Back to news

January 31, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - January 30, 2019

NAVY

Lockheed Martin Space, Sunnyvale, California, is awarded $559,622,074 for cost-plus-incentive-fee, fixed-price-incentive, cost-plus-fixed-fee modification P00004 to a previously awarded contract (N00030-18-C-0100) for Trident II (D5) missile production and deployed system support. Work will be performed in Magna, Utah (29.47 percent); Sunnyvale, California (16.75 percent); Cape Canaveral, Florida (14.07 percent); Pittsfield, Massachusetts (6.00 percent); Denver, Colorado (5.56 percent); Camden, Arizona (3.96 percent); Titusville, Florida (3.87 percent); Kingsport, Tennessee (3.87 percent); Kings Bay, Georgia (3.15 percent); El Segundo, California (2.87 percent); Lancaster, Pennsylvania (2.00 percent); Clearwater, Florida (1.11 percent); Inglewood, California (1.08 percent); and other various locations less than one percent (6.24 percent total), and work is expected to be completed Sept. 30, 2023. Fiscal 2019 weapons procurement (Navy) funds in the amount of $412,117,013; fiscal 2019 other procurement (Navy) funds in the amount of $9,717,587; and United Kingdom funds in the amount of $137,787,474 will be obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Northrop Grumman Systems Corp., San Diego, California, is awarded $55,062,919 for modification P00011 to a previously awarded fixed-price-incentive-firm contract (N00019-16-C-0055). This modification provides for the procurement of five Fire Scout MQ-8C unmanned air systems and two lightweight fuel cells. Work will be performed in San Diego, California (33 percent); Ozark, Alabama (27 percent); Fort Worth, Texas (18 percent); Moss Point, Mississippi (16 percent); and various locations within the continental U.S. (6 percent), and is expected to be completed in August 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $55,062,919 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DynCorp International LLC, Fort Worth, Texas, is awarded $43,856,375 for modification P00017 to a previously awarded firm-fixed-price, cost-reimbursement indefinite-delivery/indefinite-quantity contract (N00019-15-D-0001). This modification exercises an option for organization, selected intermedia, limited depot level maintenance, and logistics services in support of the Naval Aviation Warfighting Development Center's (NAWDC) F/A-18A/B/D/D/E/F, EA-18G, MH-60S, F-16A/B, and E-2C aircraft. Work will be performed at NAWDC, Fallon, Nevada, and is expected to be completed in January 2020. No funds are being obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

B.L. Harbert International, Birmingham, Alabama, is awarded a $41,832,719 firm-fixed construction contract for a hangar located at the Naval Air Station Patuxent River, Maryland. The project will construct an 80,000 square foot hangar and associated facility to support research, development, testing, and evaluation of unmanned carrier-launched aerial surveillance systems to be located at the air station. The contract also contains five unexercised option, which if exercised would increase cumulative contract value to $44,374,719. Work will be performed in Patuxent River, Maryland, and is expected to be completed 607 days after award. Fiscal 2017 military construction (Navy) contract funds in the amount of $41,832,719 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity (N40080-19-C-2015).

RQ Construction Inc., Carlsbad, California, is awarded a $41,429,522 firm-fixed-price contract for the design and construction of a maintenance hangar in support of the EA-18 Growler aircraft at Naval Air Station Whidbey Island, Washington. The facility will provide high-bay space for aircraft maintenance, maintenance shops, and open bay warehouse space for aircraft equipment and administrative spaces. Work will be performed in Oak Harbor, Washington, and is expected to be completed by July 2021. Fiscal 2017 military construction (Navy) contract funds in the amount of $41,429,522 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with nine proposals received. Naval Facilities Engineering Command Northwest, Silverdale, Washington, is the contracting activity (N44255-19-C-0003).

Booz Allen Hamilton Inc., McLean, Virginia, is awarded a $36,655,871 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite quantity contract for Identity Dominance System (IDS) technology refresh for the Department of Defense. The IDS technology refresh effort is a refresh of the entire current configuration. The primary focus of this contract is the acquisition of a hand-held biometric hardware device for the IDS program to replace the current integrated base unit. Work will be performed in McLean, Virginia, and is expected to be completed by January 2024. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $1,522,548 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was solicited on a full and open competition basis via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-19-D-4000).

Raytheon Co. Missile Systems, Tucson, Arizona, is being awarded $32,958,080 for modification P00002 to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee contract (N00019-18-C-0088). This modification provides for engineering and manufacturing development of the Miniature Air Launched Decoy – Navy. Work will be performed in Tucson, Arizona, and is expected to be completed in July 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $16,197,594 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

L3 Aviation Products Inc., Alpharetta, Georgia, is awarded a $16,138,920 firm-fixed-price indefinite-delivery/indefinite-quantity contract to procure a maximum quantity of 840 technically refreshed multi-function displays for retrofits and spares in support of the AH-1Z and UH-1Y aircraft. Work will be performed in Alpharetta, Georgia, and is expected to be completed in September 2022. No funds will be obligated at time of award. Funds will be obligated on individual delivery 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 (N00019-19-D-0009).

The Boeing Co., St. Louis, Missouri, was awarded $15,991,141 for modification P00001 to delivery order N0001918F1652 previously placed against basic ordering agreement N00019-16-G-0001. This modification exercises an option for the procurement of 79 Harpoon Block II Plus Tactical Missile upgrade kits for the Navy. Work will be performed in St. Charles, Missouri (69.5 percent); Galena, Kansas (10.5 percent); Minneapolis, Minnesota (6.6 percent); St. Louis, Missouri (6.5 percent); Lititz, Pennsylvania (2.2 percent); O'Fallon, Missouri (1.1 percent); Cedar Rapids, Iowa (.6 percent), and various locations within the continental U.S. (3 percent). Work is expected to be completed in March 2022. Fiscal 2019 weapons procurement (Navy) funds in the amount of $15,991,141 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Vertical Protective Apparel LLC,* Shrewsbury, New Jersey, is awarded $14,539,807 for firm-fixed-price delivery order M67854-19-F-1541 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-18-D-1309) for the production and integration of 56,710 Plate Carrier Generation III complete systems and 61,729 components and spares. Work will be performed in Guanica, Puerto Rico, and is expected to be complete by Jan. 29, 2021. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $14,539,807 will be obligated at the time of award and funds will expire the end of the current fiscal year. The base contract was competitively procured as a Total Small Business Set Aside via the Federal Business Opportunities website, with four offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

Central Lake Armor Express Inc.,* Central Lake, Michigan, is awarded $10,432,525 for firm-fixed-price delivery order M67854-19-F-1542 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-19-D-1509) for the production of 1,322,654 Plate Carrier Generation III soft armor inserts and data reports. Work will be performed in Central Lake, Michigan, and is expected to be complete by Oct. 24, 2023. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $10,432,525 will be obligated at the time of award and funds will expire the end of the current fiscal year. The base contract was competitively procured as a total small business set aside via the Federal Business Opportunities website, with 13 offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

Sealift Inc. of Delaware, Oyster Bay, New York, is awarded $9,106,750 under previously awarded contract N3220518C3352 to exercise an option for a vessel for transportation of dry cargo worldwide. The U.S. flagged vessel MV Black Eagle is employed in worldwide trade for the transportation and prepositioning of cargo (including, but not limited to, hazardous cargo, explosives, ammunition, vehicular, containerized, and general cargo), and for military readiness, in accordance with the terms of this charter. Work will be performed worldwide and is expected to be completed January 2020. Working capital funds in the amount of $9,106,750 will be obligated at the time of award and will not expire at the end of the current fiscal year. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Nordam Group Inc., Tulsa, Oklahoma, is awarded a $7,902,620 firm-fixed-priced contract for first article testing in support of the Super Hornet F/A-18 E-G 11 flight control surfaces. This is a one-year contract with no option periods. Work will be performed in Tulsa, Oklahoma, and work is expected to be completed by January 2020. Working capital (Navy) funds in the full amount of $7,902,620 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304 (c)(2), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. (N00383-19-C-C003)

Barnhart-Reese Construction Inc.,* San Diego, California, is awarded $7,127,423 for firm-fixed-price task order N6247319F4263 under a previously awarded multiple award construction contract (N62473-17-D-4629), for the renovation of historic Building 158 and demolition of Building 58 at Naval Base Point Loma, California. The work to be performed provides for the renovation of Building 158 into a two-story space with a basement, suitable for administration and training. Project includes demolition to cut openings for completion of a seismic retrofit, and installation of an elevator and ramp to bring the building into American Disabilities Act compliance; constructing walls throughout all three floors to enclose offices, interview rooms, an evidence room, men and women locker rooms, storage areas, and classrooms. The project also installs a new generator, new heat ventilation air conditioning, and repairs the existing pavement around the facility. Building 58 located at the Harbor Drive Annex will be demolished. The task order also contains two unexercised options and two planned modifications, which if exercised would increase the cumulative contract value to $8,188,231. Work will be performed in San Diego, California, and is expected to be completed by August 2020. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $7,127,423 are obligated on this award and will expire at the end of the current year. Four proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity.

AIR FORCE

Sallyport Global Holdings, Reston, Virginia, has been awarded a not-to-exceed $375,000,000 cost-plus-fixed-fee undefinitized contract action to provide base operations support, base life support, and security services in the support of the Iraq F-16 program. Work will be performed on Balad Air Base, Iraq, and is expected to be completed by Jan. 30, 2020. This contract was the result of a sole-source acquisition and involves foreign military sales to Iraq. Foreign military financing loan repayable funds in the amount of $183,750,000 are being obligated at the time of the award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8630-19-C-5004).

JC Builders JV,* Alamogordo, New Mexico (FA4801-19-D-A003); Mirador Enterprises LLC,* El Paso, Texas (FA4801-19-D-A006); Native American Services Corp.,* Alamogordo, New Mexico (FA4801-19-D-A004); Mesa Verde Enterprises,* Alamogordo, New Mexico (FA4801-19-D-A007); LC Structural Inc.,* Las Cruces, New Mexico (FA4801-19-D-A001); Veliz Construction,* El Paso, Texas (FA4801-19-D-A005); E-Corp,* Layton, Utah (FA4801-19-D-A008); and R-CON Construction Inc.,* Las Cruces, New Mexico (FA4801-19-D-A009), have been awarded a five-year aggregate ceiling $90,000,000 indefinite-delivery/indefinite-quantity contract to provide a broad range of maintenance, repair and construction work at Holloman Air Force Base, New Mexico. Task orders will use a variety of trades such as road repair, roofing, excavation, electrical, mechanical, plumbing, sheet metal, painting, demolition, concrete, masonry and welding. Work is scheduled to commence March 1, 2019, and is expected to be completed by Dec. 31, 2023. No funds will be obligated at time of award but will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals as a 100 percent Small Business Set-Aside, with 20 offers received. The 49th Contracting Squadron, Holloman AFB, New Mexico, is the contracting activity.

Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a $39,957,226 contract modification (P00013) to contract FA8525‐16‐D‐0003 for C‐5 contractor logistics support services. The contract involves supply chain management, repair and technical support services. Work will be performed in Marietta, Georgia; and Greenville, South Carolina, and is expected to be completed by Jan. 31, 2021. This award is a result of a sole-source acquisition and only one off was received. Fiscal 2019 through fiscal 2021 Material Support Division, and operations and maintenance funds in the amount of $14,993,394 are being obligated at the time of award. Air Force Lifecycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Goodrich Corp., Brea, California, has been awarded an estimated $27,095,145 requirements contract for the repair/overhaul of the internal rescue hoist on UH-1N and aircraft mounted winch on HH-60 helicopters. This contract provides for the contractor to repair and perform program depot-level maintenance and unscheduled program depot-level maintenance in support of the UH-1N and HH-60 helicopters. Work will be performed in Brea, California, and is expected to be completed by Jan. 29, 2024. This award is the result of a sole-source acquisition. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-19-D-0001).

BAE Systems Information and Electronic Systems Integration, Wayne, New Jersey, has been awarded a $12,157,767 cost-plus-fixed-fee contract for dynamic networking adaptation for Mission Optimization Extensible Network Architecture software/hardware. This effort develops and implements candidate system designs to interconnect applications and information across multiple legacy and future networks throughout dynamic missions. Work will be performed in Wayne, New Jersey, is expected to be completed by July 30, 2020. This award is the result of a competitive acquisition and two offers were received. Fiscal 2018 research, development, test and evaluation (RDT&E) funds in the amount of $2,435,845; and fiscal 2019 RDT&E funds in the amount of $7,394,039 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0012).

ARMY

Dell Marketing LP, Round Rock, Texas, was awarded a $78,141,800 firm-fixed-price contract for VMware software license maintenance. One bid was solicited with one bid received. Work will be performed in Round Rock, Texas, with an estimated completion date of Jan. 27, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $63,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-F-0199).

DRS Network and Imaging Systems LLC, Melbourne, Florida, was awarded a $67,300,000 fixed-price-redetermination contract to procure horizontal technology integration second generation forward looking infrared BKit components and engineering services. Two bids were solicited with two bids received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 29, 2026. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-D-0004).

Med-Eng LLC, Ogdensburg, New York, was awarded a $47,203,546 firmed-fixed-price contract for Generation II advanced bomb suit systems. 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 Jan. 30, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-0007).

Kforce Government Solutions Inc., Fairfax, Virginia, was awarded a $28,000,000 firm-fixed-price contract to procure traumatic amputation task trainers. 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. 30, 2024. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0005).

Donald L. Mooney Enterprises LLC, San Antonio, Texas, was awarded an $11,954,435 firm-fixed-price contract for licensed vocational nurses and certified nurse assistants services. One bid was solicited via the internet with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2019. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-19-D-0010).

Georgia Vocational Rehabilitation Agency, Tucker, Georgia, was awarded an $8,325,934 firm-fixed-price contract for food services. One bid was solicited with one bid received. Work will be performed in Tucker, Georgia, with an estimated completion date of July 31, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $8,325,934 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Gordon, Georgia, is the contracting activity (W911S0-19-C-0003).

Emergent LLC, Virginia Beach, Virginia, was awarded a $7,616,333 firm-fixed-price contract for Oracle PeopleSoft software license renewals. Bids were solicited via the internet with two received. Work will be performed in Crystal City, Virginia; and San Diego, California, with an estimated completion date of Jan. 31, 2020. Fiscal 2019 operations and maintenance, Navy; and operations and maintenance, Army funds in the amount of $7,616,333 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-F-0274).

DEFENSE LOGISTICS AGENCY

American Water Operations and Maintenance LLC, Voorhees, New Jersey, has been awarded a $26,589,346 modification (P00143) to a 50-year contract (SP0600-08-C-8257), with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Polk, Louisiana. This is a fixed-price with prospective-price-redetermination contract. Locations of performance are Louisiana and New Jersey, with a Jan. 31, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2059 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Polk, Louisiana.

DEFENSE INFORMATION SYSTEMS AGENCY

ARTEL LLC, Herndon, Virginia, was awarded a contract modification (P00013) to exercise Option Period Three on task order GS-35F-5151H / HC101316F0022, for commercial satellite communications service. The face value of this action is $23,328,000 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $93,159,500. Performance directly supports the Air Force's Central Command area of responsibility for intelligence, surveillance and reconnaissance platforms. Quotations were solicited via the General Services Administration's Federal Supply Schedule, Information Technology Schedule 70, and one quotation was received from 29 offerors solicited. The period of performance for Option Period Three is Feb. 10, 2019, through Feb. 9, 2020, and there is one remaining unexercised option period for this task order. The Defense Information Technology Organization, Scott Air Force Base, Illinois, is the contracting activity.

* Small Business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1744377/source/GovDelivery/

On the same subject

  • Vidéo : Quand la science-fiction se met au service de la Défense nationale

    January 14, 2022 | International, C4ISR

    Vidéo : Quand la science-fiction se met au service de la Défense nationale

    Au sein de l'Agence de l'Innovation de la Défense, « Red Team » et « Blue Team » imaginent et répondent aux scénarios catastrophes de demain. Les équipes de France Info se sont entretenues avec le directeur de l'agence, Emmanuel Chiva, directeur de l'agence qui pilote l'innovation en matière de défense, dont l'une des missions est d'anticiper les menaces, et de travailler sur les moyens de s'en prémunir. Imaginer les conflits d'un futur lointain au sein de l'Agence de l'innovation de Défense, c'est le rôle de la Red Team et de ses auteurs de science-fiction. « C'est une dizaine d'auteurs, (...) et nous avons aussi un opérateur, Paris Sciences & Lettres, qui nous apporte toute la méthodologie », indique Emmanuel Chiva. En face, la Blue Team, « composée d'officiers, d'ingénieurs, de la DGA, de spécialistes des relations internationales du ministère des Armées (...) des gens qui doivent imaginer le moyen de répondre aux menaces de la Red Team », détaille-t-il. L'agence possède un comité d'éthique de la Défense, « dans le but de se fixer des lignes rouges » rassure Emmanuel Chiva. Parmi les scénarios, on trouve un travail sur les pirates du futur avec « la création d'une nation flottante », D'autres scénarios, en revanche, ceux qui peuvent « exposer des vulnérabilités », restent confidentiels. Franceinfo du 13 janvier

  • Lockheed adds Dunford, former top US military officer, to board

    January 27, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Lockheed adds Dunford, former top US military officer, to board

    By: Aaron Mehta WASHINGTON — Lockheed Martin has added Joe Dunford, the former chairman of the Joint Chiefs of Staff, to its board of directors, the company announced Friday. Dunford, the Marine general who retired out of service at the end of September 2019, will become the 12th member of Lockheed's board come Feb. 10 of this year. He will serve on the board's Classified Business and Security Committee as well as its Nominating and Corporate Governance Committee. "General Dunford's service to the nation at the highest levels of military leadership will bring valuable insight to our board," Marillyn Hewson, chairman, president and CEO of Lockheed Martin, said in a statement. "His experience in complex, global operations and risk management, including cybersecurity threats, is a tremendous asset and will enhance board oversight in key business areas." Lockheed Martin is the world's largest defense contractor, with $50.5 billion in defense revenue in fiscal 2018. The announcement may spur renewed calls by good government groups to close the so-called “revolving door” between the Pentagon and the defense industry, an issue that has taken on new life given the number of industry executives who have joined the defense department under President Donald Trump. That list is most prominently headlined by Secretary of Defense Mark Esper, a former Raytheon executive, and Pat Shanahan, a Boeing executive who was confirmed as deputy secretary of defense and then served six months as the acting secretary to start 2019 before departing the building. Sen. Elizabeth Warren, a top nominee for the Democratic nomination for president, has called for a ban on defense primes hiring senior Pentagon officials and officers for four years after they leave retire. https://www.defensenews.com/industry/2020/01/25/lockheed-adds-dunford-former-top-us-military-officer-to-board

  • Contract Awards by US Department of Defense - July 13, 2020

    July 14, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - July 13, 2020

    AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $22,890,000,000 indefinite-delivery/indefinite-quantity contract (FA8634-20-D-2704). The first delivery order has been awarded as an undefinitized contract action with a total not-to-exceed value, including options, of $1,192,215,413. It is a cost-plus-fixed-fee, cost-plus-incentive-fee, fixed-price-incentive-fee, firm-fixed-price effort for the F-15EX system. This delivery order (FA8634-20-F-0022) provides for design, development, integration, manufacturing, test, verification, certification, delivery, sustainment and modification of F-15EX aircraft, as well as spares, support equipment, training materials, technical data and technical support. Work will be performed in St. Louis, Missouri; and at Eglin Air Force Base, Florida, and is expected to be completed Dec. 31, 2023. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $248,224,746; and fiscal 2020 aircraft procurement funds in the amount of $53,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity. Filius Corp., Centreville, Virginia, has been awarded a $70,617,597 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the AN/TYQ-23A (V)1 Tactical Air Operations Module weapons system logistics support. The contractor will provide all labor, tools, equipment, technical data/manuals, materials, supplies, parts, original equipment manufacturer (OEM) service bulletins and services necessary to perform contractor logistics support on TYQ-23A (V)1 in accordance with OEM standards (commercial standards if third party is performing service/repair), including software/firmware upgrades. This support will also include emergency and preventative maintenance for any future technologies designed to be implemented in the TYQ-23A. Work will be performed in Centreville, Virginia, and is expected to be completed July 2025. This award is the result of a competitive acquisition with five offers received. Fiscal 2020 operations and maintenance funds in the amount of $2,300,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8217-20-D-0005). Renco Corp., Manchester, Massachusetts, has been awarded a not-to-exceed $22,400,000 undefinitized contract action for capacity expansion of Nitrile beutadine rubber (NBR) gloves production for the Department of Health and Human Services in care of the Joint Acquisition Task Force. This contract provides for the procurement of raw NBR materials, dipping lines, storage tanks, storage equipment, roofing repairs, lighting, loading docks, water treatment, solar roofs and a remote facility to be determined at a later date in the south central part of the U.S. in order to bring an industrial base and to replenish the strategic national stockpile of Nitrile produced rubber gloves back to the U.S. Work will be performed in Colebrook, New Hampshire, and is expected to be completed July 14, 2021. This award is the result of a sole-source acquisition. Fiscal 2020 other procurement funds in the amount of $22,400,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8527-20-C-0005). NAVY Blue Rock Structures Inc.,* Pollocksville, North Carolina (N40085-16-D-6300); Daniels & Daniels Construction Co. Inc.,* Goldsboro, North Carolina (N40085-16-D-6301); Joyce & Associates Construction Inc.,* Newport, North Carolina (N40085-16-D-6302); Military & Federal Construction Co. Inc.,* Jacksonville, North Carolina (N40085-16-D-6303); Quadrant Construction Inc.,* Jacksonville, North Carolina (N40085-16-D-6304); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-16-D-6305), are awarded a $90,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity, multiple award construction contracts for general construction services within the Marine Corps Installations East area of responsibility. After award of this modification, the total maximum dollar value for all six contracts combined will be $339,000,000. Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%). The work to be performed provides for general construction services including, but not limited to, new construction, demolition, repair, alteration and renovation (total/partial/interior/exterior) of buildings, systems and infrastructure, which may include civil, structural, mechanical, electrical and communication systems; installation of new or extensions to existing high voltage electrical distribution systems; extensions to the existing high pressure steam distribution systems, potable water distribution systems and sanitary sewer systems; additional storm water control systems; painting; removal of asbestos materials and lead paint; and incidental related work. Work is expected to be completed by December 2020. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operations and maintenance (Marine Corps); and military construction funds (Marine Corps). The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Huntington Ingalls Inc., Newport News, Virginia, is awarded a $35,346,618 cost-plus-fixed-fee, firm-fixed-price modification to a previously awarded contract (N00024-16-C-4316) to continue performance of the repair, maintenance, upgrades and modernization efforts on the USS Helena (SSN 725) dry-docking selected restricted availability (DSRA). Work will be performed in Newport News, Virginia. The contracted requirements include advance and new work efforts necessary to repair, and maintain full unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity as defined in the availability work package during the Chief of Naval Operations scheduled availability. Work is expected to be completed by October 2020. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $35,346,618 will be obligated at time of award and will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procure; only one responsible source and no other supplies or services will satisfy agency requirement. The Supervisor of Shipbuilding, Conversion and Repair, USN, Newport News, Virginia, is the contracting activity. L3 Technologies Inc., Camden, New Jersey, is awarded a $34,999,948 fixed-price-incentive-firm-target contract for the detail design and fabrication of a prototype Medium Unmanned Surface Vehicle (MUSV). This contract includes options for up to eight additional MUSVs, logistics packages, engineering support, technical data, and other direct costs, which, if exercised, will bring the cumulative value of this contract to $281,435,446. Work will be performed in Morgan City, Louisiana (72.7%); Arlington, Virginia (9.8%); Jeanerette, Louisiana (8.1%); New Orleans, Louisiana (6.6%); Worthington, Ohio (1.7%); Lafayette, Louisiana (0.9 %); and Gautier, Mississippi (0.2%), and is expected to be completed by December 2022. If all options are exercised, work will continue through June 2027. Fiscal 2019 and 2020 research, development, test and evaluation funding in the amount of $34,999,948 will be obligated at the time of award, and $29,779,038 will expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities (now beta.SAM.gov), and five offers were received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-6312). Northrop Grumman Systems Corp., Linthicum, Maryland, is awarded an $11,300,000 not-to-exceed, cost-plus fixed-fee contract for the procurement of transitional development and sustaining engineering services for the Ground/Air Task-Oriented Radar (G/ATOR), to include software support activity transition, low/slow/small capability development and ground weapons locating radar improvements. The G/ATOR program is managed within the portfolio of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Linthicum, Maryland, and is expected to be completed by July 2021. Fiscal 2020 research, development, test and evaluation (Marine Corps) funds in the amount of $2,217,296; and fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $3,000,000 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. This contract was not competitively procured and was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. General Dynamics Electric Boat, Groton, Connecticut, is awarded an $8,127,069 modification under previously awarded contract N00024-16-C-2111 to perform alterations during the USS South Dakota (SSN 790) post-delivery work period. Work will be performed in Groton, Connecticut. General Dynamics Electric Boat will perform planning and execution efforts on SSN 790, USS South Dakota. Work is expected to be completed by December 2020. No funding will be obligated at time of award. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity. General Dynamics Electric Boat, Groton, Connecticut, is awarded a $7,829,633 modification under previously awarded contract N00024-16-C-2111 to perform alterations during the USS South Dakota (SSN 790) post-delivery work period. Work will be performed in Groton, Connecticut. General Dynamics Electric Boat will perform planning and execution efforts on SSN 790, USS South Dakota. Work is expected to be completed by December 2020. No funding will be obligated at time of award. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity. General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $7,765,664 cost-plus-fixed-fee modification to a previously awarded contract (N00024-09-C-2104) for planning and execution of USS Delaware (SSN 791) post delivery work period (PDWP). Work will be performed in Groton, Connecticut. Electric Boat Corp. will perform planning and execution efforts, including long lead time material procurement, in preparation to accomplish the maintenance, repair, alterations, testing, and other work on USS Delaware (SSN 791) during its scheduled PDWP. Work is expected to be completed by October 2020. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $7,765,664 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity. DEFENSE LOGISTICS AGENCY Hikma Pharmaceuticals USA Inc., Eatontown, New Jersey, has been awarded a maximum $42,907,336 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is New Jersey, with a July 12, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0006). ARMY Mathy Construction Co., Onalaska, Wisconsin, was awarded an $8,870,763 modification (P00002) to contract W911SA-19-D-2018 for asphalt paving at Fort McCoy. Work will be performed at Fort McCoy, Wisconsin, with an estimated completion date of July 14, 2022. Bids were solicited via the internet with one received. The U.S. Army 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity. Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $7,845,596 hybrid (cost-no-fee, firm-fixed-price) contract to provide U.S. Forces Korea with information technology, architecture and engineering, command and control networks and associated systems support services. Bids were solicited via the internet with five received. Work will be performed in Pyongtaek, South Korea, with an estimated completion date of July 31, 2025. The 411th Contracting Support Brigade, Camp Red Cloud, South Korea, is the contracting activity (W91QVN-20-F-0440). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2272447/source/GovDelivery/

All news