Back to news

June 23, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - June 22, 2020

NAVY

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded an $869,043,785 cost-plus-fixed-fee and cost-plus-incentive-fee modification to previously awarded contract N00024-17-C-2117. This modification includes continued design completion, engineering work, affordability studies and design support efforts for the Columbia Class fleet ballistic missile submarines (SSBNs). Work will be performed in Groton, Connecticut (41%); Quonset Point, Rhode Island (14%); and Newport News, Virginia (2%), with other efforts performed at various sites throughout the U.S. (43%). This modification also includes submarine industrial base development and expansion efforts as part of the integrated enterprise plan and multi program material procurement supporting Columbia SSBNs and the nuclear shipbuilding enterprise (Virginia class and Ford class). The contract modification also provides additional United Kingdom (U.K.) Strategic Weapon Support System kit manufacturing and effort to support expansion of the domestic missile tube industrial base. Specific effort includes design completion associated with the SSBN 827 technical variance documentation; non-recurring design effort for scope changes between the SSBN 826 and SSBN 827; design for affordability; lead ship component development lead yard support; follow ship lead yard support; and implementation of enhanced cyber security measures. Further, the action includes U.K. Strategic Weapon Support System kit manufacturing; expansion of the domestic missile tube industrial base; and submarine industrial base supplier development efforts. The submarine industrial base development and expansion efforts improve sub-tier vendor stability and gains economic efficiencies based on production economies for major components. The nuclear shipbuilding industrial base continues to ramp up production capability to support the increased demand associated with the Navy's Force Structure Assessment. Improved capacity at the sub-tier vendors reduces risk across nuclear shipbuilding programs. The contract modification includes a fully priced option for the construction of SSBN 826 and SSBN 827, associated design and engineering support. For SSBN 827, the modification covers advance procurement, advance construction and subsequent fiscal 2024 construction of SSBN 827. This option is required to support October 2020 construction start of the SSBN 826. If the option is exercised, the cumulative value of this contract will increase to $9,473,511,245. Work is expected to be complete by December 2031. The industrial base development work is for the furtherance of the fiscal 2020 National Defense Authorization Act (Public Law 116-92) and the Consolidated Appropriations Act 2020 (Public Law 116-93), which authorized and appropriated additional funds for submarine industrial base development and expansion to ensure second and third-tier contractors are able to meet increased production requirements. This is a joint U.S. and U.K. program; U.S. fiscal 2020 national sea-based deterrence funds in the amount of $31,903,052 will be obligated at the 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.

General Atomics Aeronautical Systems Inc., Poway, California, is awarded a $26,866,441 firm-fixed-price contract that procures two MQ-9A Reaper unmanned air systems (UAS); one dual control mobile ground control station; one modular data center; and one mobile ground control station for Group 5 UAS intelligence, surveillance and reconnaissance services/persistent strike efforts. Work will be performed in Yuma, Arizona (40%); and various locations outside the continental U.S. (60%), and is expected to be complete by December 2020. Fiscal 2020 aircraft procurement (Navy) funds for $26,866,441 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0031). (Awarded June 19, 2020)

Alabama Shipyard LLC, Mobile, Alabama, is awarded a $23,752,381, firm-fixed-price contract for a 96-calendar day shipyard availability for the regular overhaul and dry docking of the USSN Ship Supply (T-AOE 6). Work will be performed in Mobile, Alabama, and is expected to be complete by November 2020. This contract includes one base period and 10 options which, if exercised, would bring the cumulative value of this contract to $26,361,776. Working capital funds (Navy) in the amount of $23,752,381 are obligated for fiscal 2020 and 2021, and will not expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the Government Point of Entry website, and one offer was received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205).

Pacific Maritime Industries,* San Diego, California (N00244-20-D-0005); Marine & Restaurant Fabricators,* San Diego, California (N00244-20-D-0006); and JPL Habitability,* National City, California (N00244-20-D-0007), are awarded an estimated $23,192,490 for multiple award, firm-fixed-price, indefinite-delivery/indefinite-quantity contracts to provide shipboard furniture supplies to renovate spaces onboard Navy ships. Work will be performed at all three contractor locations San Diego, California; and National City, California (collectively 70% as breakdown cannot be determined at this time); and Naval Base San Diego, San Diego, California (30%). Incidental services involve preparation of spaces and installation. Related tasks may include, but are not limited to, overheads, decks, bulkheads, furniture, rearrangements, new arrangements, fabrication of shipboard furniture and food service items, installation and removals, etc. The contract will include a one-year base period and two one-year option periods and the total value of this contract will have a ceiling price of $23,192,490, if exercised. The ordering period of the contract is expected to be complete by June 2021; if all options are exercised, the ordering period will be complete by June 2023. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $52,500 will be obligated ($17,500 on each of the three contracts to fund the contracts' minimum amounts) and funds will expire at the end of the current fiscal year. Delivery orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.sam.gov as a total small business set-aside requirement with three offers received. The Naval Supply Systems Command Fleet Logistics Center San Diego, San Diego, California, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $12,522,521 firm-fixed-price, cost-plus-fixed-fee order (N61340-20-F-0096) against previously issued basic ordering agreement N00019-16-G-0001. This order procures non-recurring engineering in support of establishing a functional configuration baseline in support of the production and delivery of Automatic Dependent Surveillance-Broadcast Out (ADS-B Out) A-kits and B-kits for the T-45 Training System. Work will be performed in St. Louis, Missouri (97%); Mesa, Arizona (1%); and various locations within the continental U.S. (2%). This order provides for the procurement of B-kits, to include air data computers and A-kits, which consist of associated wiring, splitters and filters and spares. This order also provides kit integration, follow-on analysis and engineering in support of issues that may arise during kit production and installation. Work is expected to be complete by January 2023. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,109,441; fiscal 2019 aircraft procurement (Navy) funds in the amount of $4,516,503; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $1,387,476 will be obligated at time of award; $7,109,441 will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. (Awarded June 19, 2020)

FGS LLC, LaPlata, Maryland, is awarded a $9,760,698 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures network video teleconference equipment for the integrated command control and intelligence divisions integration of specialized network video teleconference systems in support of the command, control, communications, computers, cyber, intelligence, surveillance and reconnaissance missions of the Joint Staff and combatant commanders, Department of Defense agencies and services, and Department of Homeland Security operational and support components. Work will be performed in LaPlata, Maryland, and is expected to be complete by June 2022. No funds will be obligated at the time of award, but will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal and two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0029).

Innovative Defense Technologies LLC,* Arlington, Virginia, is awarded a $9,738,679 cost-plus-fixed-fee order (N68335-20-F-0349) against previously issued basic ordering agreement N68335-19-G-0036. This order provides for continued research and development efforts under Small Business Innovation Research topic N171-012, titled “Transition of Mission Planning Software to a Next Generation Component Based, Open Architecture using Advanced Refactoring Technology;” topic N07-137, titled “Artifact Assessment Tool Suite Infrastructure;” and topic N171-049, titled “Cyber Resiliency via Virtualization for Combat System.” Work will be performed in Huntsville, Alabama (58%); Mt. Laurel, New Jersey (20%); Arlington, Virginia (20%); and Fall River, Massachusetts (2%). This order provides further research and development of the Next-Generation Open Architecture (NGOA) Mission Planning System. The NGOA Mission Planning System includes a combat management system architecture that enables rapid software changes and fleet fielding, and an artificial intelligence/machine learning based dynamic mission planning capability that spans fleet-level and individual platform-level planning. Work is expected to be complete by June 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds for $9,403,719 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

The Boeing Co., Seattle, Washington, is awarded a $9,000,000 modification (P00004) to firm-fixed-price order N00019-19-F-2963 against previously issued basic ordering agreement N00019-16-G-0001. This modification procures research and development support for airworthiness assessment activities associated with wing stores and configurations to be analyzed with the Wideband Satellite Communication radome for P-8A airworthiness certification and flight tests for the Navy and government of Australia. Work will be performed in Seattle, Washington (85%); and Patuxent River, Maryland (15%), and is expected to be complete by September 2021. Fiscal 2020 research, development, test, and evaluation (Navy) funds for $500,000; and foreign cooperative project funds for $3,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Bethpage, New York, is awarded an $8,902,824 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-17-C-6311 for basic outfitting assembly (BOA) installation labor and BOA installation labor other direct costs to support the Littoral Combat Ship (LCS) Mission Modules Program. Work will be performed in Port Hueneme, California (80%); and Bethpage, New York (20%). The LCS Mission Modules Program provides the fleet with sets of mission capabilities that are packaged as mission modules and combined into mission packages to maximize the affordability for the utility of LCS sea frames. Each mission module makes use of common support containers whose designs are based upon an International Organization for Standardization-compliant base shipping container. The “base” container is built to print with adjustable interior rails that can be reconfigured for a variety of applications. Work is expected to be complete by June 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $199,400 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.

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY

Lincoln Public School, Lincoln, Massachusetts, is being awarded an $85,722,108 firm-fixed-price contract for comprehensive educational program services for Pre-K-grade 12 and special education services. The place of performance will be at Hanscom Air Force Base, Massachusetts. The period of performance is one 12-month base period and four 12-month option years. Fiscal 2020 operations and maintenance funding in the amount of $15,909,600 will be obligated on this award. This contract was awarded as full and open competition in accordance with Federal Acquisition Regulation Part 15 (contracting by negotiation). The Department of Defense Education Activity, Alexandria, Virginia, is the contracting activity (HE1254-20-C-0005).

Caesar Rodney School District, Camden-Wyoming, Delaware, is being awarded a $54,322,239 firm-fixed-price contract for comprehensive educational program services for K-grade 12 and special education services. The place of performance will be at Dover Air Force Base, Delaware. The period of performance is one 12-month base period and four 12-month option years. Fiscal 2020 operations and maintenance funding in the amount of $9,844,731 will be obligated on this award. This contract was awarded as full and open competition in accordance with Federal Acquisition Regulation Part 15 (contracting by negotiation). The Department of Defense Education Activity, Alexandria, Virginia, is the contracting activity (HE1254-20-C-0003).

ARMY

VisionCorps, Lancaster, Pennsylvania, was awarded a $24,381,000 firm-fixed-price contract to procure Integrated Head Protection System Suspension systems. 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 18, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-20-D-0009).

The University of Maine System, Orono, Maine, was awarded a $19,915,332 cost-no-fee contract for expeditionary maneuver support materials and structures. Bids were solicited via the internet with one received. Work will be performed in Orono, Maine, with an estimated completion date of June 22, 2025. Fiscal 2020 research, development, test and evaluation (Army) funds in the amount of $3,215,332 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0053).

Inovio Pharmaceuticals Inc.,* Plymouth Meeting, Pennsylvania, was awarded a $16,570,397 firm-fixed-price contract for 900 CELLECTRA 2000 DNA vaccine injection devices. Bids were solicited via the internet with one received. Work will be performed in Plymouth Meeting, Pennsylvania, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 defense emergency response funds in the amount of $16,570,397 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0084). (Awarded June 19, 2020)

Airborne Systems North America of California Inc., Santa Ana, California, was awarded a $13,231,241 firm-fixed-price contract for spare components for the RA-1 Parachute System. 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 22, 2026. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0076).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $10,564,760 modification (P00097) to contract W56HZV-15-C-0095 for field service representatives to provide maintenance to Joint Light Tactical Vehicles during an exercise being conducted by the United Kingdom Ministry of Defense. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Jan. 31, 2023. Fiscal 2020 Foreign Military Sales (United Kingdom) funds in the amount of $10,564,760 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Winston-Salem Industries For The Blind Inc., Winston-Salem, North Carolina, was awarded an $8,127,000 firm-fixed-price contract to procure Integrated Head Protection System Suspension Systems. 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 21, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-20-D-0010).

CORRECTION: A $7,985,880 contract modification announced on June 18, 2020, to DRS Sustainment Systems Inc., St. Louis, Missouri (W56HZV-16-C-0028), for seven Joint Assault Bridge Systems, incorrectly included an estimated completion date of May 11, 2024. The estimated completion date is actually Dec. 30, 2021.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2228273/source/GovDelivery/

On the same subject

  • Contract Awards by US Department of Defense - January 30, 2019

    January 31, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - January 30, 2019

    NAVY Lockheed Martin Space, Sunnyvale, California, is awarded $559,622,074 for cost-plus-incentive-fee, fixed-price-incentive, cost-plus-fixed-fee modification P00004 to a previously awarded contract (N00030-18-C-0100) for Trident II (D5) missile production and deployed system support. Work will be performed in Magna, Utah (29.47 percent); Sunnyvale, California (16.75 percent); Cape Canaveral, Florida (14.07 percent); Pittsfield, Massachusetts (6.00 percent); Denver, Colorado (5.56 percent); Camden, Arizona (3.96 percent); Titusville, Florida (3.87 percent); Kingsport, Tennessee (3.87 percent); Kings Bay, Georgia (3.15 percent); El Segundo, California (2.87 percent); Lancaster, Pennsylvania (2.00 percent); Clearwater, Florida (1.11 percent); Inglewood, California (1.08 percent); and other various locations less than one percent (6.24 percent total), and work is expected to be completed Sept. 30, 2023. Fiscal 2019 weapons procurement (Navy) funds in the amount of $412,117,013; fiscal 2019 other procurement (Navy) funds in the amount of $9,717,587; and United Kingdom funds in the amount of $137,787,474 will be obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Northrop Grumman Systems Corp., San Diego, California, is awarded $55,062,919 for modification P00011 to a previously awarded fixed-price-incentive-firm contract (N00019-16-C-0055). This modification provides for the procurement of five Fire Scout MQ-8C unmanned air systems and two lightweight fuel cells. Work will be performed in San Diego, California (33 percent); Ozark, Alabama (27 percent); Fort Worth, Texas (18 percent); Moss Point, Mississippi (16 percent); and various locations within the continental U.S. (6 percent), and is expected to be completed in August 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $55,062,919 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DynCorp International LLC, Fort Worth, Texas, is awarded $43,856,375 for modification P00017 to a previously awarded firm-fixed-price, cost-reimbursement indefinite-delivery/indefinite-quantity contract (N00019-15-D-0001). This modification exercises an option for organization, selected intermedia, limited depot level maintenance, and logistics services in support of the Naval Aviation Warfighting Development Center's (NAWDC) F/A-18A/B/D/D/E/F, EA-18G, MH-60S, F-16A/B, and E-2C aircraft. Work will be performed at NAWDC, Fallon, Nevada, and is expected to be completed in January 2020. No funds are being obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. B.L. Harbert International, Birmingham, Alabama, is awarded a $41,832,719 firm-fixed construction contract for a hangar located at the Naval Air Station Patuxent River, Maryland. The project will construct an 80,000 square foot hangar and associated facility to support research, development, testing, and evaluation of unmanned carrier-launched aerial surveillance systems to be located at the air station. The contract also contains five unexercised option, which if exercised would increase cumulative contract value to $44,374,719. Work will be performed in Patuxent River, Maryland, and is expected to be completed 607 days after award. Fiscal 2017 military construction (Navy) contract funds in the amount of $41,832,719 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity (N40080-19-C-2015). RQ Construction Inc., Carlsbad, California, is awarded a $41,429,522 firm-fixed-price contract for the design and construction of a maintenance hangar in support of the EA-18 Growler aircraft at Naval Air Station Whidbey Island, Washington. The facility will provide high-bay space for aircraft maintenance, maintenance shops, and open bay warehouse space for aircraft equipment and administrative spaces. Work will be performed in Oak Harbor, Washington, and is expected to be completed by July 2021. Fiscal 2017 military construction (Navy) contract funds in the amount of $41,429,522 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with nine proposals received. Naval Facilities Engineering Command Northwest, Silverdale, Washington, is the contracting activity (N44255-19-C-0003). Booz Allen Hamilton Inc., McLean, Virginia, is awarded a $36,655,871 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite quantity contract for Identity Dominance System (IDS) technology refresh for the Department of Defense. The IDS technology refresh effort is a refresh of the entire current configuration. The primary focus of this contract is the acquisition of a hand-held biometric hardware device for the IDS program to replace the current integrated base unit. Work will be performed in McLean, Virginia, and is expected to be completed by January 2024. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $1,522,548 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was solicited on a full and open competition basis via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-19-D-4000). Raytheon Co. Missile Systems, Tucson, Arizona, is being awarded $32,958,080 for modification P00002 to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee contract (N00019-18-C-0088). This modification provides for engineering and manufacturing development of the Miniature Air Launched Decoy – Navy. Work will be performed in Tucson, Arizona, and is expected to be completed in July 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $16,197,594 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. L3 Aviation Products Inc., Alpharetta, Georgia, is awarded a $16,138,920 firm-fixed-price indefinite-delivery/indefinite-quantity contract to procure a maximum quantity of 840 technically refreshed multi-function displays for retrofits and spares in support of the AH-1Z and UH-1Y aircraft. Work will be performed in Alpharetta, Georgia, and is expected to be completed in September 2022. No funds will be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0009). The Boeing Co., St. Louis, Missouri, was awarded $15,991,141 for modification P00001 to delivery order N0001918F1652 previously placed against basic ordering agreement N00019-16-G-0001. This modification exercises an option for the procurement of 79 Harpoon Block II Plus Tactical Missile upgrade kits for the Navy. Work will be performed in St. Charles, Missouri (69.5 percent); Galena, Kansas (10.5 percent); Minneapolis, Minnesota (6.6 percent); St. Louis, Missouri (6.5 percent); Lititz, Pennsylvania (2.2 percent); O'Fallon, Missouri (1.1 percent); Cedar Rapids, Iowa (.6 percent), and various locations within the continental U.S. (3 percent). Work is expected to be completed in March 2022. Fiscal 2019 weapons procurement (Navy) funds in the amount of $15,991,141 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Vertical Protective Apparel LLC,* Shrewsbury, New Jersey, is awarded $14,539,807 for firm-fixed-price delivery order M67854-19-F-1541 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-18-D-1309) for the production and integration of 56,710 Plate Carrier Generation III complete systems and 61,729 components and spares. Work will be performed in Guanica, Puerto Rico, and is expected to be complete by Jan. 29, 2021. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $14,539,807 will be obligated at the time of award and funds will expire the end of the current fiscal year. The base contract was competitively procured as a Total Small Business Set Aside via the Federal Business Opportunities website, with four offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. Central Lake Armor Express Inc.,* Central Lake, Michigan, is awarded $10,432,525 for firm-fixed-price delivery order M67854-19-F-1542 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-19-D-1509) for the production of 1,322,654 Plate Carrier Generation III soft armor inserts and data reports. Work will be performed in Central Lake, Michigan, and is expected to be complete by Oct. 24, 2023. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $10,432,525 will be obligated at the time of award and funds will expire the end of the current fiscal year. The base contract was competitively procured as a total small business set aside via the Federal Business Opportunities website, with 13 offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. Sealift Inc. of Delaware, Oyster Bay, New York, is awarded $9,106,750 under previously awarded contract N3220518C3352 to exercise an option for a vessel for transportation of dry cargo worldwide. The U.S. flagged vessel MV Black Eagle is employed in worldwide trade for the transportation and prepositioning of cargo (including, but not limited to, hazardous cargo, explosives, ammunition, vehicular, containerized, and general cargo), and for military readiness, in accordance with the terms of this charter. Work will be performed worldwide and is expected to be completed January 2020. Working capital funds in the amount of $9,106,750 will be obligated at the time of award and will not expire at the end of the current fiscal year. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. Nordam Group Inc., Tulsa, Oklahoma, is awarded a $7,902,620 firm-fixed-priced contract for first article testing in support of the Super Hornet F/A-18 E-G 11 flight control surfaces. This is a one-year contract with no option periods. Work will be performed in Tulsa, Oklahoma, and work is expected to be completed by January 2020. Working capital (Navy) funds in the full amount of $7,902,620 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304 (c)(2), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. (N00383-19-C-C003) Barnhart-Reese Construction Inc.,* San Diego, California, is awarded $7,127,423 for firm-fixed-price task order N6247319F4263 under a previously awarded multiple award construction contract (N62473-17-D-4629), for the renovation of historic Building 158 and demolition of Building 58 at Naval Base Point Loma, California. The work to be performed provides for the renovation of Building 158 into a two-story space with a basement, suitable for administration and training. Project includes demolition to cut openings for completion of a seismic retrofit, and installation of an elevator and ramp to bring the building into American Disabilities Act compliance; constructing walls throughout all three floors to enclose offices, interview rooms, an evidence room, men and women locker rooms, storage areas, and classrooms. The project also installs a new generator, new heat ventilation air conditioning, and repairs the existing pavement around the facility. Building 58 located at the Harbor Drive Annex will be demolished. The task order also contains two unexercised options and two planned modifications, which if exercised would increase the cumulative contract value to $8,188,231. Work will be performed in San Diego, California, and is expected to be completed by August 2020. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $7,127,423 are obligated on this award and will expire at the end of the current year. Four proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity. AIR FORCE Sallyport Global Holdings, Reston, Virginia, has been awarded a not-to-exceed $375,000,000 cost-plus-fixed-fee undefinitized contract action to provide base operations support, base life support, and security services in the support of the Iraq F-16 program. Work will be performed on Balad Air Base, Iraq, and is expected to be completed by Jan. 30, 2020. This contract was the result of a sole-source acquisition and involves foreign military sales to Iraq. Foreign military financing loan repayable funds in the amount of $183,750,000 are being obligated at the time of the award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8630-19-C-5004). JC Builders JV,* Alamogordo, New Mexico (FA4801-19-D-A003); Mirador Enterprises LLC,* El Paso, Texas (FA4801-19-D-A006); Native American Services Corp.,* Alamogordo, New Mexico (FA4801-19-D-A004); Mesa Verde Enterprises,* Alamogordo, New Mexico (FA4801-19-D-A007); LC Structural Inc.,* Las Cruces, New Mexico (FA4801-19-D-A001); Veliz Construction,* El Paso, Texas (FA4801-19-D-A005); E-Corp,* Layton, Utah (FA4801-19-D-A008); and R-CON Construction Inc.,* Las Cruces, New Mexico (FA4801-19-D-A009), have been awarded a five-year aggregate ceiling $90,000,000 indefinite-delivery/indefinite-quantity contract to provide a broad range of maintenance, repair and construction work at Holloman Air Force Base, New Mexico. Task orders will use a variety of trades such as road repair, roofing, excavation, electrical, mechanical, plumbing, sheet metal, painting, demolition, concrete, masonry and welding. Work is scheduled to commence March 1, 2019, and is expected to be completed by Dec. 31, 2023. No funds will be obligated at time of award but 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, with 20 offers received. The 49th Contracting Squadron, Holloman AFB, New Mexico, is the contracting activity. Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a $39,957,226 contract modification (P00013) to contract FA8525‐16‐D‐0003 for C‐5 contractor logistics support services. The contract involves supply chain management, repair and technical support services. Work will be performed in Marietta, Georgia; and Greenville, South Carolina, and is expected to be completed by Jan. 31, 2021. This award is a result of a sole-source acquisition and only one off was received. Fiscal 2019 through fiscal 2021 Material Support Division, and operations and maintenance funds in the amount of $14,993,394 are being obligated at the time of award. Air Force Lifecycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. Goodrich Corp., Brea, California, has been awarded an estimated $27,095,145 requirements contract for the repair/overhaul of the internal rescue hoist on UH-1N and aircraft mounted winch on HH-60 helicopters. This contract provides for the contractor to repair and perform program depot-level maintenance and unscheduled program depot-level maintenance in support of the UH-1N and HH-60 helicopters. Work will be performed in Brea, California, and is expected to be completed by Jan. 29, 2024. This award is the result of a sole-source acquisition. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-19-D-0001). BAE Systems Information and Electronic Systems Integration, Wayne, New Jersey, has been awarded a $12,157,767 cost-plus-fixed-fee contract for dynamic networking adaptation for Mission Optimization Extensible Network Architecture software/hardware. This effort develops and implements candidate system designs to interconnect applications and information across multiple legacy and future networks throughout dynamic missions. Work will be performed in Wayne, New Jersey, is expected to be completed by July 30, 2020. This award is the result of a competitive acquisition and two offers were received. Fiscal 2018 research, development, test and evaluation (RDT&E) funds in the amount of $2,435,845; and fiscal 2019 RDT&E funds in the amount of $7,394,039 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0012). ARMY Dell Marketing LP, Round Rock, Texas, was awarded a $78,141,800 firm-fixed-price contract for VMware software license maintenance. One bid was solicited with one bid received. Work will be performed in Round Rock, Texas, with an estimated completion date of Jan. 27, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $63,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-F-0199). DRS Network and Imaging Systems LLC, Melbourne, Florida, was awarded a $67,300,000 fixed-price-redetermination contract to procure horizontal technology integration second generation forward looking infrared BKit components and engineering services. Two bids were solicited with two bids received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 29, 2026. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-D-0004). Med-Eng LLC, Ogdensburg, New York, was awarded a $47,203,546 firmed-fixed-price contract for Generation II advanced bomb suit 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 Jan. 30, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-0007). Kforce Government Solutions Inc., Fairfax, Virginia, was awarded a $28,000,000 firm-fixed-price contract to procure traumatic amputation task trainers. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2024. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0005). Donald L. Mooney Enterprises LLC, San Antonio, Texas, was awarded an $11,954,435 firm-fixed-price contract for licensed vocational nurses and certified nurse assistants services. One bid was solicited via the internet with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2019. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-19-D-0010). Georgia Vocational Rehabilitation Agency, Tucker, Georgia, was awarded an $8,325,934 firm-fixed-price contract for food services. One bid was solicited with one bid received. Work will be performed in Tucker, Georgia, with an estimated completion date of July 31, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $8,325,934 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Gordon, Georgia, is the contracting activity (W911S0-19-C-0003). Emergent LLC, Virginia Beach, Virginia, was awarded a $7,616,333 firm-fixed-price contract for Oracle PeopleSoft software license renewals. Bids were solicited via the internet with two received. Work will be performed in Crystal City, Virginia; and San Diego, California, with an estimated completion date of Jan. 31, 2020. Fiscal 2019 operations and maintenance, Navy; and operations and maintenance, Army funds in the amount of $7,616,333 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-F-0274). DEFENSE LOGISTICS AGENCY American Water Operations and Maintenance LLC, Voorhees, New Jersey, has been awarded a $26,589,346 modification (P00143) to a 50-year contract (SP0600-08-C-8257), with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Polk, Louisiana. This is a fixed-price with prospective-price-redetermination contract. Locations of performance are Louisiana and New Jersey, with a Jan. 31, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2059 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Polk, Louisiana. DEFENSE INFORMATION SYSTEMS AGENCY ARTEL LLC, Herndon, Virginia, was awarded a contract modification (P00013) to exercise Option Period Three on task order GS-35F-5151H / HC101316F0022, for commercial satellite communications service. The face value of this action is $23,328,000 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $93,159,500. Performance directly supports the Air Force's Central Command area of responsibility for intelligence, surveillance and reconnaissance platforms. Quotations were solicited via the General Services Administration's Federal Supply Schedule, Information Technology Schedule 70, and one quotation was received from 29 offerors solicited. The period of performance for Option Period Three is Feb. 10, 2019, through Feb. 9, 2020, and there is one remaining unexercised option period for this task order. The Defense Information Technology Organization, Scott Air Force Base, Illinois, is the contracting activity. * Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1744377/source/GovDelivery/

  • Lockheed Martin and Rheinmetall expand strategic collaboration

    June 6, 2024 | International, Land

    Lockheed Martin and Rheinmetall expand strategic collaboration

    Specifically, this includes rocket artillery systems, laser weapon systems, simulation and training for land vehicles and helicopters, short-range air defence (SHORAD) and other areas of cooperation.

  • Ensuring Future Air Power Capability - Key to European and National sovereignty

    June 10, 2020 | International, Aerospace

    Ensuring Future Air Power Capability - Key to European and National sovereignty

    June 9, 2020 - Contested environments: Threat levels are rising due to the increasing development and dissemination of Anti Access/Areal Denial means. European air forces and navies need to prepare themselves for potential large scale high tempo operations in contested environments. To maintain air superiority and minimize attrition levels, Europe's Future Combat Air System (FCAS) will be a system of systems leveraging manned and unmanned collaborative combat, bringing the next level of Air Power. Decisive tactical edge: FCAS will ultimately require a New Generation Fighter in 2040, which will be more sophisticated with very low observability, cutting edge passive and active sensors, on board smart applications and human machine collaboration. Such a New Generation Fighter will be a battle management platform capable of operating deep within enemy space. When teaming with unmanned modular platforms, named Remote Carriers, New Generation Fighters will have the needed scalable and flexible force multipliers to open new fields of tactics based on deception and numeric superiority. Accelerated operational tempo: European air forces and navies will need to accelerate the operational tempo to complete OODA (Observe Orient Decide Act) loops faster than the adversary and take control of the situation. The interoperable Air Combat Cloud will provide common situational awareness by instantaneously capturing, sharing, merging and processing massive amounts of data from all connected manned and unmanned platforms. The Air Combat Cloud's warfare analytics and real-time coordination will provide better situational awareness, tactical options, decisions and collaborative effects to speed-up the OODA loop. Better effects paths: Operating as a system of systems orchestrated by an Air Combat Cloud, FCAS will allow the OODA loop to be distributed across platforms allowing the dynamic combination of sensing, shooting and battle management capabilities. With a distributed OODA loop, FCAS will provide European air forces and navies with better, faster and more resilient effects paths under human supervision. Incremental journey: FCAS will be an incremental journey. In a world with increasing threats, Airbus and its industrial partners need to start providing from 2025 the first capabilities to maintain European and National sovereignty. FCAS will lead to a doctrinal and technological change. Using such new capabilities will be a huge challenge for European air forces and navies, which cannot be instantaneously achieved. New doctrines, processes and skills need to be gradually developed in alignment with the planned arrival of FCAS capabilities and meeting the related technological challenges. FCAS will require a step by step approach to be jointly tackled by European air forces, navies and industry. More on FCAS here View source version on Airbus: https://www.airbus.com/newsroom/stories/Ensuring-Future-Air-Power-Capability.html

All news