Back to news

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

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

AIR FORCE

The Boeing Co., St. Louis, Missouri, has been awarded a $22,890,000,000 indefinite-delivery/indefinite-quantity contract (FA8634-20-D-2704). The first delivery order has been awarded as an undefinitized contract action with a total not-to-exceed value, including options, of $1,192,215,413. It is a cost-plus-fixed-fee, cost-plus-incentive-fee, fixed-price-incentive-fee, firm-fixed-price effort for the F-15EX system. This delivery order (FA8634-20-F-0022) provides for design, development, integration, manufacturing, test, verification, certification, delivery, sustainment and modification of F-15EX aircraft, as well as spares, support equipment, training materials, technical data and technical support. Work will be performed in St. Louis, Missouri; and at Eglin Air Force Base, Florida, and is expected to be completed Dec. 31, 2023. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $248,224,746; and fiscal 2020 aircraft procurement funds in the amount of $53,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity.

Filius Corp., Centreville, Virginia, has been awarded a $70,617,597 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the AN/TYQ-23A (V)1 Tactical Air Operations Module weapons system logistics support. The contractor will provide all labor, tools, equipment, technical data/manuals, materials, supplies, parts, original equipment manufacturer (OEM) service bulletins and services necessary to perform contractor logistics support on TYQ-23A (V)1 in accordance with OEM standards (commercial standards if third party is performing service/repair), including software/firmware upgrades. This support will also include emergency and preventative maintenance for any future technologies designed to be implemented in the TYQ-23A. Work will be performed in Centreville, Virginia, and is expected to be completed July 2025. This award is the result of a competitive acquisition with five offers received. Fiscal 2020 operations and maintenance funds in the amount of $2,300,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8217-20-D-0005).

Renco Corp., Manchester, Massachusetts, has been awarded a not-to-exceed $22,400,000 undefinitized contract action for capacity expansion of Nitrile beutadine rubber (NBR) gloves production for the Department of Health and Human Services in care of the Joint Acquisition Task Force. This contract provides for the procurement of raw NBR materials, dipping lines, storage tanks, storage equipment, roofing repairs, lighting, loading docks, water treatment, solar roofs and a remote facility to be determined at a later date in the south central part of the U.S. in order to bring an industrial base and to replenish the strategic national stockpile of Nitrile produced rubber gloves back to the U.S. Work will be performed in Colebrook, New Hampshire, and is expected to be completed July 14, 2021. This award is the result of a sole-source acquisition. Fiscal 2020 other procurement funds in the amount of $22,400,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8527-20-C-0005).

NAVY

Blue Rock Structures Inc.,* Pollocksville, North Carolina (N40085-16-D-6300); Daniels & Daniels Construction Co. Inc.,* Goldsboro, North Carolina (N40085-16-D-6301); Joyce & Associates Construction Inc.,* Newport, North Carolina (N40085-16-D-6302); Military & Federal Construction Co. Inc.,* Jacksonville, North Carolina (N40085-16-D-6303); Quadrant Construction Inc.,* Jacksonville, North Carolina (N40085-16-D-6304); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-16-D-6305), are awarded a $90,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity, multiple award construction contracts for general construction services within the Marine Corps Installations East area of responsibility. After award of this modification, the total maximum dollar value for all six contracts combined will be $339,000,000. Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%). The work to be performed provides for general construction services including, but not limited to, new construction, demolition, repair, alteration and renovation (total/partial/interior/exterior) of buildings, systems and infrastructure, which may include civil, structural, mechanical, electrical and communication systems; installation of new or extensions to existing high voltage electrical distribution systems; extensions to the existing high pressure steam distribution systems, potable water distribution systems and sanitary sewer systems; additional storm water control systems; painting; removal of asbestos materials and lead paint; and incidental related work. Work is expected to be completed by December 2020. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operations and maintenance (Marine Corps); and military construction funds (Marine Corps). The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $35,346,618 cost-plus-fixed-fee, firm-fixed-price modification to a previously awarded contract (N00024-16-C-4316) to continue performance of the repair, maintenance, upgrades and modernization efforts on the USS Helena (SSN 725) dry-docking selected restricted availability (DSRA). Work will be performed in Newport News, Virginia. The contracted requirements include advance and new work efforts necessary to repair, and maintain full unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity as defined in the availability work package during the Chief of Naval Operations scheduled availability. Work is expected to be completed by October 2020. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $35,346,618 will be obligated at time of award and will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procure; only one responsible source and no other supplies or services will satisfy agency requirement. The Supervisor of Shipbuilding, Conversion and Repair, USN, Newport News, Virginia, is the contracting activity.

L3 Technologies Inc., Camden, New Jersey, is awarded a $34,999,948 fixed-price-incentive-firm-target contract for the detail design and fabrication of a prototype Medium Unmanned Surface Vehicle (MUSV). This contract includes options for up to eight additional MUSVs, logistics packages, engineering support, technical data, and other direct costs, which, if exercised, will bring the cumulative value of this contract to $281,435,446. Work will be performed in Morgan City, Louisiana (72.7%); Arlington, Virginia (9.8%); Jeanerette, Louisiana (8.1%); New Orleans, Louisiana (6.6%); Worthington, Ohio (1.7%); Lafayette, Louisiana (0.9 %); and Gautier, Mississippi (0.2%), and is expected to be completed by December 2022. If all options are exercised, work will continue through June 2027. Fiscal 2019 and 2020 research, development, test and evaluation funding in the amount of $34,999,948 will be obligated at the time of award, and $29,779,038 will expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities (now beta.SAM.gov), and five offers were received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-6312).

Northrop Grumman Systems Corp., Linthicum, Maryland, is awarded an $11,300,000 not-to-exceed, cost-plus fixed-fee contract for the procurement of transitional development and sustaining engineering services for the Ground/Air Task-Oriented Radar (G/ATOR), to include software support activity transition, low/slow/small capability development and ground weapons locating radar improvements. The G/ATOR program is managed within the portfolio of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Linthicum, Maryland, and is expected to be completed by July 2021. Fiscal 2020 research, development, test and evaluation (Marine Corps) funds in the amount of $2,217,296; and fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $3,000,000 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. This contract was not competitively procured and was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

General Dynamics Electric Boat, Groton, Connecticut, is awarded an $8,127,069 modification under previously awarded contract N00024-16-C-2111 to perform alterations during the USS South Dakota (SSN 790) post-delivery work period. Work will be performed in Groton, Connecticut. General Dynamics Electric Boat will perform planning and execution efforts on SSN 790, USS South Dakota. Work is expected to be completed by December 2020. No funding will be obligated at time of award. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

General Dynamics Electric Boat, Groton, Connecticut, is awarded a $7,829,633 modification under previously awarded contract N00024-16-C-2111 to perform alterations during the USS South Dakota (SSN 790) post-delivery work period. Work will be performed in Groton, Connecticut. General Dynamics Electric Boat will perform planning and execution efforts on SSN 790, USS South Dakota. Work is expected to be completed by December 2020. No funding will be obligated at time of award. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $7,765,664 cost-plus-fixed-fee modification to a previously awarded contract (N00024-09-C-2104) for planning and execution of USS Delaware (SSN 791) post delivery work period (PDWP). Work will be performed in Groton, Connecticut. Electric Boat Corp. will perform planning and execution efforts, including long lead time material procurement, in preparation to accomplish the maintenance, repair, alterations, testing, and other work on USS Delaware (SSN 791) during its scheduled PDWP. Work is expected to be completed by October 2020. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $7,765,664 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Hikma Pharmaceuticals USA Inc., Eatontown, New Jersey, has been awarded a maximum $42,907,336 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is New Jersey, with a July 12, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0006).

ARMY

Mathy Construction Co., Onalaska, Wisconsin, was awarded an $8,870,763 modification (P00002) to contract W911SA-19-D-2018 for asphalt paving at Fort McCoy. Work will be performed at Fort McCoy, Wisconsin, with an estimated completion date of July 14, 2022. Bids were solicited via the internet with one received. The U.S. Army 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity.

Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $7,845,596 hybrid (cost-no-fee, firm-fixed-price) contract to provide U.S. Forces Korea with information technology, architecture and engineering, command and control networks and associated systems support services. Bids were solicited via the internet with five received. Work will be performed in Pyongtaek, South Korea, with an estimated completion date of July 31, 2025. The 411th Contracting Support Brigade, Camp Red Cloud, South Korea, is the contracting activity (W91QVN-20-F-0440).

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2272447/source/GovDelivery/

On the same subject

  • Pentagon clears 100 MHz of spectrum for 5G development

    August 12, 2020 | International, C4ISR

    Pentagon clears 100 MHz of spectrum for 5G development

    Nathan Strout The Pentagon has cleared 100 megahertz (MHz) of contiguous mid-band spectrum to be used for commercial 5G following a 15-week review, determining that they can share that bandwidth while minimizing impact on military radars. While that 3450-3550 MHz mid-band spectrum is highly desired by commercial 5G developers, it's been historically used by the military for critical radar operations for air defense, missile and gunfire control, counter-mortar, bomb scoring, battlefield weapon locations, air traffic control, and range safety. But now, leaders from the Department of Defense say the Pentagon can continue using the spectrum for those purposes while making it available for commercial development. DoD Chief Information Officer Dana Deasy said the department will move toward sharing most of that spectrum without limits while setting up a Spectrum Relocation Fund Transition Plan to minimize risks. “DoD is proud of the success of the [America's Mid-Band Initiative Teams (AMBIT)] and is committed to working closely with industry after the FCC auction to ensure timely access to the band while protecting national security,” Deasy told reporters Aug. 10. The White House and Department of Defense established AMBIT to free up spectrum for 5G development quickly back in April. Over a 15-week period, the working group was able to bring together 180 subject matter experts, and ultimately were able to identify 100 MHZ of spectrum used by the military that could be safely shared with commercial 5G efforts.The decision expands the amount of connected mid-band spectrum open for 5G development to 530 MHz. The Federal Communications Commission will auction off the spectrum. One government official said action was expected by the end of this fiscal year. https://www.c4isrnet.com/industry/2020/08/10/pentagon-clears-100-mhz-of-spectrum-for-5g-development/

  • Spain’s Navantia teams with Australian shipbuilders for corvette offer

    November 8, 2023 | International, Naval

    Spain’s Navantia teams with Australian shipbuilders for corvette offer

    The Tasman class of vessels would be manufactured at a new shipbuilding hub in Western Australia, according to the company.

  • Contract Awards by US Department of Defense - May 18, 2020

    May 19, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - May 18, 2020

    AIR FORCE Northrop Grumman Systems Corp., Redondo Beach, California, has been awarded a not-to-exceed $2,375,000,000 undefinitized contract modification (P00013) to contract FA8810-18-C-0006 for Next Generation Overhead Persistent Infrared Polar Space Vehicles 1 and 2. This modification adds Phase One for design/development, critical path flight hardware procurement, and risk reduction efforts leading to a critical design review to the basic contract. Work will be performed in Redondo Beach, California, and is expected to be completed by December 2025. Fiscal 2020 research, development, test and evaluation funds in the amount of $70,500,000 are being obligated at the time of award. Total cumulative face value of the contract is $2,419,295,532. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. Lockheed Martin Corp., Orlando, Florida, has been awarded a ceiling $485,000,000 indefinite-delivery/indefinite-quantity contract for Department of Defense and Foreign Military Sales (FMS) Sniper, Infrared Search and Track (IRST); and Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) navigation pod (fixed wing) hardware production. This contract provides the necessary resources required for the management, fabrication, upgrade/retrofit, integration support and testing and shipping of its non-developmental item (NDI) Sniper Advanced Targeting Pods (ATP) System, NDI LANTIRN Fixed Image Navigation Set upgrades, and the NDI IRST system as it relates to the requirements document associated with each specific delivery order placed under this contract. Work will be performed in Orlando, Florida, and various locations to be identified at the order level. The work is expected to be completed by May 2025. This contract involves FMS to (this list is not all inclusive): Bahrain, Belgium, Bulgaria, Canada, Egypt, Greece, Indonesia, Iraq, Israel, Jordan, Republic of Korea, Kuwait, Morocco, Netherlands, Norway, Oman, Pakistan, Poland, Qatar, Romania, Saudi Arabia, Slovakia, Taiwan, Thailand and Turkey. This award is the result of a sole-source acquisition. FMS funds in the amount of $34,900,000 are being obligated at the time of award under delivery order FA8540-20-F-0034 for the country of Morocco. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540‐20‐D‐0001). Canadian Commercial Corp., Ottawa, Canada, has been awarded a $44,473,960 indefinite-delivery/indefinite-quantity contract for the installation of the Block Upgrade 7.0/8.1 kits into C-130J cargo aircraft. This contract provides for installation of government provided BU 7.0/8.1 kits into designated C-130J aircraft. Work will be performed in British Columbia, Canada, and is expected to be completed by Oct. 5, 2025. This award is the result of a competitive acquisition and four offers were received. Fiscal 2020 aircraft procurement funds in the amount of $4,690,950 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-20-D-2016). The Corporation of Mercer University, Warner Robins, Georgia, has been awarded a $9,039,309 task order (FA8523-20-F-0029) on basic contract FA8523-20-D-0001 to provide Laboratory Intelligence Validated Emulators (LIVE)-Virtual-Constructive (LVC) closed loop engineering test and evaluation of newly developed electronic warfare (EW) systems. This order provides integration of gold-standard intelligence community threat definitions into the Electronic Warfare and Avionics Integrated Support Facility, where LVC closed loop operational test – vertical testability demonstration simulations and testing will be conducted to inform the baseline capability and to identify growth areas for improving operational survivability, reliability and mission success of fielded EW systems in support of airborne U.S. warfighting elements. Work will be performed in Warner Robins, Georgia, and is expected to be completed by May 13, 2022. Fiscal 2020 operations and maintenance funds in the amount of $4,140,106 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. JOINT ARTIFICIAL INTELLIGENCE CENTER Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a five-year, $800,000,000 task order contract (47QFCA20F0032) to deliver the Joint Artificial Intelligence Center (JAIC) artificial intelligence (AI) enabled products to support warfighting operations and be instrumental in embedding AI decision-making and analysis at all tiers of Department of Defense (DOD) operations. This is a General Services Administration (GSA) Alliant 2 government-wide acquisition contract for AI products that will leverage the power of DOD data to enable a transformational shift across the DOD that will give the U.S. a definitive information advantage to prepare for future warfare operations. Specific tasks of this order will encompass a wide mix of technical services and products across the full spectrum of technical support to the JAIC Joint Warfighter National Mission Initiative. This will include data labeling, data management, data conditioning, AI product development, and the transition of AI products into new and existing fielded programs and systems across the DOD. The task order contract award has a base period through May 2021 with option years that run through May 2025. GSA Federal Systems Integration and Management Center, Washington, D.C., is the contracting activity. ARMY Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $497,301,405 modification (P00035) to contract W31P4Q-17-D-0026 for Phased Array Tracking on Radar to Intercept Advanced Capability-3 missile support center post-production support. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 18, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Central Environmental Inc., Anchorage, Alaska, was awarded a $26,990,428 firm-fixed-price contract to relocate an existing road. Bids were solicited via the internet with two received. Work will be performed in Porterville, California, with an estimated completion date of July 30, 2021. Fiscal 2018 civil construction funds in the amount of $26,990,428 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0009). Dignitas Technologies LLC,* Orlando, Florida, was awarded an $8,723,110 firm-fixed-price contract to provide technical and management support for the Program Executive Office for simulation, training and instrumentation and provide access to Army Mission Command information systems. Bids were solicited via the internet with five received. Work will be performed in Orlando, Florida, with an estimated completion date of May 31, 2025. Fiscal 2018, 2019 and 2020 other procurement (Army); 2020 research, development, test, and evaluation (Army); and 2020 operations and maintenance (Army) funds in the amount of $1,615,202 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-C-0024). DEFENSE INTELLIGENCE AGENCY Clear Resolution Consulting, Baltimore, Maryland (HHM402-20-D-0018); NextGen Federal Systems, Morgantown, West Virginia (HHM402-20-D-0019); S2 Technologies, Smithfield, North Carolina (HHM402-20-D-0020); LBO Technology LLC, Leesburg, Virginia (HHM402-20-D-0016); Lock4 LLC, Red Springs, North Carolina (HHM402-20-D-0017); Parra Consulting Group, Middletown, Maryland (HHM402-20-D-0014); and SHINE Systems, Charlottesville, Virginia (HHM402-20-D-0021), have been awarded an indefinite-delivery/indefinite-quantity contract with a ceiling of $99,500,000 for facility management, logistics, administrative, readiness, executive and security support services to support the National Media Exploitation Center. Task orders will be competed among all awardees. The contract has a base period of performance from May 29, 2020 to May 28, 2025, with an optional ordering period from May 28, 2025 to May 27, 2030. All task orders must be completed no later than one year after the end of the ordering period. Work will be performed in the National Capital Region; Charlottesville, Virginia; and Patrick Air Force Base, Florida. Fiscal 2020 operations and maintenance funds in the amount of $1,000 are being obligated on task order after award. This contract has been awarded through a HUBZone set-aside competitive acquisition and sixteen offers were received. The Virginia Contracting Activity, Washington, D.C., is the contracting activity. DEFENSE LOGISTICS AGENCY Metrex Research LLC, doing business as Orascoptic, Madison, Wisconsin, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 115 responses received. This is a five-year contract with no option periods. Location of performance is Wisconsin, with a May 17, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0040). CORRECTION: The contract announced on May 8, 2020, for S&L Aerospace Metals LLC,* Flushing, New York (SPRRA1-20-D-0043), for $24,386,400, was announced with an incorrect award date. The correct award date is May 15, 2020. MISSILE DEFENSE AGENCY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a $22,300,000 cost-plus-fixed-fee modification (P00365) under Aegis Combat Weapon System development contract HQ0276-10-C-0001, which covers multiple Aegis Weapon System baselines and platforms. This modification increases the total cumulative contract value by $22,300,000, from $3,211,352,549 to $3,233,652,549; $64,900,000 of which was obligated for Aegis Ashore Japan (under Contract Line Item Number 0135). Under this modification, the contractor will continue performing engineering design support services necessary for continuation of planning efforts and risk reduction efforts required to maintain initial operational capability schedule to support the Aegis Ashore Japan Foreign Military Sales main case. The work will be performed in Moorestown, New Jersey, with an expected completion date of July 31, 2020. Funds from the government of Japan in the amount of $22,300,000 are being obligated at the time of award. This contract modification is the result of a sole-source acquisition. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. WASHINGTON HEADQUARTERS SERVICES Chenega Healthcare Services LLC, San Antonio, Texas, has been awarded an indefinite-delivery/indefinite-quantity contract with an overall ceiling of $10,000,000. This contract provides COVID-19 contact tracing for the Pentagon support services. Fiscal 2020 operations and maintenance funds in the amount of $508,000 are being obligated at the time of the award. The expected completion date is May 17, 2025. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-20-D-0008). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2190758/source/GovDelivery/

All news