Back to news

March 6, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense - March 5, 2019

ARMY

22nd Century Technologies Inc.,* Somerset, New Jersey (W15P7T-19-D-0202); Agile Defense Inc.,* Reston, Virginia (W15P7T-19-D-0203); Allied Associates International Inc.,* Gainesville, Virginia (W15P7T-19-D-0204); Beshenich Muir & Associates LLC,* Leavenworth, Kansas (W15P7T-19-D-0205); Envision Innovative Solutions Inc.,* Manasquan, New Jersey (W15P7T-19-D-0206); Interactive Process Technology LLC,* Billerica, Massachusetts (W15P7T-19-D-0207); and Technology Service Corp.,* Arlington, Virginia (W15P7T-19-D-0210), will compete for each order of the $37,400,000,000 hybrid (cost, cost-plus-fixed-fee, cost-plus-incentive-fee, and firm-fixed-price) contract for knowledge based professional engineering support services for programs with command, control, communications, computer, intelligence, surveillance, and reconnaissance related requirements. Bids were solicited via the internet with 388 received. Work locations and funding will be determined with each order, with an estimated completion date of May 14, 2027. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $23,577,120 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Nov. 30, 2020. Fiscal 2019 other procurement, Army funds in the amount of $23,577,120 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0285).

Black & Veatch Special Projects Corp., Overland Park, Kansas, was awarded a $20,000,000 firm-fixed-price contract for architect-engineer general design services. Bids were solicited via the internet with 36 received. Work locations and funding will be determined with each order, with an estimated completion date of March 4, 2024. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-D-2003).

Lockheed Martin Corp., Orlando, Florida, was awarded an $8,821,316 modification (P00061) to contract W31P4Q-15-C-0102 for the procurement of Honeywell Inertial Measurement Units. Work will be performed in Orlando, Florida, with an estimated completion date of Nov. 30, 2020. Fiscal 2017 and 2018 other procurement, Army funds in the amount of $8,821,316 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

NAVY

Lockheed Martin Space Systems Co., Sunnyvale, California, was awarded a $92,839,119 modification to increase the total ceiling to the previously awarded Mobile User Objective System (MUOS) cost-plus-award fee contract (N00039-04-C-2009) for engineering services, interim logistics services, spares and associated material. MUOS is a narrowband military satellite communication system that supports a worldwide, multiservice population of users, providing modern netcentric communications capabilities while supporting legacy terminals. Work will be performed in Scottsdale, Arizona (90 percent); and Sunnyvale, California (10 percent), and is expected to be completed by October 2020. Fiscal 2019/2020 weapons procurement (Navy); fiscal 2019/2020 research, development, test and evaluation (Navy); and fiscal 2019/2020 operations and maintenance (Navy) funding will be applied incrementally to the contract after award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) - Only One Responsible Source (Federal Acquisition Regulation subpart 6.302-1). The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-04-C-2009). (Awarded March 4, 2019)

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $32,721,119 modification P00015 to a cost-plus-fixed-price delivery order (N0001918F2476) previously issued against basic ordering agreement N00019-14-G-0020 in support of the F-35 Lightning II Joint Strike Aircraft for the Navy, Air Force; Marine Corps, non-U.S. Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers. The modification provides for the procurement of modification kits and special tooling required for modification and retrofit activities for delivered air systems. Work will be performed in Fort Worth, Texas, and is expected to be completed in August 2027. Fiscal 2017 and 2018 aircraft procurement (Marine Corps); fiscal 2019 aircraft procurement (Navy, Marine Corps, Air Force); non-DoD U.S. participant and foreign military sales funds in the amount of $32,721,119 will be obligated at time of award, $2,136,568 of which will expire at the end of the fiscal year. This modification combines purchases for the Air Force ($9,702,671; 30 percent); Navy ($9,212,841; 28 percent); Marine Corps ($7,844,070; 24 percent); non-U.S. DoD participant ($5,379,058; 16 percent); and FMS customers ($582,479; 2 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DRS Systems Inc., Melbourne, Florida, is awarded a $29,556,100 modification to previously awarded firm-fixed-price material contract N65236-15-C-1007 with performance based cost-plus-fixed-fee provisions for design and system engineering support services. This modification extends the contract period of performance, increases the contract estimated ceiling by $29,556,100, and changes the cumulative estimated value of the contract from $54,094,742 to $83,651,029. This contract is for interior communication systems material support to U.S. naval vessels. Work will be performed in Melbourne, Florida, and is expected to be completed by February 2022. This contract was previously procured competitively by full and open competition via the Space and Naval Warfare Systems Command e-commerce Central website and the Federal Business Opportunities website. The Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity.

Northrop Grumman Systems, Melbourne, Florida, is awarded a $23,300,000 long-term contract for repair coverage of eight items that are part of the E-2D Advanced Hawkeye System. The contract is a three-year contract with no option periods. Work will be performed in Woodland Hills, California (50 percent); and Syracuse, New York (50 percent), and work is expected to be completed by December 2020. No funds will be obligated at the time of award. 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. This contract was a sole-source, non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and 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-UL01).

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $9,963,210 for modification P00001 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-19-D-0015). This modification increases the ceiling of the contract to procure additional production ancillary mission equipment in support of F-35 non-U.S. Department of Defense participant operational aircraft. Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2023. 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.

NOREAS Environmental Services LLC.,* Irvine, California, was awarded an $8,006,844 modification under previously awarded fixed-price contract N62473-17-C-0001 to exercise Option Two for environmental services for the management of hazardous material/hazardous waste and industrial and oily wastewater treatment plants and collection systems. The work to be performed provides for the contractor to furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services for industrial waste/oily waste treatment Services; hazardous material/hazardous waste management; oil and hazardous substance spill response and cleanup, ashore. After award of this option, the cumulative contract value is $23,255,028. Work will be performed at various installations in San Diego, California, and is expected to be completed by March 2020. Working capital funds (Navy) in the amount of $8,006,844 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-17-C-0001). (Awarded Feb. 28, 2019)

DEFENSE INFORMATION SYSTEMS AGENCY

NextGen Federal Systems LLC, Morgantown, West Virginia, was awarded a competitive, hybrid (firm-fixed-price and cost-plus-fixed-fee) contract with four one-year options on task order HC1047‐19-C-0004 for independent verification and validation of software in support of the Defense Information Systems Agency Command and Control Portfolio. The face value of this action is $7,142,540 funded by fiscal 2019 operations and maintenance. The total cumulative face value of the contract is $52,574,624. Performance will take place primarily at the government's facility located at Fort George G. Meade Defense Information Systems Agency Headquarters. Proposals were solicited via the Federal Business Opportunities website, and five proposals were received. The base period of performance is March 6, 2019, through March 5, 2020. The Defense Information Technology Contracting Organization ‐ National Capital Region is the contracting activity.

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1776351/source/GovDelivery/

On the same subject

  • L3Harris Technologies and a team of European defence and technology firms have been contracted to develop future Nato surveillance concepts.

    July 20, 2021 | International, C4ISR

    L3Harris Technologies and a team of European defence and technology firms have been contracted to develop future Nato surveillance concepts.

    L3Harris Technologies and a team of European defence and technology firms have been contracted to develop future Nato surveillance concepts.

  • Army wades back into effort to replace Bradley vehicle

    February 10, 2020 | International, Land

    Army wades back into effort to replace Bradley vehicle

    By: Jen Judson WASHINGTON — The Army is wading back into an effort to replace the Bradley Infantry Fighting Vehicle with the release of a market survey on Feb. 7, tapping industry for ideas on what a future Optionally Manned Fighting Vehicle (OMFV) might look like. After receiving only one bid in its previous attempt to develop and procure the OMFV and subsequently deciding to cancel the existing solicitation last month, the Army has a new plan to move forward that seeks to avoid some of the pitfalls encountered during its first try. The market survey itself asks companies to weigh in on what affected their decisions to participate, or not, in the previous OMFV competitive effort and how the Army might better engage with industry this time around. Instead of a laundry list of requirements that when paired together became unachievable — especially when delivered over an ambitious fielding goal of 2026 — the Army will be giving industry roughly nine characteristics, each of which will be laid out simply enough to take up just a page-and-a-half including a signature block, Army Futures Command Commander Gen. Mike Murray told a group of reporters at the Pentagon shortly before the release of the survey. The Army had previously laid out requirements such as the need to transport two vehicles in a C-17, for example, which turned out to be a difficult ask to industry within the timeline the Army was pushing. While the list of characteristics did not post with the market survey, Murray said the vehicle will have to protect soldiers, keep pace in a combined arms formation, be able to upgrade over time through open architecture, and be capable of growth without significant weight increases. It also must be lethal, and able to traverse bridges and main supply routes. Additionally, the vehicle should be transportable by rail, air or sea, and crew members have to fit in the back. An on-board training system would also be nice, Murray said, adding that the Army wants to take a look at different options for power and energy sources. Murray also stressed the document outlining the characteristics would change as the Army learned more down the road. Not required of industry will be physical bid samples as it previously requested. Only General Dynamics Land Systems was able to deliver a bid sample, but it did not meet all the requirements the service had laid out. Defense News first broke the news that a Raytheon-Rheinmetall team was unable to get its Lynx combat vehicle to the United States from Germany in time and was subsequently disqualified and that BAE Systems, the incumbent, wouldn't participate in the competition either. The ability to see what was possible from a technology and integration standpoint “was important to us and so I wouldn't say it was a mistake," Murray said of the decision to require a bid. “Did it lead to some problems we had? Maybe. But I would not characterize that as a mistake.” The Army, instead, will take a more measured approach, holding conversations with industry, requesting white papers and then choosing five prime contractor teams to design rough digital prototypes, according to the Army's acquisition chief, Dr. Bruce Jette. The Army plans to involve “soldier touch points” at every stage of the process and give soldiers a chance to heavily evaluate designs along the way, he said. Murray took pains to emphasize that soldiers would be involved in the design process, calling it “soldier-centered design,” which takes a page from other modernization efforts like the Integrated Visual Augmentation System (IVAS) program. And before ever bending any metal, the service will downselect to a group of three contractors that will provide more refined and detailed digital prototypes akin to a critical design review stage. Then the Army will choose two prime contractors to build prototypes that will be heavily tested and demonstrated in order to potentially choose a winner that would move into a manufacturing contract, Jette explained. While the timeline was ambitious in the previous effort and Army modernization goals dictated that it had to stick to schedule over all else, a schedule or even a benchmark for the first unit equipped isn't defined this time around. Murray said the Army will look to early conversations with industry to inform possible schedules based on what is feasible rather than setting an “arbitrary date” right up front. The Army is also planning to look at up to five vendors for major subsystems or components, Jette said. He also noted the service wants to “encourage companies to bring forth technology” that may not want to be a prime contractor, but have capabilities like automated loaders and fire control systems as well as in-cab wireless connectivity. “The barrier to entry is much lower for their investment,” he said. “By going to a digital design, as most do anyway, it makes it much easier for a company to participate as an [Original Equipment Manufacturer] OEM.” https://www.defensenews.com/land/2020/02/07/army-wades-back-into-effort-to-replace-bradley-vehicle/

  • OTT Technologies takes over LMT

    August 7, 2020 | International, Land

    OTT Technologies takes over LMT

    by Charles Forrester South African armoured vehicle designer and manufacturer OTT Technologies has acquired LMT, which has been in business rescue since September 2019. The acquisition closed in July, OTT Technologies business development manager Chris Gildenhuys told Janes on 5 August. The value of the acquisition is not being disclosed at this time. According to Gildenhuys, the acquisition of LMT Products “is a strategic move for OTT Technologies to expand on its own range of proven mine-protected armoured vehicles”. LMT designs and manufactures a variety of protected products, ranging from protected cabs for Mercedes Benz to the LM8 and LM13 vehicles. The LMT Products division of OTT Technologies will, for the foreseeable future, continue to operate under the LMT Products brand and the vehicles will retain their respective designations. The merger will obviously bring about branding and structural changes in future. The first priority is to get the LMT division back on track in as far [as] the personnel component, manufacturing, and sound day-to-day management,” Gildenhuys said. When LMT went into business rescue there were still some incomplete contracts, including one with a Middle Eastern customer, Gildenhuys added. That particular contract will now be honoured and completed. Denel had been the majority shareholder of LMT Holdings since it acquired its stake in 2012, with the underlying business with LMT Products. LMT Holdings was 51% owned by Denel, 29% by Pamodzi, and 20% by the founding members, and included LMT Products, LMT Engineering, and LMT Properties. https://www.janes.com/defence-news/news-detail/ott-takes-over-lmt

All news