Back to news

March 15, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense - March 12, 2019

NAVY

Northrop Grumman Systems Corp. - Marine Systems, Sunnyvale, California, is awarded a $273,053,534 cost-plus incentive-fee, cost-plus-fixed-fee, firm-fixed-price contract for technical engineering services, design and development engineering, component and full scale test and evaluation engineering, and tactical underwater launcher hardware production to support the development and production of the Common Missile Compartment. Work will be performed in Sunnyvale, California (55 percent); Ridgecrest, California (20 percent); Cape Canaveral, Florida (10 percent); Bangor, Washington (5 percent); Kings Bay, Georgia (5 percent); Barrow-In-Furness, England (2 percent); New London, Connecticut (1 percent); Quonset Point, Rhode Island (1 percent); and Arlington, Virginia (1 percent), and is expected to be completed by March 31, 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $39,631,234 will be obligated on this award. Fiscal 2019 United Kingdom Common funding in the amount of $24,369,442 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract was not competitively solicited pursuant to 10 U.S. Code. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-19-C-0015).

Lockheed Martin Corp. Missile and Fire Control, Orlando, Florida, is awarded an $84,108,050 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to perform design and development studies, technology demonstrations and engineering services for rapid technology development for the Joint Air-to-Surface Standoff Missile, Long Range Anti-Ship Missile, Joint Air-to-Ground Missile and Hellfire baseline weapon systems. Work will be performed in Orlando, Florida, and is expected to be completed in March 2024. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $4,584,507 will be obligated at the 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 Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0020).

Smartronix Inc., Hollywood, Maryland, is awarded a $72,374,593 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides information management and information technology support services to sustain the analysis, design, development, integration, test, deployment and operations of information technology systems and services. This contract includes help desk, software engineering, financial and business application, server operations, application hosting, desktop, audiovisual and video teleconferencing support services. Work will be performed in China Lake, California (80 percent); and Point Mugu, California (20 percent), and is expected to be completed in March 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 competitively procured via an electronic request for proposal; six offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0027).

Ch2m Hill Inc., Englewood, Colorado, is awarded a $68,000,000 cost-plus-award-fee modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for comprehensive long-term environmental architect-engineering services on Navy and Marine Corps installations at sites in the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility. The work to be performed provides for architectural and engineering services to provide program management and technical environmental services in support of the Department of the Navy's Environmental Restoration Program, Munitions Response Program, and other similar programs at any Navy and Marine Corps activity in the area of responsibility covered by NAVFAC Atlantic. After award of this modification, the total cumulative contract value will be $308,000,000. Work will be performed primarily in Puerto Rico (35 percent); California (18 percent); Virginia (15 percent); Washington (12 percent), North Carolina (8 percent); Maryland (7 percent); Mississippi (3 percent); and Washington, District of Columbia (2 percent), and is expected to be completed by March 2020. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by environmental restoration, (Navy). The contractor was chosen using federal acquisition regulation Part 36, Architect-Engineer Services on an unrestricted basis. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (contract number N62470-16-D-9000).

Kiewit Infrastructure West Co., Honolulu, Hawaii, is awarded a $64,993,500 firm-fixed-price contract for P-704 Sewer Lift Station and Relief Sewer Lines, Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed provides for two major components. The first component is a new wastewater pump station to replace existing pump station SY-001. The second component is a new gravity sewer main along South Avenue that replaces an existing gravity trunk sewer. A new pump station and gravity sewer line are required to accommodate the anticipated increase in wastewater flows from proposed shore activities within the existing pump station SY-001 collection area and to accommodate peak wet-weather flows with the required level of redundancy. Work will be performed in Oahu, Hawaii, and is expected to be completed by June 2021. Fiscal 2017 military construction (Navy) contract funds in the amount of $64,993,500 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 five proposals received. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-19-C-1515).

Joyce & Associates Construction Inc.,* Newport, North Carolina (N40085-19-D-8044); Olympic Enterprises Inc.,* Hubert, North Carolina (N40085-19-D-8045); Owens Construction Inc.,* Beaufort, North Carolina (N40085-19-D-8046); Pyramid Contracting LLC,* Irmo, South Carolina (N40085-19-D-8047); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-19-D-8048), are being awarded a $40,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for maintenance and repair project. Work will be performed at Marine Corps Base Camp Lejeune, North Carolina, and the surrounding area. Joyce & Associates Construction Inc. is being awarded an initial task order of $498 for the head repairs at Building 1747 at Camp Lejeune, North Carolina. Work is expected to be completed by July 2019. The term of the contract is not to exceed 60 months, with an expected completion date of March 2024. Fiscal 2019 operations and maintenance, (Marine Corps) (O&M,MC) contract funds in the amount of $498 are obligated on this award and will expire at the end of fiscal 2019. Future task orders will be primarily funded by O&M,MC. This contract was competitively procured via the Navy Electronic Commerce Online website with 12 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.

Burns & McDonnell Engineering Co., Inc., Kansas City, Missouri, is awarded a maximum amount $20,000,000 indefinite-delivery/indefinite-quantity, architect-engineering contract for architect-engineer (AE) services for various fire protection projects at various locations in all areas under the cognizance of Naval Facilities Engineering Command (NAVFAC), Pacific. The work to be performed provides for architect-engineer fire protection services with associated multi-discipline architect-engineer support services. AE fire protection services include, but are not limited to, design and engineering services for preparation of technical reports including conducting engineering investigations and concept studies; fire protection design features including life safety analysis, building and fire code analysis, including water supply analysis at proposed project sites, etc.; design-build request for proposal documents; design-bid-build construction documents; construction estimates; operations and maintenance manuals; record drawings; shop drawing reviews and other construction submittal review; technical review of design plans and specification prepared by architecture/engineering firms and government forces; water flow testing; final acceptance testing of all types of installed fire protection systems; post construction award services; and other miscellaneous services. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force, and other government facilities within the NAVFAC Pacific area of responsibility including but not limited to Guam and the Northern Marianas Islands (70 percent); Australia (20 percent); and Hawaii (10 percent). The term of the contract is not to exceed 60 months, with an expected completion date of March 2024. Fiscal 2017 military construction (MILCON), (planning and design) contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-D-0006).

NCS/EML SB JV LLC,* Louisville, Kentucky, is awarded an $11,981,174 indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Air Station Whiting Field and outlying areas. The work to be performed to include facility investment, pest control, other (swimming pools), grounds maintenance and landscaping, pavement clearance, utilities management, electrical, wastewater, water, base support vehicles and equipment, and other related services. The maximum dollar value including the base period and seven option years is $96,721,878. Work will be performed in Milton, Florida (67 percent); and outlying areas (33 percent), and is expected to be completed by March 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 working capital funds (Navy); fiscal 2019 Defense Health Program; and fiscal 2019 family housing operation and maintenance (Navy) contract funds in the amount of $8,359,610 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-1740).

DEFENSE SECURITY SERVICE

iWorks Corp., Reston, Virginia, was awarded a $48,980,260.80 firm-fixed-price contract for the Defense Security Service (DSS) Vetting Risk Operations Center (VROC) and Consolidated Adjudications Facility (CAF) Personnel Security Support Services. The contract provides for the Personnel Security Support Services to assist in successfully executing the vetting mission for the Defense Vetting Directorate. Work will be performed at the DSS VROC office located in Hanover, Maryland; and the Department of Defense CAF office in Ft. Meade, Maryland, with an expected completion date of Feb. 4, 2024. Fiscal 2019 operations and maintenance funding in the amount of $7,310,770 are being obligated at time of award. This contract was a competitive acquisition and multiple proposals were solicited on government-wide point of entry (https://www.fbo.gov) and four proposals were received. The Defense Security Service Office of Acquisitions, Quantico, Virginia, is the contracting activity (HS0021-19-C-0001).

DEFENSE LOGISTICS AGENCY

Honeywell International Inc., Clearwater, Florida, has been awarded a maximum $12,788,000 firm-fixed-price contract for Inertial Navigation Systems. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year contract with one one-year option period. The option is being exercised at time of award. Location of performance is Florida, with a June 22, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0116).

Honeywell International Inc., Clearwater, Florida, has been awarded a $7,724,728 firm-fixed-price contract for Inertial Navigation Kits. This is a 22-month base contract with one one-year option period. The option was exercised at time of award. This was a competitive acquisition with one response received. Location of performance is Florida, with a Jan. 2, 2021, 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 (SPRDL1-19-C-0099). (Awarded March 8, 2019)

R. B. Allen Co., Inc., North Hampton, New Hampshire, has been awarded a maximum $7,531,007 requirements contract for casualty control communication systems to include technical data, training, testing, and shipping. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year base contract with four one-year option periods. Location of performance is New Hampshire, with a March 18, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy capital improvement program funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A8-18-D-0001).

UPDATE: Globe Trailer Manufacturing Inc., Bradenton, Florida (SPE8EC-19-D-0039) has been added as an awardee to the multiple-award contract for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008, announced April 20, 2017.

ARMY

ExpFederal Inc., Chicago, Illinois, was awarded an $11,254,947 firm-fixed-price contract for electrical safety assessments, repairs program, materials management and control services for U.S. Forces-Afghanistan. Bids were solicited via the internet with 12 received. Work will be performed in Bagram, Afghanistan, with an estimated completion date of March 11, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $11,254,947 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-C-0008).

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1783465/

On the same subject

  • Contract Awards by US Department of Defense - April 28, 2020

    April 29, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - April 28, 2020

    AIR FORCE General Electric Co., Cincinnati, Ohio, has been awarded $707,274,997 for four undefinitized contract actions under an existing F110 indefinite-delivery/indefinite-quantity contract, for F110-GE-129 engine production. These actions provide for F110 engine production, including installs and spares and modernized engine management system computers. Work will be performed in Cincinnati, Ohio, and is expected to be completed by Dec. 31, 2026. These actions involve Foreign Military Sales to Slovakia, Bulgaria, Taiwan and Qatar. This award is the result of country-directed, sole-source acquisitions. Foreign Military Sales funds in the amount of $353,637,499 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8626-18-D-0029). NAVY Doyon Project Services LLC,* Federal Way, Washington, is awarded $30,831,632 for firm-fixed-price task order N-44255-20-F4095 under a multiple award construction contract for repair of Shipyard Electrical Backbone Substation A, Puget Sound Naval Shipyard, Bremerton, Washington. Work will be performed in Bremerton, Washington, and includes removal and disposal of select electrical components; repairing electrical cabling and distribution lines; repairing the switching and routing equipment; repairing substation components to include but not limited to: electrical boards, circuit breakers, tie breakers, conductors, cabling, terminations, grounds transformers, motor operators and repair of the supervisory control and data acquisition system at Shipyard Electrical Backbone Substation A to restore the system to its customary state of operation. Inspection, testing and commissioning will be performed on the electrical distribution system and at three substations following repairs. Hazardous material disposal and station support is included in the project. Work is expected to be complete by April 2023. Fiscal 2020 operations and maintenance (Navy); and contract funds in the amount of $30,831,632 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4036). Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $13,227,000 engineering services, cost-plus-incentive-fee modification to previously awarded delivery order N00024-19-F-6201 under indefinite-delivery/indefinite-quantity contract N00024-19-D-6200 for the design, prototyping and qualification testing for the TI-20 AN/BLQ-10. Work will be performed in Syracuse, New York, and is expected to be complete by February 2021. Fiscal 2020 other procurement (Navy) funding in the amount of $7,227,000; and 2020 shipbuilding and conversion (Navy) funding in the amount of $6,000,000 will be obligated at time of award and not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity. Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is awarded a $13,034,943 cost-plus award-fee order (N62786-20-F-0013) against the previously awarded basic ordering agreement N00024-19-G-2313 to provide engineering and management services for Littoral Combat Ship (LCS)-19 Post Shakedown Availability (PSA). Work will be performed in Moorestown, New Jersey (53%); Mayport, Florida (23%); Hampton, Virginia (15%); and Washington, District of Colombia (9%). Lockheed Martin will provide engineering and management services in support of the following: 45,070 man-hours level of effort; and to provide the work specification, pre-fabrication and material for LCS-19 PSA. Work is expected to be complete by September 2021. Fiscal 2014 shipbuilding and conversion (Navy); and 2020 shipbuilding and conversion (Navy) funding in the amount of $11,408,580 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Bath, Maine, is the contracting activity. AECOM Technical Services Inc., Los Angeles, California (N62470-19-D-8022); Aptim Federal Services LLC, Alexandria, Virginia (N62470-19-D-8023); CH2M Hill Constructors Inc., Englewood, Colorado (N62470-19-D-8024); Environmental Chemical Corp., Burlingame, California (N62470-19-D-8025); Fluor Intercontinental Inc., Greensville, South Carolina (N62470-19-D-8026); and Perini Management Services Inc., Framingham, Massachusetts (N62470-19-D-8027), are awarded a $10,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award contract for global contingency construction projects worldwide. The work to be performed provides for the Navy; the Navy on behalf of the Department of Defense; the Navy on behalf of other federal agencies; and when authorized, an immediate response for construction services. The construction and related engineering services will respond to natural disasters, humanitarian assistance, conflict or projects with similar characteristics. Work will be predominately construction. The contractor may be required to provide initial base operating support services in support of the construction effort, which will be incidental to construction efforts. Work is expected to be complete by March 2024, and the term of the contract is not to exceed 60 months. After award of this modification, the total cumulative contract value will be $1,081,443,694. No funds will be obligated at time of award; funds will be obligated on subsequent modifications for work on existing individual task orders. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $9,669,789 cost-plus-fixed-fee modification (P00034) to previously awarded contract N00019-16-C-0032. This modification provides engineering, manufacturing and development support to integrate BRR3.1 software to the Next Generation Jammer on Boeing EA-18G Growler carrier-based electronic warfare aircraft, resulting in BRR3.1 software initial operating capability. Work will be performed in St. Louis, Missouri, and is expected to be complete by December 2020. Fiscal 2020 research, development, test and evaluation funds in the amount of $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. Risk Mitigation Consulting Inc.,* Destin, Florida, is awarded an $8,860,412 modification to task order N62470-20-F-4016 under an indefinite-delivery/indefinite-quantity contract. The task order is for mission assurance (MA) assessments for various locations within the Naval Facilities Engineering Command (NAVFAC) area of operations worldwide. Work will be performed in Florida (15%); Virginia (11%); Georgia (10%); California (7%); Maryland (6%); and Louisiana (6%). Work will also be performed outside of the U.S. in the following locations: Bahrain (11%); Souda Bay, Greece (10%), Guantanamo Bay, Cuba (9%); Sasebo and Okinawa, Japan (8%); and Deveselu, Romania (7%). The MA assessments to be performed include assessments of installation infrastructure, industrial control systems and energy/utility management control systems. Work is expected to be complete by January of 2021. The maximum dollar value for this task order as a result of this modification will increase from $5,172,574 to $8,860,412. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $3,687,838 will be obligated on a modification to the above referenced task order. The base contract was competitively procured via the Navy Electronic Commerce Online website with six proposals received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-2002). Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $7,730,297 cost-plus-incentive-fee contract modification to previously awarded contract N00024-17-C-6259 to exercise and fund options for Navy equipment, long-lead material and spares. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be complete by August 2030. Fiscal 2020 other procurement, (Navy) funding in the amount of $7,730,297 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. ARMY Martin Baker, Johnstown, Pennsylvania, was awarded a $25,517,707 modification (P00003) to contract W58RGZ-17-D-0046 for incorporation of new side-facing multi-function operator seats and retrofit modification kits in support of the UH-60M Blackhawk helicopter. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 11, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Yorktown Systems Group Inc.,* Huntsville, Alabama, was awarded a $20,383,541 modification (P00038) to contract W911S0-17-C-0007 for operations support services including conducting and providing predictive modeling and trend analyses concerning global asymmetric threats. Work will be performed at Fort Meade, Maryland, with an estimated completion date of May 14, 2021. Fiscal 2020 operations and maintenance, Army funds in the amount of $20,383,541 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity. Amentum, Germantown, Maryland, was awarded a $12,000,000 modification (000266) to contract W52P1J-12-G-0028 for Army prepositioned stock logistics support services in support of maintenance, supply and transportation at Mannheim and Dulmen, Germany. Work will be performed in Mannheim, Germany, with an estimated completion date of Nov. 20, 2020. Fiscal 2020 operations and maintenance, Army funds in the amount of $12,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Meggitt Training Systems Inc., Suwanee, Georgia, was awarded a $9,000,000 modification (P00004) to blanket purchase agreement W911SA-16-A-0002 for delivery of live fire target system parts to Fort McCoy, Wisconsin. Funding will be obligated by individual orders. Bids were solicited via the internet with one received. Work will be performed in Suwanee, Georgia, with an estimated completion date of April 30, 2021. The 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity. Associated Aircraft Manufacturing & Sales Inc.,* Fort Lauderdale, Florida, was awarded an $8,439,750 firm-fixed-price contract for landing gear maintenance and overhaul. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of April 28, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0341). WASHINGTON HEADQUARTERS SERVICES Leidos Inc., Reston, Virginia, was awarded a $13,428,125 firm-fixed-price contract. This contract is for a team of experts to provide translation, transcription and interpretation services to the Office of the Chief Prosecutor. Work performance will take place in Guantanamo Bay, Cuba. Fiscal 2020 operations and maintenance funds in the amount of $13,428,125 were awarded. The expected completion date is April 15, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-20-C-0073). (Awarded April 15, 2020) Redhorse Corp., San Diego, California, was awarded a $9,385,703 firm-fixed-price contract. This contract supports the coordination of department-wide efforts advising senior leaders regarding national programs and policy support (NPPS) under the direct guidance of the director of NPPS. This includes advising senior leaders regarding global intelligence, surveillance, and reconnaissance (ISR) operations and/or resulting in the rapid production of ISR capability from concept initiation to specialized modification to deployment into the operational theater. Work performance will take place in the Pentagon Reservation, Arlington, Virginia. Fiscal 2020 operations and maintenance funds in the amount of $4,579,209; and fiscal 2020 research, development, test and evaluation funds in the amount of $4,806,494 were awarded. The expected completion date is Jan. 31, 2025. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-20-F-00223). (Awarded April 23, 2020) DEFENSE LOGISTICS AGENCY Hardigg Industries Inc., South Deerfield, Massachusetts, has been awarded a maximum $10,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 115 responses received. This is a five-year contract with no option periods. Location of performance is Massachusetts, with an April 27, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0036). Federal Prison Industries Inc.,** Washington, District of Columbia., has been awarded a $9,558,000 modification (P00003) exercising the first one-year option of a one-year base contract (SPE1C1-19-D-F024) with two one-year option periods for working parkas. This is a firm-fixed-price contract. Locations of performance are Kentucky and Washington, District of Columbia, with a May 2, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small business **Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2168478/source/GovDelivery/

  • Raytheon Technologies to train Afghan Air Force pilots

    May 13, 2020 | International, Aerospace

    Raytheon Technologies to train Afghan Air Force pilots

    Orlando, Fla., May 12, 2020 /PRNewswire/ - The U.S. Army Contracting Command has selected Raytheon Intelligence & Space, a business of Raytheon Technologies (NYSE: RTX), to train Afghanistan Air Force pilots under a three-year contract valued up to $145 million. Raytheon will conduct initial flight training for the U.S. Army's Program Executive Office for Simulation, Training and Instrumentation. The Afghanistan Air Force students will go through flight school in third-party nations in Europe and the Middle East. Raytheon will provide tailored training for the Afghanistan Air Force pilots, including classroom, fixed-wing and rotary aircraft instruction. "Raytheon training experts help the Afghanistan Air Force develop a pipeline of skilled flyers and officers," said Bob Williams, vice president of Global Training Solutions at Raytheon Intelligence & Space. "Our program uses the latest training techniques, and a focus on individual mentorship to produce well-rounded officers that will help create a secure future for Afghanistan." The Raytheon Afghanistan Air Force pilot training program began in 2010. The original mission for basic flight proficiency has expanded to advanced aircraft qualifications and flight techniques. Raytheon's focus on mentorship and leadership training helps the program maintain a 93 percent graduation rate with every student returned to Afghanistan. The Afghanistan Air Force Pilot Training program was awarded under the Enterprise Training Services Contract vehicle. Raytheon previously announced a related task order for the Aviation Maintenance Training program. About Raytheon Technologies Raytheon Technologies Corporation is an aerospace and defense company that provides advanced systems and services for commercial, military and government customers worldwide. With 195,000 employees and four industry-leading businesses - Collins Aerospace Systems, Pratt & Whitney, Raytheon Intelligence & Space and Raytheon Missiles & Defense - the company delivers solutions that push the boundaries in avionics, cybersecurity, directed energy, electric propulsion, hypersonics, and quantum physics. The company, formed in 2020 through the combination of Raytheon Company and the United Technologies Corporation aerospace businesses, is headquartered in Waltham, Massachusetts. Media Contact Brad Bucher 571.250.2127 rispr@raytheon.com View original content:http://www.prnewswire.com/news-releases/raytheon-technologies-to-train-afghan-air-force-pilots-301057105.html SOURCE Raytheon Technologies

  • Pourquoi les Européens n’arrivent pas à convaincre lors de l’achat d’équipements militaires

    May 22, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Pourquoi les Européens n’arrivent pas à convaincre lors de l’achat d’équipements militaires

    Nicolas Gros-Verheyde (B2) Mois après mois, les résultats tombent. Quand ils ont le choix, certains Européens préfèrent acheter américain plutôt qu'européen. Pourquoi ? Un achat de défense n'est pas uniquement un achat En matière de défense, un pays n'achète pas seulement un matériel, il répond à une histoire — tradition maritime, terrestre, etc. —, une géopolitique intérieure — neutralité, non aligné, aligné, autonome —, une affirmation de soi — volonté de prouver au peuple, à ses voisins sa puissance —, un contexte géopolitique — proximité ou non d'adversaires ressentis ou réelle —. La volonté d'avoir une autonomie d'équipements, ou non, découle de tous ces facteurs. La meilleure défense face à un adversaire ... Face à la Russie, nombre de pays européens estiment que la meilleure défense reste les États-Unis. Il ne s'agit donc pas de desserrer les liens qui existent avec les USA, mais de les resserrer. Et le meilleur moyen reste alors les achats d'équipement, qui solidifient de façon claire ce lien euro-atlantique. La duplicité de l'appel à dépenser plus C'est toute la duplicité de l'appel à dépenser davantage pour la défense. Appel largement soutenu par les Américains. Au-delà de l'objectif, justifié, de partage du fardeau entre Européens et Américains, la pression a un objectif purement économique : favoriser l'industrie américaine qui est la seule à répondre à la fois aux objectifs industriel (les matériels), opérationnel (l'interopérabilité), économique (le moins disant) et politique. La panoplie complète des Américains La fourniture des équipements militaires s'accompagne de la logistique, des armements et de la formation. Un ‘package' ordinaire pour ce type d'armements. Mais les Américains ont une panoplie beaucoup plus complète, qui va de l'outil de financement à crédit au soutien logistique dans les opérations extérieures, en passant par la présence de troupes ou de matériels dans les pays concernés, destinés à les rassurer face à des voisins inquiétants, un forcing permanent de leurs politiques, sans oublier l'accueil de jeunes ou moins jeunes officiers ou sous-officiers stagiaires dans leurs écoles. Un effort notable américain de formation Rien que pour la Roumanie, par exemple, pays qui préside actuellement aux destinées de l'Union européenne, ce sont 700 officiers qui franchissent le seuil d'une des écoles militaires US, des écoles de guerre réputées aux simples écoles de gardes nationaux. Cela forge des réflexes, une culture commune, des camaraderies, une solidarité... et l'habitude d'utiliser certains matériels. Peu étonnant ensuite que chacun soit convaincu dans l'armée roumaine qu'il faille acheter ces équipements. Une réflexion à engager Si les Européens veulent un tant soit peu défendre leurs équipements, il va falloir réfléchir sérieusement à se doter de ces cinq outils : les échanges et l'accueil dans les écoles européennes — l'Erasmus militaire prôné dans la fin des années 2000 est un peu tombé dans l'oubli (1) —, le financement croisé, la présence dans les pays (qui ne soit pas dispersée). (Nicolas Gros-Verheyde) https://www.bruxelles2.eu/2019/05/17/pourquoi-les-europeens-narrivent-pas-a-convaincre-lors-de-lachat-dequipements-militaires/

All news