Back to news

February 3, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - January 31, 2020

NAVY

Lockheed Martin Corp., Owego, New York, is awarded $2,338,000,000 for a firm-fixed-price, performance-based logistics requirements contract for the repair, upgrade or replacement, required availability, configuration management and inventory management for approximately 1,049 weapon replaceable assemblies and shop replaceable assemblies associated with both the MH-60R and MH-60S helicopters. Work will be performed in various contractor supplier locations throughout the U.S. (48%) of which one percent of the supplier work will be performed by five organic depots via commercial service agreements; Stratford, Connecticut (38%); and Owego, New York (14%). This contract includes a five-year base period with one two-year option period. Work is expected to be completed by January 2025; if the option is exercised, work will be completed by January 2027. Annual working capital funds (Navy) for $182,462,250 will be issued for delivery order (N00383-20-F-0W00) that will be awarded concurrently with the contract and will initially be obligated at the time of award as an undefinitized contract action with a commitment of an additional $60,820,750 for period of performance through September 2020. Funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-W001).

APTIM-Harper Construction JV, LLC, Alexandria, Virginia (N62478-20-D-4001); B.L. Harbert International LLC, Birmingham, Alabama (N62478-20-D-4002); Hensel Phelps Construction Co., Honolulu, Hawaii (N62478-20-D-4003); Kiewit Infrastructure West Co., Honolulu, Hawaii (N62478-20-D-4004); Mortenson Construction, Minneapolis, Minnesota (N62478-20-D-4005); RQ-ABSHER JV, Carlsbad, California (N62478-20-D-4006); Stronghold Engineering Inc., Riverside, California (N62478-20-D-4007) are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of operations (AO). The maximum dollar value including the base period and four option years for all seven contracts combined is $990,000,000. No task orders are being issued at this time. The work to be performed provides for, but is not limited to, labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build, or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. Work will be performed within the NAVFAC Hawaii AO. The term of the contract is not to exceed 60 months, with an expected completion date of January 2025. Operations and maintenance, Navy (O&M, N) funds for $175,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 12 proposals received. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

Lockheed Martin Space, Titusville, Florida, is awarded a $473,832,955 cost-plus-incentive-fee and cost-plus-fixed-fee contract (N00030-20-C-0101) for TRIDENT II (D5) Life Extension 2 Strategic Systems Programs Alteration Advanced Development Program efforts. Work will be performed in Denver, Colorado (78.7%); Sunnyvale, California (5.6%); Beltsville, Maryland (1.9%); Titusville, Florida (1.5%); Cape Canaveral, Florida (1.3%); Palo Alto, California (1.3%); Folsom, California (1.1%); and other various locations (less than 1% each, 8.6% total). Work is expected to be completed by Sept. 30, 2026. Fiscal 2020 research, development, test and evaluation (Navy) funds for $2,800,000 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Owego, New York, is awarded a $185,874,486 firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable indefinite-delivery/indefinite-quantity contract. This contract provides program management, various levels of maintenance, training and logistics support to sustain the operational capability of 24 Royal Australian Navy MH-60 Romeo aircraft. Work will be performed at Yerriyong, Australia (79%); Owego, New York (18%); Edinburgh, Australia (1%); Stratford, Connecticut (1%) and Orlando, Florida (1%), and is expected to be completed in January 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Defense Federal Acquisition Regulation 206.302-4. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0001).

Phoenix International Holdings Inc., Largo, Maryland, is awarded a $97,000,000 (maximum value) cost-plus-award-fee and fixed price, indefinite-delivery/indefinite-quantity (IDIQ) contract for diving and diving related services. The primary purpose of this contract is to provide the necessary engineering and technical support to provide operational and non-operational support to the Navy's air, mixed gas and saturation diving services program to support the office of the Supervisor of Salvage and Diving, Director of Ocean Engineering. Work will be performed worldwide based on each individual task order, and is expected to be completed by January 2027, with no new orders being placed after January 2025. Fiscal 2020 operations and maintenance (Navy) funding for $45,000 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Kay and Associates Inc., Buffalo Grove, Illinois, is awarded a $67,314,436 modification (P00009) to a previously awarded cost-plus-fixed-fee contract (N00421-17-C-0044) to exercise an option for maintenance and support services for F/A-18 C/D and associated equipment in support of the government of Kuwait. Work will be performed in Kuwait, and is expected to be completed in January 2022. Foreign military sales funds for $47,657,218 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $51,706,014 firm-fixed-price modification to a previously-awarded contract (N00024-14-C-5114) for the production and delivery of four SPY-1 low noise amplifier (LNA) radar arrays. The contract provides upgraded SPY-1 LNA phased arrays that will enhance in service ballistic missile defense-capable destroyers. These radar arrays will be used as a continuing effort to facilitate AEGIS Baseline 5.4.1 (BMD 4.2) to the AEGIS fleet. Work will be performed in Moorestown, New Jersey (80%), and Clearwater, Florida (20%), and is expected to be completed by March 2022. Fiscal 2020 Defense-wide procurement funding for $51,706,014 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Huntington Ingalls Inc., Ingalls Shipbuilding Division, Pascagoula, Mississippi, is awarded a $44,707,851 cost-plus-fixed fee modification to a previously awarded contract N00024-16-C-2415 to exercise options for life cycle engineering and support for the LPD-17 class Amphibious Transport Dock Ship program. This contract modification is for the exercise of options for post-delivery planning and engineering, homeport technical support, Class Integrated Product Data Environment, data maintenance and equipment management, systems integration and engineering support, LPD 17 class design services, research engineering, obsolescence management, class material readiness, emergent repair provision, training and logistics support, ship alteration development and installation, material management, operating cycle integration, availability planning and configuration data management. Work will be performed in Pascagoula, Mississippi (96%); Norfolk, Virginia (1%); San Diego, California (1%); Mayport, Florida (1%); and Sasebo, Japan (1%); and is expected to be completed by December 2020. Fiscal 2016 and 2017 shipbuilding and conversion (Navy/SCN) and fiscal 2020 other procurement (Navy/OPN) funds in the amount of $9,474,186 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2019 research and development, test and evaluation (RDT&E) funds for $5,000 will be obligated at time of award and will expire at the end of the current fiscal year. Funding: fiscal 2016 SCN (53.6%), fiscal 2020 OPN (25.2%), fiscal 2017 SCN (21.1%), and fiscal 2019 RDT&E (0.1%). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

EA Engineering, Science, and Technology Inc.,* Hunt Valley, Maryland, is awarded a maximum amount $36,791,892 indefinite-delivery/indefinite-quantity contract for long-term monitoring, operations and maintenance environmental remediation services for facilities in the Naval Facilities Engineering Command (NAVFAC) Northwest (NW) area of operation. The work to be performed includes a full-range of environmental services for Navy installations throughout the Navy Region NW area of operations and includes pre-priced line items in accordance with the statement of work, as well as, non-pre-priced work to be negotiated on a task order basis. Work on this contract will be performed at various installations including but not limited to Washington (78 %), Alaska (18%), Idaho (1%), Montana (1%), Oregon (1%), and Wyoming (1%). The term of the base contract is not to exceed 66 months with an expected completion date of July 31, 2025. Fiscal 2020 operations and maintenance, Navy contract funds for $10,000 (the minimum guarantee) are obligated for task order number one and will expire at the end of the current fiscal year. The contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. NAVFAC NW, Silverdale, Washington, is the contracting activity (N44255-20-D-6006).

Haskell, Jacksonville, Florida, is awarded a $25,630,550 firm-fixed-price contract for construction of welding and body shop facility at Marine Corps Logistics Base, Albany. The work to be performed will construct a single-story steel frame welding and light/heavy body shops facility to include concrete foundation, insulated exterior steel panels with brick veneer and standing seam metal roof. The project will provide high bay areas to support heavy vehicle and equipment loads and exterior staging areas. The building interior will be painted concrete masonry unit (CMU) walls with hollow metal insulated and glazed doors, aluminum frame windows, resinous epoxy flooring in restrooms and administrative areas and finished concrete flooring and CMU walls with industrial finishes in shop and high by areas and roll-up doors. The administrative area, break room, information technology room, restroom and locker rooms will be air-conditioned. This project will provide anti-terrorism/force protection (AT/FP) features and comply with AT/FP regulations and physical security mitigation in accordance with Department of Defense (DoD) Minimum AT Standards for Buildings. User generated unit costs were used for this project and include the cost of features to meet the minimum DoD AT/FP standards. Work will be performed in Albany, Georgia, and is expected to be completed by April 2022. Fiscal 2019 military construction, (Navy) contract funds for $25,630,550 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. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-8504).

Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is awarded a $20,337,451 modification (P00016) to a previously awarded firm-fixed-price contract (N61340-17-C-0014). This modification procures updates to the Delta Software System Configuration #3 software baseline to include the visual system and cyber security on tactics and flight trainer devices. Additionally, this modification provides technology refresh and aircraft concurrency updates on tactics devices, aircraft concurrency and aerial refueling updates on the flight devices, tactics and flight device training and associated technical data in support of the E-2D Hawkeye Integrated Training System. Work will be performed in Point Mugu, California, and is expected to be completed in June 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $2,016,274; fiscal 2019 aircraft procurement (Navy) funds in the amount of $13,061,234 and fiscal 2020 aircraft procurement (Navy) funds in the amount of $5,259,943 will be obligated at time of award, $2,016,274 of which will expire at the end of the current fiscal year. The Naval Air Warfare Training Systems Division, Orlando, Florida, is the contracting activity.

Coastal Enterprises of Jacksonville Inc., Jacksonville, North Carolina, is awarded a $10,168,933 indefinite-delivery/indefinite-quantity contract for custodial services at Marine Corps Base Camp Lejeune. The work to be performed provides for various custodial services including but not limited to emptying trash cans, sweeping, dusting, mopping and cleaning restrooms for various buildings throughout the base. The maximum dollar value including the base period and four option years is $10,168,933. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by January 2025. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance, (Navy) contract funds for $1,755,820 for recurring work will be obligated on individual task orders issued during the base period. This contract was procured via AbilityOne in accordance with Federal Acquisition Regulation 8.603. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-4001).

Chemring Energetic Devices, Downers Grove, Illinois, is awarded a $7,196,463 firm-fixed-price modification to a previously awarded, indefinite-delivery/indefinite-quantity contract N00174-17-D-0009 to exercise option-ordering period for development, product improvement and prototyping support. Pacific Scientific Energetic Materials Co. will provide engineering, technical, administrative and programmatic management support for total Life Cycle Management of the various aircrew escape systems managed under the Joint Program Office for Cartridge Actuated Device/Propellant Actuated Device Tri-Service Charter. Work will be performed in Downers Grove, Illinois, and is expected to be completed by January 2021. No contract funds are being obligated at the time of this action. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

EaglePicher Technologies, Joplin, Missouri, is awarded a $7,161,581 firm-fixed price modification to a previously awarded, indefinite-delivery/indefinite-quantity contract N00174-17-D-0012 to exercise option-ordering period for development, product improvement and prototyping support. Pacific Scientific Energetic Materials Co. will provide engineering, technical, administrative and programmatic management support for total Life Cycle Management of the various aircrew escape systems managed under the Joint Program Office for Cartridge Actuated Device/Propellant Actuated Device Tri-Service Charter. Work will be performed in Joplin, Missouri, and is expected to be completed by January 2021. No additional funds are being obligated at the time of this action. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

CH2M HILL Inc. Englewood, Colorado, is awarded a $2,920,835 cost-plus-award-fee modification that will increase the maximum dollar value of an indefinite-delivery/indefinite-quantity task order to complete a preliminary assessment (PA) and site investigation (SI) assessing the extent of per- and polyfluoroalkyl substances concentration in groundwater and soil at various Naval facilities. The work to be performed provides for additional tasks related to addressing the PA and SI to meet the requirements of the Comprehensive Environmental Response Compensation and Liability Act sections 104 and 121; Executive Order 12580; and the National Oil and Hazardous Substances Pollution Contingency Plan. The PAs and SIs include the main installations, fence-line to fence-line and all other areas historically owned by the Navy associated with these installations. After award of this modification, the total cumulative task order value will be $7,990,707. Work will be performed in the Naval Facilities Engineering Command (NAVFAC) Northwest (NW) area of operations, including but not limited to, Washington state (84%) and Alaska (16%), and is expected to be completed by December 2021. Fiscal 2020 environmental restoration, (Navy) contract funds for $2,920,835 are obligated on this award and will expire at the end of the current fiscal year. NAVFAC NW, Silverdale, Washington, is the contracting activity (N62470-16-D-9000).

ARMY

iina' ba' Inc., Farmington, New Mexico, was awarded a $240,000,000 contract and task order for professional land survey services. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2025. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9126G-20-D-6007 and W9126G-20-D-6008).

Burns & McDonnell Engineering Co. Inc., Arlington, Virginia, was awarded a $40,000,000 contract for military projects for the Baltimore District and within the North Atlantic Division area of responsibility. Bids were solicited via the internet with 26 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2025. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-D-0002).

AECOM Technical Services Inc., Arlington, Virginia, was awarded a $40,000,000 contract for military projects for the Baltimore District and within the North Atlantic Division area of responsibility. Bids were solicited via the internet with 26 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2025. U.S. Army Corps of Engineers, Baltimore Maryland, is the contracting activity (W912DR-20-D-0001).

Stantec Consulting Services Inc., Raleigh, North Carolina, was awarded a $40,000,000 contract for military projects for the Baltimore District and within the North Atlantic Division area of responsibility. Bids were solicited via the internet with 26 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2025. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-D-0005).

GF-D Design Partners JV, Fairfax, Virginia, was awarded a $40,000,000 contract for military projects for the Baltimore District and within the North Atlantic Division area of responsibility. Bids were solicited via the internet with 26 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2025. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-D-0003).

HDR Engineering Inc., Washington, District of Columbia, was awarded a $40,000,000 contract for military projects for the Baltimore District and within the North Atlantic Division area of responsibility. Bids were solicited via the internet with 26 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2025. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-D-0004)

Whitman, Requardt and Associates LLP, Baltimore, Maryland, was awarded a $40,000,000 contract for military projects for the Baltimore District and within the North Atlantic Division area of responsibility. Bids were solicited via the internet with 26 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2025. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-D-0006)

DynCorp International LLC, Fort Worth, Texas, was awarded a $30,179,883 modification (P00025) to contract W58RGZ-16-C-0016 for maintenance support services for the government of Saudi Arabia's Royal Saudi Land Forces Aviation Command Aviation Program. Work will be performed in Saudi Arabia with an estimated completion date of Jan. 31, 2021. Fiscal 2020 Foreign Military Sales funds in the amount $30,179,883 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Facility Services Management Inc., Clarksville, Tennessee, was awarded a $14,262,848 modification (P00010) to contract W9124A-19-C-0002 to plan, manage and perform operations and maintenance for the Directorate of Public Works at Fort Huachuca. Work will be performed at Fort Huachuca, Arizona, with an estimated completion date of Jan. 31, 2024. Fiscal 2020 operations and maintenance, Army funds in the amount of $14,262,848 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

AIR FORCE

Jacobs Technology Inc., Tullahoma, Tennessee, has been awarded a $225,155,326 cost-plus-fixed-fee contract for Rocket and Propulsion Technology Research. This contract provides on-site research and development to the Air Force Research Laboratory across a wide spectrum of propulsion-related areas. Work will be performed at Edwards Air Force Base, California, and is expected to be complete by Jan. 31, 2028. This award is the result of a competitive acquisition and with two offers received. Fiscal 2019 and 2020 research, development, test and engineering funds in the amount of $197,000 are being obligated at the time of award. The Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9300-20-F-9801).

Dynetics, Huntsville, Alabama, has been awarded a $92,999,625 basic, indefinite-delivery/indefinite-quantity contract for Test Systems and Equipment Capabilities (TSEC) support and $30,934,550 delivery order for the Guided Weapons Evaluation Facility (GWEF) Radio Frequency (RF) Modernization Design. The contract provides for the specific needs to include: Hardware-in-the-loop simulators for the GWEF RF Modernization and AFRL Kinetic Kill Vehicle Hardware in the Loop Simulator system upgrades; joint multi-platform advanced combat identification development; calibration sets integration, and software updates; Air Defense Artillery Phased Technology Digital Command Link, and immediate need technologies to support Department of Defense (DoD) ranges. Work will be performed in Huntsville, Alabama and other DoD locations. The contract has a five year ordering period with work expected to be completed by Jan. 2025. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $2,500,000 are being obligated at the time of award via incremental funding. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2487-20-D-0071; first delivery order FA2487-20-F-0072).

Rolls-Royce Corp., Indianapolis, Indiana, has been awarded $62,973,620 delivery order modification (P00001) to previously awarded contract FA8504-17-D-0002 for C-130J Propulsion Long Term Sustainment. This order provides funding for option 3 and Power By The Hour Flying Hours. The work is expected to be completed Feb. 1, 2021. Fiscal 2020 operations and maintenance funds in the amount of $62,973,620 are being obligated at the time of award. The total cumulative face value of the contract is $62,973,620. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Valdez International Corp., Colorado Springs, Colorado, has been awarded a firm-fixed-price contract in the amount of $38,102,027 for support services to operate, sustain and assure the availability of Air Force Information Network (AFIN) to enable war-fighter mission execution. Work will be performed at Joint Base Langley-Eustis, Virginia; Peterson Air Force Base, Colorado; Scott Air Force Base, Illinois, Wright-Patterson Air Force Base, Ohio; and Lackland Air Force Base, Texas. This award is the result of a competitive acquisition, with 11 proposals received. Fiscal 2020 operations and maintenance funds in the amount of $38,102,027 are being obligated at the time of the award. The 38th Cyberspace Engineering Installation Group, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8773-17-C-0002).

Ultra Electronics Advanced Tactical, Austin, Texas, has been awarded an indefinite-delivery/indefinite-quantity type, firm‐fixed-price contract for the Link-16 Alaska (LAK) program with a ceiling of $30,750,000. This contract provides contractor logistics support (CLS) services. Work will be performed in Austin, Texas, effective June 22, 2020, and is expected to be completed by March 21, 2025. This award is the result of a competitive acquisition. Fiscal 2020 operations and maintenance funds in the amount of $100,000 are being obligated at the time of award of the first order. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contract activity (FA8574‐20-D-0001).

Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $23,512,260 firm-fixed-price contract modification (P00070) to previously awarded contract FA8615-12-C-6016 for F-16 retrofit. This modification provides for the unclassified purchase of an additional quantity of ten Active Electronically Scanned Array Radar Spares Units being acquired under the basic contract. This contracting action is the result of a long term agreement reached between Lockheed Martin Aeronautics Co. and Northrop Grumman Systems Corp. Work is expected to be completed by Dec. 31, 2022. The entire acquisition is fully funded by a Taiwan Foreign Military Sales appropriation in the amount of $23,512,260 obligated at the time of award. Total cumulative face value if the contract is $2,595,704,750. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

General Dynamics Information Technology, Falls Church, Virginia, has been awarded a $15,191,692 firm-fixed-price contract modification (P00003) to previously awarded task order FA4890-19-F-A022 issued under GSA Alliant 2 Unrestricted Government-Wide. The contract modification provides for the exercise of option year one – period of performance Feb. 1, 2020, to Jan. 31, 2021, for services being provided under the basic task order. Work will be performed at Langley Air Force Base and Beale Air Force Base, but could expand to Ft. Smith, Arkansas; Republic of Korea; McConnell Air Force Base, Kansas; Birmingham, Alabama; Otis Air National Guard Base, Massachusetts.; Reno, Nevada; Joint Base Pearl Harbor-Hickam, Hawaii; Terra Haute, Indiana; Ramstein Air Base, Germany; and Ogden, Utah. Fiscal 2020 operations and maintenance funds in the amount of $15,191,692 are being obligated at the time of award. The total cumulative face value of the contract is $217,425,053. Headquarters Air Combat Command, Acquisition Management & Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

Akima Logistics Services LLC, Herndon, Virginia, has been awarded a $6,923,402 firm-fixed-price option indefinite-delivery/indefinite-quantity contract for full contractor logistics support of 58 United States Air Force Academy (USAFA) aircraft. Work will be performed at the United States Air Force Academy, Colorado Springs, Colorado, Peterson Air Force Base, Colorado, and USAFA auxiliary airfield and is expected to be completed by Jan. 31, 2021. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-19-F-8002).

DEFENSE LOGISTICS AGENCY

Teva Pharmaceuticals USA Inc., North Wales, Pennsylvania, has been awarded an estimated $189,694,350 firm-fixed-price requirements contract for the supply of Adenovirus Vaccine Type 4 and Type 7. This is 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 five one-year options periods. Location of performance is Pennsylvania, with a Dec. 31, 2024, performance completion date. Using customers are military recruitment centers throughout the U.S. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-20-D-0002).

Honeywell International Inc., Tucson, Arizona, has been awarded a $22,417,763 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for generators. 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 Arizona, with a Feb. 1, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0043).

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2071889/source/GovDelivery/

On the same subject

  • Boeing Wins $63M Navy Deal for F/A & E/A-18 Aircraft Support

    October 4, 2018 | International, Aerospace

    Boeing Wins $63M Navy Deal for F/A & E/A-18 Aircraft Support

    By Zacks Equity Research, Zacks.com The Boeing Company BA recently won a $62.7-million contract for providing inspections, Inner Wing Panel (IWP) modifications, and repairs for the F/A-18 E/F and EA-18G aircraft. Such designated efforts are expected to restore aircraft and IWP service life projections to new design specifications. Work related to the deal will be majorly carried out in Jacksonville, FL; St. Louis, MI; and Lemoore, CA. The entire task related to the deal is expected to get completed in September 2019. The deal was awarded by the Naval Air Systems Command, Patuxent River, Maryland. A Brief Note on F/A-18 and E/A-18 Boeing's F/A-18 Block III Super Hornet is a twin-engine, supersonic, all weather multirole fighter jet. The U.S. Navy's tactical and air superiority aircraft is capable of performing virtually every mission in the tactical spectrum, including air superiority, day/night strike with precision-guided weapons, fighter escort, close air support, suppression of enemy air defenses, maritime strike, reconnaissance, forward air control and tanker missions. Whereas, the EA-18G Growler is the most advanced airborne electronic attack (AEA) platform, which operates from either an aircraft carrier or from land-bases. What's Favoring Boeing? Boeing, being one of the major players in the defense business, stands out among its peers by virtue of its broadly diversified programs, strong order bookings and solid backlog. Furthermore, the company's expertise lies in programs related to wide variety of aircraft components, repairs and modification works. Considering Boeing's combat-proven aerospace programs and associated services along with the rapidly growing need for military aircraft in light of the enhancing geopolitical uncertainties worldwide, the company witnesses a solid inflow of orders from Pentagon. These contract wins, in turn, boost top-line growth for the company's defense business segment. Evidently, in second-quarter 2018, revenues at the Boeing Defense, Space & Security (BDS) segment, which manufactures military jets like F/A-18, EA-18 Growler and its related components, increased 9% year over year to $5.59 billion. In line with this, we may expect the latest contract win to help this unit deliver similar top-line performance, in coming quarters. Meanwhile, toward the end of June 2018, the U.S. Senate approved the fiscal 2019 defense budget that provisions for major war fighting investments worth $21.7 billion for aircraft. Boeing, being the largest aircraft manufacturer in the United States, will surely be a significant beneficiary from the budget, which further includes an investment plan of $2 billion for procuring 24 F/A-18E/F aircraft. Such inclusions reflect solid growth prospects for the BDS segment, which, in turn, are likely to boost Boeing's profit margin. Price Movement Boeing's stock has gained 53.4% in the past 12 months compared with the industry 's growth of 25.1%. The outperformance was primarily led by the robust worldwide demand for its commercial aircraft and military jets. Full article: https://www.nasdaq.com/article/boeing-wins-63m-navy-deal-for-fa-ea-18-aircraft-support-cm1032450

  • Suisse - DÉFENSE SOL-AIR: DEUX CANDIDATS ENCORE EN LICE

    March 29, 2019 | International, Land

    Suisse - DÉFENSE SOL-AIR: DEUX CANDIDATS ENCORE EN LICE

    Le consortium français Eurosam et la société américaine Raytheon sont encore sur les rangs pour la défense sol-air de longue portée en Suisse. Deux systèmes de défense sol-air de longue portée sont encore dans la course pour le renouvellement de la défense de l'armée suisse. Le consortium français Eurosam et la société américaine Raytheon ont transmis leurs offres. Israël a renoncé. La soumission de cette première offre marque le début de la phase d'analyse et d'essais, a indiqué ArmaSuisse lundi. Un deuxième appel d'offres aura lieu dans le courant de l'hiver prochain. Des spécialistes du Département fédéral de la défense vont analyser les offres des fabricants en évaluant l'efficacité des différents systèmes et en testant la performance du radar. Aucun essai de tir ne sera effectué. Ces analyses donneront lieu à des rapports individuels. Les candidats ne seront comparés qu'ensuite. Suivra un deuxième appel d'offres. Le Conseil fédéral tranchera. Couplé avec les nouveaux avions La surface à couvrir par la défense sol-air doit être de 15 000 km2 au moins. Le système doit atteindre une altitude d'engagement de plus de 12 000 m et une portée supérieure à 50 km. Il n'est pas nécessaire de disposer d'une capacité de défense contre des missiles balistiques. Le renouvellement des moyens de défense sol-air de longue portée fait partie du programme d'achat de la nouvelle flotte d'avions de combat de l'armée suisse. La facture totale se monte à 8 milliards de francs. Cinq appareils sont évalués pour remplacer les Tiger et les F/A-18 de l'armée: le Gripen E suédois (Saab), le Rafale français (Dassault), l'européen Eurofighter (Airbus), ainsi que les américains Super Hornet de Boeing et le F-35A de Lockheed-Martin. (ats/nxp) https://www.lematin.ch/suisse/Defense-solair-deux-candidats-encore-en-lice/story/18276706

  • Contracts for July 6, 2021

    July 7, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    Contracts for July 6, 2021

    Today

All news