Back to news

March 20, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense - March 19, 2019

ARMY

McCarthy HITT – Next NGA West JV, St. Louis, Missouri, was awarded a $711,651,970 firm-fixed-price contract for construction of the National Geospatial-Intelligence Agency's new facility. Bids were solicited via the internet with three received. Work will be performed in St. Louis, Missouri, with an estimated completion date of April 24, 2023. Fiscal 2018 and 2019 military construction funds in the amount of $407,965,869 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-7001).

Pinnacle Solutions Inc.,* Huntsville, Alabama, was awarded a $553,200,000 cost-plus-fixed-fee contract for instruction, mission support, information technology network support, operations and logistics. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of March 18, 2026. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0006).

Eastern Construction & Electric,* Wrightstown, New Jersey, was awarded a $10,369,000 firm-fixed-price contract for P-650 aircraft apron, taxiway and support facilities. Bids were solicited via the internet with 10 received. Work will be performed in Trenton, New Jersey, with an estimated completion date of Aug. 31, 2020. Fiscal 2019 other procurement, Army funds in the amount of $10,369,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0003).

NAVY

The Boeing Co., Seattle, Washington, is awarded $326,295,367 for cost-plus-fixed-fee Delivery Order 2005 against a previously issued basic ordering agreement (N00019-16-G-0001) to develop, integrate and test Increment 3 Block capabilities into the P-8A aircraft for the Navy and the government of Australia. Work will be performed in Puget Sound, Washington (86.9 percent); Greenlawn, New York (6.7 percent); Rockford, Illinois (2.6 percent); Rancho Santa Margarita, California (1.6 percent); Patuxent River, Maryland (1 percent); Mesa, Arizona (0.8 percent); St. Louis, Missouri (0.3 percent); and Jacksonville, Florida (0.1 percent), and is expected to be completed in March 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $14,442,320; and Cooperative Engagement Agreement funds in the amount of $19,200,000 are being obligated on this 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.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $264,655,025 modification to a previously awarded firm-fixed-price contract (N00019-15-C-0003). This modification provides for additional operation and technical services in support of the government of Korea's F-35 Lightning II program. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2020. Foreign military sales funds in the amount of $264,655,025 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.

URS Group Inc., Morrisville, North Carolina, is awarded a $9,800,000 modification on a firm-fixed-price task order under a previously awarded multiple award construction contract (N62470-13-D-6022) for phase one of Hurricane Michael repairs for stabilization and repairs to multiple buildings at Naval Support Activity Panama City. The work to be performed provides for removal of carpet, walls, windows and other unsalvageable items due to water penetration, clean-up of roofing materials and tarping of rooftops to mitigate further water intrusion. Repairs include roof replacement, roof decking, and sealing roof penetrations. The repairs also include correction of architectural, structural, plumbing, heating, ventilation and air conditioning, fire protection, electrical deficiencies and any other incidental related work as found due to the hurricane. After award of this modification, the total task order value will be $52,795,320. Work will be performed in Panama City, Florida, and is expected to be completed by September 2019. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $9,800,000 are obligated on this award and will expire at the end of the current fiscal year. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity.

Concurrent Technologies Corp., Johnstown, Pennsylvania, is awarded $7,614,277 for modification number P00001 to task order M9549418F0016 under previously awarded contract GS00Q14OADU112. This modification exercises an option for support services in efforts to meet Marine Corps' energy reliability and resilience requirements for utility distribution systems and various energy security positions supporting headquarters, regions and installations. This modification increases the value of the basic task order to a new total value of $12,394,838. The task order includes four one-year option periods which, if exercised, could bring the cumulative value of this task order to $36,194,304. Work will be performed in Arlington, Virginia (40 percent); Lejeune, North Carolina (12 percent); Okinawa Prefecture, Japan (12 percent); San Diego, California (11 percent); Quantico, Virginia (10 percent); Bridgeport, California (4 percent); New River, North Carolina (3 percent); Cherry Point, North Carolina (3 percent); Barstow, California (3 percent); Shizuoka Prefecture, Japan (1 percent); and Pohang, Republic of Korea (1 percent). Work is expected to be completed March 2020. If all options are exercised, work will continue through March 2023. Fiscal year 2019 operations and maintenance (Marine Corps) funds in the amount of $7,614,277 will be obligated at the time of award and will expire at the end of the current fiscal year. This task order was competitively solicited via General Services Administration One Acquisition Solution for Integrated Services, with two proposals received. The Marine Corps Installations Command Headquarters Contracting Office, Arlington, Virginia, is the contracting activity.

AIR FORCE

Goodrich Corp., Westford, Massachusetts, has been awarded a $92,890,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for Hyperspectral Imaging, AgilePod®, Standoff High Resolution Imaging Next Era, and Multi-Mode Lidar research and development. This contract provides for research and integration of existing electro-optical, infrared, radio frequency, multispectral imaging, hyperspectral imaging, and lidar sensors and related Intelligence, Surveillance, and Reconnaissance (ISR) technologies in order to develop the Air Force's next generation ISR sensor. Work will be performed in Westford, Massachusetts, and is expected to be complete by Sept. 29, 2025. Fiscal 2019 research and development funds in the amount of $18,387,498 are being obligated on two initial task orders at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-1014).

KT Consulting Inc, Phoenix, Arizona, has been awarded an $11,935,070 firm-fixed-price task order for F‐16 Weapons System support. This task order provides for F‐16 academic instruction, Aircrew Training Device instruction/console/cockpit operations, comprehensive courseware development, and training support. Work will be performed at Luke Air Force Base, Arizona; and Holloman AFB, New Mexico, and is expected to be complete by March 31, 2024. This contract involves foreign military sales to Republic of Singapore. This award is the result of a competitive acquisition and five offers were received. Fiscal 2019 operations and maintenance funds in the amount of $4,435,581; and Singapore National Funds in the amount of $34,969 are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio‐Randolph, Texas, is the contracting activity (FA3002‐19‐F‐A040).

DEFENSE LOGISTICS AGENCY

Hamilton Sundstrand Corp., Windsor Locks, Connecticut, has been awarded an estimated $29,216,493 firm-fixed-priced delivery order (SPRPA1-19-F-L30G) against a five-year basic ordering agreement (SPRPA1-13-G-001X) for constant frequency generators. 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 five-year, six-month contract with no option periods. Locations of performance are Connecticut and Illinois, with a Sept. 30, 2024, performance completion date. Using customers are Navy and Japanese Armed Forces. Type of appropriation is fiscal 2019 Navy working capital funds and foreign military sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Freightliner of Savannah Inc.,* Savannah, Georgia, has been awarded a maximum $7,312,500 firm-fixed-price contract for diesel engines. This is a three-year contract with no option periods. This was an acquisition permitting other than full and open competition with two responses received, using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Georgia, with a March 19, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0077).

DEFENSE INFORMATION SYSTEMS AGENCY

AT&T Corp., Columbia, Maryland, was awarded a firm-fixed-price contract modification (P00012) with a face value of $12,080,764, to exercise Option Year Three of previously awarded sole-source contract HC1013-16-C-0001 for the Northstar Long-Haul Telecommunications Network and associated transmission circuits for an Ultra-High Frequency/Line of Sight communications system network. The modification is funded by fiscal 2019 operations and maintenance funds. Total cumulative face value of the contract is $56,131,776. Performance will be at various sites geographically dispersed across the continental U.S. The period of performance for this action is May 1, 2019, to April 30, 2020. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity.

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1789590/

On the same subject

  • Sweden seeks details on missile systems to upgrade Amphibious Corps

    September 13, 2023 | International, Land

    Sweden seeks details on missile systems to upgrade Amphibious Corps

    A contract notice is expected to follow about June 2024.

  • DoD seeks industry input on multibillion-dollar cloud collaboration solution

    October 26, 2018 | International, C4ISR

    DoD seeks industry input on multibillion-dollar cloud collaboration solution

    By: Jessie Bur The Pentagon and General Services Administration released a request for information Oct. 25 for a new unified collaborative cloud solution that will unite the entire defense apparatus under one enterprise contract. The Defense Enterprise Office Solution is the first capability set of three that the Department of Defense plans to use to capture its enterprise collaboration and productivity needs. The DEOS capability set needs include a productivity suite, messaging capabilities, content management systems and collaboration tools. “We operate pretty much in a disparate environment right now, and predominantly on-[premises] for these capabilities. So DEOS will give us an opportunity to tear down some of those barriers, posture us for increased interoperability while taking advantage of what the commercial community has to offer,” said Essye Miller, principal deputy to the DoD chief information officer, at a press roundtable. “From a benefit perspective, for us: real-time upgrades, real-time refresh, real-time access to innovation as our industry partners make them available to us.” The contract will be offered through GSA's IT Schedule 70, which Miller said has matured to the level that was needed to support Non-Classified Internet Protocol Router, Secret Internet Protocol Router and tactical environment needs. “In fact, IT Schedule 70 is the vehicle GSA itself used to procure its own cloud-based email, collaboration and productivity solution,” said GSA Administrator Emily Murphy, adding that GSA is committed to working with vendors who would want to propose through the expedited Schedule 70 FASt Lane program. “Using IT Schedule 70 to help DoD procure an enterprisewide solution for email, productivity and collaboration tools could establish a baseline for GSA to scale up this type of solution across the federal government in the future.” In fact, according to Federal CIO Suzette Kent, the DoD solution moves the federal government forward on initiatives to use and procure scalable cloud solutions across agencies. “When we look at where we were with the report to the president across the federal government, and the intent to leverage as many common solutions for purposes of interoperability, cybersecurity ... and the overall efficiency of how we go after those solutions and the ability to keep those current, this is a really positive collaboration, and something that we're incredibly supportive of,” said Kent. Industry has just over two weeks to respond to the RFI, which closes Nov. 9, and the subsequent request for quotes will likely be released in early 2019, according to officials. The DoD and General Services Administration also plan to hold industry days in early December 2018 to facilitate communication between government and industry on the best way to approach the contract. The award for the eventual contract is planned for sometime in the third quarter of 2019, and would likely be set for approximately 10 years and $8 billion, according to Murphy, though that number could change depending on industry input. The appropriate solution would likely have to be certified at FedRAMP Moderate, said Miller. According to Murphy, GSA and DoD have yet to determine whether a single-award or multi-award contract will best suit the DoD's needs — a debate that proved highly contentious for the Joint Enterprise Defense Infrastructure cloud contract that opened for proposals July 26 — and the RFI asks respondents to provide pros and cons for each option. But DoD CIO Dana Deasy said that the DEOS program is part of a Pentagon initiative to bring defense operations into a multi-cloud and multi-vendor environment. “Our intentions are to have a cloud that can serve general purpose computing needs, as well as what I have coined a term as ‘fit-for-purpose' clouds, which could consist of internal clouds or commercial clouds that have a unique fit for purpose,” said Deasy, adding that DEOS would be one such cloud. Because DEOS is one of three collaboration capability sets the agency is looking to fulfill, DoD could end up offering a total of three contracts in that space, according to Miller. https://www.federaltimes.com/acquisition/2018/10/25/dod-seeks-industry-input-on-multibillion-dollar-cloud-collaboration-solution

  • Thales fournira 55 sonars à l’US Navy

    May 6, 2021 | International, Naval

    Thales fournira 55 sonars à l’US Navy

    Les sonars « Airborne Low Frequency Sonar » (ALFS) de Thales, conçus pour la lutte anti sous-marine, équiperont les hélicoptères MH-60R (Sikorsky) de l'US Navy. 42 seront livrés durant les cinq prochaines années et une option quant à la livraison de 13 systèmes supplémentaires au cours de la sixième année serait prévue. Thales est un partenaire important de l'US Navy puisque 300 sonars ALFS ont déjà été exportés aux Etats-Unis. Ces sonars équipent aussi les MH-60R destinés à l'export. Air & Cosmos, 5 mai

All news