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

  • US Army conducts first tactical cyber exercise readying teams for operations
  • Contract Awards by US Department of Defense - June 08, 2020

    June 9, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 08, 2020

    ARMY CORRECTION: The contract W56KGY-20-D-0008, originally announced on May 29, 2020, has been changed as follows: Canadian Commercial Corp., Ottawa, Canada, was awarded a $380,117,626 hybrid (firm-fixed-price, fixed-price-level-of-effort) contract for MX sensor systems product and system support. 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 May 28, 2028. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-20-D-0008). (Awarded June 5, 2020) AIR FORCE L3Harris Technologies Inc., Clifton, New Jersey, has been awarded an estimated $70,000,746 firm-fixed-price, indefinite-delivery requirements contract for AN/ALQ-161A radio frequency surveillance/electronic countermeasures system line replaceable units and shop replaceable units. This contract provides for the repair of 154 national stock numbers applicable to the B1-B aircraft/electronic countermeasures. Work will be performed in Amityville, New York, and is expected to be completed June 5, 2025. This award is the result of a sole-source acquisition. Fiscal 2020 consolidated sustainment activity group-engineering funds will be used to fund individual orders issued against the basic contract. No funds will be obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8522-20-D-0002). NAVY Nova Group Inc., Napa, California, is awarded a $43,771,888 firm-fixed-price contract (N44255-20-C-1002) for Pier 3 and Dry Dock 4 modernization at the Naval Base Kitsap, Puget Sound Naval Shipyard and the intermediate maintenance facility. All work will be performed in Bremerton, Washington. The work to be performed is to construct seven new electrical substations, demolish four substations, alter Dry Dock 4 and Pier 3 electrical distribution systems, enclose service utility galleries to prevent flooding during docking operations and Pier 3 piles modifications. Work is expected to be complete by August 2023. Fiscal 2020 military construction contract funds in the amount of $43,771,888 are obligated on this award and do not expire at the end of the current fiscal year. Five proposals were received for this contract. The Naval Facilities Engineering Command, Northwest, Bremerton, Washington, is the contracting activity. Bath Iron Works, Bath, Maine, is awarded a $42,772,449 cost-plus-award-fee modification to previously awarded contract N00024-18-C-2313 to exercise options for the accomplishment of lead yard class services for the DDG 51-class destroyer program. Work will be performed in Bath, Maine (95%); Brunswick, Maine (4%); and other locations collectively totaling less than 1%. This option exercise is for lead yard services (LYS) for the DDG 51-class destroyer program. LYS provides necessary engineering, technical, material procurement and production support; configuration; class flight and baseline upgrades and new technology support; data and logistics management; lessons learned analysis; acceptance trials; post-delivery test and trials; post shakedown availability support; reliability and maintainability; system safety program support; material and fleet turnover support; shipyard engineering team; turnkey; crew indoctrination, design tool/design standardization, detail design development, and other technical and engineering analyses for the purpose of supporting DDG 51-class ship construction and test and trials. In addition, DDG 51-class LYS may provide design, engineering, procurement and manufacturing/production services to support design feasibility studies and analyses that modify DDG 51-class destroyers for Foreign Military Sales (FMS) programs sponsored by the Department of the Navy and the Department of Defense. Work is expected to be complete by June 2021. Fiscal 2015, 2016 and 2017 shipbuilding and conversion (Navy) funding in the amount of $40,438,200 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, D.C., is the contracting activity. Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $37,510,677 cost-plus-fixed fee contract modification to previously awarded contract N00024-16-C-5103 for additional Aegis combat system engineering, computer program maintenance, in-country support, staging support and implementation studies in support of current and future Foreign Military Sales (FMS) Aegis shipbuilding programs in support of the Japan Maritime Self-Defense Force, Republic of Korea Navy, Spanish Armada, Royal Australian Navy and Royal Norwegian Navy, with scope available to support other potential FMS customers. Work will be performed in Moorestown, New Jersey (96%); Tokyo, Japan (1%); Seoul, South Korea (1%); Bergen, Norway (1%); and Adelaide, Australia (1%), and is expected to be complete by September 2020. This modification will provide for additional Aegis combat system engineering, computer program maintenance, in-country support, staging support and implementation studies in support of current and future shipbuilding programs for Japan, Korea, Spain, Australia, Norway and other potential FMS customers. The Aegis FMS programs that will be supported include the Japan Maritime Self-Defense Force Kongo and Atago class ships, Republic of Korea Navy KDX III class ships, Spanish Armada F-100 and F-110 program, Royal Norwegian Navy F310 class ships and Royal Australian Navy Hunter and Hobart class ships. FMS funding in the amount of $27,957,817 will be obligated at time of award and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1) and 10 U.S. Code 2304 (c)(4), this contract was not competitively procured; only one responsible source and no other supplies or services will satisfy agency requirements and International Agreement, respectively. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Space Ground System Solutions LLC,* Melbourne, Florida, is awarded a $29,596,469 cost-plus-fixed-fee contract for research and prototype development of spacecraft electronics and space/airborne electronic systems and maintenance, development, enhancement and testing supporting mission operations of Department of Defense space assets. Work will be performed in Washington, D.C. The Naval Center for Space Technology (NCST), located at the U.S. Naval Research Laboratory (NRL) in Washington, D.C., is the designated lead laboratory for Navy space programs. NCST has the primary responsibility to develop space systems, spacecraft payloads, tactical communications and aerospace systems to actively pursue emerging technologies in an effort to advance space, tactical and aerospace system development. This contract will support the continual development and advancement of the software and hardware that provides state of the art solutions to space applications. Work is expected to be complete by June 2024. This contract includes options which will bring the cumulative value of this contract to $155,950,111, if exercised. Working capital funds in the amount of $2,060,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was a negotiated acquisition under the authority of Title 10 U.S. Code 2304(b)(2), as stated in Federal Acquisition Regulation 6.203. This contract was competitively procured with one offer received via FedBizOpps. The U.S. Naval Research Laboratory, Washington, D.C., is the contracting activity. Rolls-Royce Marine North America Inc., Walpole, Massachusetts, is awarded a $10,980,114 firm-fixed-price, basic ordering agreement order (N64498-20-F-4221) for main propulsion monobloc propellers, propeller hubs, oil distribution boxes, blades and propeller blades for various Navy Ship Classes. Work will be performed in Walpole, Massachusetts, and is expected to be complete by September 2021. The supplies under this order: monobloc propellers, propeller hubs, oil distribution boxes, blades and propeller blades, will be manufactured, machined and fabricated by Rolls-Royce Marine North America (RRMNA) in order to provide this equipment to the Navy. RRMNA is the original designer, developer and sole manufacturer of the items covered in this requirement. Fiscal 2020 other procurement (Navy) funding in the amount of $10,980,114 will be obligated at time of award and will not expire at the end of the current fiscal year. This order was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1), with only one responsible source. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania is the contracting activity. DEFENSE LOGISTICS AGENCY Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $12,994,546 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for transfer cases with containers. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. Location of performance is Wisconsin, with a June 8, 2023, ordering period end date. Using military service is Army. Type of appropriation is fiscal year 2020 through 2023 (Army) working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0107). CORRECTION: The modification (P00005) announced May 7, 2020, for Extra Packaging LLC,* Boca Raton, Florida (SPE2DS-19-D-0082), for $7,562,500 was announced with an incorrect award and performance completion date. The correct award date is June 8, 2020, and correct performance completion date is Feb. 8, 2022. DEFENSE HEALTH AGENCY NetImpact Strategies, Chantilly, Virginia, was awarded an $11,766,010 modification under previously awarded firm fixed-price contract HT00-19-F-0017 to fund the first year option period for a Medical Community of Interest with fiscal 2020 operations and maintenance funds. The congressional notification for the award was issued May 31, 2019. This task provides program and project management – program communication and coordination, coordinate security architecture installation, circuit coordination, internet protocol data collection analysis, processing and validation. Optional tasks include operations cell management, business-to-business Virtual Private Network coordination and data collection effort. This contract was awarded through the Small Business Administration (SBA) program with woman-owned business participating in the U.S. SBA 8(a) Business Development Program using the General Services Administration Streamlined Technology Application Resource for Services II contract. The place of performance is Falls Church, Virginia. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. (Awarded June 3, 2020) *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2212180/source/GovDelivery/

  • Watchdog warns Pentagon to fix F-35 tech problems before full-rate production starts

    June 11, 2018 | International, Aerospace

    Watchdog warns Pentagon to fix F-35 tech problems before full-rate production starts

    By: Valerie Insinna WASHINGTON — The F-35 fighter jet is finally cruising toward the end of its development phase, but a congressional watchdog is warning the Defense Department not to move to full-rate production until it's certain it's resolved all critical technical issues. The F-35 Joint Program Office intends to make a decision in October 2019 on whether to move to full-rate production, but had planned to defer certain critical technical deficiencies until after that time, the Government Accountability Office stated in a June 5 report. That could make the program more expensive overall. “In its rush to cross the finish line, the program has made some decisions that are likely to affect aircraft performance and reliability and maintainability for years to come. Specifically, the program office plans to resolve a number of critical deficiencies after full-rate production,” it wrote. “Resolving these deficiencies outside of the developmental program may contribute to additional concurrency costs.” The GAO advised the F-35 JPO to resolve all critical deficiencies before full-rate production — a recommendation with which the JPO concurs and says it will pursue. However, it's important to understand what “resolve” means in this case. “The Department of Defense expects the F-35 Program to resolve all critical deficiencies prior to entering Initial Operational Test and Evaluation (IOT&E), with either a fix, a Service Operational Test Agency approved workaround or a formal acceptance of the deficiency,” the JPO said in a statement. “The full-rate production decision will include an assessment of SDD [development phase] and IOT&E DRs [deficiency reports], as well as follow-on improvement DRs deferred for post-SDD action.” Translation: While the JPO will take steps to address all critical deficiencies, there are some that may require future work in order to be completely fixed. GAO noted that it is common practice for Defense Department acquisition programs to require that problems are “resolved” and not “fixed” because it “affords the department with more flexibility to develop alternative solutions rather than technical fixes.” In a statement, Greg Ulmer, Lockheed Martin's vice president of the F-35 program, said the company was working with the JPO to prioritize and correct issues. The F-35's next stage The GAO report was also critical about the JPO's new plan for Block 4 follow-on modernization, telling its congressional audience that it should consider holding back funding for that phase of the program until the JPO provides full details including an independent cost estimate, final acquisition strategy and test plan. Last year, Vice. Adm. Mat Winter, the F-35's program executive, announced that the JPO would pursue a path of rapid, agile software modernization during Block 4 called continuous capability development and delivery, or C2D2. The thrust behind C2D2 is for the government to constantly be developing, testing and delivering new capabilities as they become available, instead of as part of a traditional batch of upgrades every couple years. Currently, the cost of the new plan is unknown. The Department of Defense plans to update its acquisition strategy in time for a Defense Acquisition Board meeting this month, when it will decide when to start the competition for Block 4 development. By: Valerie Insinna Currently, the cost of the new plan is unknown. The Department of Defense plans to update its acquisition strategy in time for a Defense Acquisition Board meeting this month, when it will decide when to start the competition for Block 4 development. Sign up for our Military Space Report Get the latest news about space and strategic systems Subscribe However, a full business case won't be finalized until March 2019 — despite the fact that the Pentagon has asked for $278 million in fiscal 2019 for Block 4 development. “As a result, DOD requested funding for modernization over a year before the program has a business case for Block 4,” the report stated. “This means that the program is asking Congress to authorize and appropriate funds for Block 4 without insight into its complete cost, schedule, and technical baselines. Furthermore, once Congress appropriates these funds, DOD would be able to award a contract, beginning a long-term commitment to Block 4, the costs of which are not fully understood.” However, the GAO also acknowledged that there are some elements of that plan that could end up being a boon to the DoD. For one, it plans to use “government-owned open systems architecture and acquire data rights” for Block 4 development, which could increase competition throughout the F-35's life cycle and make it easier and cheaper to upgrade the platform. The C2D2 strategy may also “potentially shorten time frames for delivering capabilities over a traditional acquisition approach,” the agency said in the report. Most of the noted flaws in the C2D2 plan revolve around oversight — specifically the DoD's decision to keep Block 4 underneath the F-35 program instead of making it a separate acquisition program. “According to DOD's January 2018 report, however, each capability will be baselined separately in the program's future Block 4 annual reports to Congress,” the GAO noted. “We will review these future reports to Congress to determine what level of insight they provide into the program's cost, schedule, and performance goals.” https://www.defensenews.com/air/2018/06/05/watchdog-group-to-pentagon-fix-f-35-tech-problems-before-full-rate-production-starts/

All news