Back to news

March 25, 2020 | International, Aerospace, Naval, C4ISR, Security

Contract Awards by US Department of Defense - March 24, 2020

MISSILE DEFENSE AGENCY

Lockheed Martin Corp., Missiles and Fire Control, Dallas, Texas, is being awarded a $932,836,737 modification (P00026) to previously-awarded contract HQ0147-17-C-0032 to exercise an option for the production of Terminal High Altitude Area Defense (THAAD) interceptors and associated one-shot devices to support the U.S. government (USG) and the Kingdom of Saudi Arabia (KSA) Foreign Military Sales (FMS) case requirements. The THAAD interceptors and associated one-shot devices will be procured under fixed-price incentive (firm target) contract line items. The value of this contract is increased from $5,366,947,800 to $6,299,784,537. The work will be performed in Dallas, Texas; Sunnyvale, California; Huntsville, Alabama; Camden, Arkansas; and Troy, Alabama, with an expected completion date of April 1, 2026. Fiscal 2020 USG procurement funds in the amount of $327,498,097; and KSA FMS funds in the amount of $605,338,640 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

NAVY

CACI Inc. - Federal, Chantilly, Virginia, is awarded $180,336,750 for a single award, indefinite-delivery/indefinite-quantity, performance based, cost-plus-fixed-fee, level-of-effort contract (N65236-20-D-8003) to provide special operations communications systems, satellite communications (SATCOM) and network support services. Work will be performed in Fayetteville, North Carolina (65%); continental U.S. (20%); outside continental U.S. (10%); and Tampa, Florida (5%). This contract will require command, control, communications, computers, combat systems, intelligence, surveillance and reconnaissance to exercise planning and evaluation, systems integration, operational systems, fielding, training, certification, maintenance, logistics, configuration management, systems engineering, network engineering, documentation and graphics support, program management, quality assurance and life-cycle sustainment management and support of deployable tactical SATCOM systems and military information, support operations and equipment for various joint warfighting customers at multiple locations within the global area of responsibility. Work is expected to be complete by March 2025. If the option is exercised, work may continue until September 2025. The contract includes a five-year ordering period and one six-month option with the cumulative value (ceiling) of this contract being $199,486,199. Fiscal 2019 procurement defense agency funding in the amount of $10,000 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. The contract was competitively procured by full and open competition via the Naval Information Warfare Systems Command E-Commerce Central website and two offers were received. The Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity.

VT Halter Marine Inc., Pascagoula, Mississippi, is awarded a $39,906,609 firm-fixed-price modification to previously awarded contract N00024-18-C-2230 to exercise an option for the detail design and construction of an Auxiliary Personnel Lighter – Small (APL(S)). Work will be performed in Pascagoula, Mississippi (58%); Boca Raton, Florida (25%); Mandeville, Louisiana (5%); Metairie, Louisiana (5%); Gautier, Mississippi (4%); and Billerica, Massachusetts (3%), and is expected to be complete by May 2021. The initial contract was for the detail design and construction of the lead and second craft in the APL(S) 67 class; this option exercise is for the fourth craft. Construction of all APL(S) craft is firm-fixed-price. The contract also includes options for associated support efforts related to the craft design and construction for deployment spare parts, crew familiarization, international delivery and production-level technical data package and rights. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $39,906,609 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.

Honeywell International Inc., Minneapolis, Minnesota, is awarded a $10,340,614 cost-plus-fixed-fee job order under basic ordering agreement N00164-18-G-GM66 for engineering sustainment support services of the strategic radiation-hardened microelectronics facility and production capability. Work will be performed in Plymouth, Minnesota, and is expected to be complete by March 2022. The sustainment services under the job order cover engineering efforts to sustain Honeywell International's strategic radiation-hardened microelectronics capability through researching extensions of existing products and technology, radiation testing and analysis, and sustaining existing application specific integrated circuit product support and multi-project wafer test/modeling capability. The services are required to maintain a domestic, trusted source for strategic radiation-hardened microelectronics to meet the Department of Defense certification to Congress, as stipulated by the fiscal 2018 National Defense Authorization Act Section 1670. Defense Production Act Title III funding in the amount of $10,340,614 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(3), and was awarded to a particular source in order to maintain a facility, producer, manufacturer or other supplier available for furnishing property or services to achieve industrial mobilization. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-20-F-G001).

Pratt and Whitney - United Technologies Corp., Hartford, Connecticut, is awarded a $7,681,734 firm-fixed-price delivery order (N00019-20-F-0658) against a previously issued basic ordering agreement (N00019-17-G-8008). This order provides for the production and delivery of seven Lift Fan Inter Stage Vane (LF ISV) kits for the Marine Corps in support of the Joint Strike Fighter program. Work will be performed in Indianapolis, Indiana. The new LF ISV will provide lift fan operations over an increased temperature range, improved trailing edge angle conformance and will address vibration and flutter concerns. Work is expected to be complete by July 2021. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $7,681,734 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.

DEFENSE LOGISTICS AGENCY

Ceradyne Inc., Irvine, California, has been awarded a maximum $111,100,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for enhanced small arms protective inserts. This was a competitive acquisition with two responses received. This is an 18-month base contract with two one-year option periods. Location of performance is California, with a Dec. 30, 2021, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1242).

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $75,000,000 firm-fixed-price contract for facilities maintenance, repair and operations items. 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 an 18-month bridge contract with no option periods. Location of performance is Illinois, with a Sept. 24, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-20-D-0008).

TW Metals Inc., Carol Stream, Illinois, has been awarded a maximum $62,000,000 firm-fixed-price with economic-price-adjustment contract for commercial metal products. 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 an 18-month bridge contract. Locations of performance are Connecticut, Delaware, District of Columbia, Maine, Maryland, Massachusetts, New Hampshire, New Jersey, New York, Ohio, Pennsylvania, Rhode Island, Vermont, Illinois and West Virginia, with a Sept. 24, 2021, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E5-20-D-0001).

AIR FORCE

L-3 Communications Integrated Systems, Greenville, Texas, has been awarded a not-to-exceed $85,000,005 firm-fixed-price, undefinitized contract for engineering, procurement and fabrication which will result in Phase One modification to the mission aircraft. Work will be performed in Greenville, Texas, and is expected to be completed by October 2022. This contract involves 100% foreign military sales and is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $41,600,000 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-20-F-4837).

JW Clark Enterprises Inc., Chesapeake, Virginia, has been awarded a $16,000,000 modification (P00006) to previously awarded contract FA4800-16-D-0001 to exercise Option Year Four. This modification provides simplified acquisition of Base Civil Engineer Requirements support for Joint Base Langley-Eustis, Virginia. The contract provides all labor, tools, equipment, transportation, materials, supervision and all other necessary supplies and services required to perform a broad range of maintenance, repair, minor and new construction work on real property on Joint Base Langley-Eustis. Fiscal 2020 operations and maintenance funds will be used to fund individual task orders awarded. Zero funds will be obligated at time of exercising this option year modification. This modification brings the total cumulative face value of the contract to $75,000,000. Work will be performed on Fort Eustis and Langley Air Force Base, and is expected to be complete by March 24, 2021. The 633 Contracting Squadron, Joint Base Langley-Eustis, Virginia, is the contracting activity.

The Boeing Co., Layton, Utah, has been awarded an $8,330,128 firm-fixed-price contract modification (P00011) to previously award contract FA8204-19-C-0001 for the Intercontinental Ballistic Missile Cryptography Upgrade Increment II production. This modification exercises production Lot 3, Options 2, 4, 8 and 9, and provides the government 176 A-4 drawers. Work will be performed in Huntsville, Alabama; Huntington Beach, California; and Layton, Utah, and is expected to be completed by Feb. 17, 2023. The total cumulative face value is $112,543,853. Fiscal 2019 missiles procurement funds in the amount of $1,639,817; and fiscal 2020 missiles procurement funds in the amount of $6,690,311 are being obligated at the time of award. The Air Force Nuclear Weapons Center, ICBM (intercontinental ballistic missile) Contracting Division, Hill Air Force Base, Utah, is the contracting activity. (Awarded March 23, 2020)

ARMY

Vali Cooper International LLC,* Covington, Louisiana, was awarded a $30,000,000 firm-fixed-price contract for architect-engineer technical support services for the U.S. Department of Veterans Affairs Health Care System. Bids were solicited via the internet with received. Work locations and funding will be determined with each order, with an estimated completion date of March 23, 2030. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0027).

CORRECTION: A $19,940,157 firm-fixed-price contract announced yesterday, March 23, 2020, to SGS LLC,* Yukon, Oklahoma (W912BV-20-C-0005), for design-build construction of a fire rescue center, was actually awarded today, March 24, 2020.

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2123763/source/GovDelivery/

On the same subject

  • Senate bill adds funding for Army helicopter program and to buy more drones

    June 17, 2020 | International, Land

    Senate bill adds funding for Army helicopter program and to buy more drones

    By: Aaron Mehta WASHINGTON — The Senate Armed Services Committee's version of the National Defense Authorization Act recommends increasing funding for the future long-range assault aircraft and to buy additional drones, according to a summary report released Thursday. On the whole, the senators seem to have focused more on programs from the Air Force and Navy, largely leaving the Army untouched, per the summary. However, full language has yet to be released. The Army requested $178 billion for fiscal 2021, down slightly from its fiscal 2020 request of $182 billion. The FLRAA program, which seeks a new long-range assault aircraft by 2030, is receiving $5 million more than was requested. It is the second year in a row Congress has increased funding for the program above what the Pentagon asked for, following a $76 million increase in FY20 to drive down technical risk and speed up delivery. FLRAA is one of two key programs for modernizing Army aviation. The Bell V-280 Valor tilt rotor and the Sikorsky-Boeing SB-1 Defiant coaxial are both contending for the FLRAA contract. The competition for the program of record will begin in 2022, with a plan to field the first unit equipped in 2030. The Senate is also adding $165 million for the purchase of additional MQ-1 unmanned aircraft for the Army to “meet state requirements for unmanned fixed wing ISR.” Additional language requires the secretary of the Army “submit a plan to operationally deploy or forward station in an operational theater or theaters” two batteries of interim cruise missile defense capability. On the cyber front, another $5 million is slated for Army operation and maintenance to “provide Cyber Mission Forces with more resources to access, operate, and train as required by increased operational demand.” Although not Army-specific, the NDAA language emphasizes the importance of the overall cyber posture, including an analysis of the Cyber Mission Force and an “evaluation of cyber reserve force options, which could provide capable surge capability and enable [the Department of Defense] to draw on cyber talent in the department sector.” Overall recruitment targets for the service is set at 485,000, adjusted own slightly from what the Army predicted in its FY21 budget request. https://www.defensenews.com/land/2020/06/11/senate-bill-adds-funding-to-army-helicopter-program-drones

  • Contract Awards by US Department of Defense - November 9, 2018

    November 12, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 9, 2018

    DEFENSE LOGISTICS AGENCY Science Applications International Corp.,* Fairfield, New Jersey, has been awarded a $900,310,334 firm-fixed-price, requirements contract for supply and supply chain management of certain tires, supporting the Global Tire Program integrator contract. This was a competitive acquisition with two responses received. This is a five-year base contract with two two-year option periods, plus four two-month option periods. Locations of performance are Texas and other areas located outside the continental U.S., with a March 8, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard and foreign military sales. Type of appropriation is fiscal 2019 through 2024 defense working capital funds; and foreign military sales funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0029). WGL Energy Services Inc., Vienna, Virginia, has been awarded a $137,122,332 firm-fixed-price, requirements contract to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with 11 offers received. This is a two-year contract with no option periods. Locations of performance are Maryland; Washington, District of Columbia; and Pennsylvania, with a Dec. 31, 2020, performance completion date. Using customers are Army, Navy, Defense Logistics Agency, Defense Intelligence Agency, Defense Information Systems Agency and other federal civilian agencies. Using customers are solely responsible to fund this requirements contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-19-D-8004). Ziehm Imaging, Orlando, Florida, has been awarded a maximum $135,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for radiology systems, accessories and training. This is a five-year base contract with one five-year option period. This was a competitive acquisition with 50 responses received. Location of performance is Florida, with a Nov. 8, 2028, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0004). Constellation NewEnergy Inc., Baltimore, Maryland, has been awarded a $23,896,130 firm-fixed-price, requirements contract to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with 11 offers received. This is a two-year contract with no option periods. Locations of performance are Maryland, New Jersey, Illinois and Pennsylvania, with a Dec. 31, 2020, performance completion date. Using customers are Army, Air Force, Defense Intelligence Agency, Defense Contract Management Agency and other federal civilian agencies. Using customers are solely responsible to fund this requirements contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-19-D-8003). Direct Energy Business LLC, Iselin, New Jersey, has been awarded a $7,082,242 firm-fixed-price, requirements contract to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with 11 offers received. This is a two-year contract with no option periods. Locations of performance are Maryland; Washington, District of Columbia; and Ohio, with a Dec. 31, 2020, performance completion date. Using customers are Marine Corps, Defense Logistics Agency and the Computer Science Study Group. Using customers are solely responsible to fund this requirements contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-19-D-8004). NAVY Enterprise Services LLC, Herndon, Virginia, is awarded a potential maximum value $485,965,204 modification under a previously awarded indefinite-delivery/indefinite-quantity existing Next Generation Enterprise Network contract (N00039-13-D-0013). This modification will add a new option period that will extend the potential ordering period by eight months from Oct. 1, 2019, through May 31, 2020. Current and future work will be performed throughout the U.S., Europe, Guam, Korea and Japan. No additional funding will be placed on contract or obligated at the time of modification award. This contract modification was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1), One source or limited sources (Federal Acquisition Regulation subpart 6.302-1). This action is a result of a justification and approval that authorizes extending the ordering period. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity. The Charles Stark Draper Laboratory, Cambridge, Massachusetts, is awarded $109,531,179 for modification P00001 to a previously awarded cost-plus-incentive-fee contract (N00030-19-C-0001) to provide research into the applications of technologies to meet guidance requirements for operations on the common missile compartment for the U.S. Columbia-class program and the United Kingdom Dreadnought-class program; provide specialized technical knowledge and support for the hypersonic guidance, navigation and control application; provide technical and engineering services to support the guidance, navigation and control system that will support the Navy's hypersonic flight experiments. Work will be performed in Cambridge, Massachusetts (81 percent); and El Segundo, California (19 percent), with an expected completion date of Sept. 30, 2019. Fiscal 2019 weapons procurement (Navy) funds in the amount of $11,306,900; operations and maintenance (Navy) funds in the amount of $92,708,279; and United Kingdom funds in the amount of $5,516,000 will be obligated. Funds in the amount of $92,708,279 will expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1)&(4). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. KBR Diego Garcia LLC, Houston, Texas, is awarded a $61,979,897 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-17-D-3600) to exercise Option One for base operations support services at U.S. Navy Support Facility, Diego Garcia. The work to be performed provides for general management and administration services; command and staff (information technology services, information technology support and management, telephone services, telecommunication services, antenna maintenance); public safety (fire protection and emergency services); air operations (ground electronics, airfield facilities, and passenger terminal and cargo handling); port operations; supply (supply services and petroleum, oil and lubricant management and operations, and ship's store service activities); morale, welfare and recreation support; galley; bachelor quarters; facilities support (facility management, facility investment sustainment, restoration and modernization, custodial, pest control, integrated solid waste management, grounds maintenance, and pavement clearance); utilities (electrical, compressed gases, wastewater, steam, hot water and demineralized water, and potable water); base support vehicles and equipment; and environmental to provide integrated base operating services. After award of this option, the total cumulative contract value will be $118,107,288. Work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed November 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy and Air Force); and fiscal 2019 non-appropriated funds in the amount of $43,553,618 for recurring work will be obligated on individual task orders issued during the option period, of which $42,716,660 will expire at the end of the current fiscal year, and $836,958 is subject to the availability of funds for the next fiscal year. The Naval Facilities Engineering Command Pacific, Pearl Harbor, Hawaii, is the contracting activity. Navy Transportation Partners JV, Virginia Beach, Virginia, is awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for traffic engineering and planning services in support of projects primarily located at military installations in the Hampton Roads area of Virginia. The work to be performed provides for comprehensive architect-engineering services required for transportation planning, design, and construction services in support of new construction, repair, replacement, demolition, alteration, and/or improvement of Navy and other governmental facilities. Projects may involve single or multiple disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, landscape design, fire protection, and interior design. Task order 0001 is being awarded at $199,921 for the design of an anti-terrorism perimeter and security entry point at Rome, New York. Work for this task order is expected to be completed by September 2019. All work on this contract will be performed at various Navy facilities and other government facilities within the Naval Facilities Engineering Command, Mid-Atlantic area of responsibility including, but not limited to the Hampton Roads area of Virginia. The term of the contract is not to exceed 60 months with an expected completion date of November 2023. Fiscal 2018 military construction, (Air Force) contract funds in the amount of $199,921 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 military construction (Navy); operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9008). Colonna's Shipyard Inc., Norfolk, Virginia, is awarded a $10,473,071 firm-fixed-price contract for a 121-calendar day shipyard availability for the regular overhaul and dry docking of USNS Zeus (T-ARC 7). Work will include furnishing general services for the ship, inspect main propulsion motors, cable handling upgrades, heavy overboard system replacement, antenna mast modification, high precision acoustic positioning upgrade, docking and un-docking vessel, propeller shaft inspection, underwater hull cleaning and painting, freeboard cleaning and painting, and sea valve replacement. The contract includes options which, if exercised, would bring the total contract value to $13,429,595. Work will be performed in Norfolk, Virginia, and is expected to be completed by April 13, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $13,429,595 are obligated at the time of award. Contract funds will not expire. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with three offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C4151). ARMY AECOM Energy & Construction Inc., Greenwood Village, Colorado, was awarded an $117,338,000 firm-fixed-price contract for major rehabilitation, demolition, temporary facilities, surveying, dewatering and protecting lock chamber, blasting, removing and replacing horizontal concrete at Illinois River Basin, LaGrange Lock and Dam. Bids were solicited via the internet with one bid received. Work will be performed in Versailles, Illinois, with an estimated completion date of July 16, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of 24,700,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W912EK-19-C-0002). VERSAR Inc., Springfield, Virginia, was awarded a $25,000,000 firm-fixed-price contract for support program management, contract administration, project engineering, quality assurance, real estate, and support staff for continued operations in Iraq. Bids were solicited via the internet with six bids received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 13, 2023. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-18-D-0012). IDS International Government Services LLC, Arlington, Virginia, was awarded a $22,037,300 firm-fixed-price contract for operations and maintenance (O&M) services for critical infrastructure, facilities, and Afghan national O&M vocation training for Combined Security Transition Command-Afghanistan in the planning and construction of Afghanistan National Security Forces facilities. One bid was solicited via the internet with once bid received. Work will be performed in Afghanistan with an estimated completion date of March 11, 2019. Fiscal 2018 Afghan Security Forces Funding funds in the amount of $14,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-19-C-0003). CORRECTION: A Thursday, Nov. 8, 2018, announcement that Deloitte & Touche LLP, Arlington, Virginia, was awarded an $18,056,941 firm-fixed-price contract to provide a cyberspace analytics capability was incorrect. That contract has not yet been awarded. CORRECTION: A Thursday, Nov. 8, 2018, announcement that Parsons Government Services Inc., Pasadena, California, was awarded a $15,837,195 firm-fixed-price contract to provide the Defensive Cyberspace Operations Mission Planning program was incorrect. That contract has not yet been awarded. AIR FORCE Pride Industries, Roseville, California, has been awarded a $14,193,270 modification (P00042) awarded for civil engineering services, and is for operations and maintenance, engineering, environmental, and grounds maintenance for 61st Civil Engineer and Logistics Squadron. Work will be performed at Los Angeles Air Force Base, California; Fort MacArthur, California; and Defense Contract Management Agency, Carson, California, and is expected to be completed by Nov. 30, 2019. Fiscal 2019 operations and maintenance funds in the amount of $10,429,104 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA2816-17-C-0001). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1687755/source/GovDelivery/

  • Turkish Aerospace, Aselsan ink $2B in deals to upgrade F-16 jets

    July 18, 2023 | International, Aerospace

    Turkish Aerospace, Aselsan ink $2B in deals to upgrade F-16 jets

    The Biden administration has backed Turkey’s desire to buy 40 new F-16s as well as modernization kits from the U.S.

All news