Back to news

April 2, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense - March 29, 2019

NAVY

AECOM Technical Services Inc., Morrisville, North Carolina (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., Virginia Beach, Virginia (N62470-19-D-8025); Fluor Intercontinental Inc., Greenville, South Carolina (N62470-19-D-8026); and Perini Management Services Inc., Framingham, Massachusetts (N62470-19-D-8027), are each awarded an indefinite-delivery/indefinite-quantity multiple award global contingency construction contract with provisions to issue cost-plus-award-fee or firm-fixed-price task orders for global contingency construction projects worldwide. The maximum dollar value including the base period and four option years for all six contracts combined is $975,000,000. The work to be performed provides for supervision, equipment, materials, labor, travel, and all means necessary to provide the Navy, and the Navy on behalf of the Department of Defense, or other federal agencies when authorized, an immediate response for civilian construction contract capability. The contract will provide construction, design/build construction, and related engineering services in response to natural disasters, humanitarian assistance, conflict, or projects with similar characteristics, and other urgent requirements. Work may include occasional projects to ensure readiness to perform under emergency situations. The work also includes the capability to set up and operate a material liaison office at a deployed site in support of Naval Construction Force operations. The contractors may be tasked to participate in military exercises. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The work will be performed at various locations worldwide. The term of the contract is not to exceed 60 months, with an expected completion date of March 2024. Fiscal 2019 supervision, inspection, and overhead contract funds in the amount of $150,000 ($25,000 per contractor) are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction and operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online and Federal Business Opportunities websites, with seven proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity.

DynCorp International LLC, Fort Worth, Texas, is awarded $114,891,439 for modification P00033 to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N0042117C0033). This modification exercises an option for organizational level maintenance and logistics support and support equipment for rotary, fixed, lighter-than-air, and unmanned aircraft assigned to the Naval Test Wing Atlantic. Work will be performed in Patuxent River, Maryland, and is expected to be completed in March 2020. Fiscal 2019 operations and maintenance; fiscal 2019 Navy working capital; fiscal 2019 research, development, test and evaluation; and fiscal 2019 aircraft procurement (Navy), as well as Foreign Military Sales funds in the amount of $57,241,010 are being obligated at time of award, $8,440,213 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Woodland Hills, California, is awarded a $104,043,071 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of up to 503 technical refresh mission computers for UH-1Y, AH-1Z and UH-60V aircraft, including production units; retrofit units; and spare units for the Marine Corps, Defense Logistics Agency, and the government of Bahrain under the Foreign Military Sales Act. Work will be performed in Salt Lake City, Utah (55 percent); Baltimore, Maryland (25 percent); and Woodland Hills, California (20 percent), and is expected to be completed in December 2023. 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 (N0001919D0025).

General Electric, Lynn, Massachusetts, is awarded a not-to-exceed $77,600,136 for an undefinitized contract action, performance-based logistics requirements contract for repair, replacement, and program support of 35 family groups of F404 engine components used on the F/A-18 A-D aircrafts. This contract includes a one-year base period with one two-year option, and two one-year options, which if exercised, will bring the contract value to $343,488,832. Work will be performed in Jacksonville, Florida (80 percent); and at various contractor facilities (20 percent). Work is expected to be completed by March 2020; if all options are exercised, work will be completed by March 2024. Annual working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement in accordance with Federal Acquisition Regulation 6.302-1 - with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-US01).

Seemann Composites Inc.,* Gulfport, Mississippi, is awarded a $74,370,830 cost-plus-fixed-fee, cost-type, indefinite delivery/indefinite quantity contract for out-of-autoclave composite fabrication practices and procedures for large-scale, marine composite structures based on fundamental processes developed under the Small Business Innovation Research program. This contract will extend the fundamental understanding gained within the prior Phase I/Phase II/Phase III SBIR initiatives through further development, design integration and testing of engineering solutions to address hybrid material and composite laminate fabrication of marine/Navy-relevant components. Work will be performed in Gulfport, Mississippi (89 percent); and Horsham, Pennsylvania (11 percent), and is expected to completed by September 2021. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $9,385,609 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured using other-than-full-and-open competition under the statutory authority of 10 U.S. Code 2304(c)(5) (authorized or required by statute). The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-19-D-0002).

Hawaiian Dredging Construction Co., Inc., Honolulu, Hawaii, is awarded a $48,298,000 firm-fixed-price contract for installation of a 42-inch potable water transmission main at Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed includes installation of a 42-inch potable water transmission main from the Waiawa Pump Station to the existing 42-inch water main near the intersection of Lehua Avenue and Second Street. It also includes installation of a 16-inch potable water line for continuation of service to the Manana Housing Area, as well as a 12-inch fire line reconnection for the Hawaii Army National Guard facility, abandonment or removal of the existing 42-inch potable water transmission main piping, pipe supports, and valve vaults, and incidental related work. Work will be performed in Pearl City, Hawaii, and is expected to be completed by November 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $48,298,000 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 four proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-C-1319).

Ultra Electronics Ocean Systems Inc., Braintree, Massachusetts, is awarded a $46,795,460 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for TR-343 Sonar Transducers shipsets for new construction of Arleigh Burke class destroyers. The TR-343 transducer is part of the AN/SQS-53 hull mounted sonar array assembly which is a component of AN/SQQ-89(V) acoustic sonar weapons system. The AN/SQQ-89(V) is a fully integrated surface ship undersea warfare combat system with the capability to search, detect, classify, localize, and attack submarine targets. The contract will provide fabrication, assembly, inspection, test and delivery of TR-343 sonar transducer shipsets. Work will be performed in Braintree, Massachusetts, and is expected to be complete by March 2024. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $2,980,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured with two offers received via the Federal Business Opportunities website. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016419DGP50).

ArgenTech Solutions Inc.,* Newmarket, New Hampshire, is awarded a $44,998,104 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure full-time-equivalents for field service representative support for Gimbaled Sensor Systems. These requirements are in direct support of the Electro-Optic Infrared (EO/IR) projects managed by Naval Surface Warfare Center Crane Electro-Optic Technology Division, including Operation Enduring Freedom, Operation Inherent Resolve and missions in Africa Command. Each of these projects uses a variation of the Multi-Spectral Targeting System Family of EO/IR Sensors. The field service representative efforts under N00164-19-D-JQ32 will support the repairs and sustainment of sensors utilized on the Army Gray Eagle and Sky Warrior MQ-1 unmanned aerial vehicles. Work will be performed at various locations outside and inside the continental U.S. and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Army and Defense); and 2019 aircraft procurement (Army) funding in the amount of $2,667,722 will be obligated at time of award, and funding in the amount of $2,405,222 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-19-D-JQ32).

Progeny Systems Corp., Manassas, Virginia, is awarded a $32,713,735 cost-plus-incentive-fee modification for Navy systems production and modernization of Navy equipment and engineering services under previously awarded contract N00024-16-C-6246. Work will be performed in Manassas, Virginia (70 percent); and Middletown, Rhode Island (30 percent), and is expected to be complete by September 2022. Fiscal 2019 research, development, test, and evaluation (Navy) funding in the amount of $1,358,291 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.

Techflow Mission Support LLC, Idaho Falls, Idaho, is awarded a $26,784,927 modification under a previously awarded, indefinite-delivery/indefinite-quantity contract (N40085-10-D-0213) to exercise option nine for base operations support services at Marine Corps Base (MCB) Camp Lejeune, Marine Corps Air Station (MCAS) New River, and other outlying areas in eastern North Carolina. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide facilities maintenance and heavy equipment repair services. After award of this option, the total cumulative contract value will be $238,072,845. Work will be performed in Jacksonville, North Carolina, and work for this option period is expected to be completed March 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $23,584,025 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

General Dynamics Mission Systems Inc., Pittsfield, Massachusetts, is awarded a $21,778,191 cost-plus-incentive-fee contract modification to previously awarded contract N00024-15-C-6228 to exercise options for engineering services and Navy equipment. Work will be performed in Fairfax, Virginia (53 percent); and Pittsfield, Massachusetts (47 percent), and is expected to be completed by March 2020. Fiscal 2014 shipbuilding and conversion (Navy); and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $1,332,560 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.

BAE Systems Platforms & Services, Minneapolis, Minnesota, is awarded a $21,489,013 firm-fixed-price, fixed-price modification to previously-awarded contract N00024-15-C-4103 to exercise options for the manufacture and delivery of propulsors and tailcones for the Virginia-class submarines SSN 802 and SSN 803. Work will be performed in Louisville, Kentucky (85 percent); Minneapolis, Minnesota (10 percent); and Jacksonville, Florida (5 percent), and is expected to be completed by October 2022. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $21,489,013 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.

Vertex Aerospace LLC, Madison, Mississippi, is being awarded a $19,963,187 modification (P00038) to a previously awarded, firm-fixed-price, cost reimbursable, labor hour indefinite delivery, requirements contract (N00019-13-D-0007). This modification increases the ceiling and extends the period of performance of the contract to provide additional TH-57 logistics support services and materials for organizational and depot level maintenance in support of the TH-57 fleet. Work will be performed in Milton, Florida, and is expected to be completed in May 2019. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is awarded $18,687,676 for cost-plus-incentive-fee delivery order N0001919F2902 against a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-18-D-0123) providing the fabrication and delivery of 120 Navigation and Communication Advanced Communications Architecture Antenna Kits for the Tomahawk Block IV All-Up-Round recertification in support of the Navy. Work will be performed in Boulder, Colorado (96 percent); and Tucson, Arizona (4 percent), and is expected to be completed in September 2020. Fiscal 2019 weapons procurement (Navy) funds in the amount of $18,687,676 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.

DRS Network and Imaging Systems LLC, Melbourne, Florida, is awarded $16,446,556 for modification P00013 to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-16-C-0015). This modification exercises an option to procure 114 Distributed Aperture Infrared Countermeasures (DAIRCM) sensors and 29 DAIRCM processors, specifically 64 sensors and 16 processors for the Air Force; 30 sensors and 8 processors for the Navy; and 20 sensors and 5 processors for the Army. Work will be performed in Dallas, Texas, and is expected to be completed in August 2021. Fiscal 2018 aircraft procurement (Air Force and Navy); and fiscal 2018 procurement, defense-wide funds; fiscal 2019 aircraft procurement (Air Force and Navy); and fiscal 2019 procurement, defense-wide funds in the amount of $16,446,556 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($9,205,760; 56 percent), Navy ($4,363,996; 27 percent) and Army ($2,876,800; 17 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

NAS Ventures,* Columbus, Ohio, is awarded a $16,032,000 firm-fixed-price contract for runway repair at Marine Corps Air Station (MCAS) Beaufort, South Carolina. This project will repair deteriorated asphalt pavement on Runway 05-23 including overrun (OR) 23 and portions of OR 05 by milling, repair the base and apply a new overlay. The facility record date is 1957. The project will also repair defects in some adjacent surfaces that were identified in 2012 airfield pavement condition survey. It will remove and replace deteriorated joint sealant where it occurs, repair and seal cracks, remove rubber and apply new runway markings. Areas affected by repair will be in compliance with all environmental codes/rules. Work will be performed in Beaufort, South Carolina, and is expected to be completed by December 2020. Fiscal 2019 military construction (Navy) contract funds in the amount of $16,032,000 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. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9003).

Carahsoft, Reston, Virginia, is awarded a $13,350,000 fixed-price blanket purchase agreement under the Department of Navy Enterprise Software Licensing Initiative to provide Symantec brand-name software licenses, software maintenance, and subscription renewals for Department of the Navy (DON) and Marine Corps agencies worldwide. This award is subject to DON policy, “Mandatory Use of Department of the Navy Enterprise Licensing Agreements.” This one-year agreement includes four, one-year option periods which, if exercised, would bring the potential value of this agreement to an estimated $69,140,000. Work will be performed world-wide, and work is expected to be completed March 28, 2020. If all options are exercised, the ordering period will extend through March 28, 2024. No funds will be obligated at the time of award. Funds will be obligated at the delivery order level using operations and maintenance (Navy and Marine Corps) funds. This agreement was competitively procured with a brand name justification in accordance with Federal Acquisition Regulation 8.405-6 via a limited source solicitation and publication on the General Services Administration eBuy website. Two offers were received and one was selected for award. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-A-0047).

DRS Systems Co., Inc., Melbourne, Florida, is awarded a $10,468,575 cost-plus-fixed-fee modification to previously-awarded contract N00024-13-C-4229 to procure an energy magazine prototype design and associated prototypes. This award is for an engineering change proposal (ECP) to the energy storage module that will provide capability to supply power to a laser weapon system. The energy magazine prototype ECP effort includes design, build, qualification testing, and engineering services to support installation for a total of two prototype units. Work will be performed in Milwaukee, Wisconsin, and is expected to be completed by October 2021. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $4,847,997 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.

Insitu Inc., Bingen, Washington, is awarded $9,919,602 for modification P00002 to firm-fixed-price delivery order N0001919F2532 against a previously issued basic ordering agreement (N00019-17-G-0001). This modification procures one ScanEagle Unmanned Aircraft System; consisting of six ScanEagle air vehicles, technical services and related support equipment for the Government of Indonesia. Work will be performed in Bingen, Washington (52 percent); and outside the continental U.S. (48 percent), and is expected to be completed in May 2022. Foreign Military Sales funds in the amount of $9,919,602 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.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $9,685,470 for modification U00019 to a previously awarded firm-fixed-price, cost-plus-fixed fee contract (N00019-15-C-0105) to develop and integrate the Digital Channelized Receiver/Techniques Generator and Tuner Insertion Program into the F-35 Australia, Canada, United Kingdom Reprogramming Laboratory and deliver other development upgrades to the facility. Work will be performed at Eglin Air Force Base, Eglin, Florida, and is expected to be completed in March 2020. Non-U.S. Department of Defense (DoD) Participant funds in the amount of $9,685,470 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.

Centerra Group LLC, Palm Beach Gardens, Florida, is awarded a $7,858,289 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-16-D-3600) to exercise the third option period for base operations support services at military and civilian installations in the Republic of Singapore. The work to be performed provides for general management and administration services; air operations (airfield facilities and passenger terminal and cargo handling); operations support supply (material management); housing (family housing and unaccompanied housing); facilities support (facility management, facility investment, custodial, pest control, integrated solid waste management, other (swimming pool), and grounds maintenance and landscaping); utilities (water); base support vehicles and equipment; and environmental. After award of this option, the total cumulative contract value will be $67,519,047. Work will be performed in the Republic of Singapore, and work for this option period is expected to be completed March 2020. Fiscal 2019 operations and maintenance (Navy and Air Force); and fiscal 2019 non-appropriated funds in the amount of $7,312,859 for recurring work will be obligated on individual task orders issued during the option period; of which $7,271,073 will expire at the end of the current fiscal year, and $41,786 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.

AIR FORCE

CACI Federal, Chantilly, Virginia, has been awarded an $810,000,000 indefinite-delivery/indefinite-quantity contract for mobile command and control systems. This contract provides sustainment and modernization support for mobile command and control systems. Work will be performed at Albuquerque, New Mexico, and is expected to be complete by March 2029. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $507,425 are being obligated at the time of award. The Air Force Life Cycle Management Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8723-19-D-0001).

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $34,306,321 contract action for the Spain MQ-9 Block 5 procurement undefinitized contract action definitization effort. This contract provides for the procurement of two MQ-9 aircraft and associated equipment. Work will be performed in Poway, California, and is expected to be complete by March 31, 2020. This contract involves 100 percent foreign military sales to Spain. Foreign military sales funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-15-G-4040 003401).

DEFENSE LOGISTICS AGENCY

Philips Healthcare, Andover, Massachusetts, has been awarded a maximum $450,000,000 firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract for patient monitoring systems, accessories and training. This is a five-year base contract with one, five‐year option period. This was a competitive acquisition with 36 responses received. Location of performance is Massachusetts, with a March 28, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1‐19‐D‐0014).

Old North Utility Services Inc., San Dimas, California, has been awarded a maximum $27,997,632 modification (P00233) to a 50-year contract (SP0600-07-C-8258) with no option periods for a price adjustment to calendar year 2019 for water/wastewater utility service charge. This is a fixed-price with economic-price-adjustment contract. Location of performance is North Carolina, with a Feb. 28, 2058, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2058 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Lockheed Martin Corp., Baltimore, Maryland, has been awarded a maximum $22,587,012 modification (P000029) to a five-year base contract (SPE4AX-17-D-9006) with one three-year option period, and one two-year option period to increase the management fee based on increased requirements for the Air Force Industrial Product-Support Vendor (IPV) program. This is a firm-fixed-price with economic-price-adjustment contract. Locations of performance are Maryland, Georgia, Oklahoma and Utah, with a March 31, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia.

Trajen Flight Support, Kelly Field, Texas, has been awarded a maximum $10,437,209 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 155 responses received. This is a 47-month contract with one six-month option period. Location of performance is Texas, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0034).

City Light & Power FTR LLC, Greenwood Village, Colorado, has been awarded a $10,411,716 modification (P00015), incorporating the economic-price-adjustment agreement to the existing 50-year contract (SP0600-17-C-8327) with no option periods, for the electric distribution utility service charge at Fort Riley, Kansas. This is a fixed-price with economic-price-adjustment contract. Locations of performance are Kansas and Colorado, with a Feb. 29, 2068, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2068 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

EPIC Aviation LLC, Ellington Field, Texas, has been awarded a maximum $10,115,665 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 155 responses received. This is a 47-month contract with one six-month option period. Location of performance is Texas, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0012).

FN America LLC, Columbia, South Carolina, has been awarded a maximum $9,899,568 indefinite-delivery/indefinite-quantity contract for machine gun barrels. This was a competitive acquisition with two offers received. This is a five-year base contract with no option periods. Location of performance is South Carolina, with a March 28, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal year 2019 through 2024 defense working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0116).

National Industries For The Blind,** Alexandria, Virginia, has been awarded a maximum $8,916,000 modification (P00008) exercising the third one-year option of a one-year base contract (SPE1C1-16-D-B006) with four one-year option periods for Army Physical Fitness Uniform (APFU) pants. This is an indefinite-delivery contract. Locations of performance are Virginia, North Carolina and Tennessee, with an April 6, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Truman Arnold Companies, doing business as TAC Air, McGhee Tyson, Tennessee, has been awarded a maximum $7,477,932 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 155 responses received. This is a 47-month contract with one six-month option period. Location of performance is Tennessee, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0035).

ARMY

AECOM International Inc., Neu-Isenburg, Germany (W912GB-19-D-0006); COPLAN Baumann JV 3, Eggenfelden, Germany (W912GB-19-D-0007); Black & Veatch Special Project Corp., Overland Park, Kansas (CDM Federal Services Europe JV); Alsbach-Hahnlein, Germany (W912GB-19-D-0009); Buchart Horn Cardno JV, York, Pennsylvania (W912GB-19-D-0010); and WSP USA Inc., Virginia Beach, Virginia (W912GB-19-D-0011), will compete for each order of the $248,600,000 firm-fixed-price contract for general architect and engineer services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of March 28, 2024. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity.

Lockheed Martin Missile and Fire Control, Grand Prairie, Texas, was awarded a $237,523,200 fixed-price-incentive contract for development and qualification of a hardware design modification to the Guided Multiple Launch Rocket System. One bid was solicited with one bid received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Nov. 1, 2021. Fiscal 2019 research, development, test and evaluation funds in the amount of $81,738,692 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0065).

Wiscraft Inc., Milwaukee, Wisconsin, was awarded a $45,651,972 firm-fixed-price contract for the Urban Operations Squad Set. One bid was solicited with one bid received. Work will be performed in Milwaukee, Wisconsin, with an estimated completion date of March 29, 2024. Fiscal 2018 other procurement, Army funds in the amount of $45,651,972 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0020).

Wiscraft Inc., Milwaukee, Wisconsin, was awarded a $45,007,608 firm-fixed-price contract for the Urban Operations Platoon Set. One bid was solicited with one bid received. Work will be performed in Milwaukee, Wisconsin, with an estimated completion date of March 29, 2024. Fiscal 2018 other procurement, Army funds in the amount of $45,007,608 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0022).

Cleveland Construction Inc., Mentor, Ohio, was awarded a $28,170,000 firm-fixed-price contract to construct a C-17 Corrosion Control and Fuel Cell Hangar. Bids were solicited via the internet with seven received. Work will be performed in Charlotte, North Carolina, with an estimated completion date of Oct. 3, 2020. Fiscal 2017 military construction funds in the amount of $28,170,000 were obligated at the time of the award. U.S. Property and Fiscal Office North Carolina, is the contracting activity (W91242-19-C-5004).

CUBRC Inc., Buffalo, New York, was awarded a $23,208,996 modification (P00010) to contract W31P4Q-15-D-0015 to research and testing of high-speed vehicle concepts, and analysis of supersonic and hypersonic vehicles and their components. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 22, 2020. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Cottrell Contracting Corp., Chesapeake, Virginia, was awarded a $21,815,000 firm-fixed-price contract for James River maintenance dredging. 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 March 28, 2022. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-D-0001).

Raytheon Co., Andover, Massachusetts, was awarded a $20,853,145 modification (P00040) to Foreign Military Sales (Kuwait) contract W31P4Q-15-C-0022 for new production hardware, upgrade kits, and spares. Work will be performed in Andover, Massachusetts; Tewksbury, Massachusetts; and Merrimack, New Hampshire, with an estimated completion date of March 28, 2023. Fiscal 2019 foreign military sales funds in the amount of $20,853,145 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Creative Times Day School, doing business as Creative Times Inc.,* Ogden, Utah, was awarded a $19,465,068 firm-fixed-price contract to construct a fuel distribution pump house. Bids were solicited via the internet with three received. Work will be performed in Hill Air Force Base, Utah, with an estimated completion date of March 28, 2021. Fiscal 2019 military construction funds in the amount of $19,465,068 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-19-C-0010).

Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded an $18,455,300 modification (P00004) to contract W31P4Q-19-C-0038 for Spiral 3 component qualification and system design. Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 30, 2020. Fiscal 2018 other procurement, Army funds in the amount of $18,455,300 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

GovSmart Inc.,* Charlottesville, Virginia, was awarded a $13,836,827 firm-fixed-price contract for Solarwinds network maintenance software licenses and engineer toolkit annual maintenance licenses. Bids were solicited via the internet with two received. Work will be performed in Charlottesville, Virginia, with an estimated completion date of March 30, 2024. Fiscal 2019 operations and maintenance, Army funds in the amount of $13,836,827 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-19-C-0005).

Carahsoft Technology Corp., Reston, Virginia, was awarded an $11,493,287 modification (P00003) to contract W52P1J-18-F-0029 for Veritas software maintenance. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of March 31, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $11,493,287 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

L-3 Fuzing and Ordnance Systems Inc., Cincinnati, Ohio, was awarded a $10,826,161 modification (P00011) to contract W15QKN-17-C-0024 for procurement of M734A1 Multi-Option Fuze. Work will be performed in Cincinnati, Ohio, with an estimated completion date of Jan. 31, 2020. Fiscal 2017, 2018 and 2019 other procurement, Army funds in the amount of $10,826,161 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity.

DEFENSE MICROELECTRONICS ACTIVITY

GlobalFoundries U.S. 2 LLC, Hopewell Junction, New York, is being awarded a $121,000,000 ceiling value modification (P00038) to a previously awarded contract (HQ0727-16-C-0001) to exercise Option Year 3 for access to leading edge, current, and legacy microelectronics and trusted processes for the Department of Defense and other federal agencies. This modification bring the total cumulative face value of the contract to $501,432,911 from $380,432,911. Work will primarily be performed in Burlington, Vermont; Malta, New York; and East Fishkill, New York, with an estimated completion date of this option year ending on March 31, 2020. Fiscal 2019 0400 funds in the amount of $54,930,648 will be obligated at the time of the award of the modification. The Defense Microelectronics Activity, McClellan, California, is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

CA Inc., Herndon, Virginia, was awarded a competitive, firm-fixed-price $84,913,699 contract for CA software capacity licensing and maintenance/sustainment support. Performance will be at various Defense Information Systems Agency locations (Mechanicsburg, Pennsylvania; Ogden, Utah; Montgomery, Alabama; and Oklahoma City, Oklahoma). The solicitation was issued pursuant to the authority of 10 U.S. Code §2304(c)(1) and Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Solicitation HC1084-19-R-0002 was posted on the Federal Business Opportunities website (www.fbo.gov) and open to both large and small businesses. CA Inc. is a large business and the only proposal received. Fiscal 2019 defense working capital funds will be used. The period of performance consists of a base period of one year beginning on March 31, 2019, with four one-year option periods ending on March 30, 2024. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-19-C-0003).

*Small business
**Mandatory source

https://dod.defense.gov/News/Contracts/Contract-View/Article/1800834/

On the same subject

  • Israel intends to share data for weaving Iron Dome into US air defense

    June 1, 2023 | International, Other Defence

    Israel intends to share data for weaving Iron Dome into US air defense

    Israel's missile defense leader said his government will share whatever information is necessary to allow Iron Dome to be integrated with U.S. systems.

  • Viking signs sales agreement for next generation CL-515 aerial firefighter

    June 19, 2019 | International, Aerospace

    Viking signs sales agreement for next generation CL-515 aerial firefighter

    Longview Aviation Press Release Longview Aviation Capital and its subsidiary Viking Air Limited announced a seven aircraft sales contract for six new-production CL-515 aircraft and one CL-415EAF. The CL-515 is a newly developed, technically advanced multi-mission aerial firefighting aircraft – the next generation of the Canadair CL-415, the aviation industry's benchmark amphibious aircraft and the backbone of firefighting missions around the globe. With enhanced firefighting capabilities, and the flexibility to support a wide range of critical mission operations, the CL-515 will be a vitally important strategic asset to fleets around the world. The Republic of Indonesia's Ministry of Defense has agreed to purchase six all-new CL-515 aircraft, four of which will be delivered in “first responder” multi-mission configuration, and two delivered in optimized aerial firefighter configuration. The purchase agreement also includes one Canadair CL-415EAF “Enhanced Aerial Firefighter” aircraft converted from a Canadair CL-215 to EAF standard by Longview Aviation Capital's subsidiary, Longview Aviation Services. The Republic of Indonesia's purchase agreement is a firm commitment that is conditional only on Longview Aviation Capital's board of directors approving the production launch program. “We are thrilled to welcome the Republic of Indonesia as the first customer for this extraordinary aircraft,” said David Curtis, chairman and chief executive officer of Longview Aviation Capital. “This contract is a major milestone in bringing the next generation Canadair to market. The confidence of a sovereign government in our program is matched by our own confidence in our ability to deliver this new aircraft platform to the world. We are very well advanced in all aspects of program planning, including our supply chain, and we are nearing a final decision on manufacturing and final assembly sites. We expect to complete the remaining program milestones in the near future, and deliver the first new CL-515 on schedule in 2024.” Since acquiring the type certificates for the Canadair amphibious aircraft program from Bombardier in 2016, Longview has had positive discussions with numerous potential customers from around the world, including both governments and private operators, who have enthusiastically encouraged a production restart. On the basis of the global interest in the unique and unrivalled capabilities of the CL-515, Longview and Viking have invested in a rigorous process ahead of full production launch decision: • Consulted extensively with current global operators to understand their future aerial firefighting resource requirements. • Conducted extensive market research and feasibility studies and developed a new all-season multi-mission platform, leveraging advanced technology not previously included in the CL program. • Consulted with key supplier partners. • Undertaken advanced supply chain and manufacturing planning, including options associated with Longview's current facilities and potential new facilities in Western Canada. CL-515 highlights: • Up to 15 per cent better aerial firefighting productivity, including increased tank capacity and ability to refill in 14 seconds. • State-of-the-art Collins Pro Line Fusion digital avionics suite for unrivaled situational awareness. • Flexible architecture to support multi-mission capabilities including aerial firefighting, maritime patrol, surveillance, medevac, environmental monitoring, insect control, oil spill detection and dispersant. • Reduced maintenance and operating costs through improved, scalable avionics and superior design. • Unmatched mission efficiency and flexibility, requiring no runway or reloading capacity during waterbombing firefighting. “Indonesia is on the front lines of increasing challenges like forest fires, and as an island nation has extensive needs for a range of amphibious capabilities,” said Yuyu Sutisna, chief of staff for Indonesia's Air Force. “We have chosen to invest in this aircraft based on the Canadair's solid track record demonstrated around the world over the last 50 years, and Viking's established capabilities as an aircraft developer and producer. The next generation CL-515 will have unmatched operational performance, particularly as a firefighter. This aircraft has the best productivity of any aerial firefighting aircraft, capable of delivering the highest quantity of foam retardant per day, while at the same time providing the flexibility to save lives and protect our coastal areas through its multi-role SAR and Maritime Surveillance functionalities. We are proud to sign the first contract for this extraordinary aircraft that will enhance our mission capability at excellent value.” Building on the pedigree of the Canadair CL-415, the CL-515 “First Responder” is the next generation of purpose-built aerial firefighter and multi-role amphibious aircraft. Through the incorporation of new technology and the integration of the state-of-the-art Collins Pro Line Fusion digital avionics suite, the 515 provides operators with world class reliability, enhanced safety, and unrivaled situational awareness. The significant global interest in the aircraft is underscored by the increasing worldwide frequency and severity of wildfires as a result of climate change. As truly amphibious aircraft, the Canadair CL-415 and the CL-515 are able to refill with water while flying, as well as mix retardant in flight. Requiring no runway to reload water, the aircraft is able to make more frequent waterbombing missions, particularly in remote or difficult to access areas. The FAR/Part 25-certified Collins Pro Line Fusion avionics suite is a scalable software-based system that addresses current regulatory requirements while anticipating future expansion. The core avionics configuration features flight director, flight management system (FMS) coupled with SBAS-GPS and LPV capability, terrain awareness warning system (TAWS), ADS-B out, synthetic vision, crew alerting system display indicators, and a multi-functional keyboard panel with dual cursor controls. The new-production CL-515 offers exceptional aerial firefighting capabilities offering up to a 15 per cent increase in productivity while reducing maintenance and operating costs. Its expanded tank capacity — 7,000 litres — and ability to refill in 14 seconds from water sources in close proximity to wildfires allows the CL-515 to drop enormous amounts of foam-injected fire retardant on a continuous basis. As a true multi-mission platform, the CL-515 First Responder's flexible architecture allows integration of mission equipment for a variety of roles in a single airframe, including aerial firefighting, maritime patrol, surveillance, medevac, environmental monitoring, insect control, oil spill detection and dispersant. The CL-515 is the only aerial firefighter and multi-mission amphibious aircraft built and supported by an OEM with complete full factory warranty, established world-class product support network, and factory-endorsed full motion level D flight simulator, making it the most technically advanced multi-mission aerial firefighting aircraft available on the market. “Our plans for the CL-515 build on our successful track record as an aircraft OEM. Our team conceived and developed the world-renowned Viking Series 400 Twin Otter, and to-date we have sold and delivered new aircraft to operators in 31 countries around the world,” said Curtis. “Longview and Viking have earned a reputation as the world leader in utility aircraft, and we have every confidence in our company's ability to efficiently produce a multi-role aircraft that will set a new global standard for amphibious operations.” https://www.skiesmag.com/press-releases/viking-signs-sales-agreement-for-next-generation-cl-515-aerial-firefighter/

  • Norway to give Ukraine $93 mln to boost air defences, PM says
All news