (90%); and Quantico, Virginia (10%), and is expected to be completed in February 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0023).

Jacobs Technology Inc., Tullahoma, Tennessee, is awarded a $52,317,627 indefinite-delivery/indefinite-quantity contract for base operating support (BOS) services at naval installations located in Jefferson and Kitsap counties, Washington referred to as West Sound (WSBOS). BOS services to be performed include general information, management and administration, fire and emergency services, facilities support (including facility management, facility investment, Bureau of Medicine and Surgery facility investment and pavement clearance), wastewater transportation and environmental services. The maximum dollar value including the base period and seven option periods is $418,981,521 that includes potential maximum award fee. Work will be performed in Jefferson (4%) and Kitsap (96%) Counties, Washington, and is expected to be complete by May 2028. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $29,217,632 for recurring work will be obligated on an individual task order issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website with seven proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-D-0001).

Science Applications International Corp., Reston, Virginia, is awarded a $13,894,236 cost-plus-fixed-fee and cost-reimbursement-type contract to provide animal care, training, and maintenance and operation of marine mammals participating in the Navy Marine Mammal Program. This one-year contract includes four one-year option periods that, if exercised, would bring the overall potential value of this contract to an estimated $73,251,343. Work will be performed at government facilities in San Diego, California (53%); Naval Submarine Base Kings Bay, Georgia (24%); and Naval Base Kitsap in Bangor, Washington (23%). The period of performance of the base award is from Jan. 27, 2020, through Jan. 26, 2021. If all options were exercised, the period of performance would extend through Jan. 26, 2025. Fiscal 2020 funds will be obligated using Navy working capital funds. Contract funds will not expire at the end of the current fiscal year. This contract is awarded using other than full and open competition in accordance with Federal Acquisition Regulation Subpart 6.302-1 and 10 U.S. Code 2304(c)(1), only one responsible source. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-20-C-3416).

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $13,598,776 firm-fixed-price delivery order N00024-20-F-5608 under previously awarded contract N00024-15-D-5217 for 98 Technical Insertion Sixteen (TI-16) Common Display System (CDS) Variant A air-cooled production consoles. The CDS is a set of watch station consoles designed to support the implementation of open architecture in Navy combat systems. The TI-16 CDS is the next evolution in the CDS family and consists of a three-eyed horizontal display console. This delivery order combines purchases for the Navy (98%) and Coast Guard (2%). Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by November 2020. Fiscal 2020 other procurement (Navy) (37%); fiscal 2020 weapons procurement (Navy) (2%); fiscal 2020 shipbuilding and conversion (Navy) (44%); and fiscal 2018 shipbuilding and conversion (Navy) (17%) funding for $13,598,776 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.

DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded an $8,686,145 firm-fixed-price contract for Launch Control Unit Mk 235 Mods 11 and 12 production in support of the Vertical Launch System (VLS). The launch control units are used to select and issue pre-launch and launch commands to selected missiles in the VLS. This order will provide for the fabrication, assembly, test, final acceptance and delivery of VLS Launch Control Unit Mk 235 Mod 11, part number 7104280-119, and Mk 235 Mod 12, part number 7104280-129. The VLS is equipped with two redundant launch control units, each of which is electrically interfaced with all of the launch sequencers in the system. This contract includes options that, if exercised, would bring the cumulative value of this contract to $44,306,594. This contract combines purchases for the Navy (73%); and the government of Norway (27%) under the Foreign Military Sales (FMS) program. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by October 2020. If all options are exercised, work will continue through October 2022. Fiscal 2020 shipbuilding and conversion (Navy) funding for $4,185,153; and fiscal 2020 FMS funding for $4,500,992 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity (N-63394-20-C-0002).

ARMY

Leidos Inc., Reston, Virginia, was awarded a $72,575,612 firm-fixed-price contract for services in support of the existing Night Eagle System. Bids were solicited via the internet with one received. Work will be performed in Reston, Virginia, with an estimated completion date of April 25, 2022. Fiscal 2020, 2021 and 2022 operations and maintenance, Army funds in the amount of $72,575,612 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-C-0021). (Awarded Jan. 25, 2020)
The Boeing Co., Mesa, Arizona, was awarded a $54,446,000 modification (P00047) to contract W58RGZ-16-C-0023 for retrofit kits and software development for the Apache attack helicopter. Work will be performed in Mesa, Arizona, with an estimated completion date of Nov. 30, 2021. Fiscal 2018 aircraft procurement, Army funds in the amount of $26,678,540 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Syracuse Research Corp. Inc., North Syracuse, New York, was awarded a $22,075,156 modification (P000013) to contract W31P4Q-19-C-0005 for a six-month extension for support to the Counter-Unmanned Aerial System, Expeditionary, Low Slow Small Unmanned Aerial System Integrated Defeat System program. Work will be performed in North Syracuse, New York, with an estimated completion date of July 27, 2020. Fiscal 2020 research, development, test and evaluation; operations and maintenance, Army; and other procurement, Army funds in the combined amount of $22,075,156 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Thirteen companies have been awarded Option Year Two modifications under the following Category A III, indefinite-delivery/indefinite-quantity, fixed-price contracts: American Airlines, Fort Worth, Texas (HTC711-18-D-C003); Air Transportation International, Irving, Texas (HTC711-18-D-C004); Atlas Air, Purchase, New York (HTC711-18-D-C005); Delta Air Lines Inc., Atlanta, Georgia (HTC711-18-D-C006); FedEx, Washington, District of Columbia (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 $82,884,634 to an estimated $124,325,701. This modification provides international commercial scheduled air cargo transportation services. Services encompass time-definite, door-to-door pick-up and delivery, transportation, intransit 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, life and death, narcotics and other regular recurring cargo shipments. Work will be performed world-wide. Option Year Two period of performance is Feb. 1, 2020, to Jan. 31, 2021. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

UnWrapped Inc., Lowell, Massachusetts, has been awarded a maximum $16,786,440 firm-fixed-price, indefinite-delivery contract for leather gloves. This was a competitive acquisition with seven responses received. This is a one-year base contract with three one-year option periods. Location of performance is Massachusetts, with a Jan. 27, 2021, performance completion date. Using military service is Army. 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-1235).

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2066978/source/GovDelivery/

On the same subject

  • Contract Awards by US Department of Defense - July 23, 2020

    July 24, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - July 23, 2020

    AIR FORCE BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, has been awarded a $495,482,136 firm-fixed-price, cost-plus-fixed-fee and cost-reimbursable indefinite-delivery/indefinite-quantity contract for the Instrumentation Range Support Program. This contract provides for serviceable components and subsystems for instrumentation tracking systems, worldwide for both foreign and domestic government agencies to include radars, telemetry and optical range mission systems, flight termination systems, data acquisition systems and Global Positioning Systems. Work will be performed on participating ranges in the program, including Air Force, Army, Navy, NASA, Department of Energy, as well as foreign ranges in the United Kingdom, Germany, Norway, Sweden, Republic of Korea and Switzerland. Work is expected to be completed Sept. 30, 2027. This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 operations and maintenance funds in the amount of $116,235 are being obligated on a delivery order at the time of award. This contract has a ceiling amount of $945,234,462. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity (FA2521-20-D-0005). The Boeing Co., St. Louis, Missouri (FA8694-20-D-0400); General Atomics Aeronautical Systems Inc., Poway, California (FA8694-20-D-0600); Kratos Unmanned Aerial Systems Inc., Oklahoma City, Oklahoma (FA8694-20-D-0700); and Northrop Grumman Systems Corp., Palmdale, California (FA8694-20-D-0900), have each been awarded indefinite-delivery/indefinite-quantity contracts with a shared ceiling of $400,000,000 for all subsequent competitively selected delivery orders in support of the Skyborg Vanguard Program. Skyborg is an autonomous attritable aircraft capable of achieving a diverse set of missions to generate massed combat power; delivering a future Air Force which can deter, blunt and defeat peer adversaries. The Skyborg prototyping, experimentation and autonomy development contract will be used to deliver missionized prototypes in support of operational experimentation and develop the first Skyborg air platform with modular hardware and software payloads that will incorporate the Skyborg autonomy core system and enable manned/unmanned teaming. The locations of performance are to be determined at the order level and are expected to be completed by July 2026. These awards are being made as a result of a competitive acquisition and 18 offers were received. No funds are obligated on the awards and funding will be provided on each individual order. Air Force Life Cycle Management, Wright Patterson Air Force Base, Ohio, is the contracting activity. Accenture Federal Services LLC, Arlington, Virginia, has been awarded an $89,615,577 multiple-year firm-fixed-price contract action to sustain existing infrastructures and establish new cloud common infrastructure and services for Air Force enterprise resource planning: Air Force Integrated Personnel and Pay System, Defense Enterprise Accounting and Management System, and maintenance, repair and overhaul initiative. Work will be performed in Arlington, Virginia; Wright-Patterson Air Force Base, Ohio; Maxwell AFB-Gunter Annex, Alabama; Randolph AFB, Texas; and other locations as required. Work is expected to be completed by July 31, 2025. This award is the result of a competitive acquisition and 28 offers were received. Fiscal 2020 operations and maintenance funds in the amount of $5,000,000; and fiscal 2020 research, development, test and evaluation funds in the amount of $1,750,340 are being obligated at the time of award. Air Force Life Cycle Management Center, Maxwell AFB – Gunter Annex, Alabama, is the contracting activity (FA8771-20-C-0014). Advanced Concepts Enterprises Inc., Shalimar, Florida, has been awarded a $43,099,833 firm-fixed-price contract for command and control contract academic training, courseware development and distance learning training program. This contract provides services for training support/mission system interface and staff support services to the Control and Reporting Center, Battle Control Center, Air Operations Center and Tactical Air Control Party missions at various locations. The total cumulative face value of the contract is $43,099,834. Work is expected to be completed by Sept. 30, 2025. This award is a result of a 100% small business set-aside competitive acquisition and six offers were received. Fiscal 2020 operations and maintenance funds in the amount of $943,015 are being obligated at time of award for the phase-in period. Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-20-C-0013). ARMY SRC Inc., North Syracuse, New York, was awarded a $425,870,432 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for development, production, deployment and support of the Expeditionary-Low, Slow, Small Unmanned Aircraft System Integrated Defeat System (E-LIDS). Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 26, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-D-0032). Addon Services LLC,* Warren, Michigan (W56HZV-20-D-L007); A&H-Ambica JV LLC,* Livonia, Michigan (W56HZV-20-D-L008); Angels General Construction Inc.,* Detroit, Michigan (W56HZV-20-D-L009); Custom Mechanical Systems Corp.,* Bargersville, Indiana (W56HZV-20-D-L010); Erie Affiliates Inc.,* Wickliffe, Ohio (W56HZV-20-D-L011); Expo Technologies LLC,* Pontiac, Michigan (W56HZV-20-D-L012); F.H. Martin Construction Co.,* Warren, Michigan (W56HZV-20-D-L013); Genoa Contracting LLC,* Saint Clair Shores, Michigan (W56HZV-20-D-L014); McGahey Construction LLC,* Sault Sainte Marie, Michigan (W56HZV-20-D-L015); Nisou LGC JV LLC,* Detroit, Michigan (W56HZV-20-D-L016); Pontiac Drywall Systems,* Pontiac, Michigan (W56HZV-20-D-L017); Q.B.S. Inc.,* Alliance, Ohio (W56HZV-20-D-L018); RB Construction Co.,* Mount Clemens, Michigan (W56HZV-20-D-L019); and Wolverine Fire Protection Co.,* Mount Morris, Michigan (W56HZV-20-D-L020), will compete for each order of the $92,000,000 firm-fixed-price contract for construction support on Detroit Arsenal and surrounding locations. Bids were solicited via the internet with 17 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 2, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. AHI, Grand Prairie, Texas, was awarded a $73,999,755 modification (PZ0014) to contract W58RGZ-18-C-0007 for 15 UH-72 D-2 production aircraft and options to procure three additional D-2 production aircraft, 18 jettisonable cockpit doors, 14 engine inlet barrier filters and 14 environmental control units. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Aug. 31, 2022. Fiscal 2018, 2019 and 2020 aircraft procurement (Army) funds in the amount of $73,999,755 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Barlovento LLC, Dothan, Alabama, was awarded a $45,000,000 firm-fixed-price contract to support the advanced contract initiative for emergency temporary roof repairs for the Gulf Coast of the continental U.S. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2027. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0043). Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $19,511,833 firm-fixed-price contract for overhaul and repair of the tail rotor blade with pitch horn replacement for UH60 Blackhawk aircraft. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 23, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0473). Indtai Inc.,* Vienna, Virginia, was awarded a $9,598,566 firm-fixed-price contract for educational support services in support of the U.S. Army Continuing Education System. Bids were solicited via the internet with one received. Work will be performed at Fort Sam Houston, Texas, with an estimated completion date of Jan. 27, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $8,487,090 were obligated at the time of the award. The U.S. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W9124J-20-C-0012). Modern Technology Solutions Inc.,* Alexandria, Virginia, was awarded an $8,613,292 modification (P00023) to contract W9133L-16-F-0027 for continued modernization and engineering services for the Air National Guard Air Force Reserve Command Test Center. Work will be performed in Tucson, Arizona, with an estimated completion date of July 26, 2021. Fiscal 2020 operational test and evaluation, defense funds in the amount of $8,613,292 were obligated at the time of the award. National Guard Bureau, Arlington, Virginia, is the contracting activity. NAVY Alexandria Technical and Community College, Alexandria, Minnesota (N00189-20-D-Z800); Anne Arundel Community College, Arnold, Maryland (N00189-20-D-Z801); Arizona State University, Tempe, Arizona (N00189-20-D-Z802); Ashford University, San Diego, California (N00189-20-D-Z803); Bethel University, St. Paul, Minnesota (N00189-20-D-Z804); Bismarck State College, Bismarck, North Dakota (N00189-20-D-Z805); Black Hills State University, Spearfish, South Dakota (N00189-20-D-Z806); Blackhawk Technical College, Janesville, Wisconsin (N00189-20-D-Z807); Bowling Green State University, Bowling Green, Ohio (N00189-20-D-Z808); Brandman University, Irvine, California (N00189-20-D-Z809); Bristol Community College, Fall River, Massachusetts (N00189-20-D-Z810); California University of Pennsylvania, California, Pennsylvania (N00189-20-D-Z811); Cape Fear Community College, Wilmington, North Carolina (N00189-20-D-Z812); Capitol Technology University, Laurel, Maryland (N00189-20-D-Z813); Cecil College, North East, Maryland (N00189-20-D-Z814); Central Georgia Technical College, Macon, Georgia (N00189-20-D-Z815); Central Michigan University, Mount Pleasant, Michigan (N00189-20-D-Z816); Central Texas College, Killeen, Texas (N00189-20-D-Z817); Chesapeake College, Wye Mills, Maryland (N00189-20-D-Z818); Clarion University of Pennsylvania, Clarion, Pennsylvania (N00189-20-D-Z819); Cleveland State University, Cleveland, Ohio (N00189-20-D-Z820); Coastline College, Fountain Valley, California (N00189-20-D-Z821); Colorado Mountain College, Glenwood Springs, Colorado (N00189-20-D-Z822); Columbia College, Columbia, Missouri (N00189-20-D-Z823); Columbia Southern University, Orange Beach, Alabama (N00189-20-D-Z824); Community College of Baltimore County, Baltimore, Maryland (N00189-20-D-Z825); Dakota College at Bottineau, Bottineau, North Dakota (N00189-20-D-Z826); Dakota State University, Madison, South Dakota (N00189-20-D-Z827); Delaware Technical Community College, Dover, Delaware (N00189-20-D-Z828); Des Moines Area Community College, Ankeny, Iowa (N00189-20-D-Z829); East Carolina University, Greenville, North Carolina (N00189-20-D-Z830); Embry-Riddle Aeronautical University, Daytona, Florida (N00189-20-D-Z831); Excelsior College, Albany, New York (N00189-20-D-Z832); Finger Lakes Community College, Canandaigua, New York (N00189-20-D-Z833); Florida State College at Jacksonville, Jacksonville, Florida (N00189-20-D-Z834); Frederick Community College, Frederick, Maryland (N00189-20-D-Z835); George Mason University, Fairfax, Virginia (N00189-20-D-Z836); Georgia Southern University, Statesboro, Georgia (N00189-20-D-Z837); Iowa Central Community College, Fort Dodge, Iowa (N00189-20-D-Z838); Ivy Tech Community College of Indiana, Indianapolis, Indiana (N00189-20-D-Z839); Jackson College, Jackson, Michigan (N00189-20-D-Z840); Jefferson Community and Technical College, Louisville, Kentucky (N00189-20-D-Z841); Kent State University, College of Applied and Technical Studies, Kent, Ohio (N00189-20-D-Z842); Lake Area Technical College, Watertown, South Dakota (N00189-20-D-Z843); Lake Region State College, Devils Lake, North Dakota (N00189-20-D-Z844); Lake Superior College, Duluth, Minnesota (N00189-20-D-Z845); Macomb Community College, Warren, Michigan (N00189-20-D-Z846); Mid-State Technical College, Wisconsin Rapids, Wisconsin (N00189-20-D-Z847); Minerva Schools Keck Graduate Institute, San Francisco, California (N00189-20-D-Z848); Minnesota State University Moorhead, Moorhead, Minnesota (N00189-20-D-Z849); Mississippi Community College Board, Jackson, Mississippi (N00189-20-D-Z850); Monroe Community College, Rochester, New York (N00189-20-D-Z851); Montgomery College, Rockville, Maryland (N00189-20-D-Z852); North Dakota State College of Science, Wahpeton, North Dakota (N00189-20-D-Z853); North Dakota University System, Bismarck, North Dakota (N00189-20-D-Z854); Northeast Iowa Community College, Calmar, Iowa (N00189-20-D-Z855); Northeastern Technical College, Cheraw, South Carolina (N00189-20-D-Z856); Northeastern University-College of Professional Studies, Boston, Massachusetts (N00189-20-D-Z857); Northern Essex Community College, Haverhill, Massachusetts (N00189-20-D-Z858); Northern State University, Aberdeen, South Dakota (N00189-20-D-Z859); Northern Virginia Community College, Annandale, Virginia (N00189-20-D-Z860); Northwest Technical College, Bemidji, Minnesota (N00189-20-D-Z861); Northwestern Michigan College, Traverse City, Michigan (N00189-20-D-Z862); Norwich University, Northfield, Vermont (N00189-20-D-Z863); Ocean County College, Toms River, New Jersey (N00189-20-D-Z864); Oklahoma City Community College, Oklahoma City, Oklahoma (N00189-20-D-Z865); Old Dominion University, Norfolk, Virginia (N00189-20-D-Z866); Oregon Institute of Technology, Klamath Falls, Oregon (N00189-20-D-Z867); Oregon State University, Corvallis, Oregon (N00189-20-D-Z868); Paris Junior College, Paris, Texas (N00189-20-D-Z869); Park University, Parkville, Missouri (N00189-20-D-Z870); Parkland College, Champaign, Illinois (N00189-20-D-Z871); Prince George's Community College, Largo, Maryland (N00189-20-D-Z872); Purdue University Global, Indianapolis, Indiana (N00189-20-D-Z873); Quinsigamond Community College, Worcester, Massachusetts (N00189-20-D-Z874); Rio Salado College, Tempe, Arizona (N00189-20-D-Z875); Saint Leo University, Saint Leo, Florida (N00189-20-D-Z876); San Diego Community College District, San Diego, California (N00189-20-D-Z877); San Diego State University, San Diego, California (N00189-20-D-Z878); San Jacinto Community College District, La Porte, Texas (N00189-20-D-Z879); San Juan College, Farmington, New Mexico (N00189-20-D-Z880); Savannah Technical College, Savannah, Georgia (N00189-20-D-Z881); Seminole State College of Florida, Sanford, Florida (N00189-20-D-Z882); Sinclair Community College, Dayton, Ohio (N00189-20-D-Z883); South Dakota State University, Brookings, South Dakota (N00189-20-D-Z884); South Florida State College, Avon Park, Florida (N00189-20-D-Z885); South Orange County Community College District doing business as Saddleback College, Mission Viejo, California (N00189-20-D-Z886); Southern New Hampshire University, Manchester, New Hampshire (N00189-20-D-Z887); Stark State College of Technology, North Canton, Ohio (N00189-20-D-Z888); State University of New York (SUNY) System Administration, Albany, New York (N00189-20-D-Z889); Syracuse University, Syracuse, New York (N00189-20-D-Z890); Tallahassee Community College, Tallahassee, Florida (N00189-20-D-Z891); Temple University, Philadelphia, Pennsylvania (N00189-20-D-Z892); The Catholic University of America, Washington, D.C. (N00189-20-D-Z893); The College of William and Mary, Williamsburg, Virginia (N00189-20-D-Z894); The University of Toledo, Toledo, Ohio (N00189-20-D-Z895); Thomas Edison State University, Trenton, New Jersey (N00189-20-D-Z896); Trident Technical College, Charleston, South Carolina (N00189-20-D-Z897); University at Albany, SUNY, Albany, New York (N00189-20-D-Z898); University of Alaska Fairbanks, Fairbanks, Arkansas (N00189-20-D-Z899); University of Arizona, Tucson, Arizona (N00189-20-D-Z900); University of Central Florida, Orlando, Florida (N00189-20-D-Z901); University of Charleston, Charleston, West Virginia (N00189-20-D-Z902); University of Cincinnati, Cincinnati, Ohio (N00189-20-D-Z903); University of Florida, Gainesville, Florida (N00189-20-D-Z904); University of Hawaii Community College System, Honolulu, Hawaii (N00189-20-D-Z905); University of Mary Washington, Fredericksburg, Virginia (N00189-20-D-Z906); University of Maryland Global Campus, Adelphi, Maryland (N00189-20-D-Z907); University of South Dakota, Vermillion, South Dakota (N00189-20-D-Z908); Villanova University-College of Professional Studies, Villanova, Pennsylvania (N00189-20-D-Z909); Virginia Commonwealth University, Richmond, Virginia (N00189-20-D-Z910); Virginia Community College System, Richmond, Virginia (N00189-20-D-Z911); Waldorf University, Forest City, Iowa (N00189-20-D-Z912); Wallace State Community College, Hanceville, Alabama (N00189-20-D-Z913); Webster University, Webster Groves, Missouri (N00189-20-D-Z914); Western Governors University, Salt Lake City, Utah (N00189-20-D-Z915); White Mountains Community College, Berlin, New Hampshire (N00189-20-D-Z916); Williston State College, Williston, North Dakota (N00189-20-D-Z917); and Wilmington University, Dover, Delaware (N00189-20-D-Z918), are awarded $147,050,000 in multiple-award, indefinite-delivery/indefinite-quantity contracts to provide educational services to the entire enlisted workforce and to establish the U.S. Naval Community College in support of the Office of the Chief Learning Officer. The contracts will run concurrently with no option period. The ordering period of the contracts is anticipated to begin August 2020, and is expected to be completed by July 2025. Work will be performed at various locations across 37 states and the District of Columbia. The percentage of work at each of the facilities cannot be determined at this time. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $59,500 will be obligated ($500 on each of the 119 contracts to fund the contracts' minimum amounts), and funds will expire at the end of the current fiscal year. The funding for task orders to be issued under these contracts will come from a variety of sources and will be consistent with the purpose for which the funds were appropriated. This contract was competitively procured with the solicitation posted through beta.SAM.gov and 245 offers were received. The Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Philadelphia, Pennsylvania, is the contracting activity. Wu and Associates Inc.,* Mt. Laurel, New Jersey (N62473-20-D-1103); Macro Z Technology,* Santa Ana, California (N62473-20-D-1104); Corbara MGS JV,* National City, California (N62473-20-D-1105); Pacific West Builders,* Simi Valley, California (N62473-20-D-1106); Ahtna-CDM JV,* Irvine, California (N62473-20-D-1107); Insight Pacific LLC,* Brea, California (N62473-20-D-1108); Dimensions Construction Inc.,* San Diego, California (N62473-20-D-1112); and I. E. Pacific Inc.,* Escondido, California (N62473-20-D-1120), are awarded a $99,999,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation and repair by design-build or design-bid-build of general construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility in California. The maximum dollar value including one two-year base period and one three-year option period for all eight contracts combined is $99,999,000. Wu and Associates Inc. is being awarded an initial task order at $633,000 to design and construct repairs for Building 16139, Naval Air Weapons Station, China Lake, California. All work on these contracts will be performed at various government installations located in California. The work to be performed provides for new construction, renovation and repair within the North American Industry Classification System (Code 236220). The various types of construction projects may include, but are not limited to, administration buildings; academic and applied instruction training facilities; maintenance/repair facilities; military operations facilities; aircraft hangars; fire stations; office buildings; laboratories; dining facilities; related structures; and other similar facilities located in California. Work for this task order is expected to be completed by July 2021. The terms of the contracts are not to exceed 60 months and work is expected to be completed by July 2025. Fiscal 2020 Navy working capital funds; and operations and maintenance (Navy) (O&M, N) contract funds in the amount of $668,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); Navy working capital funds; O&M, N; and O&M, Marine Corps. This contract was competitively procured as a small business set-aside via the Navy Electronic Commerce Online website and 36 proposals were received. These eight contractors may compete for task orders under the terms and conditions of the awarded contract. The NAVFAC Southwest, San Diego, California, is the contracting activity. Florida Atlantic University, Boca Raton, Florida, is awarded an $11,179,001 cost reimbursement contract for the development of a next-generation, high-intake, compact, defined excitation bathyphotometer sensor for natural oceanic bioluminescence assessments. Work will be performed in Boca Raton, Florida, and is expected to be completed by July 2025. The total cumulative value of this contract, including a 48-month base period and one 12-month option year, is $11,179,001. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $10,179,001 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under N00014-20-S-B001, “Long Range broad agency announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-20-C-2035). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY SRI International, Menlo Park, California, was awarded a $10,991,741 cost-plus-fixed-fee contract for a research project under the Semantic Forensics (SemaFor) program. The SemaFor program will develop technologies to automatically detect, attribute and characterize falsified, multi-modal media assets (e.g., text, audio, image, video) to defend against large-scale, automated disinformation attacks. Work will be performed in Menlo Park, California; Baltimore, Maryland; Buffalo, New York; and Pittsburgh, Pennsylvania, with an expected completion date of July 2024. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,713,323 are being obligated at time of award. This contract was a competitive acquisition under an open broad agency announcement and 37 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0124). DEFENSE LOGISTICS AGENCY DCX-CHOL Enterprises Inc., Los Angeles, California, has been awarded a maximum $8,125,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for grip assemblies. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The initial delivery order (SPRDL1-20-F-0297) for $225,000 will be issued at the same time as the contract. Location of performance California, with a July 20, 2025, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0108). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2286392/source/GovDelivery/

  • US Army seeks defense against 'kamikaze' drone threats seen in Ukraine

    October 12, 2022 | International, Aerospace, C4ISR

    US Army seeks defense against 'kamikaze' drone threats seen in Ukraine

    The service plans to solicit industry ideas in the coming weeks and aims to move quickly to demonstrate the counter-small UAS technology.

  • UK, Finland, Estonia practise subsea infrastructure protection in Baltic Sea | Reuters

    December 4, 2023 | International, Naval

    UK, Finland, Estonia practise subsea infrastructure protection in Baltic Sea | Reuters

    The navies of Britain, Finland and Estonia were practising subsea infrastructure protection in the Baltic Sea region on Monday together with the Finnish Border Guard, Finland's Defence Forces said in a statement.

All news