Back to news

June 12, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - June 11, 2020

DEFENSE MICROELECTRONICS ACTIVITY

Lockheed Martin Corp., Owego, New York (HQ0727-16-D-0001); BAE Systems Information and Electronics, Nashua, New Hampshire (HQ0727-16-D-0002); General Dynamics Mission Systems, Bloomington, Minnesota (HQ0727-16-D-0003); Northrop Grumman Systems Corp., Linthicum Heights, Maryland (HQ0727-16-D-0004); Cobham Advanced Electronics Solutions Inc., Lansdale, Pennsylvania (HQ0727-16-D-0005); Raytheon Co., El Segundo, California (HQ0727-16-D-0006); The Boeing Co., Hazelwood, Missouri (HQ0727-16-D-0007); and Honeywell International Inc., Albuquerque, New Mexico (HQ0727-16-D-0008), are being awarded a maximum $10,271,000,000 modification on existing indefinite-delivery/indefinite-quantity, Advanced Technology Support Program IV (ATSP4) contracts. The modification raises the ceiling on the current ATSP4 contracts from $7,200,000,000 to $17,471,000,000. ATSP4 are multiple-award, indefinite delivery/indefinite quantity contracts for engineering services designed to resolve problems with obsolete, unreliable, unmaintainable, underperforming, or incapable electronics hardware and software through development of advanced technology insertions and applications to meet the requirements of the Department of Defense for a quick reaction capability. With all options exercised, the ordering period goes until March 31, 2026. The contracts were competitively procured via a February 2015 solicitation resulting in nine proposals and eight awards. No funds are being obligated on award. Funding will occur through individual task orders. The Defense Microelectronics Activity, McClellan, California, is the contracting activity.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $368,194,942 not-to-exceed, undefinitized contract modification (P00036) to previously awarded fixed-price-incentive-firm-target, firm-fixed-price, cost-plus-fixed-fee contract N00019-17-C-0001. This modification provides for the procurement of five F-35A Lightning II lot 14 aircraft, one F-35B lot 14 combat aircrafts and associated red gear for the government of Italy. It also authorizes the common capability scope of work at the Final Assembly and Checkout Facility in Cameri, Italy. Work will be performed in Fort Worth, Texas (35%); Cameri, Italy (28%); El Segundo, California (15%); Warton, United Kingdom (8%); Orlando, Florida (4%); Nashua, New Hampshire (3%); Baltimore, Maryland (3%); San Diego, California (2%); various locations within the continental U.S. (1.3%) and various locations outside the continental U.S. (0.7%). Work is expected to be complete by June 2023. Non-Department of Defense funds for $184,429,857 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.

DRS Systems Inc., Melbourne, Florida, is awarded a $120,009,046 not-to-exceed, cost-plus-incentive-fee, firm-fixed-price, cost undefinitized contract to provide non-recurring engineering to design, develop, integrate and test engineering development models and production representative models of weapons replaceable assemblies for the AN/AAQ-45 Distributed Aperture Infrared Countermeasure system. Work will be performed in Dallas, Texas (61%); San Diego, California (31%); Fort Walton Beach, Florida (7%); and Melbourne, Florida (1%), and is expected to be complete by June 2024. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $23,497,884 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0041).

Harper Construction Co. Inc., San Diego, California, is awarded a $65,165,290 firm-fixed-price contract for the design and construction of a high-bay maintenance hangar for the Bell Boeing V-22 aircraft at Naval Base Coronado. The contract also contains one unexercised option and two planned modifications, which will increase the cumulative contract value to $66,148,955, if exercised. Work will be performed in San Diego, California. The work to be performed provides for the design and construction of a steel-framed and high-bay maintenance hangar for aircraft, to include one and a half modules of hangar space and associated airfield pavement for aircraft ingress and egress to hangars. The new facility will contain high-bay space, shops and maintenance space, operation, training, administrative space and supporting site infrastructure improvements. The project also includes construction of a hangar access apron. The option, if exercised, provides for reconstruction of the existing north parking lot. The planned modifications, if issued, provide for furniture, fixtures and audiovisual equipment. Work is expected to be complete by January 2023. Fiscal 2019 military construction (Navy) contract funds in the amount of $644,756 and fiscal 2020 military construction (Navy) contract funds in the amount of $64,520,534 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website and seven proposals were received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-C-0553).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $31,065,000 for a not-to-exceed, undefinitized contract modification (P00006) to previously issued order 0097 against basic ordering agreement N00019-14-G-0020. This modification provides supplier non-recurring engineering, development of design documentation and the creation of modification instructions for the developmental test fleet in support of the Joint Strike Fighter aircraft for the Navy, Air Force, Marine Corps and non-Department of Defense (DOD) participants. Work will be performed in El Segundo, California (85%); and Fort Worth, Texas (15%). These efforts will support service life extensions and enable the developmental test fleet to maintain currency with delivered technology. Work is expected to be complete by February 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $3,698,820; fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $3,698,820 and non-DOD participant funds in the amount of $1,602,360 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.

Fukunaga & Associates Inc.,* Honolulu, Hawaii, is awarded a $30,000,000 indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $30,000,000 for architect-engineer services for various utility projects and other projects primarily under the cognizance of Naval Facilities Engineering Command, Hawaii. The initial task order is being awarded at $929,417 for the replacement of a 24-inch waterline at Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed provides for architect-engineer services for utility projects with associated multi-discipline architect-engineer support services. The type of design and engineering services expected to be performed under this contract are primarily for request for proposal (RFP) documentation for the design-bid-build utility projects with associated multi-discipline architect-engineering support services for new construction, alteration, repair and installation of mechanical systems and associated facilities. Other design and engineering services may include, but are not limited to, design-build RFP documentation, engineering investigations/concept studies, functional analysis concept development/charrettes and post construction award services. Work for this task order is expected to be complete by March 2021. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $929,417 are obligated on this award and will expire at the end of the current fiscal year. The term of the contract is not to exceed 60 months with an expected completion date of June 2025. Future task orders will be primarily funded by O&M,N funds. This contract was competitively procured via the beta.SAM website and two proposals were received. The Naval Facilities Engineering Command, Hawaii, is the contracting activity (N62478-20-D-5037).

Leidos Inc., Reston, Virginia, is awarded a $7,456,371 firm-fixed-price and cost reimbursement task order under the General Services Administration One Acquisition Solution for Integrated Services (GSA OASIS). This indefinite-delivery/indefinite-quantity contract is also for a wide range of operational, analytical and management support services in support of the U.S. Marine Corps Central Command. Work will be performed in Tampa, Florida (90%); and Bahrain (10%). Work is expected to be complete by June 2021. If all options are exercised, work will continue through December 2025. This task order includes a 12-month base period, four 12-month option periods and one six-month option period, which, will bring the cumulative value of this task order to $48,846,236 if exercised. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $7,456,371 will be obligated at the time of award and will expire at the end of the current fiscal year. This task order was competitively solicited via the GSA OASIS Pool 1 and four proposals were received. The Marine Corps Installations National Capital Region-Regional Contracting Office, Quantico, Virginia, is the contracting activity (M00264-20-F-0227).

ARMY

INTEC Group LLC,* Paducah, Kentucky (W912QR20D0021); Dawn Inc.,* Warren, Ohio (W912QR-20-D-0022); RJ Runge,* Port Clinton, Ohio (W912QR-20-D-0023); G.M. Hill Engineering Inc.,* Jacksonville, Florida (W912QR-20-D-0024); and Nisou LGC JV LLC,* Detroit, Michigan (W912QR-20-D-0025), will compete for each order of the $45,000,000 firm-fixed-price contract for Great Lakes and Ohio River Division mission boundaries construction services. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of June 10, 2023. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity.

Dyncorp International LLC, Fort Worth, Texas, was awarded a $22,161,082 hybrid (cost-no-fee, cost-plus-fixed-fee, time-and-materials) contract modification (P00055) for aviation maintenance services. Bids were solicited via the internet with five received. Work will be performed Fort Bragg, North Carolina; Afghanistan; and Iraq with an estimated completion date of Nov. 30, 2020. Fiscal 2020 operations and maintenance (Army) funds in the amount of $22,161,082 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0025).

Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $16,986,480 modification (P00074) to contract W15QKN-13-C-0074 for Global Positioning System receiver for precision guidance kit M1156. Work will be performed in Plymouth, Minnesota, with an estimated completion date of June 3, 2024. Fiscal 2020 procurement of ammunition (Army) funds in the amount of 16,986,480 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

T3i Inc., Imperial Beach, California, was awarded a $26,413,688 maximum single award “C” type contract (H92240-20-C-0003) with options included to extend services for survival, evasion, resistance, escape and personnel recovery training in support of Naval Special Warfare Command (NSWC) enterprise requirements. Fiscal 2020 operations and maintenance funds in the amount of $384,347 are being obligated at the time of award. The work will be performed in various locations in the U.S. and may continue through fiscal 2026, if all options are exercised. The contract was awarded competitively using Federal Acquisition Regulation Part 15 procedures with six proposals received. NSWC, Coronado, California, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Raytheon BBN Technologies Corp., Cambridge, Massachusetts, was awarded a $12,039,376 cost-plus-fixed-fee contract for a research project under the Fast Network Interface Cards (FastNICs) program. The FastNICs program will speed up applications such as the distributed training of machine learning classifiers by 100 times through the development, implementation, integration and validation of novel, clean-slate network subsystems. Work will be performed in Cambridge, Massachusetts, and Seattle, Washington, with an expected completion date of June 2024. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,670,000 are being obligated at time of award. This contract was a competitive acquisition under an open broad agency announcement and eight offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0089).

DEFENSE LOGISTICS AGENCY

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $10,836,726 firm-fixed-price, requirements contract for pneumatic tires for palletized load system vehicle wheels. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Locations of performance are Wisconsin and New Jersey, with a June 10, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D0065).

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2217371/source/GovDelivery/

On the same subject

  • Contract Awards by US Department of Defense - February 05, 2021

    February 8, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - February 05, 2021

    NAVY Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $478,605,019 firm-fixed-price modification (P00102) to a previously awarded contract (N0001914C0050). This modification exercises options for the procurement of five Lot Three low rate initial production Presidential Helicopters Replacement Program (VH-92A) aircraft, and associated interim contractor support, two cabin interior reconfiguration kits, support equipment, initial spares, and system parts replenishment. Work will be performed in Stratford, Connecticut (50%); Coatesville, Pennsylvania (36%); Owego, New York (10%); Patuxent River, Maryland (2%); Phoenix, Arizona (1%); and Quantico, Virginia (1%), and is expected to be completed in December 2023. Fiscal 2021 aircraft procurement (Navy) funds in the amount $478,605,019 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. Invicta Global LLC,* Fort Worth, Texas, was awarded a $14,600,550 indefinite-delivery/indefinite-quantity modification for the exercise of Option Three under a contract for base operating support services at various installations in the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations (AO). After award of this option, the total cumulative contract value will be $39,316,621. The work to be performed is all labor, material, equipment, management and administration for utilities, transportation and facility support services to include fire protection services, facilities management and investment, base support vehicles and equipment, urgent, emergency and routine services for facility support services. Work will be performed in NAVFAC Washington AO, including but not limited to Bethesda, Maryland (40%); Washington, D.C. (40%); Indian Head, Maryland (10%); and Dahlgren, Virginia (10%). This option period is from Feb. 1, 2021, to Jan. 31, 2022. No funds were obligated at time of award. Operation and maintenance, (Navy); and fiscal 2021 Navy working capital funds in the amount of $6,488,840 for recurring work will be obligated on individual task orders issued during the option period. NAVFAC Washington, Washington, D.C., is the contracting activity (N40080-19-D-0311). (Awarded: Jan. 29, 2021) Opal Soft, Inc., Sunnyvale, California, is awarded an $11,979,099 cost-plus-fixed-fee bridge contract for software support services in support of Naval Undersea Warfare Center Division, Keyport. Work will be performed in Keyport, Washington, and is expected to be completed by September 2021. This contract includes an option which, if exercised, would bring the cumulative value of this contract to $19,049,565. Work is expected to be completed by December 2021. Fiscal 2021 service cost center (Navy) $3,154,151 (82.12%); 2015 shipbuilding and conversion (Navy) $246,982 (6.43%); 2017 shipbuilding and conversion (Navy) $246,982 (6.43%); 2021 defense working capital fund (Navy) $84,895 (2.21%); 2021 other procurement (Navy) $42,474 (1.11%) 2019 shipbuilding and conversion (Navy) $37,996 (0.99%); and 2018 shipbuilding and conversion (Navy) $27,092.45 (0.71%) funding will be obligated at award. No contract funds will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c) (1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Undersea Warfare Center Division, Keyport, Keyport, Washington, is the contracting activity. (N0025321C0004) DEFENSE LOGISTICS AGENCY US Foods, La Mirada, California, has been awarded a maximum $114,700,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Locations of performance are California and Alaska, with a Feb. 4, 2026, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting agency is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-3307). ARMY Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $61,002,554 firm-fixed-price contract for 1,081 Underbody Armor Kit upgrade kits for the Family of Medium Tactical Vehicles. Bids were solicited via the internet with one received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of June 30, 2022. Fiscal 2019, 2020 and 2021 European reassurance initiative funds in the amount of $61,002,554 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-21-C-0084). Dyncorp International LLC, Fort Worth, Texas, was awarded a $42,000,000 modification (P00121) to contract W58RGZ-19-C-0025 for aviation maintenance services. Work will be performed in Afghanistan and Iraq, with an estimated completion date of Aug. 31, 2021. Fiscal 2021 operation and maintenance (Army) funds in the amount of $42,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Coastal Contractors Inc.,* Baton Rouge, Louisiana, was awarded a $9,450,839 firm-fixed-price contract for flood control of the Comite River. Bids were solicited via the internet with eight received. Work will be performed in Baton Rouge, Louisiana, with an estimated completion date of Apr. 8, 2022. Fiscal 2021 civil construction funds in the amount of $9,450,839 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-21-C-0005). Escal Institute of Advanced Technologies Inc., North Bethesda, Maryland, was awarded a $9,443,000 modification (P00004) to contract W911S0-19-D-0009 to provide training and certifications as required to verify and validate student proficiency in cybersecurity roles. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 5, 2022. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity. Cottrell Contracting Corp., Chesapeake, Virginia, was awarded a $9,416,500 firm-fixed-price contract for maintenance dredging of Naval Submarine Base Kings Bay, Camden County, Georgia. Bids were solicited via the internet with two received. Work will be performed in Kings Bay, Georgia, with an estimated completion date of April 25, 2022. Fiscal 2021 operation and maintenance (defense-wide funds) in the amount of $9,416,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-21-C-0008). WASHINGTON HEADQUARTERS SERVICES Systems Planning and Analysis Inc., Alexandria, Virginia (HQ0034-21-F-0089), has been awarded a firm-fixed-price and time and materials contract in the amount of $34,891,509. This contract is to provide support to the Office of Industrial Policy in carrying out its mission to ensure robust, secure, resilient and innovative industrial capabilities within the Department of Defense. The contractor will provide program support for the Defense Production Act Titles I and III, Industrial Base Assessments, Industry Engagement/Outreach and Strategic Communications and Business Intelligence and Analytics. Work performance will take place at the Mark Center, Alexandria, Virginia; and the Pentagon, Washington, D.C. Appropriate fiscal 2021 operation and maintenance funds will be obligated at the award. The expected completion date is Feb. 6, 2026. Washington Headquarters Services, Arlington, Virginia, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2495622/source/GovDelivery/

  • A key milestone of the Air Force One replacement program was conducted using virtual tools. It won’t be the last.

    April 17, 2020 | International, Aerospace

    A key milestone of the Air Force One replacement program was conducted using virtual tools. It won’t be the last.

    By: Valerie Insinna WASHINGTON — The Air Force One replacement program has hit a major development milestone, and it did so without the in-person meetings that have become more risky in the age of the novel coronavirus, the U.S. Air Force's top acquisition official said on Thursday. The Air Force recently completed the critical design review for the Presidential Aircraft Replacement program, which will replace the legacy VC-25A Air Force One planes with a new variant of the Boeing 747-8 known as the VC-25B. Although the classified portions of the review still must be done via face-to-face meetings in secure spaces, much of it was accomplished using virtual tools and applications, said Will Roper, assistant secretary of the Air Force for acquisition, technology and logistics. “I was really excited that the team was able to shift their CDR [critical design review] and go virtual,” he told reporters in an April 16 teleconference, adding that more programs will shift toward using virtual meetings to conduct key reviews and milestones even after the COVID-19 pandemic subsides. “I don't know if it makes any sense to do CDRs, at least at an unclassified level, outside of tools like this. And we're working really hard to provide the same capabilities at the secret level,” he said. While Roper did not detail which communication tools were used by the program office to conduct the CDR, he described it as being very similar to widely used applications like Zoom, where the briefer can share PowerPoint slides and participants can share thoughts and questions via a written chat function. “It allows a greater level of productivity than a meeting itself,” he said. “In meetings, you have someone speaking and you want to get a question in, but you've got to wait for them to stop, and then everyone else wants to ask a question. It's hugely inefficient. It's just such an antiquated way of sharing information that is ingrained in us.” The Air Force One replacement drew considerable attention in 2016 after then-President-elect Donald Trump tweeted that the program was too expensive at more than $4 billion and should be canceled. After Trump held numerous meetings with Dennis Muilenburg, who led Boeing at the time, the Air Force awarded Boeing a $3.9 billion contract to modify two 747s into VC-25B jets. However, once all costs are included — such as buying a new hangar for the aircraft and the base cost of the 747s themselves — the Air Force will pay $5.3 billion, according to Defense One. That expense includes an $84 million contract awarded to Boeing on Wednesday to modify Boeing 747 technical specifications and manuals to the VC-25B configuration. Roper doesn't project any schedule delays to the program as a result of COVID-19, which has pummeled prime contractor Boeing's commercial business and caused a temporary pause to certain defense production lines. In February, Boeing began modifying the two 747s slated to become VC-25Bs at its facility in San Antonio, Texas. During the first part of the process, Boeing will cut out large pieces of the aircraft's skin and structure and replace that with two specially designed “superpanels,” according to an Air Force release. The VC-25Bs will also receive upgrades including enhanced electrical power, specialized communication systems, a medical facility, a customized executive interior and autonomous ground operations capabilities. The new Air Force Ones are expected to be operational in 2024. https://www.defensenews.com/air/2020/04/16/a-key-milestone-of-the-air-force-one-replacement-program-was-conducted-using-virtual-tools-it-wont-be-the-last/

  • Contracted Adversary Air Training ‘Inadequate’ For High-End Flight
All news