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

  • Top Pentagon officials met with industry executives about hypersonics. What comes next?

    February 11, 2022 | International, Aerospace

    Top Pentagon officials met with industry executives about hypersonics. What comes next?

    Experts say the Pentagon's call for progress on hypersonic weapons development must be backed up with fiscal 2023 investments in much-needed testing infrastructure.

  • Contract Awards by US Department of Defense - September 23, 2019

    September 24, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 23, 2019

    MISSILE DEFENSE AGENCY Raytheon Integrated Defense Systems, Woburn, Massachusetts, is being awarded a modification on indefinite-delivery/indefinite-quantity contract HQ0147-18-D-0002. The value of this contract modification is $500,615,405, which increases the total ceiling value from $461,492,695 to $962,108,100. The contractor will continue to perform research and development support for the Army Navy Transportable Radar Surveillance Control Model-2 and Sea-Based X-Band radar. The modification also includes continued product improvement, warfighter support, engineering services, Ballistic Missile Defense System test subject matter experts (SME) support, modeling and simulation SME support, and cybersecurity. No task orders are being issued at this time. The work will continue to be performed in Woburn, Massachusetts. The period of performance remains the same, which is from Nov. 1, 2017, through Oct. 31, 2022, with a one year option. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY Northrop Grumman Systems Corp., San Diego, California, has been awarded a maximum $375,792,189 firm-fixed-price delivery order (SPRPA1-19-F-E31N) against a five year basic ordering agreement (N00019-15-G-0026) for Multi Function Active Sensor Radar Systems for the MQ-4C Triton unmanned aircraft system. This was a sole source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a six-year contract with no option periods. Location of performance is California, with a Dec. 31, 2025, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2025 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. American Water Operations and Maintenance Inc., Voorhees, New Jersey, has been awarded a $15,934,838 modification (P00116) to a 50-year utilities privatization contract (SP0600-07-C-8254) with no option periods incorporating an increase to the operations, maintenance, renewal and replacement charges for water and wastewater utility service systems. This is a fixed-price prospective redetermination contract. Location of performance is Virginia, with a Dec. 20, 2057, performance completion date. Using military service is Army. Type of appropriation is operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. Crane Electronics Inc., Fort Walton Beach, Florida, has been awarded an estimated $9,283,185 fixed-price, requirements contract for AN/ALR-56C radar warning receiver low voltage power supplies in support of the F-15 aircraft. This was a sole source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is Florida, with a Sept. 18, 2024, performance completion date. Using military service is the Air Force. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-19-D-0010). Twigg Corp., Martinsville, Indiana, has been awarded a maximum $9,270,251 firm-fixed-price contract for T404 support turbine assemblies. This was a competitive acquisition with two offers received. This is an 11-month contract with no option periods. Location of performance is Indiana, with a June 19, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-19-C-Z059). NAVY Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $352,672,006 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-19-D-0015). This modification increases the ceiling and scope of the contract to include the procurement of Lot 12-14 Generation 3 helmet mounted displays in support of the F-35 Lightning II program. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2020. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is being awarded $227,000,000 for ceiling-priced delivery order N00383-19-F-A34Y under previously awarded basic ordering agreement N00383-17-G-A301 for the procurement of main and nose landing gear assemblies in support of the F/A-18E/F and EA-18G aircrafts. The period of performance for this delivery order begins October 2019 and will be completed by March 2023 with no option periods. Work will be performed in St. Louis, Missouri. Annual working capital funds (Navy) in the amount of $111,230,000 will be will be obligated at the time of award and will not expire at the end of the current fiscal year. One company was solicited for this sole sourced requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. General Electric Co., Lynn, Massachusetts, is being awarded a $219,407,194 modification (PZ0002) to a previously awarded firm-fixed-price contract (N00019-18-C-1061) to procure 48 F414-GE-400 install engines and engine devices for Lot 23 F/A-18E/F aircraft. Work will be performed in Lynn, Massachusetts (59%); Hooksett, New Hampshire (18%); Rutland, Vermont (12%); and Madisonville, Kentucky (11%), and is expected to be completed in August 2021. Fiscal 2019 aircraft procurement (Navy) funds in the amount $219,407,194 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. Raytheon Co., Largo, Florida, is being awarded a $52,857,202 cost-plus-fixed-fee and cost-plus-incentive-fee modification to previously awarded contract N00024-19-C-5200 to exercise options for design agent and engineering services to support the Cooperative Engagement Capability (CEC) program. This option exercise is for design agent and engineering services to perform advanced studies and integration efforts as well as software sustainment and support. The CEC program provides a sensor network with integrated fire control capability that significantly improves strike force air and missile defense capabilities by coordinating measurement data from strike force air search sensors on CEC-equipped units into a single, integrated real-time, composite track air picture. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. Work will be performed in Largo, Florida, and is expected to be completed by September 2020. Fiscal 2019 other procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); fiscal 2019 operation and maintenance (Navy); and Foreign Military Sales funding in the amount of $7,130,069 will be obligated at time of award, and funds in the amount of $984,939 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Robertson Fuel Systems LLC, Tempe, Arizona, is being awarded a $31,101,308 firm-fixed-price contract to manufacture and deliver eight V-22 mission auxiliary tank systems for extended range of flight requirements in support of V-22 aircraft for the Navy (3); Marine Corps (2); Air Force (1); and the government of Japan (2). Work will be performed in Tempe, Arizona, and is expected to be completed in November 2021. Fiscal 2017 and 2018 aircraft procurement (Air Force and Navy); and Foreign Military Sales (FMS) funds in the amount of $31,101,308 will be obligated at time of award, $14,729,731 of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps and Navy ($20,702,984; 66%); Air Force ($1,213,255; 4 %); and the government of Japan ($9,185,069; 30%) under the FMS program. This contract was not competitively procured pursuant to 10 U.S.Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0042). Proaim Americas LLC, Grover, Missouri, is being awarded a $19,979,089 firm-fixed-price contract for Enterprise Ocular Picture Archiving and Communication System (OPACS) on behalf of multiple Department of Defense medical treatment facilities, within and outside the contiguous U.S. This is a five-year single award contract and work is expected to be completed by Sept. 30, 2024. Fiscal 2019 Defense Health Program other procurement funds in the amount of $3,737,387 will be obligated on an initial task order at the time of award and will expire at the end of the current fiscal year. This contract was a non-competitive sole source procurement in accordance with Federal Acquisition Regulation 6.302-1(c) issued via the Federal Business Opportunities website, with one proposal received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-D-5012). Lockheed Martin Rotary and Mission Systems, Liverpool, New York, is being awarded a $17,202,359 cost-plus-fixed-fee contract in support of the E-2D Advanced Hawkeye program to provide depot level repair capability for the AN/APY-9 radar line replaceable modules (LRMs). This contract provides technical services in support of development of electronic Consolidated Automated Support System (eCASS) compatibility reports and the associated technical data for AN/APY-9 radar avionics LRM. In addition, this contract provides for technical services for development system specifications that define the functional performance requirements for the operational test program sets to test the LRMs on the eCASS. Work will be performed in Liverpool, New York (45%); El Segundo, California (25%); Melbourne, Florida (24%); and Baltimore, Maryland (6%); and is expected to be completed in August 2021. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $17,202,359 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-C-0248). Sealift Inc., Oyster Bay, New York, is being awarded a $14,608,000 modification under a previously awarded firm-fixed-price contract (N3220519C3512) to fund the fifth one-year option period. The option will continue to provide one U.S. flagged vessel (M/V Capt. David I. Lyon) for the transportation and prepositioning of cargo including, but not limited to; hazardous cargoes, explosives, ammunition, vehicular, containerized, and general cargoes, and for military readiness for the Department of the Air Force. The vessel is capable of deployment to worldwide locations. The current contract is approximately 111-day firm period with four one-year option periods, and a 212-day option period. Work will be performed worldwide, and is expected to be completed by Sept. 30, 2020. Fiscal 2020 working capital funds in the amount of $14,608,000 will be obligated at time of award and will not expire at the end of the fiscal year. Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220519C3512). BAE Systems, Rockville, Maryland, is being awarded $10,144,531 for firm-fixed-price contract modification P00004 under a previously awarded contract (N00604-18-C-4001) to exercise Option Period Two for munitions handling and management services which includes receiving, storing, segregating, issuing, inspecting, and transporting various types of ammunition, explosives, expendable and technical ordnance material and weapons for Joint Service commands. This contract includes a nine month base period, and four 12-month option periods. The exercise of this option will bring the estimated value of the contract to $25,127,912, and if all options are exercised, it will bring the total value to $45,516,525. Work will be performed in Ewa Beach, Hawaii, and work is expected to be completed by September 2020; if all options on the contract are exercised, work will be completed by September 2022. Fiscal 2020 operation and maintenance funds (Navy) in the full amount of $10,144,531will be obligated once the modification to exercise option year one is awarded, and funds will not expire before the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities and Navy Electronic Commerce Online websites, with one offer received. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity. Sealift Inc., Oyster Bay, New York, is being awarded an $8,688,118 modification under a previously awarded, firm-fixed-price contract (N3220515C3201) to fund the fifth one-year option period. The option will continue to provide one U.S. flagged vessel (M/V LTC John D. Page) for the transportation and prepositioning of cargo including, but not limited to, hazardous cargoes, explosives, ammunition, vehicular, containerized, and general cargoes; and for military readiness for the Department of the Army. The vessel is capable of deployment to worldwide locations. The current contract includes a two month firm period of the performance, four one-year option periods, and one nine-month option period. Work will be performed worldwide, and is expected to be completed by July 5, 2020. Fiscal 2019 and 2020 working capital funds in the amount of $8,688,118 will be obligated at time of award and will not expire at the end of the fiscal year. Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220515C3201). Gilbane Federal, Concord, California, is being awarded an $8,644,506 firm-fixed-price modification to increase the maximum dollar value of task order N6247318F5305 under an environmental multiple award contract for radiological confirmation sampling and surveying at Hunters Point Naval Shipyard. The work to be performed is to provide radiological confirmation investigation, survey, and reporting activities within Parcel C, at Hunters Point Naval Shipyard. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. After award of this modification, the total cumulative task order value will be $21,002,538. Work will be performed in San Francisco, California, and is expected to be completed by December 2023. Fiscal 2019 base realignment and closure, environmental, (Navy) contract funds in the amount of $8,644,506 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-17-D-0005). Bell-Boeing Joint Program Office, Amarillo, Texas, is being awarded a $7,985,270 modification (P00095) to a previously awarded firm-fixed-price contract (N00019-12-C-2001). This modification provides for the modification of government furnished tooling as well as the acquisition of new tooling in support of V-22 aircraft production. A total of 47 tooling parts will be procured under this modification. Work will be performed in Fort Worth, Texas, and is expected to be completed in September 2021. Fiscal 2017 aircraft procurement (Air Force) funds in the amount of $7,985,270 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. ARMY Science and Engineering Services LLC,* Huntsville, Alabama, was awarded a $54,931,995 modification (P00003) to Foreign Military Sales (Afghanistan) W58RGZ-18-F-0063 for maintenance on UH-60 helicopters. One bid was solicited via the internet with one bid received. Work will be performed in Kandahar, Afghanistan, with an estimated completion date of Dec. 31, 2020. Fiscal 2019 Afghanistan Security Forces funds in the amount of $54,931,995 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Meggitt Defense Systems Inc., Irvine, California, was awarded a $48,563,836 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for development, production, field operations support, installation support, training, cyber security support, systems and spares production and repairs of the Aerial Weapons Scoring System. 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 Sept. 8, 2024. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0010). Thoma-Sea Marine Constructors,* Houma, Louisiana, was awarded a $24,491,400 firm-fixed-price contract for procurement and delivery of a steel barge. Bids were solicited via the internet with two received. Work will be performed in Houma, Louisiana, with an estimated completion date of July 19, 2023. Fiscal 2019 Mississippi River and Tributaries funds in the amount of $24,491,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-19-C-0042). S & E Services Inc.,* Edison, New Jersey, was awarded a $16,526,000 firm-fixed-price contract to construct a new Security Forces and Communications training facility. Bids were solicited via the internet with six received. Work will be performed in Westhampton Beach, New York, with an estimated completion date of Jan. 11, 2021. Fiscal 2019 military construction, Army National Guard funds in the amount of $16,526,000 were obligated at the time of the award. U.S. Property and Fiscal Office, New Jersey, is the contracting activity (W912PQ-19-C-9001). Lead Builders Inc.,* Thousand Oaks, California, was awarded a $10,655,000 firm-fixed-price contract for building renovation. Bids were solicited via the internet with four received. Work will be performed in Vandenberg Air Force Base, California, with an estimated completion date of Oct. 30, 2020. Fiscal 2019 operations and maintenance funds in the amount of $10,655,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-19-C-0027). Simmonds Precision Products Inc., Vergennes, Vermont, was awarded a $10,155,178 firm-fixed-price contract for maintenance and overhaul. 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 Sept. 22, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0128). CEMS-RS & H JV,* Summerville, South Carolina, was awarded a $9,900,000 firm-fixed-price contract for investigation, construction, renovation, planning and design services. 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 Sept. 23, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0007). Colby Co. LLC,* Portland, Maine, was awarded a $9,900,000 firm-fixed-price contract for architect and engineering services. 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 Sept. 23, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0012). Burns & McDonnell Engineering Co., Kansas City, Missouri, was awarded a $9,900,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 23, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0011). Lockheed Martin Corp. Rotary and Mission Systems, Orlando, Florida, was awarded a $9,725,000 firm-fixed-price Foreign Military Sales (Iraq) contract for procurement of Mobile M1A1 Situational Awareness Platoon Mobile Advanced Gunnery training system, mobile pre-brief, after action review capability, spare parts package, installation, on-site testing, training, design, development, test, management, documentation, hardware, software, and spares. One bid was solicited with one bid received. Work will be performed in Orlando, Florida, with an estimated completion date of Nov. 22, 2021. Fiscal 2010 counter-ISIS train and equip funds in the amount of $9,725,000 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-C-0057). Oracle America Inc., Reston, Virginia, was awarded a $7,577,868 firm-fixed-price contract for the Army Corps of Engineers Financial Management System. Bids were solicited via the internet with one received. Work will be performed in Reston, Virginia, with an estimated completion date of Sept. 22, 2024. Fiscal 2019 revolving; and operations and maintenance, Army funds in the amount of $7,577,868 were obligated at the time of the award. U.S. Army Corps of Engineers, Alexandria, Virginia, is the contracting activity (W912HQ-19-F-0136). AIR FORCE Herrick Technology Laboratories Inc.,* Manchester, New Hampshire, has been awarded a $40,712,166 cost-plus-fixed-fee completion contract for Spectrum-Agile, Location Aware, Enhanced Electromagnetic Kit (SLEEK) hardware and software. This contract provides for research, develop, integrate, prototype, demonstrate, validate and verify new software capabilities for a software-defined and reprogrammable transceiver that has broad applicability to military-relevant missions. Work will be performed at Germantown, Maryland; Manchester, New Hampshire; and Rome, New York, and is expected to be completed by October 2022. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,500,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0530). Cornerstone Construction Services LLC, Woburn, Massachusetts (FA2835-19-D-0007); Maron Construction Co. Inc., Providence, Rhode Island (FA2835-19-D-0008); and Tantara Corp., Worcester, Massachusetts (FA2835-19-D-0009), have been awarded an aggregate, total maximum program/contract ceiling of a $20,000,000 multiple award construction indefinite delivery, indefinite quantity contract. This contract will provide for complex construction projects involving multiple trades that may require detailed engineering design to be performed by registered/licensed engineers and architects. The contractors shall provide all management, labor, material, equipment, transportation, supervision, and architectural engineering services to accomplish simultaneous maintenance, sustainment, repair, and minor construction projects. Work will be performed at Hanscom Air Force Base, Massachusetts; Hanscom Air Force Base Family Campground, Bedford, Massachusetts; Patriot Golf Course, Bedford, Massachusetts; Sagamore Hill Solar Observatory, Hamilton, Massachusetts; Fourth Cliff Recreation Annex, Humarock, Massachusetts; Cape Cod Air Force Station, Massachusetts; and New Boston Air Force Station, New Hampshire. These awards were the result of a competitive 100% Small Business Set Aside acquisition and 16 offers were received. Fiscal 2019 operations and maintenance in the amount of $5,000 funds to each awardees are being obligated at time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. Raytheon Co. Missile Systems, Tucson, Arizona, has been awarded a $16,289,702 agreement for one prototype Phaser high power microwave system. This agreement provides for outside continental U.S. (OCONUS) field assessment for purposes of experimentation. Experimentation includes, but is not limited to 12 months of in-field operation by Air Force personnel against unmanned aerial systems threats. In addition, experimentation includes but is not limited to operator training, in theater maintenance of systems while collecting availability (full mission capable, partial mission capable, non-mission capable), reliability, maintainability and supportability data, and system operation against real-world or simulated hostile vignettes without disrupting other necessary installation operations. The location of performance is OCONUS and is expected to be completed by Dec. 20, 2020. This award is the result of a sole source acquisition. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $16,289,702 are being obligated at the time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-9-9325). Raytheon Co., El Segundo, California, has been awarded a $10,942,488 cost-plus-fixed-fee contract for Technologies for the Mixed-mode Ultra Scaled Integrated Circuits (T-MUSIC) effort. This effort will develop advanced mixed-mode RF components and sub-systems leveraging the T-MUSIC platform. T-MUSIC technology combines advanced silicon-germanium with advanced CMOS to enable ultra-wide bandwidth, high spurious free dynamic range and fine data converter resolution with high effective number of bits beyond current state-of-the-art. Work will be performed at El Segundo, California; Andover, Maryland; and Thousand Oaks, California, and is expected to be completed Dec. 20, 2023. This award is the result of a competitive acquisition and 18 compliant offers were received. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $1,318,325 is being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-7934). BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, has been awarded an $8,076,227 cost-plus-fixed-fee contract for Technologies for Mixed-mode Ultra Scaled Integrated Circuits (T-MUSIC) and the Disruptive SiGe Circuits fabricated Onshore (DiSCO) effort. This effort will develop advanced mixed-mode RF components and sub-systems leveraging the T-MUSIC platform. T-MUSIC technology combines advanced silicon-germanium with advanced CMOS to enable ultra-wide bandwidth, high spurious free dynamic range and fine data converter resolution with high effective number of bits beyond current state-of-the-art. Toward that end, DiSCO will develop critical Department of Defense components and sub-systems to assess advancements derived from T-MUSIC technology. These circuits include Phase-locked Loop, ultra-high speed Divider (200GHz final goal), and high speed, high resolution Analog-to-Digital Converter. In addition, the option phase will develop high speed Direct Digital Synthesis for next generation transmitter technology. Work will be performed at Nashua, New Hampshire and is expected to be completed by Dec. 19, 2023. This award is the result of a competitive acquisition and 18 offers were received. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $364,723 is being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-7935). Communications & Power Industries LLC, Palo Alto, California, has been awarded an $8,058,269 firm-fixed-price, indefinite-delivery, indefinite-quantity contract for Twystron Electron Tube Repair program. This contract provides for teardown, test, evaluation and repair of Twystron electron tubes in support of Unmanned Threat Emitter weapons system. Work will be performed at Palo Alto, California, and is expected to be completed by Sept. 30, 2025. This award is the result of a sole source acquisition. Fiscal 2019 working capital funds in the amount of $1,623,488 are obligated at the time of award. The Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8250-19-D-0001). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1968631/source/GovDelivery/

  • Eurofighter submits updated proposal to HX programme

    February 5, 2020 | International, Aerospace

    Eurofighter submits updated proposal to HX programme

    January 31, 2020 - Eurofighter has offered Finland the chance to join Europe's largest combat aircraft programme in an updated proposal to the HX fighter acquisition programme. The proposal has been submitted by the UK Government with the support of the Governments of Germany, Italy and Spain, the nations which are represented in the Eurofighter industry consortium. It offers Finland sovereign control of its defence capability and security of supply as well as a combat proven, swing-role aircraft which will form the backbone of European defence for decades to come. The detailed proposal updates on the original offer made to the HX fighter acquisition programme to replace the Finnish Air Force's F-18 Hornet aircraft. John Rossall, Campaign Director at BAE Systems which is working alongside the UK Government on the offer to Finland, said: We are delighted to present our updated proposal to Finland on behalf of the Eurofighter consortium. Our proposal is an invitation to Finland to join leading nations in Europe with a shared defence objective. By choosing Eurofighter, the Finnish Air Force would not only be acquiring the most advanced, multi-role aircraft on the market, it would be choosing everything Finland needs to operate, maintain and control its own aircraft in peacetime and in times of crisis. In January, Eurofighter took part in the HX Challenge Flight Evaluation Trials, led by the Finnish Defence Forces in Tampere. The trials saw two Royal Air Force jets perform over a five-day period to demonstrate many of the capabilities which form the offering of the Eurofighter consortium, which teams BAE Systems alongside leading European defence contractors Airbus and Leonardo. Ahead of the trials, representatives of the Governments of the UK, Germany, Italy and Spain confirmed their commitment to a capability roadmap which will keep Eurofighter in the frontline of European defence for decades to come. View source version on Eurofighter: https://www.eurofighter.com/news-and-events/2020/01/eurofighter-submits-updated-proposal-to-hx-programme

All news