Back to news

July 24, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - July 23, 2020

AIR FORCE

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, has been awarded a $495,482,136 firm-fixed-price, cost-plus-fixed-fee and cost-reimbursable indefinite-delivery/indefinite-quantity contract for the Instrumentation Range Support Program. This contract provides for serviceable components and subsystems for instrumentation tracking systems, worldwide for both foreign and domestic government agencies to include radars, telemetry and optical range mission systems, flight termination systems, data acquisition systems and Global Positioning Systems. Work will be performed on participating ranges in the program, including Air Force, Army, Navy, NASA, Department of Energy, as well as foreign ranges in the United Kingdom, Germany, Norway, Sweden, Republic of Korea and Switzerland. Work is expected to be completed Sept. 30, 2027. This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 operations and maintenance funds in the amount of $116,235 are being obligated on a delivery order at the time of award. This contract has a ceiling amount of $945,234,462. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity (FA2521-20-D-0005).

The Boeing Co., St. Louis, Missouri (FA8694-20-D-0400); General Atomics Aeronautical Systems Inc., Poway, California (FA8694-20-D-0600); Kratos Unmanned Aerial Systems Inc., Oklahoma City, Oklahoma (FA8694-20-D-0700); and Northrop Grumman Systems Corp., Palmdale, California (FA8694-20-D-0900), have each been awarded indefinite-delivery/indefinite-quantity contracts with a shared ceiling of $400,000,000 for all subsequent competitively selected delivery orders in support of the Skyborg Vanguard Program. Skyborg is an autonomous attritable aircraft capable of achieving a diverse set of missions to generate massed combat power; delivering a future Air Force which can deter, blunt and defeat peer adversaries. The Skyborg prototyping, experimentation and autonomy development contract will be used to deliver missionized prototypes in support of operational experimentation and develop the first Skyborg air platform with modular hardware and software payloads that will incorporate the Skyborg autonomy core system and enable manned/unmanned teaming. The locations of performance are to be determined at the order level and are expected to be completed by July 2026. These awards are being made as a result of a competitive acquisition and 18 offers were received. No funds are obligated on the awards and funding will be provided on each individual order. Air Force Life Cycle Management, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Accenture Federal Services LLC, Arlington, Virginia, has been awarded an $89,615,577 multiple-year firm-fixed-price contract action to sustain existing infrastructures and establish new cloud common infrastructure and services for Air Force enterprise resource planning: Air Force Integrated Personnel and Pay System, Defense Enterprise Accounting and Management System, and maintenance, repair and overhaul initiative. Work will be performed in Arlington, Virginia; Wright-Patterson Air Force Base, Ohio; Maxwell AFB-Gunter Annex, Alabama; Randolph AFB, Texas; and other locations as required. Work is expected to be completed by July 31, 2025. This award is the result of a competitive acquisition and 28 offers were received. Fiscal 2020 operations and maintenance funds in the amount of $5,000,000; and fiscal 2020 research, development, test and evaluation funds in the amount of $1,750,340 are being obligated at the time of award. Air Force Life Cycle Management Center, Maxwell AFB – Gunter Annex, Alabama, is the contracting activity (FA8771-20-C-0014).

Advanced Concepts Enterprises Inc., Shalimar, Florida, has been awarded a $43,099,833 firm-fixed-price contract for command and control contract academic training, courseware development and distance learning training program. This contract provides services for training support/mission system interface and staff support services to the Control and Reporting Center, Battle Control Center, Air Operations Center and Tactical Air Control Party missions at various locations. The total cumulative face value of the contract is $43,099,834. Work is expected to be completed by Sept. 30, 2025. This award is a result of a 100% small business set-aside competitive acquisition and six offers were received. Fiscal 2020 operations and maintenance funds in the amount of $943,015 are being obligated at time of award for the phase-in period. Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-20-C-0013).

ARMY

SRC Inc., North Syracuse, New York, was awarded a $425,870,432 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for development, production, deployment and support of the Expeditionary-Low, Slow, Small Unmanned Aircraft System Integrated Defeat System (E-LIDS). 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 July 26, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-D-0032).

Addon Services LLC,* Warren, Michigan (W56HZV-20-D-L007); A&H-Ambica JV LLC,* Livonia, Michigan (W56HZV-20-D-L008); Angels General Construction Inc.,* Detroit, Michigan (W56HZV-20-D-L009); Custom Mechanical Systems Corp.,* Bargersville, Indiana (W56HZV-20-D-L010); Erie Affiliates Inc.,* Wickliffe, Ohio (W56HZV-20-D-L011); Expo Technologies LLC,* Pontiac, Michigan (W56HZV-20-D-L012); F.H. Martin Construction Co.,* Warren, Michigan (W56HZV-20-D-L013); Genoa Contracting LLC,* Saint Clair Shores, Michigan (W56HZV-20-D-L014); McGahey Construction LLC,* Sault Sainte Marie, Michigan (W56HZV-20-D-L015); Nisou LGC JV LLC,* Detroit, Michigan (W56HZV-20-D-L016); Pontiac Drywall Systems,* Pontiac, Michigan (W56HZV-20-D-L017); Q.B.S. Inc.,* Alliance, Ohio (W56HZV-20-D-L018); RB Construction Co.,* Mount Clemens, Michigan (W56HZV-20-D-L019); and Wolverine Fire Protection Co.,* Mount Morris, Michigan (W56HZV-20-D-L020), will compete for each order of the $92,000,000 firm-fixed-price contract for construction support on Detroit Arsenal and surrounding locations. Bids were solicited via the internet with 17 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 2, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

AHI, Grand Prairie, Texas, was awarded a $73,999,755 modification (PZ0014) to contract W58RGZ-18-C-0007 for 15 UH-72 D-2 production aircraft and options to procure three additional D-2 production aircraft, 18 jettisonable cockpit doors, 14 engine inlet barrier filters and 14 environmental control units. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Aug. 31, 2022. Fiscal 2018, 2019 and 2020 aircraft procurement (Army) funds in the amount of $73,999,755 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Barlovento LLC, Dothan, Alabama, was awarded a $45,000,000 firm-fixed-price contract to support the advanced contract initiative for emergency temporary roof repairs for the Gulf Coast of the continental U.S. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2027. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0043).

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $19,511,833 firm-fixed-price contract for overhaul and repair of the tail rotor blade with pitch horn replacement for UH60 Blackhawk aircraft. 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 July 23, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0473).

Indtai Inc.,* Vienna, Virginia, was awarded a $9,598,566 firm-fixed-price contract for educational support services in support of the U.S. Army Continuing Education System. Bids were solicited via the internet with one received. Work will be performed at Fort Sam Houston, Texas, with an estimated completion date of Jan. 27, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $8,487,090 were obligated at the time of the award. The U.S. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W9124J-20-C-0012).

Modern Technology Solutions Inc.,* Alexandria, Virginia, was awarded an $8,613,292 modification (P00023) to contract W9133L-16-F-0027 for continued modernization and engineering services for the Air National Guard Air Force Reserve Command Test Center. Work will be performed in Tucson, Arizona, with an estimated completion date of July 26, 2021. Fiscal 2020 operational test and evaluation, defense funds in the amount of $8,613,292 were obligated at the time of the award. National Guard Bureau, Arlington, Virginia, is the contracting activity.

NAVY

Alexandria Technical and Community College, Alexandria, Minnesota (N00189-20-D-Z800); Anne Arundel Community College, Arnold, Maryland (N00189-20-D-Z801); Arizona State University, Tempe, Arizona (N00189-20-D-Z802); Ashford University, San Diego, California (N00189-20-D-Z803); Bethel University, St. Paul, Minnesota (N00189-20-D-Z804); Bismarck State College, Bismarck, North Dakota (N00189-20-D-Z805); Black Hills State University, Spearfish, South Dakota (N00189-20-D-Z806); Blackhawk Technical College, Janesville, Wisconsin (N00189-20-D-Z807); Bowling Green State University, Bowling Green, Ohio (N00189-20-D-Z808); Brandman University, Irvine, California (N00189-20-D-Z809); Bristol Community College, Fall River, Massachusetts (N00189-20-D-Z810); California University of Pennsylvania, California, Pennsylvania (N00189-20-D-Z811); Cape Fear Community College, Wilmington, North Carolina (N00189-20-D-Z812); Capitol Technology University, Laurel, Maryland (N00189-20-D-Z813); Cecil College, North East, Maryland (N00189-20-D-Z814); Central Georgia Technical College, Macon, Georgia (N00189-20-D-Z815); Central Michigan University, Mount Pleasant, Michigan (N00189-20-D-Z816); Central Texas College, Killeen, Texas (N00189-20-D-Z817); Chesapeake College, Wye Mills, Maryland (N00189-20-D-Z818); Clarion University of Pennsylvania, Clarion, Pennsylvania (N00189-20-D-Z819); Cleveland State University, Cleveland, Ohio (N00189-20-D-Z820); Coastline College, Fountain Valley, California (N00189-20-D-Z821); Colorado Mountain College, Glenwood Springs, Colorado (N00189-20-D-Z822); Columbia College, Columbia, Missouri (N00189-20-D-Z823); Columbia Southern University, Orange Beach, Alabama (N00189-20-D-Z824); Community College of Baltimore County, Baltimore, Maryland (N00189-20-D-Z825); Dakota College at Bottineau, Bottineau, North Dakota (N00189-20-D-Z826); Dakota State University, Madison, South Dakota (N00189-20-D-Z827); Delaware Technical Community College, Dover, Delaware (N00189-20-D-Z828); Des Moines Area Community College, Ankeny, Iowa (N00189-20-D-Z829); East Carolina University, Greenville, North Carolina (N00189-20-D-Z830); Embry-Riddle Aeronautical University, Daytona, Florida (N00189-20-D-Z831); Excelsior College, Albany, New York (N00189-20-D-Z832); Finger Lakes Community College, Canandaigua, New York (N00189-20-D-Z833); Florida State College at Jacksonville, Jacksonville, Florida (N00189-20-D-Z834); Frederick Community College, Frederick, Maryland (N00189-20-D-Z835); George Mason University, Fairfax, Virginia (N00189-20-D-Z836); Georgia Southern University, Statesboro, Georgia (N00189-20-D-Z837); Iowa Central Community College, Fort Dodge, Iowa (N00189-20-D-Z838); Ivy Tech Community College of Indiana, Indianapolis, Indiana (N00189-20-D-Z839); Jackson College, Jackson, Michigan (N00189-20-D-Z840); Jefferson Community and Technical College, Louisville, Kentucky (N00189-20-D-Z841); Kent State University, College of Applied and Technical Studies, Kent, Ohio (N00189-20-D-Z842); Lake Area Technical College, Watertown, South Dakota (N00189-20-D-Z843); Lake Region State College, Devils Lake, North Dakota (N00189-20-D-Z844); Lake Superior College, Duluth, Minnesota (N00189-20-D-Z845); Macomb Community College, Warren, Michigan (N00189-20-D-Z846); Mid-State Technical College, Wisconsin Rapids, Wisconsin (N00189-20-D-Z847); Minerva Schools Keck Graduate Institute, San Francisco, California (N00189-20-D-Z848); Minnesota State University Moorhead, Moorhead, Minnesota (N00189-20-D-Z849); Mississippi Community College Board, Jackson, Mississippi (N00189-20-D-Z850); Monroe Community College, Rochester, New York (N00189-20-D-Z851); Montgomery College, Rockville, Maryland (N00189-20-D-Z852); North Dakota State College of Science, Wahpeton, North Dakota (N00189-20-D-Z853); North Dakota University System, Bismarck, North Dakota (N00189-20-D-Z854); Northeast Iowa Community College, Calmar, Iowa (N00189-20-D-Z855); Northeastern Technical College, Cheraw, South Carolina (N00189-20-D-Z856); Northeastern University-College of Professional Studies, Boston, Massachusetts (N00189-20-D-Z857); Northern Essex Community College, Haverhill, Massachusetts (N00189-20-D-Z858); Northern State University, Aberdeen, South Dakota (N00189-20-D-Z859); Northern Virginia Community College, Annandale, Virginia (N00189-20-D-Z860); Northwest Technical College, Bemidji, Minnesota (N00189-20-D-Z861); Northwestern Michigan College, Traverse City, Michigan (N00189-20-D-Z862); Norwich University, Northfield, Vermont (N00189-20-D-Z863); Ocean County College, Toms River, New Jersey (N00189-20-D-Z864); Oklahoma City Community College, Oklahoma City, Oklahoma (N00189-20-D-Z865); Old Dominion University, Norfolk, Virginia (N00189-20-D-Z866); Oregon Institute of Technology, Klamath Falls, Oregon (N00189-20-D-Z867); Oregon State University, Corvallis, Oregon (N00189-20-D-Z868); Paris Junior College, Paris, Texas (N00189-20-D-Z869); Park University, Parkville, Missouri (N00189-20-D-Z870); Parkland College, Champaign, Illinois (N00189-20-D-Z871); Prince George's Community College, Largo, Maryland (N00189-20-D-Z872); Purdue University Global, Indianapolis, Indiana (N00189-20-D-Z873); Quinsigamond Community College, Worcester, Massachusetts (N00189-20-D-Z874); Rio Salado College, Tempe, Arizona (N00189-20-D-Z875); Saint Leo University, Saint Leo, Florida (N00189-20-D-Z876); San Diego Community College District, San Diego, California (N00189-20-D-Z877); San Diego State University, San Diego, California (N00189-20-D-Z878); San Jacinto Community College District, La Porte, Texas (N00189-20-D-Z879); San Juan College, Farmington, New Mexico (N00189-20-D-Z880); Savannah Technical College, Savannah, Georgia (N00189-20-D-Z881); Seminole State College of Florida, Sanford, Florida (N00189-20-D-Z882); Sinclair Community College, Dayton, Ohio (N00189-20-D-Z883); South Dakota State University, Brookings, South Dakota (N00189-20-D-Z884); South Florida State College, Avon Park, Florida (N00189-20-D-Z885); South Orange County Community College District doing business as Saddleback College, Mission Viejo, California (N00189-20-D-Z886); Southern New Hampshire University, Manchester, New Hampshire (N00189-20-D-Z887); Stark State College of Technology, North Canton, Ohio (N00189-20-D-Z888); State University of New York (SUNY) System Administration, Albany, New York (N00189-20-D-Z889); Syracuse University, Syracuse, New York (N00189-20-D-Z890); Tallahassee Community College, Tallahassee, Florida (N00189-20-D-Z891); Temple University, Philadelphia, Pennsylvania (N00189-20-D-Z892); The Catholic University of America, Washington, D.C. (N00189-20-D-Z893); The College of William and Mary, Williamsburg, Virginia (N00189-20-D-Z894); The University of Toledo, Toledo, Ohio (N00189-20-D-Z895); Thomas Edison State University, Trenton, New Jersey (N00189-20-D-Z896); Trident Technical College, Charleston, South Carolina (N00189-20-D-Z897); University at Albany, SUNY, Albany, New York (N00189-20-D-Z898); University of Alaska Fairbanks, Fairbanks, Arkansas (N00189-20-D-Z899); University of Arizona, Tucson, Arizona (N00189-20-D-Z900); University of Central Florida, Orlando, Florida (N00189-20-D-Z901); University of Charleston, Charleston, West Virginia (N00189-20-D-Z902); University of Cincinnati, Cincinnati, Ohio (N00189-20-D-Z903); University of Florida, Gainesville, Florida (N00189-20-D-Z904); University of Hawaii Community College System, Honolulu, Hawaii (N00189-20-D-Z905); University of Mary Washington, Fredericksburg, Virginia (N00189-20-D-Z906); University of Maryland Global Campus, Adelphi, Maryland (N00189-20-D-Z907); University of South Dakota, Vermillion, South Dakota (N00189-20-D-Z908); Villanova University-College of Professional Studies, Villanova, Pennsylvania (N00189-20-D-Z909); Virginia Commonwealth University, Richmond, Virginia (N00189-20-D-Z910); Virginia Community College System, Richmond, Virginia (N00189-20-D-Z911); Waldorf University, Forest City, Iowa (N00189-20-D-Z912); Wallace State Community College, Hanceville, Alabama (N00189-20-D-Z913); Webster University, Webster Groves, Missouri (N00189-20-D-Z914); Western Governors University, Salt Lake City, Utah (N00189-20-D-Z915); White Mountains Community College, Berlin, New Hampshire (N00189-20-D-Z916); Williston State College, Williston, North Dakota (N00189-20-D-Z917); and Wilmington University, Dover, Delaware (N00189-20-D-Z918), are awarded $147,050,000 in multiple-award, indefinite-delivery/indefinite-quantity contracts to provide educational services to the entire enlisted workforce and to establish the U.S. Naval Community College in support of the Office of the Chief Learning Officer. The contracts will run concurrently with no option period. The ordering period of the contracts is anticipated to begin August 2020, and is expected to be completed by July 2025. Work will be performed at various locations across 37 states and the District of Columbia. The percentage of work at each of the facilities cannot be determined at this time. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $59,500 will be obligated ($500 on each of the 119 contracts to fund the contracts' minimum amounts), and funds will expire at the end of the current fiscal year. The funding for task orders to be issued under these contracts will come from a variety of sources and will be consistent with the purpose for which the funds were appropriated. This contract was competitively procured with the solicitation posted through beta.SAM.gov and 245 offers were received. The Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Philadelphia, Pennsylvania, is the contracting activity.

Wu and Associates Inc.,* Mt. Laurel, New Jersey (N62473-20-D-1103); Macro Z Technology,* Santa Ana, California (N62473-20-D-1104); Corbara MGS JV,* National City, California (N62473-20-D-1105); Pacific West Builders,* Simi Valley, California (N62473-20-D-1106); Ahtna-CDM JV,* Irvine, California (N62473-20-D-1107); Insight Pacific LLC,* Brea, California (N62473-20-D-1108); Dimensions Construction Inc.,* San Diego, California (N62473-20-D-1112); and I. E. Pacific Inc.,* Escondido, California (N62473-20-D-1120), are awarded a $99,999,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation and repair by design-build or design-bid-build of general construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility in California. The maximum dollar value including one two-year base period and one three-year option period for all eight contracts combined is $99,999,000. Wu and Associates Inc. is being awarded an initial task order at $633,000 to design and construct repairs for Building 16139, Naval Air Weapons Station, China Lake, California. All work on these contracts will be performed at various government installations located in California. The work to be performed provides for new construction, renovation and repair within the North American Industry Classification System (Code 236220). The various types of construction projects may include, but are not limited to, administration buildings; academic and applied instruction training facilities; maintenance/repair facilities; military operations facilities; aircraft hangars; fire stations; office buildings; laboratories; dining facilities; related structures; and other similar facilities located in California. Work for this task order is expected to be completed by July 2021. The terms of the contracts are not to exceed 60 months and work is expected to be completed by July 2025. Fiscal 2020 Navy working capital funds; and operations and maintenance (Navy) (O&M, N) contract funds in the amount of $668,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); Navy working capital funds; O&M, N; and O&M, Marine Corps. This contract was competitively procured as a small business set-aside via the Navy Electronic Commerce Online website and 36 proposals were received. These eight contractors may compete for task orders under the terms and conditions of the awarded contract. The NAVFAC Southwest, San Diego, California, is the contracting activity.

Florida Atlantic University, Boca Raton, Florida, is awarded an $11,179,001 cost reimbursement contract for the development of a next-generation, high-intake, compact, defined excitation bathyphotometer sensor for natural oceanic bioluminescence assessments. Work will be performed in Boca Raton, Florida, and is expected to be completed by July 2025. The total cumulative value of this contract, including a 48-month base period and one 12-month option year, is $11,179,001. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $10,179,001 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under N00014-20-S-B001, “Long Range broad agency announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-20-C-2035).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

SRI International, Menlo Park, California, was awarded a $10,991,741 cost-plus-fixed-fee contract for a research project under the Semantic Forensics (SemaFor) program. The SemaFor program will develop technologies to automatically detect, attribute and characterize falsified, multi-modal media assets (e.g., text, audio, image, video) to defend against large-scale, automated disinformation attacks. Work will be performed in Menlo Park, California; Baltimore, Maryland; Buffalo, New York; and Pittsburgh, Pennsylvania, with an expected completion date of July 2024. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,713,323 are being obligated at time of award. This contract was a competitive acquisition under an open broad agency announcement and 37 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0124).

DEFENSE LOGISTICS AGENCY

DCX-CHOL Enterprises Inc., Los Angeles, California, has been awarded a maximum $8,125,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for grip assemblies. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The initial delivery order (SPRDL1-20-F-0297) for $225,000 will be issued at the same time as the contract. Location of performance California, with a July 20, 2025, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0108).

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2286392/source/GovDelivery/

On the same subject

  • With F-35 deal pending, Top Aces prepares for more advanced adversary training - Skies Mag

    August 3, 2022 | International, Aerospace

    With F-35 deal pending, Top Aces prepares for more advanced adversary training - Skies Mag

    As the Canadian federal government negotiates with its U.S. counterpart for the sale of the F-35 to replace the RCAF CF-188 Hornet, Top Aces is preparing for how best to deliver aggressor air training for a fighter far more advanced than the Hornet.

  • Contract Awards by US Department of Defense - July 10, 2019

    July 11, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 10, 2019

    NAVY Wyle Laboratories Inc.,* Huntsville, Alabama, is being awarded an $81,220,643 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for certified and qualified operational contractor support services aircrew to support mission essential testing and evaluation of all manned air vehicles under the operational responsibility of the Naval Test Wing Atlantic/Pacific squadrons. Work will be performed at the Naval Air Station (NAS) Patuxent River, Maryland (94%); NAS Pt. Mugu, California (5%); and NAS China Lake, California (1%), and is expected to be completed in September 2024. No funds are being obligated at time of award; funds will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals; two offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0071). CCI Construction Services LLC,* Honolulu, Hawaii (N62478-16-D-4012); Dawson Federal Inc.,* Honolulu, Hawaii (N62478-16-D-4014); and TKH-ASI LLC,* Kahului, Hawaii (N62478-16-D-4016), are being awarded a $75,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of operations (AO). The work to be performed provides for, but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build, or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. After award of this modification, the total cumulative contract value will be $320,000,000. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force and miscellaneous federal and other facilities in the NAVFAC Hawaii AO. Work is expected to be completed by June 2021. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by operations and maintenance (Navy); and Navy working capital funds. NAVFAC Hawaii, Pearl Harbor, Hawaii, is the contracting activity. (Awarded July 9, 2019) Paradigm Mechanical Corp.,* Lemon Grove, California, is being awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $49,000,000 for plumbing, heating, and air conditioning construction alterations, renovations and repair projects at Naval Air Weapons Station, China Lake; Marine Corps Air Ground Combat Center, Twentynine Palms; Marine Corps Logistics Base, Barstow; and Mountain Warfare Training Center, Bridgeport. Projects will be primarily design-bid-build (fully designed) task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of plumbing, heating, and air-conditioning system installation projects. Work will be performed in China Lake, California (25%); Twentynine Palms, California (25%); Barstow, California (25%); and Bridgeport, California (25%). The term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance, (Navy) (O&M, N) contract funds in the amount of $5,000 are being obligated at time of this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with one proposal received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2602). R.C. Construction Co. Inc., Greenwood, Mississippi, is being awarded a $33,116,313 firm-fixed-price contract for construction of range improvements and modernization located at Marine Corps Recruit Depot, Parris Island, South Carolina. This project constructs a new rifle range in the same location as the existing Hue City Range. This range will meet applicable Marine Corps requirements for known distance (KD) ranges as set forth in MIL HDBK 1027.3B, range facilities and miscellaneous training facilities other than buildings, and Marine Corps Orders (MCO) 3570.1C, 3550.9, and 3574.2L. Range support buildings to be constructed include target storage, control house and toilet facilities. All facilities will be concrete or reinforced concrete masonry unit structures with stucco exterior and concrete slab on grade. A target-area berm, retaining walls, safety sidewalls, a safety tunnel and 600-yard range berm will be constructed, and sidewalls with acoustic insulation will also be included. Earth berm structures include a behind-the-target bullet impact berm with side and rear retaining walls as appropriate with flat lead mining equipment maintenance surfaces. Built-in equipment will include the target system benches, target numbers and relocated target lifters, flagpoles and firing line benches. Special costs include post construction award services and geospatial mapping and survey. Work will be performed in Parris Island, South Carolina, and is expected to be completed by August 2021. Fiscal 2019 military construction, (Navy) contract funds in the amount of $28,326,200 are being obligated at time of this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9017). The Raytheon Co., Tucson, Arizona, is being awarded a $17,777,245 firm-fixed-price contract to procure 114 High Speed Anti-Radiation Missile command launch computers to include two pre-production units, one first article test unit and 111 production units in support of the Navy. Work will be performed in Tucson, Arizona, and is expected to be completed in October 2021. Working capital (Navy); and fiscal 2017, 2018 and 2019 aircraft procurement (Navy) funds in the amount of $17,777,245 will be obligated at time of award, $6,243,087 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 Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0026). Diversified Maintenance Systems Inc.,* Sandy, Utah, is being awarded a not-to-exceed the amount of $15,000,000 indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction alterations, renovations and repair projects at Naval Weapons Station, Seal Beach. Projects will be primarily design-bid-build (fully designed) task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. Work will be performed in Seal Beach, California. The term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance, (Navy) (O&M, N) contract funds in the amount of $5,000 are being obligated at time of this and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with 13 proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2621). ARMY Amherst Madison Inc., Charleston, West Virginia (W91237-19-D-0019); and Mi-De-Con Inc.,* Ironton, Ohio (W91237-19-D-0020), will compete for each order of the $49,000,000 firm-fixed-price contract for small construction projects. 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 July 9, 2024. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri, was awarded a $49,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of July 9, 2024. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-D-0032). Specialized Materials and Chemicals LLC, Brigham City, Utah, was awarded a $38,600,000 firm-fixed-price contract for the procurement of ammonium Perchlorate. 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 July 9, 2022. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-3021). Walga Ross Group 2 JV,* Topeka, Kansas, was awarded a $21,808,640 firm-fixed-price contract for the construction of the South Access Control Point for the Fort Bliss Replacement Hospital at Fort Bliss, Texas. Bids were solicited via the internet with two received. Work will be performed in El Paso, Texas, with an estimated completion date of Nov. 8, 2020. Fiscal 2018 military construction funds in the amount of $21,808,640 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0032). Seatrax Inc.,* Houston, Texas, was awarded a $15,098,156 firm-fixed-price contract for a new floating crane to perform the duty cycle bank grading work in support of the revetment mission on the Mississippi River. Bids were solicited via the internet with one received. Work will be performed in Houston, Texas, with an estimated completion date of Sept. 30, 2021. Fiscal 2019 operations and maintenance, civil funds in the amount of $15,098,156 were obligated at the time of the award. U.S Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-19-C-0007). Walga Ross Group 2 JV,* Topeka, Kansas, was awarded a $12,219,560 firm-fixed-price contract for the construction of the North Access Control Point for the Fort Bliss Replacement Hospital at Fort Bliss, Texas. Bids were solicited via the internet with two received. Work will be performed in El Paso, Texas, with an estimated completion date of Nov. 8, 2020. Fiscal 2018 military construction funds in the amount of $21,808,640 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0031). AIR FORCE Nomlaki Technologies, Sacramento, California, has been awarded a $10,402,000 firm-fixed-price contract for repairing four bridges. This contract provides demolition and disposal of all debris of four reinforced concrete bridges at Beale Air Force Base, in accordance with all local city ordinances, state and federal regulations and design and construction of a bridge system (up to four bridges) to cross the four waterways and replace the original bridges. Work will be performed at Beale AFB, California, and is expected to be completed by Oct. 24, 2020. Fiscal 2019 operations and maintenance funds in the amount of $10,402,000 are being obligated at the time of award. This award is the result of a competitive acquisition with five offers received. The 9th Contracting Squadron, Beale AFB, Marysville, California, is the contracting activity (FA4686-19-C-A004). DEFENSE LOGISTICS AGENCY Goodrich Corp., Rome, New York, has been awarded a maximum $9,148,161 firm‐fixed‐price, indefinite-delivery/indefinite‐quantity contract for ball bearing units. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(2) from Federal Acquisition Regulation 6.302‐1. This is a five-year contract with no option periods. Location of performance is New York, with a July 30, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1‐19‐D‐0077). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1901092/source/GovDelivery/

  • Contract Awards by US Department of Defense - November 27, 2018

    November 28, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 27, 2018

    ARMY Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $1,698,639,588 modification (P00163) to contract W56HZV-15-C-0095 to exercise available options for 6,107 vehicles and 22,166 kits. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 30, 2019. Fiscal 2017, 2018 and 2019 other procurement, Army funds; and 2018 research, development, test and evaluation funds in the amount of $1,698,639,588 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Harris Corp., Colorado Springs, Colorado, was awarded a $217,670,998 hybrid (cost, cost-plus-fixed-fee and firm-fixed-price) contract for monitoring, configuring, and maintaining of the wideband satellite communications operational management system network. Bids were solicited via the internet with three received. Work will be performed in MacDill Air Force Base, Florida; Fort Meade, Maryland; Fort Detrick, Maryland; Peterson Air Force Base, Colorado; Wahiawa, Hawaii; Fort Buckner, Japan; and Landstuhl, Germany, with an estimated completion date of July 31, 2027. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,912,428 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W91260-19-C-0001). Northop Grumman, Herndon, Virginia, was awarded a $37,235,028 modification (P00108) to contract W911S0-11-C-0014 for support services at Fort Leavenworth's center of excellence in combined arms education, doctrine, and leadership training. Work will be performed in Fort Leavenworth, Kansas, with an estimated completion date of May 31, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $37,235,028 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity. Barrett Firearms Mfg. Inc., Christiana, Tennessee, was awarded a $7,952,249 firm-fixed-price contract for the procurement of M107, Caliber .50 Long Range Sniper Rifle systems with scope, suppressor and spare kits, M82A1M Caliber .50 Rifle and M107A1. 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 Nov. 26, 2023. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-D-0009). NAVY Rockwell Collins Simulation & Training Solutions, Cedar Rapids, Iowa, is awarded $21,118,233 for modification P00001 to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N6134018C00051) to procure four E-2D Advanced Hawkeye Integrated Training System Distributed Readiness Trainers. These medium fidelity tactics trainers focus on interoperability for distributed training that is required to stay concurrent with the aircraft, and will be delivered with E-2D Delta Software System Configuration 2 (DSSC-2) and with future DSSCs to be integrated into the system later. Work will be performed in Sterling, Virginia (60 percent); the Marine Corps Air Station Iwakuni, Japan (20 percent); Naval Base Ventura County Point Mugu, California (10 percent); and Naval Air Station Norfolk, Virginia (10 percent), and is expected to be completed in January 2022. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $21,118,233 will be obligated at the time of award; none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. AIR FORCE Apogee Research LLC, Arlington, Virginia, has been awarded an $8,335,013 cost-plus-fixed-fee contract for a software systems. This contract provides for developing techniques and software systems that will substantially accelerate software vulnerability research. The Computers and Humans Exploring Software Security program will develop computer-human software systems and capabilities to rapidly discover all classes of vulnerabilities in complex software in a scalable, timely, and consistent manner. Work will be performed in Arlington, Virginia, and is expected to be completed by May 26, 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-0010). WASHINGTON HEADQUARTERS SERVICES Didlake Inc., Manassas, Virginia, was awarded a $7,806,079 firm fixed-price contract. The contract provides custodial services at the Pentagon. Work performance will take place at the Pentagon and Pentagon Reservation in Arlington, Virginia. Pentagon Reservation Maintenance Revolving Fund funds in the amount of $7,806,079 are being obligated on this award. The expected completion date is Nov. 30, 2019. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-15-C-0028). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1699233/

All news