October 19, 2022 | International, C4ISR
How military teams can optimize data, decision-making at tactical edge
Simply having a lot of data doesn't mean anyone's gaining actionable insights from it.
July 13, 2020 | International, Aerospace, Naval, Land, C4ISR, Security
MISSILE DEFENSE AGENCY
The Boeing Co., Huntsville, Alabama, was awarded a $150,000,000 undefinitized contract modification (P00057) to previously awarded HQ0147-12-C-0004/-19-C0004 on the Ground-based Midcourse Defense development and sustainment contract (DSC). The scope of work under the current DSC includes development, fielding, test, systems engineering, integration and configuration management, equipment manufacturing and refurbishment, training and operations and sustainment for the Ground-based Midcourse Defense weapon system and associated support facilities. Under this undefinitized modification, the Missile Defense Agency executes the procurement of four additional Configuration 2 Ground Based Interceptor boost vehicles to maintain the fleet and flight test programs. The value of this contract, including options, is increased from $11,337,396,890 to $11,487,396,890. The work will be performed in Chandler, Arizona, and the period of performance is from July 10, 2020, to July 30, 2023. This acquisition was executed on a sole-source basis. Fiscal 2020 procurement funds in the amount of in the amount of $72,000,000 have been obligated at the time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.
NAVY
ASMD LLC, Honolulu, Hawaii, is awarded a $100,000,000 maximum amount, indefinite-delivery/indefinite-quantity, architect-engineer contract for design and engineering services for various projects funded by the government of Japan (GOJ) direct cash contributions (or otherwise referred to as the Mamizu funds) and U.S. funds for the development of infrastructure and facilities covered by the Defense Policy Review Initiative under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific. Work will be performed at various Navy, Marine Corps, Air Force and other government facilities within the NAVFAC Pacific area of responsibility, including but not limited to, Hawaii and Guam, and may include work in the Commonwealth of the Northern Marianas Islands. The work to be performed provides for design and engineering services for the execution and delivery of plans and specifications, including design-build request for proposal contract documents and design-bid-build contract documents; technical surveys and reports including engineering investigation, site investigation, topographical survey, geotechnical investigation and munitions of explosive concern investigation; functional analysis concept development/design charrettes; construction cost estimates; and post construction award services. Work is expected to be completed by July 2025. Contract funds in the amount of $20,000 are obligated on this award and will not expire at the end of the current fiscal year. Contract funds are GOJ direct cash contributions. Future task orders will be primarily funded by GOJ direct cash contributions. This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received. The Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-20-D-0001).
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $87,498,287 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides non-recurring engineering for the development and maturation of the Autonomic Logistics Information System (ALIS) in support of data migration and transition to the newly developed F-35 Operational Integrated Data Network (ODIN). ALIS and ODIN provide maintenance capabilities to support worldwide F-35 operations. Additionally, this contract provides software and hardware engineering in support of F-35 ODIN development, delivery and associated data management activities for the Navy, Marine Corps, Air Force and non-Department of Defense participants. Work will be performed in Orlando, Florida (75%); and Fort Worth, Texas (25%), and is expected to be completed by June 2022. 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 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0007).
Northrop Grumman Systems Corp., McLean, Virginia, is awarded a $70,337,682 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides for the development and delivery of the PC-based Open-architecture for Reconfigurable Training Systems (PORTS). Work will be performed in Middletown, Rhode Island (60%); Orlando, Florida (13%); San Diego, California (7%); Newport, Rhode Island (5%); Point Loma, California (5%); Norfolk, Virginia (1%); Dam Neck, Virginia (1%); Virginia Beach, Virginia (1%); Mayport, Florida (1%); Everett, Washington (1%); Point Mugu, California (1%); Pearl Harbor, Hawaii (1%); Fort Worth, Texas (1%); Fallon, Nevada (1%); and Yokosuka, Japan (1%). Additionally, this contract provides PORTS life cycle support to include training system modifications, trainer hardware purchases, configuration, installation and disposal, distance simulation software deficiency analysis, engineering distance simulation software, on-site simulation software troubleshooting, Training Equipment Change Request (TECR) corrections, TECR installation and test, spare parts and simulation software product delivery for PORTS-related trainers around the world. Work is expected to be completed by July 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-D-0016).
Raytheon Co., Tucson, Arizona, is awarded a $17,229,374 cost-plus-fixed-fee, firm-fixed-price order (N00019-20-F-0493) against previously issued basic ordering agreement N00019-15-G-0003. This order provides non-recurring engineering in support of upgrading the existing Tactical Tomahawk Guidance Test Set (TTGTS) product baseline to eliminate obsolescence and production issues. Additionally, this order provides for the development, test and delivery of six new TTGTSs. Work will be performed in Tucson, Arizona (77%); Clearwater, Florida (4%); Glenrothes Fife, United Kingdom (3%); Midland, Ontario (3%); Huntsville, Alabama (2%); Scottsdale, Arizona (2%); North Salt Lake, Utah (1%); various locations within the continental U.S. (7.5%); and various location outside the continental U.S. (0.5%). Work is expected to be completed by December 2022. Fiscal 2020 weapons procurement (Navy) funds in the amount of $17,229,374 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 Integrated Defense Systems, Tewksbury, Massachusetts, was awarded a $9,686,463 cost-plus-fixed fee and firm-fixed-price order under basic ordering agreement N00024-18-G-5501 for engineering design and component replacement parts to support the Dual Band Radar systems. Work will be performed in Andover, Massachusetts (25%); Marlborough, Massachusetts (25%); Tewksbury, Massachusetts (25%); and Portsmouth, Rhode Island (25%), and is expected to be completed by November 2022. Fiscal 2018 other procurement (Navy); fiscal 2019 other procurement (Navy); fiscal 2020 other procurement (Navy); and fiscal 2020 operations and maintenance (Navy) funding in the amount of $9,686,463 will be obligated at time of award and funding in the amount of $2,975,360 will expire at the end of the current fiscal year. This order was procured under the statutory authority of 10 U.S. Code 2304(c)(1); one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-F-5505). (Awarded July 8, 2020)
Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $7,344,470 cost-plus-incentive-fee modification to previously awarded contract N00024-16-C-5102 to exercise an option for AEGIS Platform Systems Engineering Agent efforts for the integration and delivery of AEGIS Baseline 9 capabilities. Work will be performed in Moorestown, New Jersey. The contract provides for the completion of the development and fielding of the AEGIS Baseline 9 AEGIS Weapon System and integrated AEGIS Combat System on the remaining AEGIS Technical Insertion (TI) 12 configured destroyers as well as TI 12 and TI 08 configured cruisers. Work is expected to be completed by July 2021. Fiscal 2013 shipbuilding and conversion (Navy); fiscal 2020 operations and maintenance (Navy); fiscal 2020 other procurement (Navy); and fiscal 2020 research, development, test and evaluation funding in the amount of $7,344,470 will be obligated at time of award and funding in the amount of $1,380,964 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
AIR FORCE
TAC Industries, Springfield, Ohio, has been awarded a $69,422,312 requirements contract for the production of cargo nets for the support equipment and vehicles division at Robins Air Force Base, Georgia. The base contract year has a value of $13,469,074; Option One has a value of $13,565,182; Option Two has a value of $13,842,626; Option Three has a value of $14,127,218; and Option Four has a value of $14,418,212. The contract provides for the production of 40,600 low profile side nets and 17,000 top nets under the basic period, and best estimated quantities of 40,600 low profile side nets and 17,000 top nets during each option period thereafter. Work will be performed in Springfield, Ohio, and is expected to be completed by July 10, 2025. This award is the result of a sole-source acquisition. Fiscal 2020 other procurement funds in the amount of $13,469,074 are be obligated at the time of first delivery order award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8534-20-D-0005).
Johns Hopkins University Applied Physics Laboratory LLC, Laurel, Maryland, has been awarded a $29,702,388 cost-plus-fixed-fee modification (P00013) to contract FA9453-18-D-0018, task order FA9453-18-F-0007, to provide technical and programmatic support of Tactical Space and Small Satellite Portfolio's core competencies and mission lifecycle. This includes support of the mission phases from concept through design, implementation, operations and transition of space assets. Work will be performed in Laurel, Maryland, and is expected to be completed Sept. 29, 2023. This modification brings the total cumulative face value of the contract to $53,550,559. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,329,250 are being obligated at time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity.
Howell Instruments Inc., Fort Worth, Texas, has been awarded an $8,034,280 firm-fixed-price, requirements-type contract, for the production of environmental control test sets. Work will be performed in Fort Worth, Texas, and is expected to be completed July 9, 2025. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. The Air Force Support Equipment Directorate, Robins Air Force Base, Georgia, is the contracting activity (FA8533-20-D-0006).
ARMY
Phylway Construction LLC,* Thibodaux, Louisiana, was awarded a $51,702,210 firm-fixed-price contract for construction of hurricane protection features in Plaquemines Parrish, Louisiana. Bids were solicited via the internet with six received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Aug. 31, 2026. Fiscal 2020 civil construction funds in the amount of $51,702,210 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912P8-20-C-0032).
Pine Bluff Sand and Gravel Co., Pine Bluff, Arizona, was awarded a $48,002,240 firm-fixed-price contract for flood control on the Mississippi River and tributaries. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of July 10, 2022. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-D-0011).
Speegle Construction Inc.,* Niceville, Florida, was awarded a $10,373,085 firm-fixed-price contract to construct two new facilities at Eglin Air Force Base. Bids were solicited via the internet with 10 received. Work will be performed at Eglin Air Force Base, Florida, with an estimated completion date of Aug. 30, 2022. Fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $10,373,085 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0020).
Mike Hooks LLC, Westlake, Louisiana, was awarded a $10,207,400 firm-fixed-price contract for pipeline dredging of the Matagorda Ship Channel. Bids were solicited via the internet with three received. Work will be performed in Bay City, Texas, with an estimated completion date of Jan. 31, 2021. Fiscal 2019 and 2020 civil construction funds in the amount of $10,207,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-C-0023).
USA Environmental Management,* Philadelphia, Pennsylvania, was awarded a $9,473,200 firm-fixed-price contract for hot cargo hydrant system replacement at Joint Base McGuire-Dix-Lakehurst. Bids were solicited via the internet with five received. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, with an estimated completion date of Jan. 30, 2022. Fiscal 2020 military construction, defense-wide funds in the amount of $9,473,200 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-20-C-0017).
Ashford Leebcor Enterprises III,* Williamsburg, Virginia, was awarded an $8,134,009 firm-fixed-price contract to renovate Building 11 at the Defense Logistics Agency. Bids were solicited via the internet with 11 received. Work will be performed in Richmond, Virginia, with an estimated completion date of Sept. 22, 2021. Fiscal 2016 facilities sustainment, restoration and modernization funds in the amount of $8,134,009 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-20-C-2021).
CORRECTION: The contract announced on July 8, 2020, to BFBC LLC, Bozeman, Montana (W912PL-20-C-0002), for a $138,335,455 modification (P00005) to modify existing electrical attributes (closed-circuit TV, linear ground detection system and shelters) on the Barry M. Goldwater Range, Yuma 10/27 design-build border infrastructure project, was actually awarded on July 9, 2020.
DEFENSE LOGISTICS AGENCY
American Water Operations and Maintenance LLC, Camden, New Jersey, has been awarded a $26,919,360 modification (P00163) to a 50-year contract (SP0600-08-C-8257), with no option periods for the ownership, operation and maintenance of 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 2020 through 2059 (Army) operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
Northrop Grumman Systems Corp., Baltimore, Maryland, has been awarded a $19,660,934 cost-plus-fixed fee contract for the base period of a research project for hypersonic boost glide systems. Work will be performed in Baltimore, Maryland, with an estimated completion date of March 2023. Fiscal 2019 research and development funds in the amount of $549,419; and fiscal 2020 research and development funds in the amount of $17,449,429 are being obligated at time of award. This contract is a sole-source award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C0-0054).
*Small Business
https://www.defense.gov/Newsroom/Contracts/Contract/Article/2270757/source/GovDelivery/
October 19, 2022 | International, C4ISR
Simply having a lot of data doesn't mean anyone's gaining actionable insights from it.
November 30, 2018 | International, Aerospace, Naval, Land, C4ISR, Security
NAVY CDWG Government LLC, Vernon Hills, Illinois (N66001-19-A-0002); Dell Federal Systems LP, Round Rock, Texas (N66001-19-A-0003); GovConnection Inc., Rockville, Maryland (N66001-19-A-0004); Insight Public Sector Inc., Chantilly, Virginia (N66001-19-A-0005); Minburn Technology Group LLC, Great Falls, Virginia (N66001-19-A-0006); and SHI International Corp. Somerset, New Jersey (N66001-19-A-0007), are awarded multiple-award, firm-fixed-price blanket purchase agreements (BPA) in accordance with a General Services Administration Federal Supply Schedule contract. The overall estimated value of this BPA is $3,170,000,000. This agreement will provide commercially available Microsoft brand name perpetual software licenses and annual subscriptions for the Department of Defense (DOD), U.S. intelligence community, and U.S. Coast Guard activities worldwide. The products provided are commercial off-the-shelf products that will meet functional requirements for desktop software solutions, operating systems, virtualization, management tools, mobility, and software assurance. This BPA is issued under the DOD Enterprise Software Initiative (ESI) in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement Section 208.74. DoD ESI streamlines software licensing acquisition and provides information technology products that are compliant with DOD technical standards and represent the best value for the DOD. Places of performance will be determined by each individual delivery order. The ordering period will be for 10 years from Nov. 29, 2018, through Nov. 27, 2028. This agreement will not obligate funds at the time of award. Funds will be obligated under delivery orders primarily using operations and maintenance funds (DOD). Future requirements will be competed among six awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2). This contract was competitively solicited from among 895 vendors with six proposals received and six selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity. General Dynamics Information Technology Inc., Fairfax, Virginia, is awarded an $85,916,000 single award, indefinite-delivery/indefinite-quantity, performance based service contract utilizing cost-plus-fixed-fee and firm-fixed-price task orders for Navy secure voice systems and services. Tasks will include systems engineering and life-cycle sustainment as an in-service engineering activity as well as programmatic support services. The contract includes a five-year ordering period with one four-year option and one six-month option period which, if exercised, would bring the cumulative value of this contract to an estimated $91,194,000. Funds in the amount of $25,000 will be placed on the first task order and obligated at the time of award. Work will be performed worldwide and is expected to be completed by November 2023. If all options are exercised, work could continue until November 2029. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured using full and open competition in accordance with 10 U.S. Code 2304(a)(1), via the Space and Naval Warfare Systems Command e-Commerce and Federal Business Opportunities websites, with one timely offer received. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity (N6523619D8002). IAP Worldwide Services Inc., Cape Canaveral, Florida, is awarded $76,815,335 for modification P00050 to a previously awarded firm-fixed price, cost reimbursable contract (N00019-15-C-0120) to exercise the third option year for logistics support services on the E-6B aircraft. This contract provides for maintaining and supporting the E-6B Take Charge and Move Out and Airborne Command Post aircraft, support equipment, aircraft weapon system parts, associated support sites, and supporting organizations. Work will be performed in Oklahoma City, Oklahoma (70 percent); Patuxent River, Maryland (10 percent); Bellevue, Nebraska (10 percent), and Fairfield, California (10 percent), and is expected to be completed in November 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $51,582,789 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. Sierra Nevada Corp. Sparks, Nevada, is awarded a $30,835,738 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure standoff precision guided munitions modified cargo doors, sensor conversion units, spares, data and other related support. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by December 2024. Fiscal 2018 procurement (Defense) funding in the amount of $1,118,276 will be obligated at time of award and will not expire at the end of fiscal 2019. This contract was not competitively procured and awarded on a sole source basis in accordance with the statutory authority of 10 U.S. Code 2304(c) (1) as implemented by Federal Acquisition Regulation 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-19-D-JQ42). Science and Engineering Services LLC,* Huntsville, Alabama, is awarded an undefinitized contract action with a not-to-exceed value of $25,437,426 for the refurbishment, modification, and delivery of four SH-60F aircraft for the government of Spain under the Foreign Military Sales program. Work will be performed in Huntsville, Alabama, and is expected to be completed in March 2021. Foreign Military Sales funds in the amount of $6,035,232 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-4. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0022). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $18,497,196 modification to a previously awarded cost-plus-fixed-fee, firm-fixed-price indefinite-delivery/indefinite-quantity contract (N00019-18-D-0129). This modification exercises the ordering period for the first option year and provides for emerging capabilities and analysis systems engineering activities to include programmatic and logistics tasks that will analyze the F-35 air system's ability to meet future operational requirements, investigating cost and weight reduction program options, and conducting modeling and simulation activities. Additional assessments may include such efforts as analyzing changes to design life, operational readiness, reliability, and air system design and configuration. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2019. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded $13,827,828 for cost-plus-fixed-fee delivery order N00019F2589 against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides for production engineering support for the installation and integration of systems required to initiate, evaluate, and integrate modifications to F/A-18E/F and EA-18G aircraft for continued system effectiveness and product assurance for aircraft testing. Work will be performed in Patuxent River, Maryland (82 percent); and St. Louis, Missouri (18 percent), and is expected to be completed in December 2019. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $12,927,965 are being obligated on this 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. Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $13,191,746 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N62470-17-D-4007) to exercise the first option for base operations support services at Naval Support Activity (NSA), Kingdom of Bahrain. The work to be performed provides for but is not limited to, all management, supervision, tools, materials, supplies, labor and transportation services necessary to perform security operations, galley services, unaccompanied housing, facility management, emergency service requests, urgent service, routing service, facilities investment, custodial, pest control service, integrated solid waste, grounds maintenance, utility management, wastewater, operate reverse osmosis water treatment system, chiller and transportation, at NSA. After award of this option, the total cumulative contract value will be $26,645,633. Work will be performed in NSA, Kingdom of Bahrain, and work is expected to be completed December 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $9,051,252 for non-recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Europe Africa and Southwest Asia, Naples, Italy, is the contracting activity. Archer Technologies International Inc.*, Shawnee, Oklahoma, is awarded an $11,896,710 firm-fixed-price indefinite-delivery, indefinite-quantity contract. This contract provides for supplies and repair services in support of the U.S. Navy and U.S. Air Force Guided Bomb Unit (GBU)-10, GBU-12, GBUU-28, and GBU-32 weapon system. Supplies and repair services to be provided include Universal Wing Actuator Tools (UWAT) full assemblies; super bolts (with spherical tip) full assembly, individual parts for the UWAT full assembly, individual parts for the Super Bolt full assembly, individual parts for the PaveWay Systems Parts, and repair services in support of U.S. Air Force and U.S. Navy PaveWay II and PaveWay III GBU Airfoil Group Maintenance & Repair lines. Work will be performed in Shawnee, Oklahoma (90 percent) and China Lake, California (10 percent), and is expected to be completed in November 2023. Fiscal 2019 procurement of ammunition (Navy and Marine Corps) and fiscal 2019 operations and maintenance (Air Force) funds in the amount of $262,862 will be obligated at time of award, $47,100 of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; one offer was received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0019). Vigor Marine LLC, Portland, Oregon, is awarded a $10,796,799 firm-fixed-price contract for a 51-calendar day shipyard availability for the regular overhaul and dry docking of USNS Washington Chambers (T-AKE 11). Work will include furnishing general services for the ship, forward aqueous firefighting foam system piping replacement, cargo pump room pipe replacement, docking and un-docking vessel, propeller shaft and stern tube inspection, underwater hull spot blast and painting, freshwater stern tube lubrication system installation, and flight deck nonskid renewal. The contract includes options which, if exercised, would bring the total contract value to $11,140,130. Work will be performed in Portland, Oregon, will commence Jan. 15, 2019, and is expected to be completed by March 7, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $11,140,130 are obligated at the time of award. Funds will not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with one offer received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C6003). General Electric Aviation, Evandale, Ohio, is awarded $8,422,109 for modification P00001 to a firm-fixed-price delivery order (N0042118F0121) previously issued against basic ordering agreement FA8122-14-G-0001. This modification provides for supplies and services required to complete Engineering Change Proposal G414-A-18, “F414-GE-400 spraybar B-nut rework” for the F/A-18E/F and EA-18G aircraft, including main short and ignition spraybars and bolts. Work will be performed in Lynn, Massachusetts, and is expected to be completed in July 2020. Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $8,422,109 are being obligated on this 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. ARMY Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $247,852,066 modification (P00041) to contract W91RUS-13-C-0006 for operation, maintenance, and communications services. Work will be performed in Kuwait City, Kuwait; Camp As Sayliyah, Qatar; Bagram Airfield, Afghanistan; FOB Union III, Iraq; Camp Red Leg, United Arab Emirates; and Jordan, Jordan, with an estimated completion date of Feb. 28, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $178,019,615 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Technica LLC,* Charleston, South Carolina, was awarded a $33,948,159 modification (0004 93) to contract W52P1J-12-G-0018 for logistics support services, including maintenance, transportation, and supply support. Work will be performed in El Paso, Texas, with an estimated completion date of Dec. 2, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $28,468,083 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Radiance Technologies Inc.,* Huntsville, Alabama, was awarded a $28,217,815 cost-plus-fixed-fee contract for high energy laser lethality assessment and program support. Twenty-three bids were solicited with one bid received. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 15, 2023. Fiscal 2019 research, development, test and evaluation funds in the amount of $724,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9113M-19-F-0015). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $13,746,496 modification (P00168) to contract W56HZV-15-C-0095 for Joint Light Tactical Vehicle fielding. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of June 30, 2019. Fiscal 2017 and 2018 procurement, Marine Corps; Office of Army Reserve; and other procurement, Army funds in the combined amount of $13,746,496 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. AIR FORCE Northrop Grumman Systems Corp., Woodland Hills, California, has been awarded a $60,638,210 modification (P00011) to contract FA8540-14-D-0001 for Embedded Global Positioning Systems and Inertial Navigation Systems (INS). The contract modification is to extend and increase the ceiling of the current indefinite delivery/indefinite quantity contract, consisting of platform integration, modernization, diminishing manufacturing sources, flight test support, technical support following integration efforts, training, engineering support/studies, contractor depot repair, spares, and data for the INS. Work will be performed in Woodland Hills, California, and is expected to be completed by June 30, 2019. This modification involves foreign military sales and no funds are being obligated at the time of award. Total cumulative face value of the contract is $260,638,210. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. Northrop Grumman Systems Corp., Woodland Hills, California, has been awarded a not-to-exceed $59,120,543 contract for engineering, manufacturing and development of the Embedded Global Positioning Systems and Inertial Navigation Systems. Work will be performed in Woodland Hills, California, and is expected to be completed by Sept. 30, 2019. This award is the result of a sole-source acquisition and one offer was received. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $28,969,066 is being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-19-C-0001). (Awarded Nov. 28, 2018) Scientific Research Corp., Atlanta, has been awarded an $11,966,292 firm-fixed-price contract to exercise option one in previously awarded contract FA8617-17-C-6227 for T-6A aircraft kit production and installation. Work will be performed at Columbus Air Force Base, Mississippi; Vance AFB, Oklahoma; Laughlin AFB, Texas; Sheppard AFB, Texas; Naval Air Station Pensacola, Florida, and Joint Base San Antonio – Randolph, Texas, and is expected to be completed by Jan. 1, 2020. Fiscal 2019 aircraft procurement funds in the amount of $11,966,292 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8617-17-C-6227-P00007). (Awarded Nov. 26, 2018). Arizona State University, Tempe, Arizona, has been awarded an $11,070,493 cost contract for Cognitive Human Enhancements For Cyber Reasoning Systems (CHECRS) software system. This contract provides for research, design, development, demonstration, test, integration, collaboration, and delivery of a CHECRS software system that will enable computers and humans to collaboratively reason over software artifacts (source code, compiled binaries, etc.) with the goal of finding zero day vulnerabilities at a scale and speed appropriate for the complex software ecosystem. Work will be performed at Tempe, Arizona, and is expected to be completed by May 29, 2022. This award is the result of a competitive acquisition and 50 offers were received. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0003). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1701429/source/GovDelivery/
May 13, 2020 | International, C4ISR
Arlington, Va. - (BUSINESS WIRE) - May 12, 2020 - CACI International Inc (NYSE: CACI) announced today that it has been awarded a five-year single-award task order, with a ceiling value of more than $465 million, by the U.S. Army Combat Capabilities Development Command's (CCDC) Command, Control, Computers, Communications, Cyber, Intelligence, Surveillance, and Reconnaissance (C5ISR) center to provide research and development on cryptographic modernization, information security, and tactical network protection. Under the task order, which the Army's Cyber Security and Information Division (CSIA) awarded under the GSA Alliant II contract vehicle, CACI will provide mission expertise to enhance cyber defense capabilities for C5ISR systems. CSIA leads the Army in cryptographic modernization, information security, and tactical network protection as a division of the Army Space and Terrestrial Communications Directorate, C5ISR Center, CCDC, U.S. Army Futures Command (AFC). CACI will provide the Army with new software-defined capabilities across the service's many modernization initiatives and research areas. For example, CACI communications and cyber experts will assist the service in protecting next-generation 5G networks, as well as enhancing the security of wireless, near-field, satellite, and other communications. CACI will also support urgent requirements for AFC's cross-functional teams, provide techniques and technologies to reduce risks for Army networks, and move innovative technologies such as artificial intelligence from the laboratory to the field. John Mengucci, CACI President and Chief Executive Officer, said, “With this new work, CACI's mission experts will support the Army's C5ISR capabilities from the desktop to outer space, and enable the service to advance critical technologies from the lab to the field.” CACI Executive Chairman and Chairman of the Board Dr. J.P. (Jack) London, said, “CACI is proud to support Army modernization to ensure it dominates any and all future battlefields.” CACI's 23,000 talented employees are vigilant in providing the unique expertise and distinctive technology that address our customers' greatest enterprise and mission challenges. Our culture of good character, innovation, and excellence drives our success and earns us recognition as a Fortune World's Most Admired Company. As a member of the Fortune 1000 Largest Companies, the Russell 1000 Index, and the S&P MidCap 400 Index, we consistently deliver strong shareholder value. Visit us at www.caci.com There are statements made herein which do not address historical facts, and therefore could be interpreted to be forward-looking statements as that term is defined in the Private Securities Litigation Reform Act of 1995. Such statements are subject to factors that could cause actual results to differ materially from anticipated results. The factors that could cause actual results to differ materially from those anticipated include, but are not limited to, the risk factors set forth in CACI's Annual Report on Form 10-K for the fiscal year ended June 30, 2019, and other such filings that CACI makes with the Securities and Exchange Commission from time to time. Any forward-looking statements should not be unduly relied upon and only speak as of the date hereof. CACI-Contract Award View source version on businesswire.com: https://www.businesswire.com/news/home/20200512005083/en/ Corporate Communications and Media: Jody Brown, Executive Vice President, Public Relations (703) 841-7801, jbrown@caci.com Investor Relations: Daniel Leckburg, Senior Vice President, Investor Relations (703) 841-7666, dleckburg@caci.com Source: CACI International Inc View source version on CACI: http://investor.caci.com/file/Index?KeyFile=403962930