Back to news

July 15, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense - July 11, 2019

NAVY

General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $173,805,431 cost-plus-fixed-fee contract for engineering, technical, design agent and planning yard support for operational strategic and attack submarines. The contract provides for drawings and related technical data; design change documentation; logistics technical data; configuration management; hull, mechanical and electrical engineering; submarine safety design review; non-propulsion plant electrical system engineering; propulsion plant engineering; maintenance engineering; refit/availability technical support; on-site support; configuration change program design and installation support; configuration change program material support; submarine technical trade support; training and facility support; research development test and evaluation (Navy) program support; research and development submarine/submersibles support; miscellaneous special studies; temporary alteration support; modernization of submarine/submersible systems/subsystems; and affordability/cost reduction technical support. Work will be performed in Groton, Connecticut (70%); Kings Bay, Georgia (13%); Bangor, Washington (10%); Pearl Harbor, Hawaii (3%); North Kingston, Rhode Island (2%); and Newport, Rhode Island (2%), and is expected to be completed by September 2023. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $1,043,513,079, and be complete by September 2023. Fiscal 2019 other procurement (Navy); 2019 operations and maintenance (Navy); and 2018 other procurement (Navy) funding in the amount of $24,556,100 will be obligated at time of award, and $4,415,300 will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2125).

Massa Products Corp., Hingham, Massachusetts, is being awarded a $32,419,133 firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contract for the design, document, manufacture, test, package and delivery of hydrophones. This requirement is to deliver hydrophones for new-construction platforms to support shipyard installation schedules and to replace failed hydrophones for all in-service platforms. As this is an IDIQ contract, in which only a minimum guarantee is established and all firm government requirements will be established at the order level, it does not include options. Work will be performed in Hingham, Massachusetts, and is expected to be completed by July 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $1,051,578 will be obligated at time of award via the first delivery order and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-19-D-F900).

Gryphon Technologies LC, Washington, District of Columbia, is being awarded a $23,842,331 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity services contract with cost reimbursable services for aircraft carrier program management, engineering, technical and logistics support services. The Naval Surface Warfare Center, Philadelphia Division, is the Navy's agent for the program management, engineering, technical and logistical support for hull, mechanical and electrical systems and equipment on Navy aircraft carriers. To execute these responsibilities, the Navy requires the support of engineering, technical, logistical and program management personnel to assist in the support of aircraft carrier type commanders and other Navy activities on Navy aircraft carriers while in port or underway. There are provisions for firm-fixed-price completion orders. As emergent requirements arise, work will be performed at various Navy bases, shipyards, repair facilities and contractor facilities in the continental U.S. and outside of the continental U.S., and is expected to be complete by July 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $62,999 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4022).

BAE Systems Technology Solutions & Services, Rockville, Maryland, is being awarded a $23,456,568 modification (P00043) to a previously awarded cost-plus-fixed-fee contract (N00421-15-C-0008). This modification provides for services in support of the Naval Air Warfare Center Aircraft Division's Special Communications Mission Solutions Division, to support integrated communications and information systems radio communications for Navy ships. Work will be performed in St. Inigoes, Maryland, and is expected to be completed in July 2024. Fiscal 2019 working capital funds (Navy) in the amount of $4,000,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., Seattle, Washington, is being awarded a $23,375,361 cost-plus-fixed-fee order (N00019-19-F-4058) against a previously issued basic ordering agreement (N00019-16-G-0001). This order procures contractor logistics support for the United Kingdom's (UK's) P-8A program and aircraft. Contractor logistics support includes initial acceptance and breakdown of four aircraft and provision of training with an eight-month detachment to the UK to establish initial operational capability as well as subsequent full operational capability, scheduled aircraft maintenance, support equipment maintenance, engineering reach back and technical assistance. Work will be performed in Lossiemouth, Scotland (59%); Seattle, Washington (21%); and Jacksonville, Florida (20%), and is expected to be completed in December 2020. Foreign military sales funds in the amount of $23,375,361 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.

Aptim Federal Services LLC, Alexandria, Virginia, is being awarded a $15,309,450 firm-fixed-price task order 0005 (modification 02) under a multiple award construction contract for the cleaning, inspection and repair of mined-in-place military petroleum storage tanks (Red Hill Tanks 14, 17, and 18). The work to be performed provides for the additional repairs in Tank 17 as identified by Aptim Federal Services LLC, and subcontractor, Enterprise Engineering Inc.'s comprehensive American Petroleum Institute 653 out-of-service internal integrity inspection and suitability for service evaluation inspection report. After award of this modification, the total cumulative contract value will be $36,078,000. Work will be performed at Joint Base Pearl Harbor-Hickam, Hawaii, and is expected to be completed by May 2022. Fiscal 2016 working capital funds (Navy) in the amount of $15,309,450 are obligated at time of award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N39430-15-D-1632).

U.S. SPECIAL OPERATIONS COMMAND

Gentex Corp., Simpson, Pennsylvania, was a awarded a $95,000,000 maximum, indefinite-delivery/indefinite-quantity, firm-fixed-price contract (H92403-19-D-0004) for the purchase of SOF personal equipment advance requirements (SPEAR) coxswain helmet systems, in support of U.S. Special Operations Command (USSOCOM) procurement division. Fiscal 2019 operations and maintenance funds in the amount of $150,000 are being obligated at time of award. This is a five-year contract with a two-year option period. The majority of work will be performed in Simpson and is expected to be completed by July 2024. This contract was awarded through full and open competition and two proposals were received. USSOCOM headquarters, Tampa, Florida, is the contracting activity.

ARMY

Walsh Federal LLC, Chicago, Illinois, was awarded a $52,929,000 firm-fixed-price contract for the construction of a new two-bay general purpose aircraft maintenance hangar. Bids were solicited via the internet with three received. Work will be performed in Burlington, New Jersey, with an estimated completion date of June 18, 2021. Fiscal 2018 military construction (Air Force) funds in the amount of $52,929,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0011).

Pontchartrain Partners LLC,* New Orleans, Louisiana, was awarded an $8,000,000 firm-fixed-price contract for Mississippi River stone bank paving, Mississippi River and tributaries flood control, and channel improvement project. 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 Sept. 30, 2020. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-19-D-0010).

DEFENSE LOGISTICS AGENCY

Northrop Grumman Systems Corp., Melbourne, Florida, has been awarded a $17,045,952 delivery order (SPRPA1-19-F-KY01) against a long-term contract (SPM4AX-12-D-9401) for E-2 aircraft high voltage power supplies. This is a firm-fixed-price contract. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Florida, with an Oct. 30, 2021 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Northrop Grumman Systems Corp., Melbourne, Florida, has been awarded an $11,063,832 delivery order (SPRPA1-19-F-KY00) against a long-term contract (SPM4AX-12-D-9401) for E-2 aircraft power amplifier modules. This is a firm-fixed-price contract. This was a sole source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Florida, with an Oct. 30, 2022 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1902689/source/GovDelivery/

On the same subject

  • Here’s why Britain is struggling to form a fully effective carrier strike group

    June 29, 2020 | International, Naval

    Here’s why Britain is struggling to form a fully effective carrier strike group

    By: Andrew Chuter LONDON — Britain's Royal Navy took delivery of two new aircraft carriers, but a government report on the ships achieving operational capability has laid bare some obstacles toward making a fully effective carrier strike group. In a report released June 25, the National Audit Office pointed to delays in developing the Crowsnest airborne early warning radar and contracting to build the logistics ships destined to support the 65,000-ton carriers as ongoing problems for the Royal Navy. The NAO also raised questions about future funding. The Ministry of Defence is making slow “progress in developing the crucial supporting activities that are needed to make full use of a carrier strike group, such as the Crowsnest radar system and the ability to resupply the carriers. In addition, it has not established a clear view on the future cost of enhancing, operating and supporting carrier strike, which creates the risk of future affordability pressures,” the NAO said. Added the head of the watchdog: “The MoD also needs to get a firmer grip on the future costs of carrier strike. By failing to understand their full extent, it risks adding to the financial strain on a defense budget that is already unaffordable.” HMS Queen Elizabeth, the first of two carriers built by British industry in a £4.6 billion (U.S. $5.7 billion) program, is already undertaking extensive sea trials, with its F-35B jets ahead of a planned first deployment next year. The second carrier, HMS Prince of Wales, is also conducting sea trials but is some months behind its sister ship. The warships are not expected to be operated simultaneously. The NAO said the Lockheed Martin-led program to install Crowsnest radars on Royal Navy Merlin helicopters is running 18 months late and will impact how the British carrier strike force is initially deployed. The watchdog said the MoD is working to come up with an acceptable baseline radar by the time HMS Queen Elizabeth undertakes its initial deployment next year. “As at April 2020, the Department [the MoD] expected to achieve initial Crowsnest operating capability in September 2021, some 18 months later than planned,” the NAO reported. “As this is later than the December 2020 milestone for declaring initial operating capability for carrier strike, the Department is working to provide a credible baseline radar capability for the first deployment with the United States in 2021. It expects to recover some lost time to declare full operating capability in May 2023, 11 months later than planned. However, the existing timetable contains no contingency to accommodate any further slippage. The delays will affect how the Department can use carrier strike during this period.” British and U.S. Marine Corps jets will be based on the carrier during its first deployment, partly because the U.K. does not have a sufficient inventory of available jets. Eighteen of the aircraft have so far been delivered for use by the Royal Navy and the Royal Air Force Lockheed Martin secured the Crowsnest contract in 2017, with Searchwater radar supplier Thales and helicopter builder Leonardo as subcontractors. Crowsnest is a key element in the protection of the naval strike group, giving air, maritime and land detection and tracking capabilities. The NAO said the delay “has been caused by a subcontractor, Thales, failing to meet its contractual commitments for developing equipment and not providing sufficient information on the project's progress. Neither MoD nor its prime contractor, Lockheed Martin, were aware of these problems until it was too late, reflecting MoD's ineffective oversight of its contract with Lockheed Martin.” A Lockheed Martin UK spokesperson said the company is working to deliver the Crowsnest capability in time for HMS Queen Elizabeth's deployment. “As prime contractor for Crowsnest, we understand the fundamental component that this program delivers to the UK's Carrier Enabled Power Projection. We will continue to ensure that the program develops in line with our requirement to deliver the Crowsnest capability to support the first operational deployment of HMS Queen Elizabeth,” the spokesperson said. “We will work with our industrial partners and the MoD to address any developmental issues which arise, including the deployment of additional resources, if necessary, to maintain program timescales and deliver this critical capability to the Royal Navy.” Thales UK did not respond to Defense News' requests for comment by press time. The NAO partly blames the setbacks for why the MoD faces a “tight timetable” to develop full operating capability for a strike group by 2023. But the watchdog also highlighted the Fleet Solid Support program as another obstacle. The MoD had targeted 2026 for when the first of up to three logistics ships could provide ammunition, food and general stores to the carrier strike group, but that timeline has extended by up to three years as a result of ongoing uncertainty over the schedule to compete and build the vessels operated by the Royal Fleet Auxiliary. The MoD abandoned a competition to build the ships late last year, saying it was concerned about obtaining value for money. At the time, the program was mired in controversy over whether the contract should go to a British shipyard consortium or awarded to a foreign company. That issue remains unresolved. No date has officially been given for restarting the competition. Defence Secretary Ben Wallace told the parliamentary Defence Committee earlier this year that he thinks it will relaunch in September, but that has not been confirmed. Defence Committee Chairman Tobia Ellwood was particularly critical of the failure to provide the necessary support ships, noting that without them, the carriers' capability would be seriously undermined. “It'll be hotched and potched, only available for short operational journeys,” he told the Daily Telegraph on June 26. “It will be for display purposes only, and that's a very expensive toy.” Britain has only one solid support vessel, RFA Fort Victoria, that can replenish a carrier at sea. It entered service in 1994 and is due to retire in 2028, having had its life expectancy extended. The NAO report said the limitations of RFA Fort Victoria would have a knock-on effect to carrier operations. “Having only one support ship with limited cargo capacity slows the tempo and reach at which the Department [the MoD] can replenish a carrier group. In addition, the Department will have restricted options for deploying the carriers for much of 2022 because RFA Fort Victoria will be unavailable due to major planned maintenance work,” the NAO said. Responding to the report, an MOD spokesperson said: ”Carrier strike is a complex challenge, which relies on a mix of capabilities and platforms. We remain committed to investing in this capability, which demonstrates the U.K.'s global role. “Despite the disruptions of COVID-19, the carrier strike group is on track for its first operational deployment.” https://www.defensenews.com/naval/2020/06/26/heres-why-britain-is-struggling-to-form-a-fully-effective-carrier-strike-group/

  • GA-ASI to Supply 8 MQ-9A Extended Range UAS for USMC

    July 18, 2022 | International, Aerospace

    GA-ASI to Supply 8 MQ-9A Extended Range UAS for USMC

    GA-ASI will begin first delivery of aircraft and support equipment this winter to facilitate the fleet standup in late summer 2023 for USMC VMU 3 located at Marine Corps Air Station Kaneohe...

  • Contract Awards by US Department of Defense - January 29, 2020

    January 30, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - January 29, 2020

    NAVY Geocent LLC, Metairie, Louisiana (N66001-20-D-3417); M.C. Dean Inc., Tysons, Virginia (N66001-20-D-3418); McKean Defense Group LLC, Philadelphia, Pennsylvania (N66001-20-D-3419); Parsons Government Services Inc., Pasadena, California (N66001-20-D-3420); Science Applications International Corp., Reston, Virginia (N66001-20-D-3421); Serco Inc., Herndon, Virginia (N66001-20-D-3422); Systems Technology Forum Ltd., Fredericksburg, Virginia (N66001-20-D-3423); Valkyrie Enterprises Inc., Virginia Beach, Virginia (N66001-20-D-3424); and VT Milcom Inc., Virginia Beach, Virginia (N66001-20-D-3425), are each awarded a $56,339,692 indefinite-delivery/indefinite-quantity, multiple-award contract with cost-plus-fixed-fee, firm-fixed-price and cost (no fee) pricing. Support includes project management, administration, drafting, technical integration, testing, maintenance, engineering, logistics, facilities and security for software and hardware of new and existing command, control, communications, computers, intelligence, surveillance and reconnaissance systems and networks. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two three-year option periods, which, if exercised, would bring the overall potential value of this contract to an estimated $249,033,405. Work will be performed primarily in the Indo-Asia-Pacific Region and Navy Region Southwest including Hawaii, Guam, Japan, California, Nevada, Washington state, Oklahoma, South Korea, Singapore, Philippines and Australia; and outside this region in Bahrain, Djibouti and Italy. Work will be performed outside the continental U.S. (50%); and inside the continental U.S. (50%) on a full-time basis. The period of performance of the base award is from Jan. 29, 2020, through Jan. 28, 2022. If all options were exercised, the period of performance would extend through Jan. 28, 2028. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); and other funding, which may include working capital funds (DoD); Department of Homeland Security funds; and research, development, test and evaluation (Navy) funds. This contract was competitively procured via a request for proposal (N66001-19-R-0001) which was published on the Federal Business Opportunities website and the Naval Information Warfare Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity. Northrup Grumman Systems Corp., Linthicum Heights, Maryland, is awarded a $15,752,580 cost-plus-fixed-fee modification to exercise options to previously-awarded contract N00024-15-C-5319 for level of effort engineering services and associated travel to provide continuous support of two AN/SLQ-32(V)Y Surface Electronic Warfare Improvement Program (SEWIP) Block 3 System low rate initial production units. This option exercise is for the continued level of effort engineering services in support of SEWIP Block 3 low-rate initial-production units. SEWIP is an evolutionary acquisition and incremental development program to upgrade the existing AN/SLQ-32(V) electronic warfare system. SEWIP Block 3 will provide select Navy surface ships a scalable electronic warfare enterprise suite with improved electronic attack capabilities. Work will be performed in Linthicum, Maryland, and is expected to be completed by December 2020. Fiscal 2018 other procurement (Navy) funding in the amount of $60,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded an $11,301,660 fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures Joint Precision Approach and Landing Systems Airborne Radio Communication ARC-210 Generation 5 radio units for the Navy. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in March 2021. Fiscal 2020 shipbuilding and conversion (Navy) funds for $403,110; and other procurement (Navy) funds for $3,627,990 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 6.302-1. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0006). BAE Systems Technology Solutions & Services, Rockville, Maryland, is awarded a $10,536,004 modification (P00002) to a previously-awarded cost-plus-fixed-fee contract (N00421-20-C-0003). This modification exercises an option to provide engineering and technical services for integrated communications and information systems radio communications for Navy ships, in support of the Naval Air Warfare Center, Webster Outlying Field, to support the integrated communications and information systems radio communications. Work will be performed in St. Inigoes, Maryland (60%); California, Maryland (30%); Bath, Maine (5%); and Pascagoula, Mississippi (5%), and is expected to be completed in July 2025. Fiscal 2020 shipbuilding and conversion (Navy) funds for $4,000,000 will be 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. ARMY Continental Heavy Civil Corp., Miami, Florida, was awarded a $23,778,240 firm-fixed-price contract for the NASA Wallops Beach Renourishment Project in Accomack County, Virginia. Bids were solicited via the internet with five received. Work will be performed in Wallops Island, Virginia, with an estimated completion date of March 12, 2021. Fiscal 2019 civil construction, Corps of Engineers funds in the amount of $23,778,240 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-20-C-0002). AECOM Management Services Inc., Germantown, Maryland, was awarded a $17,000,000 modification (000260) to contract W52P1J-12-G-0028 for Army Prepositioned Stock (APS-2) logistics support services in support of maintenance, supply and transportation at Mannheim and Dulmen, Germany. Work will be performed in Mannheim and Dulmen, Germany, with an estimated completion date of Nov. 20, 2020. Fiscal 2020 operations and maintenance, Army funds in the amount of $17,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Vision Point Systems Inc.,* Fairfax, Virginia, was awarded a $13,500,000 firm-fixed-price contract to provide corrosion engineering and logistics technical, analytical, programmatic, research and development, technical assistance, testing, training, and technical writing support for the U.S. Army Combat Capabilities Development Command (CCDC) Ground Vehicle Systems Center (GVCS) and Tank-automotive and Armaments Command (TACOM) Life Cycle Management Center (LCMC). Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 28, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0012). Dawn/Higley JV LLC,* Warren, Ohio, was awarded an $11,458,223 firm-fixed-price contract to repair and renovate interior and exterior of an aircraft maintenance hangar. Bids were solicited via the internet with five received. Work will be performed in Mansfield, Ohio, with an estimated completion date of Aug. 31, 2021. Fiscal 2020 Air Guard sustainment, repair, maintenance in the amount of $11,458,223 were obligated at the time of the award. U.S. Property and Fiscal Office for Ohio 179th Mission Support Contracting, Mansfield, Ohio, is the contracting activity (W50S8R-20-C-0002). AIR FORCE Technica Corp., Sterling, Virginia, has been awarded a $13,591,345 cost-plus-fixed-fee modification to exercise the first option period, Feb. 15, 2020, through Feb. 14, 2021. The contract provides weapon system engineering and maintenance services to include incremental software version development and installation, security patch installations, preventative maintenance, trouble shooting and responsive Tier 1, 2 and 3 support for the Cyberspace Vulnerability Assessment/Hunter (CVA/H) weapon system. Work will be performed in Sterling, Virginia, and is expected to be complete by Aug. 14, 2025. This award is the result of a competitive acquisition. Offerors were solicited under the Network-Centric Solutions (NETCENTS) Network Operations and Infrastructure Small Business contract holders and seven offers were received. Fiscal 2020 research, development, test and evaluation; operations and maintenance; and procurement funds in the amount of $13,591,345 are being obligated at the time of modification to exercise the first option period. The Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division, Joint-Base San Antonio-Lackland, San Antonio, Texas, is the contracting activity (FA8732-14-D-0015, task order FA8307-19-F-0098). Starwin Industries LLC, Dayton, Ohio, has been awarded a $9,554,000 firm-fixed price indefinite-delivery/indefinite-quantity contract for F-16 Bugeye radomes. This contract provides for the supply of both left and right Bugeye radomes for the F-16 aircraft. Work will be performed in Dayton, Ohio, and is expected to be complete by Jan. 28, 2026. This award is the result of a competitive acquisition, two solicitations mailed and two offers received. Fiscal 2019 research and development funds (not multiyear) in the amount of $35,872 are being obligated at the time of award. The Air Force Life Cycle Management Center, F-16 Division, Hill Air Force Base, Utah, is the contracting activity (FA8232-20-D-0006). DEFENSE LOGISTICS AGENCY Lions Services Inc.,** Charlotte, North Carolina, has been awarded a maximum $10,468,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for advanced combat helmet chinstraps. This is a one-year base contract with two one-year options periods. Location of performance is North Carolina, with a Jan. 28, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-B082). * Small business ** Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2069174/source/GovDelivery/

All news