Back to news

June 14, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense - June 13, 2019

NAVY

Resource Management Concepts Inc.,* Lexington Park, Maryland, is awarded a $101,231,753 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for information technology engineering and management services for aircraft, avionics, and weapons system requirements in support of the Naval Air Warfare Center Aircraft Division's Integrated Battlespace Simulation and Test Department (AD 5.4). Work will be performed in Patuxent River, Maryland (71 percent); Orlando, Florida (7 percent); San Diego, California (6 percent); Jacksonville, Florida (6 percent); Point Mugu, California (5 percent); and Cherry Point, North Carolina (5 percent), and is expected to be completed in July 2023. 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 as a 100 percent small business set-aside; two offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0065).

Harper Construction Co. Inc., San Diego, California, is awarded $56,127,477 for firm-fixed-price task order N6247317F4705 under a previously awarded multiple award construction contract (N62473-16-D-1881) for construction of a maintenance hangar, maintenance shop and administrative building at Marine Corps Air Station, Yuma, Arizona. The work to be performed provides for the construction of three facilities in support of project P612 which includes a maintenance hangar, maintenance shop, and an administrative building. Associated work at all three sites includes, but is not limited to, testing and abatement for hazardous materials, demolition/disposal, site grading/prep, utility infrastructure work and relocation of aircraft point-of-service power, repair and install of airfield and other paving, optional photovoltaic system at the hangar site, testing, commissioning, and all incidental related work necessary to provide complete and usable facilities. The task order also contains one unexercised option, which if exercised would increase the cumulative task order value to $56,826,414. Work will be performed in Yuma, Arizona, and is expected to be completed by April 2022. Fiscal 2017 military construction (Navy) contract funds in the amount of $56,127,477 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Multi-MAC JV,* Yuma, Arizona, is awarded a maximum amount $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for compliance with air emission regulations, Emergency Planning and Community Right-to-Know Act regulations, greenhouse gas and all other environmental media regulations to support Navy, Marine Corps, and other Department of Defense installations and federal agencies worldwide. No task orders are being issued at this time. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the Naval Facilities Engineering Command Atlantic area of responsibility including, but not limited to, California (45 percent); Virginia (15 percent); North Carolina (15 percent); Florida (5 percent); Maryland (5 percent); Washington (5 percent); Georgia (5 percent); and Europe Africa Southwest Asia (5 percent). The term of the contract is not to exceed 60 months with an expected completion date of June 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4010).

Technical Data Analysis Inc.,* Falls Church, Virginia, is awarded a $37,735,874 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide engineering and technical support services for the Naval Air Warfare Center Aircraft Division Air Vehicle Department. Engineering and technical support services for this effort shall include analysis, development, and integration of warfare systems, aircraft structural life surveillance, service life assessments and service life extensions in support of various Navy and Marine Corps platforms. Work will be performed in Patuxent River, Maryland, and is expected to be completed in August 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was a small business set-aside, competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0069).

Raytheon Co., Goleta, California, is awarded a $32,977,260 firm-fixed-price contract to conduct a demonstration of existing technologies (DET) in support of the Dual Band Decoy Program. This DET will demonstrate expanded capabilities of the Integrated Defensive Electronic Countermeasures AN/ALE-55 Fiber Optic Towed Decoy and AN/ALE-50 Advanced Airborne Expendable Decoy used on the F/A-18E/F aircraft. Work will be performed in Goleta, California, and is expected to be completed in September 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $12,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via a broad agency announcement, with three offers received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919C1026).

Cape Environmental Management Inc.,* Honolulu, Hawaii, is awarded $13,611,247 for cost-plus-award-fee task order N6274219F0129 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-16-D-1807) for implementation of remedial alternatives to address sediments contaminated with polychlorinated biphenyls and metals at the Pearl Harbor sediment site. The selected remedies to be implemented will include placement of a thin-layer of clean material for enhanced natural recovery (ENR) and treatment of contaminated sediment with activated carbon amendment material in under-pier areas where dredging or other active remedies are impracticable. The remedy action also includes pre-ENR dredging of sediment where necessary, to provide sufficient clearance below the authorized maintenance dredging elevation for the placement of clean material for ENR. Work will be performed in Oahu, Hawaii, and is expected to be completed by June 2022. Fiscal 2019 environmental restoration (Navy) contract funds in the amount of $13,611,247 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

WR Systems, Fairfax, Virginia, is awarded a $10,918,406 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production, engineering, technical and logistical services associated with delivery and technical support of the AN/SPA-25H Indicator Group. These systems support surface ships and are the standard data and distribution system from radar sensors to navigational and tactical displays. Additionally, the Navy has a need to procure durable and reliable state-of the-art switchboards, decoders, converters, switches and upgrades, for existing AN/SPA-25G and AN/SPA-25H installations. Work will be performed in Norfolk, Virginia (90 percent); and various Navy shipyards (10 percent), and is expected to be completed by May 2024. Fiscal 2018 and 2019 other procurement (Navy); and fiscal 2016 and 2017 shipbuilding and conversion (Navy) funding in the amount of $2,335,439 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured on the basis of full and open competition via the Federal Business Opportunities website, with four offers received. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N0017819D4505).

ARMY

Baker Jacobs JV, Pittsburgh, Pennsylvania, was awarded a $46,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of June 12, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0030).

CGI Federal Inc., Fairfax, Virginia, was awarded a $34,414,693 modification (P00049) to contract W911S0-15-C-0004 for Operational and Environment Core functions support services. Work will be performed in Fort Eustis, Virginia, with an estimated completion date of Aug. 9, 2020. Fiscal 2190 operations and maintenance, Army funds in the amount of $23,000,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity.

TiER1 Performance Solutions LLC,* was awarded a $19,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for research and development. Bids were solicited via the internet with 63 received. Work locations and funds will be determined with each order, with an estimated completion date of June 13, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-19-D-0002).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $17,335,100 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for re-baselining the current production configuration and the procurement of capability enhancements to Government Furnished M1070A1 Heavy Equipment Transporters. One bid was solicited with one received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of July 31, 2020. Fiscal 2019 other procurement, Army funds in the amount of $17,355,100 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0031).

Avion Solutions Inc.,* Huntsville, Alabama, was awarded a $15,189,965 modification (0002 18) to Foreign Military Sales (Afghanistan, Bahrain, Croatia, Egypt, Jordan, Latvia, Saudi Arabia, Slovakia, Sweden, Tunisia and United Arab Emirates) contract W31P4Q-15-A-0029 for logistics support services. Work will be performed in Huntsville, Alabama, with an estimated completion date of June 16, 2020. Fiscal 2019 Foreign Military Sales; other procurement, Army; operations and maintenance, Army; and research, development, test, and evaluation funds in the amount of $15,189,965 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

GTA Containers Inc.,* South Bend, Indiana, was awarded a $14,706,913 firm-fixed-price contract for procurement of collapsible fabric tanks. Two bids were solicited with two bids received. Work will be performed in South Bend, Indiana, with an estimated completion date of Dec. 6, 2022. Fiscal 2019 Army working capital funds in the amount of $14,706,913 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0409).

Goodrich Corp., Brea, California, was awarded a $12,634,182 firm-fixed-price contract for maintenance and overhaul of the Hoist, Internal Rescue. 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 June 10, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0037).

Oxford Federal LLC, Sheridan, Wyoming, was awarded a $7,762,098 firm-fixed-price Foreign Military Sales (Israel) contract for Site 13900. Six bids were solicited with three bids received. Work will be performed in Tel Aviv, Israel, with an estimated completion date of July 31, 2020. Fiscal 2019 Foreign Military Sales funds in the amount of $7,762,098 were obligated at the time of the award. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity (W912GB-19-F-0111).

CORRECTION: A contract announced on June 12, 2019, for IBM Corp., Bethesda, Maryland (W912DY-19-F-0396), for $9,500,000 incorrectly identified the purpose of the contract. The contract is for the Department Of Defense High Performance Computing Modernization Program, Technology Insertion, Army Research Laboratory, Order 17 - Containerized Machine Learning System. All other information in the announcement was correct.

U.S. SPECIAL OPERATIONS COMMAND

The Boeing Co., Ridley Park, Pennsylvania, was awarded a $30,778,000 firm-fixed-price type delivery order (H92241-19-F-0091) under an existing contract (W91215-16-G-0001) to procure components and parts in support of MH-47G rotary wing aircraft. This action is required to satisfy an urgent need to sustain U.S. Special Operations Forces (SOF) heavy assault, rotary wing aircraft, to mitigate the impact of the MH-47G aircraft availability in light of increased SOF operational demands and to procure H-47 long-range, rotary wing aircraft under foreign military sales acquisition procedures for the United Kingdom. Fiscal 2019 Aircraft Procurement, Army funds in the amount of $20,778,000 and no-year Foreign Military Spending funding from the United Kingdom in the amount of $10,000,000 shall be obligated at time of award for the acquisition of long-lead components and parts in support of the MH-47G Block II Production Program. Contract funds will not expire at the end of the current fiscal year. The majority of the work will be performed in Ridley Park. U.S. Special Operations Command Headquarters, Tampa, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Sea Box,* Cinnaminson, New Jersey, has been awarded a maximum $7,364,845 firm-fixed-price contract for TRICON containers. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(2) and 41 U.S. Code 3304(A)(2), as stated in Federal Acquisition Regulation 6.302-2(a)(2). This is a one-year base contract with no option periods. Location of performance is New Jersey, with Dec. 31, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRD11-19-C-0220).


*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1875427/source/GovDelivery/

On the same subject

  • Contract Awards by US Department of Defense - May 2, 2019

    May 3, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - May 2, 2019

    AIR FORCE Black River Systems Co.,* Utica, New York, has been awarded an $88,733,141 cost-plus-fixed-fee contract for operational counter-small unmanned aircraft systems (s-UAS) open systems architecture software/hardware systems. This contract provides for system analysis, simulation and modeling, technique development, hardware and software rapid prototyping, integration, test, demonstration, data analysis, transition, operational assessment, and hardware and software enhancement relative to the objective. Work will be performed in Utica, New York, and is expected to be complete by May 1, 2022. This award is the result of a Small Business Innovation Research III contract. Fiscal 2018 and 2019 research, development, test, and evaluation funds in the amount of $5,031,500; and fiscal 2018 and 2019 procurement funds in the amount of $9,716,140, are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0040). Northrop Grumman Systems Corp. Mission Systems, Chantilly, Virginia, has been awarded an $82,320,000 cost contract for Enhanced Polar System Recapitalization (EPS-R) Control and Planning Segment (CAPS). This contract provides for the development of software to address international host accommodations for new out of band link functions, cyber architecture, orbit planning, and the capability for controlling four EPS Payloads simultaneously on a single software baseline. Work will be performed in Redondo Beach, California, and is expected to be complete by Sept. 30, 2023. This award is the result of a sole-source acquisition. Fiscal 2019 research and development funds in the amount of $14,700,000 are being obligated at the time of award. The Space and Missile Systems Center, Military Satellite Communications Directorate, Los Angeles Air Force Base, California, is the contracting activity (FA8808-19-C-0001). Engility Corp., Andover, Massachusetts, has been awarded a $58,486,192 cost-plus-fixed-fee contract for research and development. This contract provides for the enhancement of airman combat survivability by enabling forces to counter optical hazards and threats while exploiting optical systems. The goal of the research is to further scientific knowledge of optical radiation to protect against and exploit physical, physiological, psychological, and other effects of optical radiation. Work will be performed primarily at Fort Sam Houston, Texas, and is expected to be complete by April 30, 2025. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $5,997,330 are being obligated at the time of award. Air Force Research Laboratory, Wright Research Site, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-6024). MISSILE DEFENSE AGENCY Orbital Sciences Corp. (a wholly owned subsidiary of Northrop Grumman Innovation Systems), Chandler, Arizona, is being awarded a $46,809,398 cost-plus-award-fee, cost-plus-incentive-fee, fixed-price-award-fee modification (P00237) to a previously awarded contract (HQ0147-11-C-0006). The value of this contract is being increased from $1,209,315,046 by $46,809,398 to $1,256,124,444. Under this modification, the contractor will provide Intercontinental Ballistic Missile (ICBM) target capability upgrade kits and associated nonrecurring engineering. The work will be performed in Chandler, Arizona. The performance period is from April 2019 through December 2023. Fiscal 2019 research, development, test and evaluation funds in the amount of $12,730,000 are being obligated on this award. One offer was solicited and one offer was received. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. NAVY Harper Construction Co. Inc., San Diego, California, is awarded $41,578,195 for firm-fixed-price task order N6247319F4561 under a previously awarded multiple award construction contract (N62473-18-D-5853) for construction of a maintenance and warehouse facility at Marine Corps Base Camp Pendleton, California. The work to be performed provides for a design-build project, consisting of demolition of existing structures, utilities, and pavement, to make room for a new amphibious vehicle maintenance complex. The complex will include a maintenance facility, general purpose warehouse, armory, overhead cover structure, and a general storage area. New utilities and pavement will be added to the maintenance complex. Work will be performed in Oceanside, California, and is expected to be completed by June 2022. Fiscal 2019 military construction (Navy) contract funds in the amount of $41,578,195 are obligated on this award and will not expire at the end of the current fiscal year. Seven proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity. Magnum Medical Overseas JV LLC, Angleton, Texas, is awarded a $20,800,000 firm-fixed-price contract for educational and developmental intervention services at naval military treatment facilities and any associated branch clinics outside the contiguous U.S. Pacific and Atlantic regions to include: Naval Hospital Okinawa, Japan (20 percent); Naval Hospital Yokosuka, Japan (20 percent); Naval Hospital Guam, Guam (20 percent); Naval Hospital Sigonella, Italy (20 percent); Naval Hospital Rota, Spain (10 percent); and Naval Hospital Naples, Italy (10 percent). This is a five-year single award contract and all work is expected to be completed by Jan. 31, 2024. Fiscal 2019 Defense Health Program funds in the amount of $2,198,241 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-C-0003). AAI Corp., Hunt Valley, Maryland, is awarded a $20,452,716 cost-plus-fixed-fee modification to previously awarded contract N00024-14-C-6322 for engineering and technical services for the Unmanned Influence Sweep System (UISS) Unmanned Surface Vehicle program. The UISS is the system which will allow the Littoral Combat Ship to perform its mine warfare sweep mission. UISS will target acoustic, magnetic, and magnetic/acoustic combination mine types. The UISS program will satisfy the Navy's need for a rapid, wide-area coverage mine clearance capability, required to neutralize magnetic/acoustic influence mines. UISS seeks to provide a high area coverage rate in a small, lightweight package with minimal impact on the host platform. Work will be performed in Hunt Valley, Maryland (70 percent); and Slidell, Louisiana (30 percent), and is expected to be complete by September 2019. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $7,670,225 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. ARMY Luhr Brothers Inc., Columbia, Illinois, was awarded a $22,936,000 firm-fixed-price contract for Mississippi River and tributaries flood control. Bids were solicited via the internet with three received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of May 1, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $22,936,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0010). Pond & Co., Metairie, Louisiana (W912BV-19-D-0007); Jacobs Government Services Co., Fort Worth, Texas (W912BV-19-D-0008); and Michael Baker International Inc., Moon Township, Pennsylvania (W912BV-19-D-0009), will compete for each order of the $20,000,000 firm-fixed-price contract for architect-engineer master planning services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of May 1, 2024. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity. DEFENSE LOGISTICS AGENCY National Industries For The Blind,** has been awarded a maximum $15,036,000 modification (P00007) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-B022) with two one-year option periods for Army Physical Fitness Uniform (APFU) jackets. This is an indefinite-delivery contract. Locations of performance are North Carolina and Maryland, with a May 10, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Raytheon Co., McKinney, Texas, has been awarded a maximum $9,362,924 firm-fixed-priced delivery order (SPRPA1-19-F-LG07) against a five-year basic ordering agreement (SPRPA1-14-G-001X) with no option periods for aircraft spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. Location of performance is Texas, with a Feb. 28, 2021, performance completion date. Using customers are Navy and Japan. Type of appropriation is fiscal 2019 through 2021 Navy working capital funds and foreign military sales. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. CORRECTION: The contracts announced on April 26, 2019, for Sea Box,* Cinnaminson, New Jersey (SPRD11-19-D-0100; $471,828,000); W&K Containers,* Mill Valley, California (SPRDL1-19-D-0101; $19,513,750); and NexGen Composites,* Franklin, Ohio (SPRDL1-19-D-0097, $253,608,919), were announced with an incorrect award date. The correct award date is May 2, 2019. They were also announced without the solicitation number. The solicitation number is SPRDL1-18-R-0353. *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1834495/source/GovDelivery/

  • Lockheed Martin Awarded C2BMC-Next Contract To Enhance Global Interoperability

    April 15, 2024 | International, Naval

    Lockheed Martin Awarded C2BMC-Next Contract To Enhance Global Interoperability

    This contract will accelerate innovation and continue leading the development of the Command and Control, Battle Management and Communications (C2BMC) system.

  • Behind PAL & De Havilland's next-gen maritime patrol aircraft - Skies Mag

    July 19, 2021 | International, Aerospace, Naval

    Behind PAL & De Havilland's next-gen maritime patrol aircraft - Skies Mag

    The Dash 8 P-4 special mission aircraft, to be jointly developed by PAL Aerospace and De Havilland Canada, could be a market disruptor.

All news