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

  • Possible New 'Engine War' Recasts Pratt As Champion Of Competition

    March 16, 2020 | International, Aerospace

    Possible New 'Engine War' Recasts Pratt As Champion Of Competition

    By Steve Trimble Pratt & Whitney's F100 (pictured) is designed to be interchangeable with GE Aviation's F110 as the engine for the Boeing F-15 fleet. A jet engine maker is pressuring the U.S. Defense Department to scrap a plan to award a sole-source contract to a rival for a fleet of new fighters and investigate the opportunity for performance and cost improvements yielded by a competitive selection process. If that narrative sounds familiar, it is because it echoes a role GE Aviation played for more than 40 years, which included a successful bid in the 1980s to launch the “Great Engine War” over the F-15 and F-16 fleets and a failed campaign that ended almost a decade ago to establish the F136 as the alternate engine for the F-35. This time, however, the roles are reversed. Pratt & Whitney, which waged fierce lobbying campaigns against competitive engine policies for the F-15, F-16 and F-35, has switched sides in the debate. In response to the U.S. Air Force's decision to field the F-15EX into production powered solely by GE F110 engines, Pratt has filed two protests with the Government Accountability Office (GAO), which is scheduled to render judgments on both cases by early July. The Air Force sided with GE during the Great Engine War in 1984. Seeking to lower costs and motivate Pratt to resolve stall-stagnation problems with the original F100, the Air Force decided that year to split the engine contract for the F-15 and F-16 between GE's F110 and Pratt's F100. Thirty-six years later, the Air Force now worries about the schedule impact if the GAO sustains either or both of Pratt's protests of the F-15EX engine. Service officials decided to acquire the F-15EX after concluding the F-15C/Ds were too costly to sustain and because it would take too long for the Pratt F135-powered F-35A to replace all of them. Pratt's protests threaten to disrupt that schedule and erode the Air Force's original business case for the F-15EX. “If we have to do an engine competition, it will add time—2-3 years,” said Will Roper, assistant secretary of the Air Force for Acquisition, Technology and Logistics, testifying before the House Armed Services Committee on March 10. Only a decade ago, Pratt welcomed a vote by Congress in 2010 to cancel funding for the F-35 program's alternate engine, along with a decision by GE and Rolls-Royce a year later to abandon a plan to self-fund the certification of the F136. But Pratt now embraces the potential benefits of an engine competition for the F-15EX. “Our government supports competition at all levels, and we're interested in providing the F100 as a competitive alternative,” Pratt Military Engines President Matthew Bromberg told Aviation Week. “If we're not competitive in terms of capability, schedule [and] price, I get it. But after the U.S. government spent all this money creating two engines for the F-15 and F-16 platforms, why would it then not compete a 450-engine program?” Asked if the existing F100 would require additional development to meet the Air Force's requirements for the F-15EX, Bromberg replied that he cannot answer that question in the absence of a competitive process that allows Pratt access to the specifications. He also noted that the F100 exclusively powers the Air Force's existing fleet of F-15Es. The F100 and F110 were designed to fit interchangeably in the F-15, although the heavily modified Saudi Arabian F-15SA and the Qatari F-15QA from which the F-15EX was derived are exclusively powered by GE's engine. The GAO does not release complaints filed by protesters up front, but it does release the full text of decisions. It is not clear why Pratt filed two separate protests on the sole-source decision for the GE engine on the F-15EX, but Bromberg advised not reading too much into it. “I'd like to obviously be able to discuss them, but I can't because it's a legal process,” Bromberg said. “I would really view them as a single protest on a single procurement action, and that is a lack of competition.” https://aviationweek.com/defense-space/aircraft-propulsion/possible-new-engine-war-recasts-pratt-champion-competition

  • Rafael Not Giving Up UAS Ambitions

    August 20, 2018 | International, Aerospace

    Rafael Not Giving Up UAS Ambitions

    TEL AVIV—Rafael is not giving up on its goal of becoming a manufacturer of unmanned aircraft systems (UAS), with plans to resume talks to buy Israeli UAS maker Aeronautics and evaluate other options as ... http://aviationweek.com/defense/rafael-not-giving-uas-ambitions

  • Projet Tempest : BAE Systems souhaite fortement recourir à l’impression 3D et à la robotisation

    July 23, 2020 | International, Aerospace

    Projet Tempest : BAE Systems souhaite fortement recourir à l’impression 3D et à la robotisation

    Le groupe d'armement britannique BAE Systems vient de dévoiler une nouvelle «smart factory» à Warton, au Nord-Ouest de l'Angleterre, pour fabriquer l'avion de combat furtif de sixième génération Tempest. BAE Systems souhaite produire 30% des composants gr'ce à l'impression 3D, et réaliser plus de 50% de l'assemblage gr'ce à des robots intelligents, selon Les Echos. L'objectif est de réduire fortement les coûts et les délais du programme. Les Echos du 23 juillet

All news