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

  • Japan reemerges as an Asia-Pacific military power - Army Technology

    July 15, 2024 | International, Naval, Land, Security

    Japan reemerges as an Asia-Pacific military power - Army Technology

    The country's new Defence White Paper outlines its military plans, including taking primary responsibility for national defence from 2027.

  • Contract Awards by US Department of Defense - September 09, 2020

    September 10, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 09, 2020

    NAVY Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $126,934,433 cost-plus-incentive-fee and cost only contract modification to previously awarded contract N00024-17-C-6259 to exercise and fund options for Navy engineering services, materials and spares. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by December 2021. Fiscal 2020 operations and maintenance, Navy (63%); and fiscal 2020 research development test and engineering, Navy (37%) funding in the amount of $1,400,676 will be obligated at time of award, of which $882,426 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Harper Construction Co., Inc., San Diego, California (N62473-16-D-1881); Hensel Phelps Construction Co., Irvine, California (N62473-16-D-1882); M. A. Mortenson Co. doing business as Mortenson Construction, Minneapolis, Minnesota (N62473-16-D-1883); R. A. Burch Construction Co., Inc.,* Ramona, California (N62473-16-D-1884); RQ Construction LLC, Carlsbad, California (N62473-16-D-1885); Solpac Construction, doing business as Soltek Pacific Construction Inc., San Diego, California (N62473-16-D-1886); and Straub Construction Inc., Fallbrook, California (N62473-16-D-1887), are awarded $92,000,000 to increase the aggregate capacity of the previously awarded suite of firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contracts. The maximum dollar value including the base year and four option years for all seven contracts combined is increased from $332,000,000 to $424,000,000. The contracts are for new commercial and institutional building construction projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility, including but not limited to California (90%); Arizona (6%); Colorado (1%); Nevada (1%); New Mexico (1%); and Utah (1%). All work will be performed at various federal sites within the NAVFAC Southwest area of responsibility. No funds are being obligated on this award and no funds will expire. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (O&M) (Navy); O&M (Marine Corps); and Navy working capital funds. The original contract was competitively procured via the Navy Electronic Commerce Online website, with 21 proposals received. The NAVFAC Southwest, San Diego, California, is the contracting activity. Core Services Group Inc.,* Virginia Beach, Virginia, is awarded a $29,000,000 commercial firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide test and evaluation support services for Commander, Operational Test and Evaluation Force Aviation Warfare Division. The contract will include a 60-month base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8. The option to extend services, if exercised, will bring the total value to $32,000,000. The base ordering period is expected to be completed by November 2025; if the option is exercised, the ordering period will be completed by May 2026. All work will be performed in Norfolk, Virginia. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $2,500 will be obligated to fund the contract's minimum amount and funds will not expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.sam.gov as a service-disabled veteran-owned small business set-aside using commercial items procedures, with four offers received. Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-20-D-0020). Science Application International Corp., Reston, Virginia, is awarded a $17,816,869 single-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide advanced technical training of shipboard communication and network systems in support of the Water Front Training Delivery Program for the Center for Information Warfare Training, Pensacola, Florida. The contract will include a five-year base ordering period with no options. Work will be performed in Pensacola, Florida (52%); San Diego, California (22%); Virginia Beach, Virginia (19%); and Groton, Connecticut (7%). Work is expected to be completed by September 2025. Fiscal 2021 operations and maintenance (Navy) funds in the amount of $100,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract resulted from a full and open competitive solicitation through the Federal Business Opportunities website, with two offers received. Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-20-D-Z032). Bell Textron Inc., Fort Worth, Texas, is awarded an $8,941,785 firm-fixed-price modification (P00018) to previously awarded fixed-price-incentive-firm-target contract N00019-17-C-0030. This modification increases the total contract value to produce, deliver, install and integrate, in country, a fully assembled AH-1Z flight training device for the government of Bahrain. Work will be performed in Broken Bow, Oklahoma (50%); Fort Worth, Texas (30%); and St. Louis, Missouri (20%), and is expected to be completed in May 2022. Foreign Military Sales funds in the amount of $8,941,785 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Life Cycle Engineering Inc., North Charleston, South Carolina, is awarded an $8,364,504 firm fixed price modification to task order N32253-19-F-3000 against previously issued SeaPort-e multiple award contract N00178-07-D-4077. This modification exercises Option Period One for the accomplishment of the technical, engineering, management, programmatic and education support services at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility. Work will be performed in Hawaii, and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $8,364,504 will be obligated at time of modification award and expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. Sabre Systems, Inc.,* Warrington, Pennsylvania, is awarded an $8,174,314 cost-plus-fixed-fee order (N68335-20-F-0212) against previously issued basic ordering agreement N68335-16-G-0022. This order provides support for the rapid research, development, maturation, procurement, integration, training and sustainment of cyber resilient and full spectrum cyber warfighting capabilities for the Digital Analytics, Infrastructure and Technology Advancement Group. These solutions support various systems within the Naval Air Systems Command portfolio throughout all phases of acquisition, operational field demonstrations, prototyping, experiments, operational assessments, extended user evaluations and fleet/force deployments. Work will be performed in Patuxent River, Maryland, and is expected to be completed in September 2025. Fiscal 2020 research, development, test and evaluation (Defense wide) funds in the amount of $667,721; and fiscal 2020 operations and maintenance (Navy) funds in the amount of $52,000 will be obligated at time of award, $52,000 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. AIR FORCE Raytheon Missiles Systems, Tucson, Arizona, has been awarded a ceiling $125,000,000 four-year, indefinite-delivery/indefinite-quantity contract (FA8675-20-D-0002) for the Advanced Medium Range Air-to-Air Missile (AMRAAM) system improvement program. This contract provides for delivery of software updates to the AMRAAM inventory. Software development activities are expected to use a recognized agile framework consisting of government/Prime collaboration through repeatable increments of study, development, integration, test and capability demonstration. Work will be performed in Tucson, Arizona, and is expected to be completed Sept. 30, 2026. An initial task order (FA8675-20-F-1026) will be awarded concurrently with the basic contract, for a total cost-plus-fixed-fee face value of $1,192,809. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $678,402 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. FPM Remediations Inc., Oneida, New York, has been awarded a ceiling $60,000,000 indefinite-delivery/indefinite-quantity contract for base realignment and closure (BRAC) environmental construction optimization services to support the Air Force Civil Engineer Center (AFCEC) Installations Directorate (CIB). These performance-based remediation efforts support the AFCEC BRAC mission and enhance BRAC program capabilities within AFCEC/CIB. The requirements support a variety of environmental restoration services and construction necessary to maintain regulatory selected remedies, implement optimization to enhance remedial progress and advance sites to completion in a cost-effective manner. The efforts will be executed in accordance with technical and regulatory requirements to ensure protection of human health and the environment. Work will be performed at the following deactivated Air Force bases: Bergstrom Air Force Base, Texas; Brooks AFB, Texas; Carswell AFB, Texas; Eaker AFB, Arkansas; England AFB, Louisiana; Kelly AFB, Texas; Myrtle Beach AFB, South Carolina; Reese AFB, Texas; Buckley Annex, Colorado; and Lowry AFB, Colorado. Work is expected to be completed Sept. 30, 2030. This award is the result of a competitive acquisition and four offers were received. Fiscal 2020 BRAC funds in the amount of $2,466,636 are being obligated at the time of award. Air Force Installation Contracting Center, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8903-20-D-0003). DEFENSE LOGISTICS AGENCY Valneva USA Inc.,* Gaithersburg, Maryland, has been awarded a maximum $60,601,800 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Japanese Encephalitis vaccines. This is a one-year base contract with two one-year option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Maryland and United Kingdom, with a Sept. 8, 2021, ordering period end date. Using military services are Army, Marine Corps, Navy and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-20-D-0005). Vinyl Technology, Monrovia, California, has been awarded a maximum $10,996,200 modification (P00011) exercising the first one-year option period of a one-year base contract (SPE1C1-19-D-1188) with three one-year option periods for Advanced Technology Anti-G Suits. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is California, with a Sept.16, 2021, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. ARMY Battelle Memorial Institute, Columbus, Ohio, was awarded a $49,525,698 modification (P00006) to contract W9132V-19-F-0005 for geospatial research, development, technology and evaluation of current and emerging geospatial technologies that will help characterize and measure phenomena within the physical and social environments encountered by the Army. Work will be performed in Washington, D.C., with an estimated completion date of Sept. 28, 2023. Fiscal 2020 revolving funds in the amount of $1,038,309 were obligated at the time of the award. The U.S. Army Corps of Engineers, Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity. Moog Inc., Elma, New York, was awarded a $46,659,837 firm-fixed-price contract to overhaul and upgrade cylinder assembly actuators for UH-60 Blackhawk helicopters. 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 Sept. 9, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-D-0032). Lockheed Martin, Orlando, Florida, was awarded a $22,335,977 modification (P00035) to contract W31P4Q-19-C-0071 for engineering services in support of the Hellfire and Joint-Air-to-Ground missiles. Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 2, 2022. Fiscal 2018 and 2020 missile procurement (Air Force) funds; 2019 research, development, test and evaluation (Navy) funds; 2020 operations and maintenance (Army) funds; and 2018 and 2020 missile procurement (Army) funds in the amount of $22,335,97 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Optimal GEO Inc.,* Athens, Georgia (W912P9-20-D-0027); and Surdex Corp., Chesterfield, Missouri (W912P9-20-D-0026), will compete for each order of the $16,000,000 firm-fixed-price contract for photogrammetric and lidar surveying and mapping. Bids were solicited via the internet with 38 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 3, 2025. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity. David Boland Inc.,* Titusville, Florida, was awarded a $15,472,000 firm-fixed-price contract for renovation of Building 546 at Missile Command Headquarters. Bids were solicited via the internet with four received. Work will be performed at Minot Air Force Base, North Dakota, with an estimated completion date of Aug. 25, 2023. Fiscal 2020 operations and maintenance (Army) funds in the amount of $15,472,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-C-0036). Speegle Construction,* Niceville, Florida, was awarded a $13,214,700 firm-fixed-price contract to construct a two-story, 39,500 square-foot facility with reinforced concrete foundation and floor slab, steel structure, masonry walls, metal roof, heating, ventilation, air conditioning, fire detection and protection and mass notification system. Bids were solicited via the internet with six received. Work will be performed at Hurlburt Field, Florida, with an estimated completion date of Sept. 16, 2022. Fiscal 2024 military construction (Defense-wide) funds in the amount of $13,214,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0028). BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $10,457,946 modification (P00143) to contract W56HZV-15-C-0099 for Bradley Fighting Vehicle current fleet sustainment logistics management. Work will be performed in San Jose, California, with an estimated completion date of Dec. 9, 2022. Fiscal 2018 procurement (Defense-wide) funds in the amount of $10,457,946 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Limno-Tech Inc.,* Ann Arbor, Michigan, was awarded a $9,900,000 fixed-price-level-of-effort contract for research and development services for water quality and contaminant modeling. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 8, 2025. The U.S. Army Corps of Engineers, Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-20-D-0004). Accenture Federal Services, Arlington, Virginia, was awarded an $8,293,896 modification (P00001) to contract W52P1J-20-C-0005 for unified enterprise resource planning capability support services. Work will be performed at Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 8, 2026. Fiscal 2020 operations and maintenance (Army) funds in the amount of $8,293,896 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. CORRECTION: The contract announced on Sept. 8, 2020, for Amentum Services Inc., Germantown, Maryland (W56HZV-20-F-0396), for $29,034,547, was announced with an incorrect award date. The correct award date is Sept. 9, 2020. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2341844/source/GovDelivery/

  • UK Defense Is Facing Pain Before Technological Gain | Aviation Week Network

    March 24, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    UK Defense Is Facing Pain Before Technological Gain | Aviation Week Network

    New defense plans boost Future Combat Air System, Typhoon upgrades, but leave intelligence-gathering fleets in tatters.

All news