Back to news

July 4, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense - July 3, 2019

AIR FORCE

DynCorp International, Fort Worth, Texas, has been awarded a $308,616,183 firm-fixed-price contract for aviation command and control operations and maintenance services. This contract provides for air traffic control, airfield management and associated maintenance support. Work will be performed in the Air Force Central Command's area of responsibility and is expected to be completed by July 31, 2024. This award is the result of a competitive acquisition with four offers received. Fiscal 2019 operations and maintenance funds in the amount of $379,576 are being obligated at the time of award. The Air Combat Command's Acquisitions management and integration center, Langley Air Force Base, Hampton, Virginia, is the contracting activity (FA4890-19-C-A013).

AAR Supply Chain Inc., doing business as AAR Defense Systems & Logistics, Wood Dale, Illinois, has been awarded a $209,986,676 ceiling indefinite-delivery/indefinite-quantity contract for C-130H contractor logistics support for the Afghanistan Air Force. This contract will provide the Afghanistan Air Force with full C-130H contractor logistics support to include maintenance and repair, as well as on the job training for local Afghan nationals. Work will be performed Kabul, Afghanistan, and is expected to be completed by Jan. 29, 2025. This contract involves foreign military sales to Afghanistan. Foreign Military Sales funds in the amount of $12,011 are being obligated at the time of award. This award is the result of a competitive acquisition and one offer was received. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8553-19-D-0006).

The University of Dayton Research Institute, Dayton, Ohio, has been awarded a $28,527,970 firm-fixed price, labor hour and cost reimbursement-no-fee contract for F-15 sustainment engineering studies. This contract provides for systems/structural engineering field and programmed depot maintenance support, reliability and maintainability analysis and aircraft structural integrity program capability development and sustainment. Work will be performed at Dayton, Ohio; and Robins Air Force Base, Georgia, and is expected to be completed by June 28, 2029. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount of $2,464,648 are being obligated at the time of award. The contracting activity is Air Force Life Cycle Management System, Robins AFB, Georgia (FA8505-19-D-0003).

The Rockhill Group Inc., Moline, Florida, has been awarded a $12,211,850 firm-fixed-price contract for Air Force Special Operations Command (AFSOC) aircrew instruction instructor support required by the 492 Special Operations Wing and operational wings. This contract provides for critical flying training unit support instruction (platform, simulator and flight) to all students going through AFSOC's initial and mission qualification school and continuation training for combat aircrews. Work will be performed at Hurlburt Field, Florida; Duke Field, Florida; Cannon Air Force Base, New Mexico; and Royal Air Force Mildenhall, United Kingdom, and is expected to be completed by Dec. 31, 2019. This award is the result of sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $12,211,850 are being obligated at the time of award. The 765th Specialized Contracting Flight, Air Force Installation Contracting Center, Hurlburt Field, Florida, is the contracting activity (FA0021-19-C-A003).

NAVY

Lockheed Martin Corp., Orlando, Florida, is awarded an undefinitized contract action established under delivery order (N00019-19-F-4037) with a not-to-exceed value of $174,970,959. This delivery order against a previously issued basic ordering agreement (N00019-19-G-0011) provides for engineering, testing, product support and ancillary support to update the current Long Range Anti-Ship Missile components and systems required to achieve objective requirements in the Offensive Anti-Surface Warfare Increment 1 Capability Description Document. Work will be performed in Orlando, Florida (58%); Wayne, New Jersey (20%); Nashua, New Hampshire (15%); Troy, Alabama (6%); and Ocala, Florida (1%), and is expected to be completed in November 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $40,000,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Construction Development Services Inc.,* Norfolk, Virginia (N40085-16-D-6348); Cram Roofing Co.,* San Antonio, Texas (N40085-16-D-6349); Gallaher Management Group Inc.,* Greenville, North Carolina (N40085-16-D-6350); Industrial Contract Service Corp.,* Wilmington, North Carolina (N40085-16-D-6351); Quality Roofers & Guttering, Inc.,* Jacksonville, North Carolina (N40085-16-D-6352); and Service Disabled Contracting Group, Inc.,* Norfolk, Virginia (N40085-16-D-6353), are awarded a combined amount $50,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity multiple award construction contracts for roofing construction services within the Marine Corps installations east area of responsibility. The work to be performed provides for replacement and installation of roofs and associated materials. Projects include roof repair and replacement of new and existing roofs. Projects may require new construction, design, alteration or maintenance and repair of existing roofs. Roofs may be sloped or flat. After award of this modification, the total maximum dollar value for all six contracts combined will be $95,000,000. 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%), and is expected to be completed by February 2021. 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 operation and maintenance (Marine Corps); and military construction funds. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Heffler Contracting Group Inc.,* El Cajon, California, is awarded a maximum amount $25,000,000 indefinite-delivery/indefinite-quantity contract for other specialty trade contractors construction alterations, renovations and repair projects at 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 or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, heating, ventilation, air and cooling and fire suppression/protection system installation projects. Work will be performed in Twentynine Palms, California (36%); Barstow, California (36%); and Bridgeport, California (28%). 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) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2631).

Elite Pacific Construction Inc.,* Kaneohe, Hawaii, is awarded $12,665,000 for firm-fixed-price task order N62478-19-F-4158 under a previously awarded multiple award construction contract (N62478-18-D-4022) to overhaul the Drydock No. 2 intermediate caisson to maintain its 10-year certification at Joint Base Pearl Harbor-Hickam (JBPHH). The work to be performed provides for 10-year ultrasonic testing of the caisson structural members and plating in accordance with Military Standard 1625D including, but not limited to, plating of the entire hull, top deck (weather deck), machinery deck, internal strength decks, bulkheads including breast hooks, ballast tank and machinery deck internal structural members such as stiffeners, truss frame members and seachests/ballast piping seaward of the first closure valve. Other repair scope items include sandblasting and preserving interior and exterior surfaces of the caisson, including the weather deck; cleaning, priming and painting all interior and exterior surfaces of the caisson; removing existing non-skid coating from the weather deck; and installing industrial strength adhesive-type non-skid surface material on the weather deck and machinery deck. Work will be performed in Oahu, Hawaii, and is expected to be completed by October 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $12,665,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, JBPHH, Hawaii, is the contracting activity.

Raytheon Co., McKinney, Texas, is awarded an $8,044,102 cost-plus-fixed-fee modification under previously-awarded basic ordering agreement N00164-17-G-JQ02-0004 to extend the period of performance for depot support services in support of life-cycle sustainment of the Multi-Spectral Targeting System for U.S. Navy, Army, Air Force and special operations forces platforms. Work will be performed in McKinney, Texas, and is expected to be completed by September 2021. Fiscal 2019 working capital funds in the amount of $275,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity.

Tompco Inc.,* Seabeck, Washington, is awarded $8,209,449 for firm-fixed-price task order N44255-19-F-4274 under a previously awarded multiple award construction contract (N44255-17-D-4014). The work will convert the Perch-Pickerel Housing area from family housing to unaccompanied housing consisting of 24 buildings with 18 eight-unit buildings and six four-unit buildings at Naval Base Kitsap, Bangor. The work to be performed includes: replace and install new carpet where required; add exterior lighting to all buildings; change thermostats in each unit; install building and unit number placards at each building and unit; remove existing playgrounds; install two picnic shelters and BBQs; replace entry doors to each unit; remove existing mailboxes; and provide fire protection. The task order also contains two unexercised options, which if exercised, would increase cumulative task order value to $12,689,449. Work will be performed in Silverdale, Washington, and is expected to be completed by Aug. 4, 2020. Fiscal 2019 Commander Navy Installation Command contract funds in the amount of $8,209,449 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

ARMY

Patton-Tully Marine Inc.,* Memphis, Tennessee (W912EQ-19-D-0002); Luhr Bros. Inc., Columbia, Illinois (W912EQ-19-D-0001); Pine Bluff Sand and Gravel Whitehall, Arizona (W912EQ-19-D-0003); Bertucci Contracting Co.,* Jefferson, Louisiana (W912EQ-19-D-0004); and Choctaw Transportation Co. Inc.,* Dyersburg, Tennessee (W912EQ-19-D-0005), will compete for each order of the $150,000,000 firm-fixed-price contract for maintaining the Mississippi River and tributaries channel improvement project. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of July 3, 2024. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity.

NCI Information Systems, Reston, Virginia, was awarded a $27,956,232 modification (P00005) to contract W91RUS-18-C-0017 for information technology services for cyber network operations and security support. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of June 30, 2020. Fiscal 2018 operations and maintenance, Army funds in the amount of $10,251,101 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

RSCI, Boise, Idaho, was awarded a $21,623,000 firm-fixed-price contract to design and construct a 42,000 square foot Red Flag 5th Generation facility addition. Bids were solicited via the internet with eight received. Work will be performed in Nellis Air Force Base, Nevada, with an estimated completion date of June 22, 2021. Fiscal 2019 defense military construction funds in the amount of $21,623,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-19-C-0023).

LGC Global Inc., Detroit, Michigan, was awarded an $11,311,046 firm-fixed-price contract for construction of a physical fitness center at Niagara Falls Air Reserve Station, New York. Bids were solicited via the internet with four received. Work will be performed in Niagara Falls, New York, with an estimated completion date of July 15, 2021. Fiscal 2019 Air Force Reserve military construction funds in the amount of $11,311,046 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0021).

AECOM Management Services Inc., Germantown, Maryland, was awarded a $9,866,058 modification (P00144) to contract W58RGZ-16-C-0001 for aviation maintenance services and limited depot support. Work will be performed in Fort Campbell, Kentucky, with an estimated completion date of Dec. 29, 2019. Fiscal 2017, 2018 and 2019 operations and maintenance, Army; operations and maintenance, Army Reserve; and other procurement, Army funds in the combined amount of $9,866,058 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1896502/source/GovDelivery/

On the same subject

  • Is 2023 the year you become a government contractor?

    January 30, 2023 | International, Other Defence

    Is 2023 the year you become a government contractor?

    The federal government spent around $637 billion on contracts in fiscal year 2022, including those covering professional support services.

  • US Army preps for fresh mobile communications experiment

    May 16, 2023 | International, C4ISR

    US Army preps for fresh mobile communications experiment

    Armored formations lack the connectivity Army leaders want, and network modernization is among the service’s priorities as it preps for large-scale fights.

  • Recalculating: GPS, L-band and the Pentagon’s untenable position on 5G

    April 27, 2020 | International, C4ISR

    Recalculating: GPS, L-band and the Pentagon’s untenable position on 5G

    Daniel S. Goldin Last week, Ajit Pai, the chairman of the Federal Communication Commission, submitted the L-band Ligado spectrum proposal for approval, which, he said, will “make more efficient use of underused spectrum and promote the deployment of 5G” with “stringent conditions to prevent harmful [GPS] interference.” All five FCC commissioners voted to affirm the proposal, which was formally published in a 70-page report. L-band is a critical piece of spectrum that will help accelerate the deployment of U.S. 5G so we can compete and ultimately win against China. The Department of Defense argues that use of the L-band (as Ligado proposes) will interfere with GPS, which is essential to our military and economy. The FCC's final order concludes that the testing upon which the DoD and other opponents based their GPS interference claims was invalid. L-band opponents' interference measurement (termed 1dB C/No) is “inappropriate” and “there is no connection presented in the technical studies” that prove this measure of interference “relates to performance-based metrics” of a GPS receiver. In short, the FCC said there is no harmful GPS interference, and opponents have been using a flawed methodology and an invalid test with which the FCC “strongly disagree[s].” The FCC's recent report is not the first time the Ligado proposal was determined to cause no GPS interference. In early 2019, the National Telecommunications and Information Administration under David Redl reviewed the Ligado proposal carefully — along with the 20 government agencies that comprise the review body — and determined there is no interference. The NTIA then wrote a recommendation for approval and, before it could get to the FCC, it was blocked, eventually leading to Redl's dismissal. Further, over 5,000 hours of testing, including 1,500 hours at a high-tech U.S./DoD-sponsored and designed facility (performed by the world-recognized standard-in-testing National Institute of Standards and Technology scientists and engineers), proved no harmful GPS interference. Afterward, a DoD expert who monitored and confirmed the testing results told me “there is no interference problem, only a bureaucracy problem.” Yet DoD has continued to blitz the executive and legislative branches, galvanizing opposition with a compelling plea: Ligado hurts GPS, which endangers military operations and will harm the economy. Powerful. But factually wrong. And if wrong, why is Defense Secretary Mark Esper continuing to lobby against the FCC? The FCC is an independent agency. The Communications Act of 1934 charged the FCC with regulating communications for important reasons, including “for the purpose of national defense.” So why is the DoD employing principles of war — offensive operations to mass upon and seize the objective — toward the demise of Ligado's proposal and, perhaps implicitly, Ligado itself? Members of the Senate Armed Services Committee and the House Armed Services Committee are weighing in on the DoD's behalf. They have been presented partial, one-sided information. Mr. Esper is a capable, reform-minded defense secretary who has brought much-needed change to the Pentagon. But he has also been advancing one-sided recommendations from his senior staff for GPS issues, some with longstanding connections to the highly influential Position, Navigation, and Timing Advisory Board — which enjoys a level of influence akin to a special interest group within the U.S. government. A reading of the defense secretary's November 2019 letter to the NTIA reveals that even the DoD was never really sure about its own GPS interference claims, stating merely there are “too many unknowns,” the “risks are far too great,” testing shows “potential for” disruption and the Ligado system “could have a significant negative impact.” Yet, once the Ligado proposal was presented for approval on April 15 — with no new testing or analysis since November — DoD leadership tweeted that Ligado's signal “would needlessly imperil” DoD capabilities that use GPS, and risk “crippling our GPS networks.” If taken at face value, this means the DoD has spent over $50 billion over 45 years on a military GPS system that is so fragile it can be rendered useless by a 10-watt transmitter (a refrigerator light bulb) operating 23 MHz away. If true, this would represent one of the most egregious mismanagements of taxpayer dollars in federal procurement history. The pandemic has shown that China is coercing nations in need of medical assistance to adopt Chinese 5G infrastructure. Coercion from Chinese dominance in 5G would be worse. Agencies like the FCC and NTIA are in the national security arena now. As Attorney General William Barr stated in February, “we have to move decisively to auction the C-band and bring resolution on the L-band. Our economic future is at stake. We have to bear in mind in making these spectrum decisions that, given the narrow window we face, the risk of losing the 5G struggle with China should vastly outweigh all other considerations.” It is time for bold, forward-looking leadership and a wartime mindset. Chairman Pai deserves credit for setting this example. His courageous decision, coupled with support from the FCC commissioners and the strong statements of support from Secretary of State Mike Pompeo and Barr, signals a new determination to win the 5G race. L-band spectrum will enable other key elements of the U.S. 5G strategy and private sector innovation faster than any other option. It also demonstrates that a science-based approach to technology and policy is critical, otherwise we will grind to a near halt on every major decision — like this one — to China's benefit. America is truly “exceptional,” and the envy of every political system the world over, because our system is anchored on the rule of law and institutions that allow stakeholders' competing interests to be adjudicated. All parties have had many years to make their cases. The FCC's world-class scientists and engineers have come to a conclusion. The DoD has no new information; it just does not like the result. After all the internal policy battles are fought, there is only one constituency that matters: the American people and their national and economic security, consistent with U.S. policy objectives grounded in facts. This is why we must embrace this scientifically sound and strategically wise decision by the FCC and move forward, guided by another more apt principle of war: unity of effort. https://www.c4isrnet.com/opinion/2020/04/24/recalculating-gps-l-band-and-the-pentagons-untenable-position-on-5g/

All news