Back to news

June 22, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - June 19, 2020

AIR FORCE

Federal Resources, Stevensville, Maryland; W.S. Darley & Co., Itasca, Illinois; US21 Inc., Fairfax, Virginia; Atlantic Diving Supply Inc., Virginia Beach, Virginia; and Tactical & Survival Specialties Inc., Harrisonburg, Virginia, have been awarded a $950,000,000, 10-year, multiple-award, indefinite-delivery/indefinite-quantity contract to provide equipment, training and product support to approximately 3,500 Air Force Special Warfare operators, as well as authorized users in support of Special Warfare mission requirements. Work will be performed at various U.S. locations, and is expected to be completed June 2030. These awards are the result of a competitive acquisition with 17 offers received. Fiscal 2019 other procurement funds in the amount of $2,000 will be obligated on the initial order placed against each of the contracts. Air Force Life cycle Management Center, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity. (FA8629-20-R-5003).

Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded an estimated $44,055,036 firm-fixed-price and cost-reimbursable contract for contractor engineering and technical services engine support for Air National Guard and Foreign Military Sales partners. Work will be performed in Thailand; Iraq; Jordan; Taiwan; Turkey; Bahrain; Morocco; Egypt; Chile; Pakistan; Indonesia; Oman; Utah; Texas; and Florida, and is expected to be completed June 30, 2023. This award is the result of a sole-source acquisition and is a basic indefinite-delivery/indefinite-quantity contract. No funds will be obligated at award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8604-20-D-8002).

General Dynamics Information Technology, Westwood, Massachusetts, has been awarded a $27,686,482 firm-fixed-price modification (P00012) to task order FA8051-18-F-0045 to support the Air Force Civil Engineering Center (AFCEC) in procurement of professional information technology services for AFCEC's Control Systems Cybersecurity Initiative. This modification provides for the full funding of Option Year One. Work will be performed in Panama City Beach, Florida, as well as various locations worldwide, and is expected to be completed Aug. 19, 2021. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. This modification brings the total cumulative face value of this contract to $78,113,693. The 772d Enterprise Sourcing Squadron, Tyndall Air Force Base, Florida, is the contracting activity.

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded an $18,733,197 firm-fixed-price, cost-plus-fixed-fee modification (P00026) to contract FA8615-17-C-6047 for active electronically scanned array radars of Air Force F-16 aircraft. The contract modification is for definitization of the Radio Frequency Target Generator, additional support equipment and software development to support Phase Two. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed by April 2023. Fiscal 2018 aircraft procurement funds in the amount of $3,510,172; and fiscal 2020 research, development, test and evaluation funds in the amount of $10,103,436 are being obligated at the time of award. Total cumulative face value of the contract is $1,027,044,025. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (Awarded June 18, 2020)

Ball Aerospace & Technologies Corp., Beavercreek, Ohio, has been awarded a $12,602,959 contract to develop, prototype and demonstrate an integrated sensor suite capability for effective cockpit sensing, including pilot physiology and cockpit environments. The final product will be a stand-alone prototype system ready for transition to platform program offices for acquisition. Work will be performed in Dayton, Ohio, and is expected to be completed Nov. 21, 2023. This award is the result of a competitive acquisition and seven offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,750,000 will be obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-C-6231).


ARMY

Airborne Systems North America of California Inc., Santa Ana, California (W911QY-20-D-0027); and Mills Manufacturing Corp.,* Asheville, North Carolina (W911QY-20-D-0028), will compete for each order of the $150,000,000 firm-fixed-price contract for the purchase of MC-6 personnel parachute systems. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 18, 2028. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Gilbane Federal, Concord, California, was awarded a $96,903,333 firm-fixed-price contract for construction of a new 135,392 gross square-foot building. Bids were solicited via the internet with five received. Work will be performed at Fort Gordon, Georgia, with an estimated completion date of June 19, 2022. Fiscal 2018, 2019 and 2020 military construction (Army) funds in the amount of $96,903,333 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-20-C-3006).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $71,134,382 modification (PZ0009) to contract W56HZV-19-C-0087 for heavy equipment transport system trailer and contractor logistics support. Work will be performed in Kampen, Netherlands; and Oshkosh, Wisconsin, with an estimated completion date of May 23, 2023. Fiscal 2018 and 2019 other procurement (Army) funds in the amount of $71,134,382 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Dawson HDR Services JV LLC,* Huntsville, Alabama (W9128A-20-D-0005); Engineering/Remediation Resources Group Inc.,* Martinez, California (W9128A-20-D-0006); GSI Pacific Inc.,* Honolulu, Hawaii (W9128A-20-D-0007); and Na Ali'i Consulting & Sales LLC,* Honolulu, Hawaii (W9128A-20-D-0008), will compete for each order of the $49,000,000 firm-fixed-price contract for environmental service activities at various locations within the U.S. Army Corp of Engineers, Honolulu District's area of responsibility. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of June 16, 2025. U.S. Army Corps of Engineers Honolulu, Hawaii, is the contracting activity.

Tepa EC,* Colorado Springs, Colorado, was awarded a $46,208,579 firm-fixed-price contract for construction of company operations facilities at Fort Carson. Bids were solicited via the internet with five received. Work will be performed at Fort Carson, Colorado, with an estimated completion date of April 5, 2022. Fiscal 2020 military construction (Army) funds in the amount of $46,208,579 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-C-0029).

General Electric Co., Cincinnati, Ohio, was awarded a $37,070,579 firm-fixed-price contract for support of the T700 series engine program. 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 Dec. 31, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-D-0046).

Record Steel And Construction Inc., Boise, Idaho, was awarded a $27,554,000 firm-fixed-price contract for design and construction of an approximately 51,000 square-foot, single-story joint simulation environment facility at Nellis Air Force Base. Bids were solicited via the internet with four received. Work will be performed in Las Vegas, Nevada, with an estimated completion date of June 30, 2022. Fiscal 2020 military construction, defense-wide funds in the amount of $27,554,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-20-C-0018).

Sauer Inc., Jacksonville, Florida, was awarded a $20,768,000 firm-fixed-price contract for an operations support facility. Bids were solicited via the internet with two received. Work will be performed in Fayetteville, North Carolina, with an estimated completion date of June 30, 2022. Fiscal 2020 military construction (Army) funds in the amount of $20,768,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-20-C-0016).

Stampede Ventures Inc., Nome, Alaska, was awarded a $10,398,844 firm-fixed-price contract to repair multiple systems and areas in Hangar 714 at Dover Air Force Base. Bids were solicited via the internet with one received. Work will be performed at Dover Air Force Base, Delaware, with an estimated completion date of Feb. 19, 2022. Fiscal 2020 civil construction funds in the amount of $10,398,844 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-20-C-0024).

Ophirex Inc.,* Corte Madera, California, was awarded a $9,873,778 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to support a clinical study to determine the safety and efficacy of Varespladib to control or prevent COVID-19-associated Acute Respiratory Distress Syndrome as an addition to standard of care. Bids were solicited via the internet with 63 received. Work will be performed in Corte Madera, California, with an estimated completion date of June 18, 2023. Fiscal 2020 Defense Health Program funds in the amount of $9,873,778 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-20-C-0066).

Mahaffey Tent & Awning Co. Inc.,* Memphis, Tennessee, was awarded a $9,201,291 modification (P00007) to contract W9124E-16-D-0006 for furnishing and maintenance of generators and providing potable water, portable light sets, sleep and dining facilities tents, hygiene units, tables, chairs and hand-wash stations. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of June 20, 2021. The U.S. Army 418th Contracting Support Brigade, Fort Hood, Texas, is the contracting activity.

NAVY

Ultra Electronics Ocean Systems, Braintree, Massachusetts, is awarded a $45,324,258 modification to previously awarded contract N00024-18-C-6405 for the production of MK54 MOD 0 lightweight torpedo (LWT) array kits. This modification combines purchases for the Navy (18%); the government of Canada (68%); Republic of Korea (8%); Denmark (5%); and Spain (1%), under the Foreign Military Sales (FMS) program. Work will be performed in Braintree, Massachusetts (70%); and Lititz, Pennsylvania (30%). This action is to exercise Phase One of Option Year Two of the MK54 MOD 0 LWT array kits program to supply array nose assembly kits. This option provides MK54 LWT MOD 0 array kits for the Navy and FMS partners, in addition to spares, production support material and related engineering services, hardware support and the maintenance of government-furnished equipment. Work is expected to be complete by March 2023. FMS funding in the amount of $37,374,934; and fiscal 2020 weapons procurement (Navy) funds in the amount of $7,949,324 will be obligated at time of award. Funds 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 $25,125,344 cost-plus-incentive-fee modification to previously awarded contract N00024-13-C-5116 to exercise an option for Aegis Combat System Engineering Agent (CSEA) efforts for the design, development, integration, test and delivery of Advanced Capability Build 20. Work will be performed in Moorestown, New Jersey. Under this contract, the Aegis CSEA develops, integrates, tests and delivers computer program baseline advanced capability builds (ACBs) and supports technology insertions (TIs). It also includes a replacement or upgrade of combat system computing hardware and associated middleware/firmware. The design development and develops engineering products support ship integration, developmental test and operational test events, develops training and logistics products and provides field technical support for designated Aegis baselines. The systems engineering, development and integration work under this contract begins with ACB 16 and TI 16, and continues with a future ACB/TI through the period of performance of the contract. Work is expected to be complete by December 2020. Fiscal 2020 research, development, test and evaluation (Navy) funds; and 2020 other procurement (Navy) funding in the amount of $25,125,344 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

American Computer Development Inc.,* Frederick, Maryland (N00164-20-D-JN94); Advance Circuit Technology Inc.,* Rochester, New York (N00164-20-D-JN95); Bionetics Corp.,* Heath, Ohio (N00164-20-D-JN96); ZENTECH Bloomington LLC,* Bloomington, Illinois (N00164-20-D-JN97); Printed Circuits Corp.,* Lilburn, Georgia (N00164-20-D-JN98); Sechan Electronics Inc.,* Lititz, Pennsylvania (N00164-20-D-JN99); Spectrum Advanced Manufacturing Technologies Inc.,* Colorado Springs, Colorado (N00164-20-D-JN00); and Unified Business Technologies Inc.,* Troy, Michigan (N00164-20-D-JN01), are awarded a $14,705,110 five-year, firm-fixed-price, multiple award contract for build-to-print circuit card assemblies for military projects. These contracts combine purchases for the Navy (58%); and sales to the governments of other countries (42%) under the Foreign Military Sales program. Work will be performed in Frederick, Maryland; Rochester, New York; Heath, Ohio; Bloomington, Illinois; Lilburn, Georgia; Lititz, Pennsylvania; Colorado Springs, Colorado; and Troy, Michigan. These build-to-print circuit card assemblies are used for military projects including, but not limited to, helmet display tracking system, fixed forward firing weapons and interface unit automatic data processor systems that are utilized on the MH-60R and MH-60S helicopters. Work is expected to be complete by June 2025. If all options are exercised, work will continue through June 2030. These contracts include options, which if exercised, will bring the cumulative value of these contracts to $38,418,061. Working capital funding that does not expire in the amount of $24,000 will be obligated at time of award. This contract was competitively procured via the beta.SAM website, and 11 offers were received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity.

T&M Painting & Construction Inc.,* Murrieta, California, is awarded $10,000,000 for an indefinite-delivery/indefinite-quantity contract with a maximum amount of $10,000,000 for exterior and interior painting at the Naval Base Point Loma, California. All work on this contract will be performed in San Diego, California. The initial task order is being awarded at $254,029 for exterior painting at Building T302 and Building 145, Naval Information Warfare Center (NIWC) Pacific. The work to be performed is for the preparation of paint surfaces and various buildings aboard Naval Base Point Loma facilities and also includes incidental lead paint removal, scrapping and removing old paint on fascia boards, doors, windows and trim, eves, downspouts and rain gutters and power washing of paint surfaces as needed. Work is expected to be complete by September 2020. The term of the contract is not to exceed 60 months with an expected completion date of June 2025. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $254,029 are obligated on this award. Funds will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N. This contract was competitively procured via the Navy Electronic Commerce Online website, and three proposals were received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-0003).

Lockheed Martin Rotary and Mission Systems, Owego, New York, is awarded $7,732,575 firm-fixed-price delivery order N00019-20-F-0406 against basic ordering agreement N00019-19-G-0029. Work will be performed in Owego, New York. This delivery order procures labor and hardware to design, develop and test upgrades to currently fielded operation test program sets required for intermediate level support, to include the audio management computer-lite, smart multi-function display, common avionics multi-function display and the control display unit in support of the H-60 Multi-Mission helicopter. Work is expected to be complete by September 2023. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,732,575 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Aurora Flight Sciences Corp., Manassas, Virginia, has been awarded a $7,115,128 cost-plus-fixed-fee contract for the Control of Revolutionary Aircraft with Novel Effectors (CRANE) program. Work will be performed in Manassas, Virginia (50%); Tucson, Arizona (26%); St. Louis, Missouri (15%); and Los Angeles, California (9%), with an estimated completion date of June 2021. Fiscal 2020 research and development funds in the amount of $7,109,177 are being obligated at the time of award. This contract is a competitive acquisition in accordance with the original broad agency announcement HR0011-19-S-0072. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0119).

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2226670/source/GovDelivery/

On the same subject

  • Contract Awards by US Department of Defense - October 4, 2018

    October 5, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 4, 2018

    NAVY Asturian-Consigli JV LLC,* Virginia Beach, Virginia (N40085-18-D-1124); Edifice LLC, doing business as Edifice Solutions,* Beltsville, Maryland (N4008-18-D-1125); ED DesignBuild LLC,* Germantown, Maryland (N40085-18-D-1126); HCG-JCG JV,* Escondido, California (N40085-18-D-1127); and Military and Federal Construction Co. Inc.,* Jacksonville, North Carolina (N40085-18-D-1128), were each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for general construction projects in the Hampton Roads area of Virginia. The maximum dollar value for all five contracts combined is $249,000,000. The work to be performed provides for, but is not limited to, new construction, renovation, alteration, and repairs for general construction projects. Types of facilities include, but are not limited to warehouses, training facilities, personnel support and service facilities, housing facilities, etc. Asturian-Consigli JV LLC is awarded initial task order at $2,947,636 for the foundation and crawl space repairs at the advanced electronic guidance and instrumentation system facility (V-10) on Wallops Island, Accomack County, Virginia. Work for this task order is expected to be completed by December 2019. All work on this contract will be performed in the Naval Facilities Engineering Command, Mid-Atlantic Hampton Roads area, Virginia. The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 operations and maintenance, (Navy) contract funds in the amount of $2,967,636 are obligated on this award and expired at the end of fiscal 2018. Future task orders will be primarily funded by operation and maintenance, (Navy) and military construction. This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. (Awarded Sept. 29, 2018) MacDonald-Bedford | MBP JV,* Alameda, California, was awarded a maximum amount $98,000,000 indefinite-delivery/indefinite-quantity contract to provide construction management services in support of the Guam Defense Policy Review Initiative (DPRI) Program. The work to be performed will support the existing Naval Facilities Engineering Command (NAVFAC) workforce capabilities and provide increased capability to support construction projects and associated efforts undertaken by NAVFAC Pacific. The outcome to be achieved is the hiring of temporary supplemental construction management and engineering technician services. No task orders are being issued at this time. Work will be performed primarily in the Marianas region of operation (to include the following islands but not limited to: Guam, Tinian, Pagan, Palau, Chuuk, Saipan, and Northern Mariana Islands) (80 percent); Australia (10 percent); and Hawaii (10 percent), and is expected to be completed by September 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and expired at the end of fiscal 2018. 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 six proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-18-D-1171). (Awarded Sept. 29, 2018) Davcon Inc.,* Virginia Beach, Virginia (N40085-18-D-1149); Delaware Corp.,* Topping, Virginia (N4008-18-D-1150); Doyon Project Services,* Federal Way, Washington (N40085-18-D-1151); Rand Enterprises,* Newport News, Virginia (N40085-18-D-1152); and Within Interior Design Inc., doing business as Tazewell Contracting,* Norfolk, Virginia (N40085-18-D-1153), were each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for heating, ventilating and air conditioning construction projects in the Hampton Roads area of Virginia. The maximum dollar value for all five contracts combined is $95,000,000. The work to be performed will primarily consist of new construction, demolition, repair, alteration, and renovation of heating, ventilating and air conditioning equipment, systems and infrastructure to include system components such as fans, motors, ductwork, controls, pumps, piping, supports, and insulation. Types of facilities on which work will be performed include administrative/industrial buildings, maintenance shops, warehouses, hangars, communications facilities, personnel support/instructional buildings, recreational facilities, lodging/dormitory facilities, medical clinics, training areas, indoor ranges, etc. Davcon Inc. is being awarded initial task order at $148,400 for the replacement of a chiller at Building 3889 at Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, Virginia. Work for this task order is expected to be completed by February 2019. All work on this contract will be performed in the Naval Facilities Engineering Command, Mid-Atlantic Hampton Roads area, Virginia. The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $168,400 are obligated on this award and expired at the end of the fiscal 2018. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with 11 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. (Awarded Sept. 29, 2018) A&H-Ambica JV LLC,* Livonia, Michigan (N40085-18-D-8733); Building Associates Inc.,* Bloomington, Indiana (N4008-18-D-8734); Federal Construction Group Inc.,* San Diego, California (N40085-18-D-8735); Krempp Construction Inc., Jasper, Indiana (N40085-18-D-8736); Midnight Sun Global Services LLC,* South Bend, Indiana (N40085-18-D-8737); and SEI Group Inc., Huntsville, Alabama (N40085-18-D-8738), were each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for general construction projects in Crane, Indiana. The maximum dollar value for all six contracts combined is $95,000,000. The work to be performed provides for, but is not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure and may include civil, structural, mechanical, electrical, fire protection, and communication systems. Types of facilities include administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, roads, etc., in support of the Naval Facilities Engineering Command, Public Works Department Crane, Indiana. A&H-Ambica JV LLC is awarded initial task order at $1,876,276 for the renovation of Building 2724 Break Room Renovation at Public Works Department Crane, Indiana. Work for this task order is expected to be completed by October 2019. All work on this contract will be performed in the Naval Facilities Engineering Command, Mid-Atlantic Public Works Department Crane, Indiana area of responsibility. The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 Navy working capital contract funds in the amount of $1,901,276 are obligated on this award and expired at the end of fiscal 2018. Future task orders will be primarily funded by operations and maintenance (Navy); and military construction. This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. (Awarded Sept. 29, 2018) DEFENSE LOGISTICS AGENCY BP Products North America Inc., Chicago, Illinois, has been awarded a maximum $47,075,766 fixed-price with economic price adjustment contract for aviation fuel. This was a competitive acquisition with 19 offers received. This is a one-year base contract with no option periods. Location of performance is Singapore, with a Dec. 31, 2019, performance completion date. Using military services are Army, Navy, and Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-19-D-0452). Olgoonik Technical Services LLC, Anchorage, Alaska, has been awarded a maximum $11,579,403 modification (P00027) exercising the third one-year option period of a one-year base contract (SP3300-16-C-5001) with four one-year option periods for warehousing and distribution support services. This is a fixed-price-incentive firm contract with cost-reimbursement line items. The modification brings the total cumulative face value of the contract to $40,706,113 from $29,126,709. Locations of performance are Alaska and California, with an Oct. 15, 2019, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. AIR FORCE Onvoi LLC, De Funiak Springs, Florida, has been awarded a $39,951,581 contract for base operating services at March Air Reserve Base, California. This contract provides for all personnel, supervision, equipment, tools, materials, supplies, test equipment, and other items and services necessary to accomplish supply, vehicle operations and maintenance, traffic management, real property maintenance, fuels management, and airfield management. Work will be performed at March ARB, California, and is expected to be completed by Oct. 31, 2023. This award is the result of a competitive acquisition and 10 offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,106,974 are being obligated at the time of award. Air Force Reserve Command Robins Air Force Base, Georgia, is the contracting activity (FA4664-19-C-0001). CORRECTION: The Sept. 28, 2018, announcement of a $1,051,818,540 cost-plus-fixed-fee contract award to The Aerospace Corp., El Segundo, California (FA8802-19-C-0001), for Federally Funded Research and Development Center support, was not for a contract modification. All other information in the announcement is correct. ARMY Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $16,038,473 modification (P00151) to contract W56HZV-15-C-0095 for spares acquisition integrated with production. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Dec. 31, 2018. Fiscal 2018 procurement Marine Corps; and other procurement, Army funds in the amount of $16,038,473 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1654951/source/GovDelivery/

  • Lockheed eyes 5G trials following delivery of test bed to Marine Corps

    August 31, 2023 | International, Naval

    Lockheed eyes 5G trials following delivery of test bed to Marine Corps

    The delivery to Camp Pendleton in California marks a step forward for the Open Systems Interoperable and Reconfigurable Infrastructure Solution, or OSIRIS.

  • Booz Allen Hamilton wins massive Pentagon artificial intelligence contract

    May 19, 2020 | International, C4ISR, Security

    Booz Allen Hamilton wins massive Pentagon artificial intelligence contract

    Andrew Eversden Booz Allen Hamilton won a five-year, $800 million task order to provide artificial intelligence services to the Department of Defense's Joint Artificial Intelligence Center (JAIC). Under the contract award, announced by the General Services Administration and the JAIC on May 18, Booz Allen Hamilton will provide a “wide mix of technical services and products” to support the JAIC, a DoD entity dedicated to advancing the use of artificial intelligence across the department. The contracting giant will provide the JAIC with “data labeling, data management, data conditioning, AI product development, and the transition of AI products into new and existing fielded programs,” according to the GSA news release. “The delivered AI products will leverage the power of DoD data to enable a transformational shift across the Department that will give the U.S. a definitive information advantage to prepare for future warfare operations,” the release said. The contract will support the JAIC's new joint warfighting mission initiative, launched earlier this year. The initiative includes “Joint All-Domain Command and Control; autonomous ground reconnaissance and surveillance; accelerated sensor-to-shooter timelines; operations center workflows; and deliberate and dynamic targeting solutions,” said JAIC spokesperson Arlo Abrahamson told C4ISRNET in January. The joint warfighting initiative is looking for "AI solutions that help manage information so humans can make decisions safely and quickly in battle,” Abrahamson said. The award to Booz Allen Hamilton will push that effort forward, Lt. Gen. Jack Shanahan, the center's director, said in a statement. “The Joint Warfighting mission initiative will provide the Joint Force with AI-enabled solutions vital to improving operational effectiveness in all domains. This contract will be an important element as the JAIC increasingly focuses on fielding AI-enabled capabilities that meet the needs of the warfighter and decision-makers at every level," Shanahan said. DoD CIO Dana Deasy told Defense News in December that the JAIC would embark on its first lethality project in 2020, which Abrahamson said would be part of the joint warfighting initiative. According to an April blog post from the JAIC, the initiative's first RFP released in March included the ethical principles DoD adopted this year, an effort to quell concern about how the Pentagon uses artificial intelligence. The award to Booz Allen Hamilton was made by the GSA through its Alliant 2 Government-wide Acquisition Contract, a vehicle designed to provide artificial intelligence services to the federal government. The GSA and JAIC have been partners since last September, when the pair announced that they were teaming up as part of the GSA's Centers of Excellence initiative, a program meant to accelerate modernization with agencies across government. “The CoE and the JAIC continue to learn from each other and identify lessons that can be shared broadly across the federal space,” said Anil Cheriyan, director of the GSA's Technology Transformation Services office, which administers the Centers of Excellence program. “It is important to work closely with our customers to acquire the best in digital adoption to meet their needs.” https://www.c4isrnet.com/artificial-intelligence/2020/05/18/booz-allen-hamilton-wins-massive-pentagon-artificial-intelligence-contract

All news