Back to news

February 1, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - January 29, 2021

ARMY

KBRwyle Technical Solutions LLC, Columbia, Maryland, was awarded a $78,252,029 modification (000286) to contract W52P1J-12-G-0061 for maintenance, supply, transportation and other logistics functions for the Army Prepositioned Stock-3 Charleston Afloat program. Work will be performed in Goose Creek, South Carolina, with an estimated completion date of Sept. 14, 2022. Fiscal 2010 operation and maintenance (Army) funds in the amount of $12,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

High Desert Support Services, Baton Rouge, Louisiana, was awarded a $54,000,000 modification (P00034) to contract W9124B-18-C-0004 for operations support services at Fort Irwin U.S. Army Garrison. Work will be performed in Fort Irwin, California, with an estimated completion date of Jan. 31, 2022. Fiscal 2021 operation and maintenance (Army) funds in the amount of $4,172,214 were obligated at the time of the award. U.S. Army 418th Contracting Support Brigade, Fort Irwin, California, is the contracting activity.

GP Strategies Corp., Columbia, Maryland, was awarded a $40,671,032 cost-plus-fixed-fee contract for life cycle logistics support and chemical demilitarization training facility operations and maintenance to facilitate the mission of the Chemical Materiel Training Facility at Aberdeen Proving Ground, Maryland. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of April 15, 2026. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-21-D-0015).

ACC Construction Co. Inc., Augusta, Georgia, was awarded a $31,229,066 firm-fixed-price contract for construction of a consolidated mission complex at Warner Robins Air Force Base. Bids were solicited via the internet with three received. Work will be performed at Warner Robins Air Force Base, Georgia, with an estimated completion date of Feb. 23, 2023. Fiscal 2017 and 2020 military construction (defense-wide) funds in the amount of $31,229,066 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-21-C-0009).

The Boeing Co., Mesa, Arizona, was awarded a $20,333,921 modification (P00070) to contract W58RGZ-16-C-0023 for long lead integrated logistics support, initial spares package and peculiar ground support equipment for the Royal Moroccan Air Force. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2024. Fiscal 2010 Foreign Military Sales (Morocco); and 2019 and 2020 aircraft procurement (Army) funds in the amount of $20,333,921, were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, was awarded a $15,925,901 modification (P00026) to contract W31P4Q-18-C-0130 to develop a second source for the qualification and facilitization of the Electromechanical Control Actuation System for the Hellfire missile. Work will be performed in Orlando, Florida, with an estimated completion date of Aug. 28, 2021. Fiscal 2019 procurement of ammunition (Army) funds in the amount of $3,625,819 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $15,785,417 modification (P00059) to contract W91RUS-17-C-0010 for information technology services to support the mission of the 2nd Theater Signal Brigade. Work will be performed in Germany and Italy, with an estimated completion date of Jan. 31, 2022. Fiscal 2021 operation and maintenance (Army) funds in the amount of $11,768,377 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $15,261,587 modification (P00079) to contract W56HZV-20-C-0050 to exercise available options for Marine Corps procurement of vehicles and kits for the Joint Light Tactical Vehicle family of vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2022. Fiscal 2021 Foreign Military Sales (Macedonia, Slovenia and Montenegro) and 2021 USMC procurement funds in the amount of $15,261,587 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Pond Constructors Inc., Peachtree Corners, Georgia, was awarded a $9,468,778 firm-fixed-price contract to maintain and repair petroleum systems and facilities. Bids were solicited via the internet with two received. Work will be performed in Anchorage, Alaska; Fairbanks Alaska; Delta Junction, Alaska; Shemya, Alaska; King Salmon, Alaska; Pohakuloa, Hawaii; Honolulu, Hawaii; Pearl Harbor, Hawaii; Ewa Beach, Hawaii; and Kaneohe Bay, Hawaii, with an estimated completion date of Jan. 31, 2022. Fiscal 2021 revolving funds in the amount of $9,468,778 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-21-F-0025).

AIR FORCE

Teradyne Inc., North Reading, Massachusetts, has been awarded a $78,232,776 firm-fixed-price requirements contract for the purchase of Versatile Diagnostic Automatic Test Station (VDATS) kits. The VDATS is an organically designed test station with open architecture and virtual modular equipment extensions for instrumentation technology. The VDATS consists of standardized, commercially available test equipment, components and software. There are two configurations of VDATS, the Digital Analog (DA)-1 and DA-2. Currently, these configurations support the A-10, B-1, B-2, B-52, C-5, C-17, C-130, E-3, E-8C, F-15, F16, F-22, H-53, H-60, KC-135 MC-4, MQ-9, Navy ships and UH-1 weapon systems. This contract will consist of five ordering periods with a period of performance of Feb. 1 2021, through Dec. 31, 2025, and work will be performed in North Reading, Massachusetts. No funds are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8571-21-D-0001).

Lockheed Martin, Owego, New York, has been awarded a $64,266,809 supply contract for F-16 Foreign Military Sales (FMS) mission planning. This contract provides for the development, integration, test and delivery of the Joint Mission Planning System Unique Planning Component/Mission Planning Environment software updates. Work will be performed in Owego, New York, and is expected to be completed by January 2029. This contract involves FMS to Slovakia, Bulgaria, Taiwan, Morocco, Greece, United Arab Emirates, Bahrain, Chile, Colombia, Croatia, Egypt, India, Indonesia, Jordan, Korea, Oman, Pakistan, Philippines, Poland, Romania, Singapore, Slovenia and Thailand. This award is the result of a directed-source acquisition. FMS funds in the amount of $17,172,548 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-21-C-0001).

Taitech Inc., Dayton, Ohio, has been awarded a not-to-exceed $31,587,310 indefinite-delivery/indefinite-quantity contract (FA8650-21-D-2400) for technology for sustained supersonic combustion (TSSC). The mission of TSSC is to provide research and development for investigation of basic concepts, components, sub-systems, and diagnostics, for high-speed air breathing propulsion systems, airframe structures and internal/external aerodynamics including integration into air vehicles, weapons and launch systems. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by February 2028. This award is the result of a competitive acquisition and four offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $75,000 will fund the initial task order at time of award. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity. (FA8650-21-F-2402)

Technica Corp., Sterling, Virginia, has been awarded a $22,040,950 cost-plus-fixed-fee task order (FA8307-19-F-0098) for weapon system engineering and maintenance services to include incremental software version development and installation, security patch installations, preventative maintenance, trouble shooting and responsive Tier 1, 2 and 3 support for the Cyberspace Vulnerability Assessment/Hunter weapon system. Work will be performed in Sterling, Virginia, and is expected to be completed Aug. 14, 2025. This award is the result of a competitive acquisition and seven offers were received. Fiscal 2021 research, development, test and evaluation funds; fiscal 2021 operation and maintenance funds; and fiscal 2021 Air National Guard procurement funds, in the full amount are being obligated at the time award. Air Force Life Cycle Management Center, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8732-14-D-0015).

Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a $21,744,548 cost-plus-fixed-fee modification (P00032) to contract FA8750-17-F-0105 for enterprise exploitation and information assurance. This contract modification provides for additional hours to facilitate development of electro-optical emerging data sources as part of the Assured Cyber Enterprise for the Intelligence Community Program. Work will be performed in McLean, Virginia, and is expected to be completed Sept. 28, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $74,381 are being obligated at the time of award. Total cumulative face value of the contract is $71,427,681. Air Force Research Laboratory, Rome, New York, is the contracting activity.

Walga Ross Group, Topeka, Kansas, has been awarded an $8,575,943 firm-fixed-price contract, to repair/replace heat, ventilation and air conditioning to Building 2210 located on Tinker Air Force Base, Oklahoma. The work is expected to be completed June 13, 2022. This award is the result of Tribal/American Native Corp. set aside. Non-expiring Depot Maintenance Activity Group funds in the full amount are being obligated at the time of award. Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8137-21-C-0009).

NAVY

Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $72,874,164 firm-fixed-price modification (P00024) to previously awarded contract N00019-17-C-0081. This modification exercises an option to procure 33 production AE1107C V-22 Osprey engines; 14 for the Marine Corps and 19 for the Navy for production of MV-22 and CMV-22 tiltrotor aircraft. Work will be performed in Indianapolis, Indiana, and is expected to be completed in December 2022. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $39,749,544; fiscal 2020 aircraft procurement (Navy) funds in the amount of $11,041,540; and fiscal 2019 aircraft procurement (Navy) funds in the amount of $22,083,080 will be obligated at the time of award, $22,083,080 of which will expire at the end of the current fiscal year. The Naval Systems Command, Patuxent River, Maryland, is the contracting activity.

La Playa Inc. of Virginia,* Chesapeake, Virginia (N64498-21-D-0002); Life Cycle Engineering Inc.,* North Charleston, South Carolina (N64498-21-D-0003); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N64498-21-D-0004); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N64498-21-D-0005); and Continental Tide Defense Systems Inc.,* Wyomissing, Pennsylvania (N64498-21-D-0006), are awarded a combined $67,512,167 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the procurement of support services for the Navy's air conditioning and refrigeration systems on all types of military vessels and small crafts. Each awardee will be awarded $2,200 (minimum contract guarantee per awardee) at contract award. Work will be assigned according to individual delivery orders and is expected to be completed by February 2027. It is estimated that work will be performed on the West Coast (41%); outside the continental U.S. (31%); and the East Coast (28%), at the following locations: Norfolk, Virginia; Mayport, Florida; Bremerton, Washington; Pearl Harbor, Hawaii; Yokosuka, Japan; Bahrain; United Arab Emirates; San Diego, California; Groton, Connecticut; Portsmouth, New Hampshire; Seattle, Washington; and Guam. Fiscal 2021 operation and maintenance funding in the amount of $11,000 will be obligated at time of award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This multiple award contract was competitively procured via the Federal Business Opportunities website with five offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.

Bering Global Solutions LLC,* Anchorage, Alaska, is awarded a maximum-value $44,636,195 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operations support services to be performed at Naval Support Activity Northwest Annex, Chesapeake, Virginia. Work will be performed in Chesapeake, Virginia, and is expected to be completed by September 2029. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $4,387,967 for recurring work will be obligated under the initial task order at time of award and will expire at the end of the current fiscal year. Work on the initial task order is expected to be completed by March 2022. This contract was competitively procured via the Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-21-D-0006).

The Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded a $32,070,700 firm-fixed-price task order (N400-85-F-4540) under previously awarded multiple-award construction contract N40085-19-D-9070 for the construction of design-build project P224 Operations Support Facility and P999 Training Facility at Joint Expeditionary Base, Little Creek, Virginia. P224 will design and construct an operations support facility. The project includes all pertinent site preparations and site improvements, mechanical and electrical utilities, telecommunications, emergency generator, landscaping, drainage, parking and exterior lighting. Built-in equipment includes equipment cages, passenger/freight elevator, lockers and emergency generator. P999 will design and construct an operations training facility, to include administrative spaces with both private and open offices, open workstations, conference rooms, cage rooms to secure personal belongings, shower rooms and supporting spaces including server rooms, mechanical rooms, restrooms, break rooms, janitor closets and circulation spaces. Work will be performed at Joint Expeditionary Base, Little Creek, Virginia Beach, Virginia, and is expected to be completed by December 2023. Fiscal 2021 military construction funds in the amount of $32,070,700 will be obligated at time of award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

The Charles Stark Draper Laboratory, Cambridge, Massachusetts, is awarded a $23,185,000 option under modification P00012 to previously awarded cost-plus-fixed-fee contract N0003020-C-0004 to provide guidance, navigation, and control (GN&C) subject matter expertise and resources to explore and evaluate current maturing concepts and technologies to enable follow on, full-scale development of strategic guidance, navigation, and control solutions for the Second Life Extension (D5LE2) of the Trident II (D5) Strategic Weapon System. This contract also provides research and development into new and alternate GN&C technologies and concepts to support alternate and developing strategic systems programs missions. Work will be performed in Cambridge, Massachusetts (100%), with an expected completion date of Sept. 30, 2021. The contract will be incrementally funded with fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $5,423,823 and will not expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded $19,680,950 for a firm-fixed-priced delivery order N00383-21-F-AY04 under previously awarded basic ordering agreement N00383-18-G-AY01 for the repair of various avionics equipment used on the F/A-18 aircraft and AV-8B aircraft. Work will be performed in Lemoore, California (99%); and Philadelphia, Pennsylvania (1%). Work will be begin February 2021, and will be completed by December 2023. Fiscal 2021 working capital funds (Navy) in the full amount of $19,680,950 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 pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1) and one offer was received. Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

East Coast Repair and Fabrication LLC, Portsmouth, Virginia, is awarded a $12,131,903 firm-fixed-price contract for a 50-calendar day shipyard availability. The work to be performed provides services for the mid-term availability of the fleet replenishment oiler USNS Kanawha (T-AO 196). The contract also contains five unexercised options, which if exercised, would increase cumulative contract value to $13,566,323. Work will be performed in Newport News, Virginia, and is expected to be completed by April 19, 2021. Fiscal 2021 working capital contract funds (Navy) in the amount of $12,131,903 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with four proposals received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-21-C-4008).

Lockheed Martin Space, Titusville, Florida, is awarded a $10,952,454 cost-plus-fixed-fee modification (P00006) to exercise options under previously awarded contract N00030-20-C-0100 for Trident II (D5) deployed systems support. Work will be performed in Denver, Colorado (40.1%); Bangor, Washington (17.9%); Kings Bay, Georgia (8.8%); Magna, Utah (8.2%); Oak Ridge, Tennessee (7.3%); Washington, D.C. (6.3%); Sunnyvale, California (5.6%); Cape Canaveral, Florida (3.5%); and other various locations (less than 1% each, 2.3% total). Work is expected to be completed Sept. 30, 2025. Fiscal 2021 weapons procurement (Navy) funds in the amount of $7,907,204; and fiscal 2021 operation and maintenance (Navy) funds in the amount of $1,500,000 are being obligated on this award, $1,500,000 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. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Martin-Baker Aircraft Co. Ltd., Uxbridge, United Kingdom, is awarded an $8,764,364 firm-fixed-price contract for the manufacture of 581 explosive cartridges kits and 1,116 each of different explosive cartridges used in the Martin-Baker US16E ejection seat in F-35 aircraft for the Joint Strike Fighter program. The contract does not contain a provision for an option quantity. All work will be performed in Uxbridge, United Kingdom, and work is expected to be completed by October 2022. The total value of $8,764,364 will be obligated at the time of award. Funding sources include fiscal 2021 operation and maintenance (O&M) (International Partner Funding) funds (31%); fiscal 2021 O&M (Air Force) funds (22%); fiscal 2021 procurement (Air Force) funds (18%); fiscal 2021 procurement (Marine Corps) funds (8%); fiscal 2021 procurement (Navy) funds (5%); fiscal 2021 O&M (Marine Corps) funds (5%); fiscal 2021 O&M (Navy) funds (3%); Foreign Military Sales (FMS) Japan funds (3%); FMS Israel funds (3%); FMS Belgium funds (1%); and FMS Korea funds (1%). Funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c) (1), with one offer received. Naval Supply Systems Command, Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-21-C-K014).

DEFENSE LOGISTICS AGENCY

DRS Network & Imaging Services, Melbourne, Florida, has been awarded a maximum $55,678,715 firm-fixed-price, requirements base subsumable contract to repair and return Bradley weapon system parts. This is a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1 (a)(2). This is a nine-year contract with repricing occurring every three years. Location of performance is Florida, with a Jan. 28, 2030, performance completion date. Using military service is Army. Type of appropriation is fiscal year 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-21-D-0014).

U.S. SPECIAL OPERATIONS COMMAND

Rockwell Collins Inc., Cedar Rapids, Iowa, received a ceiling increase modification in the amount of $12,797,070 to an indefinite-delivery/indefinite-quantity contract (H92241-17-D-0004) to provide life-cycle contractor support and hardware for the Common Avionics Architecture System, Cockpit Management System, Airborne Mission Network, Secure Real Time Video and Aircraft Management Systems. This modification raises the contract ceiling to $43,529,330. The majority of the work is being performed in Cedar Rapids, Iowa, and ordering periods will end in July 2022. This modification was a non-competitive award in accordance with Federal Acquisition Regulation 6.302-1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity.

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2487798/source/GovDelivery/

On the same subject

  • A focus on data is transforming Army makeup, says I Corps' Brunson

    October 12, 2022 | International, C4ISR

    A focus on data is transforming Army makeup, says I Corps' Brunson

    "What is also really, really interesting about our Army as we go forward in this data-centric environment is people are going to do different things."

  • British Air Force aims to be world’s first service with certified zero-carbon aircraft

    August 2, 2021 | International, Aerospace

    British Air Force aims to be world’s first service with certified zero-carbon aircraft

    If the program goes as planned, Britain could have their first zero-carbon platform flying by around 2027.

  • Contract Awards by US Department of Defense - June 10, 2020

    June 11, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 10, 2020

    ARMY General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $2,477,329,768 fixed-price-incentive contract for the production of Stryker Double V-Hull A1 engineering change proposal vehicles. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0005). Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $1,042,250,000 modification (P00001) to contract W31P4Q-20-C-0023 for incidental services, hardware, facilities, equipment, and all technical, planning, management, manufacturing, and testing efforts to produce Phased Array Tracking Radar to Intercept on Target Advanced Capability-3 missiles. Bids were solicited via the internet with one received. Work will be performed in Huntsville, Alabama; Camden, Arkansas; Chelmsford, Massachusetts; Grand Prairie, Texas; and Lufkin, Texas, with an estimated completion date of Oct. 31, 2024. Fiscal 2020 missile procurement, Army; and Foreign Military Sales (Bahrain, Germany, Poland, Qatar, Romania, Republic of Korea, United Arab Emirates) funds in the amount of $1,042,250,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Richard Group LLC,* Glenview, Illinois (W912QR-20-D-0026); Iron Mike Construction,* Centennial, Colorado (W912QR-20-D-0027); and AMI & LGC JV LLC,* Andover, Kansas (W912QR-20-D-0028), will compete for each order of the $45,000,000 firm-fixed-price contract for construction services for the Great Lakes and Ohio River Division mission boundaries. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of June 9, 2023. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity. Seres-Arcadis SB JV LLC,* Charleston, South Carolina, was awarded a $9,625,000 firm-fixed-price contract to perform optimized remediation for the Air Force. Bids were solicited via the internet with six received. Work will be performed at Joint Base Andrews, Maryland, with an estimated completion date of June 9, 2029. Fiscal 2020-2029 operations and maintenance, Army funds in the amount of $9,625,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-C-0011). NAVY General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $104,214,429 cost-plus-incentive-fee, cost-plus-fixed-fee, and cost-no-fee contract (N00030-20-C-0003) for fiscal 2020-2023 Columbia (US01) and Dreadnought ballistic missile submarine class development, production and installation requirement. Work will be performed in Pittsfield, Massachusetts (90%); the United Kingdom (6%); Quonset Point, Rhode Island (3%); and Groton, Connecticut (1%). Work is expected to be complete by November 2024. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $26,390,000; United Kingdom funds in the amount of $10,727,082; and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $2,210,541 are obligated on this award, and no funds 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 four were previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, D.C., is the contracting activity. BAE Systems, Information and Electronic Systems Integration Inc., Greenlawn, New York, is awarded a $58,738,453 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for the manufacture, test and delivery of 239 Mode 5 capable RT-1763C/D AN/APX-111(V) combined interrogator transponders and 397 spare shop replaceable assemblies for the F/A-18 Super Hornet series and Boeing EA-18G Growler warfare aircraft for the Navy and the government of Canada. Work will be performed in Greenlawn, New York (84%); and Austin, Texas (16%), and is expected to be complete by December 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 not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0002). Cardno – Amec Foster Wheeler JV, Charlottesville, Virginia, is awarded $50,000,000 for a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $50,000,000 for Marine Corps (USMC) facility assessments utilizing the BUILDER Sustainment Management System at various USMC installations worldwide. No task orders are being issued at this time. Work will be performed at various USMC facilities worldwide: North Carolina (31%); Japan (25%); California (22%); Hawaii (7%); Virginia (5%); South Carolina (4%); Georgia (3%); Arizona (2%); and Republic of Korea (1%). The work to be performed provides for condition assessments of facilities approximately 20 million square feet and greater annually and BUILDER is utilized for major building component systems, data input, data analysis and interpretation, remote entry database and web-based BUILDER. It is also used for assessment and management training; other knowledge-based sustainment management system facility assessments and training; other specialized engineering assessments and studies for site facilities; conventional or deficiency-based facility assessments and training; life-cycle, space utilization and functionality assessments; and short and long range maintenance planning. Work is expected to be complete by June 2025. Fiscal 2020 operations and maintenance (Marine Corps) (O&M, MC) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, MC. This contract was competitively procured via the Navy Electronic Commerce Online website and four proposals were received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-D-0615). Communications and Power Industries, Palo Alto, California, is awarded a $43,798,135 firm-fixed-price requirements contract for the repair of continuous wave illuminator traveling wave tubes in support of the Aegis Combat System. Work will be performed in Palo Alto, California, and is expected to be complete by June 2025. The contract includes a five-year base period with no options. Annual working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1), and one offer was received. The Naval Supply Systems Command, Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-20-D-VD01). Machine Tools USA Inc.,* Mathews, Virginia (N68936-20-D-0014); Machine Tool Marketing Inc.,* Bixby, Oklahoma (N68936-20-D-0015); and Pacific IC Source,* Yucaipa, California (N68936-20-D-0016), are awarded $25,000,000 for indefinite-delivery/indefinite-quantity contracts in support of the Naval Air Warfare Center Weapons Division. Work will be performed at the contractor's locations. These contracts provide various types of plant and laboratory tools, analytical and diagnostic equipment, work holding devices and peripheral equipment for conventional and computer numerically controlled equipment in support of advanced technology products for the Energetics Department. The estimated aggregate ceiling for all contracts is $25,000,000, with the companies having an opportunity to compete for individual orders. Work is expected to be completed in June 2025. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. These contracts were competitively procured via an electronic request for proposals and three offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity. ETM-Electromatic Inc.,* Newark, California, is awarded a $9,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a ceiling of $9,500,000 for the procurement of supplies and engineering services required for the modulator procurement, other spare parts and services for repairs and upgrades for ETM High Power Modulators. Work will be performed in Newark, California (75%); Crane, Indiana (8.4%); Palo Alto, California (8.3%); and Rancho Cordova, California (8.3%). These modulators are used to simulate operating conditions so microwave devices can be evaluated outside of their normal systems. These modulators allow the operator to safely and accurately evaluate a microwave device in a lab-controlled environment. The use of the microwave devices is critical in maintaining the radars aboard Navy ships in operational status. Work is expected to be complete by June 2025. Fiscal 2020 other procurement (Navy) funding in the amount of $30,662 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured via the Federal Business Opportunities website in accordance with 10 U.S. Code 2304(c)(1). This contract was not competitively procured and only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-20-D-WP60). UPDATE: An indefinite-delivery/indefinite-quantity, multiple award design-build/design-bid-build construction contract announced on Jan. 31, 2020, with a combined value of $990,000,000, has added HHM Laulima Constructors JV, Honolulu, Hawaii (N62478-20-D-4013); Nan Inc., Honolulu, Hawaii (N62478-20-D-4014); and TNT Constructors, Bremerton, Washington (N62478-20-D-4015), as three of 10 awardees to design-build and design-bid-build construction projects located within the Naval Facilities Engineering Command Hawaii area of operations. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Blue Canyon Technologies Inc.,* Boulder, Colorado, has been awarded a $14,183,250 cost-plus-fixed-fee contract for the Blackjack Track B (Bus) Phases 2 and 3 program. Work will be performed in Boulder, Colorado, with an estimated completion date of June 2021. Fiscal 2020 research and development funds in the amount of $10,282,600 are being obligated at the time of award. This contract is a competitive acquisition in accordance with the original broad agency announcement HR0011-18-S-0032. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0094). DEFENSE LOGISTICS AGENCY Sea Box Inc.,* Cinnaminson, New Jersey, has been awarded a maximum $7,799,220 firm-fixed-price contract for commercial shipping and storage containers. This was a competitive acquisition with 15 responses received. This is a one-year contract with no option periods. Locations of performance are New Jersey and Republic of Korea, with a March 15, 2021, performance completion date. Using customer 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 (SPE8ED-20-C-0006). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2215443/source/GovDelivery/

All news