Back to news

March 12, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense - March 8, 2019

ARMY

Unit-ASRC Construction LLC, Anchorage, Alaska, was awarded a $128,657,500 firm-fixed-price contract for construction of Long Range Discrimination Radar power plant at Clear Air Force Station, Alaska. Bids were solicited via the internet with three received. Work will be performed in Anderson, Alaska, with an estimated completion date of Dec. 31, 2021. Fiscal 2019 military construction; and research, development, test and evaluation funds in the amount of $128,657,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-19-C-0001).

Carothers Construction Inc., Oxford, Mississippi, was awarded a $22,821,540 firm-fixed-price contract for the construction a standard-design, general-purpose storage building with loading dock. Bids were solicited via the internet with four received. Work will be performed in El Paso, Texas, with an estimated completion date of Oct. 7, 2020. Fiscal 2015 and 2019 military construction funds in the amount of $22,821,540 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0020).

DynCorp International LLC, Fort Worth, Texas, was awarded a $19,502,855 modification (P00207) to domestic and foreign military sales (Netherlands and Kuwait) contract W58RGZ-13-C-0040 for aviation field maintenance services. Work will be performed in Fort Worth, Texas; Germany; and Kuwait, with an estimated completion date of June 30, 2019. Fiscal 2010 and 2019 foreign military sales; and operations and maintenance, Army funds in the combined amount of $19,502,855 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Metova Federal,* Cabot, Arizona, was awarded a $16,706,404 hybrid (cost and firm-fixed-price) contract for Security Force Assistance Brigade support. Bids were solicited via the internet with three received. Work will be performed in Fort Benning, Georgia, with an estimated completion date of April 14, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $6,922,987 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Benning, Georgia, is the contracting activity (W911SF-19-F-0014).

NAVY

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded $85,718,447 for modification P00017 to a previously awarded cost-plus-fixed-fee, fixed-price-incentive-firm target contract (N00019-17-C-0015). This modification provides for the upgrade of four MV-22 aircraft from the Block B to the Block C configuration in support of the Common Configuration Readiness and Modernization Program (CC-RAM). In addition, this modification provides for the planned maintenance interval effort for one of the CC-RAM aircraft. Work will be performed in Ridley Park, Pennsylvania (93 percent); and Fort Worth, Texas (7 percent), and is expected to be completed in March 2021. Fiscal 2017, 2018, and 2019 aircraft procurement (Navy); and 2019 operation and maintenance (Navy) funds in the amount of $85,718,447 will be obligated at time of award, $22,314,593 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $41,835,268 cost-plus-fixed-fee modification to previously-awarded contract N00024-18-C-4301 to staff, operate and accomplish the efforts associated with supporting a nuclear regional maintenance department at Naval Submarine Base New London, Groton, Connecticut, in support of returning mission-ready submarines to the fleet. Work will be performed in Groton, Connecticut, and is expected to be completed by March 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $17,400,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Groton, Connecticut, is the contracting activity.

SRI International, Menlo Park, California, is awarded an $11,312,731 cost-plus-fixed-fee contract for low frequency high power satellite calibration research and development. This contract contains options, which if exercised, will bring the contract value to a total of $63,482,059. The places of performance will be at the contractor's facility located in Menlo Park, California (65 percent); and at the Bluestar Antenna Facility in Stanford, California (35 percent). Work is expected to be completed March 7, 2020. If all options are exercised, work will continue through March 2024. Fiscal 2019 Navy Working Capital funds in the amount of $50,000 will be obligated at the time of award, and no funds will expire at the end of the current fiscal year. This contract was procured using sole-source procedures under request for proposal N00173-18-R-WR07. The Naval Research Laboratory, Arlington, Virginia, is the contracting activity (N00173-19-C-6000).

Cabrillo Enterprises* (doing business as R.W. Little*), National City, California (N55236-16-D-0005); South Bay Sand Blasting and Tank Cleaning Inc.,* San Diego, California (N55236-16-D-0006); and Surface Technologies Corp.,* Atlantic Beach, Florida (N55236-16-D-0007), are awarded a combined $10,000,000 for modifications under previously awarded indefinite-delivery/indefinite-quantity, multiple-award contracts to exercise Option Year Three for deck covering removal and non-skid installation services on board Navy ships. Each contractor shall provide all management, administrative services, materials, tools, equipment, labor, rigging, scaffolding, utilities (i.e. air, water and electricity, etc.) and required services/support to accomplish deck covering removal and non-skid installation on board Navy ships within a 50-mile radius of San Diego, which may include Oceanside, California. Work will be performed in San Diego, California, which may include Oceanside, California, and is expected to be complete by April 2020. No funding is being obligated at the time of award. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

ALLTRACK, Inc.,* Pendleton, Indiana, is awarded a maximum amount $10,000,000 requirements contract for railroad maintenance and repair services at the Naval Support Activity, Crane. The work to be performed provides for maintenance and repairs on railroad trackage. Services include, but are not limited to, replacement of rails, ties, crossings and accessories, surfacing, alignment, dressing of ballast, ditch maintenance, and incidental related work. No task orders are being issued at this time. All work will be performed in Crane, Indiana, and the term of the contract is not to exceed 48 months, with an expected completion date of March 2023. No funds will be obligated at the time of award. Funds will be obligated as future task orders will be primarily funded by working capital (Army) and working capital (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-7701).

Web Business Solutions Inc.,** Fredericksburg, Virginia, is awarded a $9,595,573 task order (M67854-19-F-7822) under previously awarded indefinite-delivery/indefinite-quantity contract (M67854-18-D-7821) for support services to the Command and Control Training and Education Center of Excellence (C2TECOE). The C2TECOE main effort is to provide a continuum of standards-based C2 systems instruction and home station training. Work will be performed at Camp Pendleton, California (27 percent); Quantico, Virginia (23 percent); Camp Lejeune, North Carolina (17 percent); Okinawa, Japan (16 percent); Twentynine Palms, California (10 percent); and Marine Corps Base Hawaii (7 percent), and is expected to be completed by March 10, 2020. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $9,595,573 will be obligated at the time of award and funds will expire the end of the current fiscal year. The base contract was competitively procured via the Federal Business Opportunities website with four offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contract activity.

AIR FORCE

Sierra Nevada Corp., Sparks, Nevada, has been awarded a $23,702,941 cost-plus-fixed-fee modification (P-00021) to previously awarded contract FA8509-17-C-0002 for the permanent installation of the MC-130J Airborne Mission Networking (AbMN) Program. This modification provides for the procurement of additional hardware and labor necessary to support the AbMN program through flight test. Work will be performed in Sparks, Nevada, and is expected to be complete by Nov. 16, 2021. Fiscal year 2018 procurement funds in the amount of $12,293,268; and fiscal year 2019 procurement funds in the amount of $11,409,673 are being obligated at the time of award. This modification brings the total cumulative face value of the contract to $67,977,580. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

S&K Engineering & Research, St. Ignatius, Montana, has been awarded an $18,581,032 indefinitely-delivery/indefinite-quantity contract for the Reliability, Availability, and Maintainability Logistics Engineering Support System for Pods and Integrated Systems program. This contract provides for RAMPOD, which supports the collection of maintenance and inventory data for all Air Force pods, support equipment and specialized avionics. The services to be provided are continuous operations, system engineering, and software sustainment support for RAMPOD program, servers, applications and users. Work will be performed in St. Ignatius, Montana, and is expected to be complete by March 31, 2022. Fiscal 2022 operations and maintenance funds in the amount of $6,408,000 are being obligated (on the first task order) at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-19-D-0003).

Peerless Technologies, Fairborn, Ohio, has been awarded an $18,470,211 task order under the General Services Administration One Acquisition Solution for Integrated Services (OASIS) indefinite-delivery/indefinite-quantity contract for engineering and technical support services to the gravity systems program. This task order provides for efforts to transition from procurement to sustainment require a diverse staff to formulate a solid framework for systems engineering, testing, sustainment, and operational support for integration of the B61-12 All Up Round and legacy gravity systems. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by March 7, 2024. This award is the result of a competitive and four offers were received. Fiscal 2019 research, development, test, and evaluation funds in the amount of $4,300,000 are being obligated at the time of award. Foreign Military Sales funds will also be used during the task order period of performance. The Air Force Nuclear Weapons Center, Kirtland AFB, New Mexico, is the contracting activity (FA9422-19-F-5003).

DEFENSE FINANCE AND ACCOUNTING SERVICE

Guidehouse LLP, McLean, Virginia, is being awarded a maximum $12,473,349 labor hour contract modification to previously awarded contract HQ042318F0055 to exercise an option for audit finding remediation support services. Work will be performed in McLean, Virginia, with an expected completion date of March 31, 2020. Fiscal 2019 Defense-wide operation and maintenance funds in the amount of $12,473,349 are being obligated at the time of this option award. This award brings the total cumulative value of the contract to $24,537,771. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-18-F-0055).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Galois Inc., Portland, Oregon, was awarded a $9,925,508 modification to previously awarded contract HR0011-18-C-0013 for the System Security Integrated Through Hardware and firmware (SSITH) program. The modification brings the total cumulative face value of the contract to $16,553,298 from $6,627,790. Work will be performed in Portland, Oregon (88 percent); Menlo Park, California (7 percent); Framingham, Massachusetts (4 percent); and San Francisco, California (1 percent), with an expected completion date of March 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $2,949,500 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.


*Small business

**Service disabled veteran-owned small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1780721/

On the same subject

  • Contract Awards by US Department of Defense - November 29, 2019

    December 2, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

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

    DEFENSE LOGISTICS AGENCY Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $218,749,892 modification (P00006) exercising the first one-year option period of a one-year base contract (SPRPA1-20-F-CD01) with four one-year option periods for performance based logistics and engineering support for the V-22 platform. This is a firm-fixed-price requirements contract. Locations of performance are Texas and Pennsylvania, with a Nov. 30, 2020, performance completion date. Using customers are Navy, Air Force, Marine Corps and Foreign Military Sales to Japan. Type of appropriation is fiscal 2020 through 2021 Air Force, U.S. Special Operations Command, Navy and FMS appropriated funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. NAVY Raytheon Integrated Defense Systems, San Diego, California, is awarded a $74,726,993 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for design agent engineering services for networks and network user systems on operational landing platform/dock (LPD)-17 class amphibious transport dock ships. Work will be performed in San Diego, California (80%); Norfolk, Virginia (15%); Mayport, Florida (5%) and is expected to be complete by December 2024. Fiscal 2020 operations and maintenance, (Navy) funding in the amount of $689,680 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c) (1), only one responsible source and no other supplies or services will satisfy agency requirements, as implemented by Part 6.302-1 of the Federal Acquisition Regulation. This contract was issued on a sole-source basis to Raytheon Integrated Defense Services. This requirement is for design agent engineering and technical services for the overall management, development, testing, troubleshooting, repair, configuration, maintenance and fleet sustainment of fielded networks and associated network user systems/clients on operational LPD 17-class amphibious transport dock ships. These services are in support of Naval Surface Warfare Center, Philadelphia Division, Code 52, which is responsible for the lifecycle in-service engineering agent support of mission critical interior communications data networks. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-0001). W.R. Systems, Fairfax, Virginia, is awarded a modification to a previously awarded (N65236-19-D-8001) indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for firm-fixed-price task orders, performance based contract. This single award contract (SAC) is currently in its first year with a Feb. 15, 2020, contract expiration date. This modification increases the basic contract estimated ceiling by $61,999,996, and changes the cumulative estimated value of the contract from $49,999,995, to $111,999,992. This SAC is for position, navigation and timing and geospatial information services support to naval ships and shore facilities. Work will be performed in Norfolk, Virginia, and is expected to be completed by February 2020. This SAC was previously procured competitively by full and open competition via the Naval Information Warfare Systems Command e-commerce central website and the Federal Business Opportunities website. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) and only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Center, Charleston, South Carolina, is the contracting activity. General Dynamics/Electric Boat, Groton, Connecticut (N66604-20-D-D001); Huntington Ingalls/Newport News Shipbuilding, Newport News, Virginia (N66604-20-D-D002); and Oceaneering International Inc., Chesapeake, Virginia (N66604-20-D-D003) are being awarded a $49,921,536 indefinite-delivery/indefinite-quantity (ID/IQ) multiple-award contract to fabricate submarine safety/Level 1 (SUBSAFE/L1) hardware, and provide technical and engineering services. For these base ID/IQ five-year contracts, funding will not be obligated at time of award; the $1,000 minimum guarantee will be executed on each awardee's initial task order. Work will be performed at the contractors' locations and minimally at government locations, and is expected to be completed by November 2024. This multiple-award contract was competitively procured with three acceptable offers received via the Federal Business Opportunities website. This requirement is to provide SUBSAFE/L1 (or related) hardware, systems engineering, technical analyses, mechanical and electrical design, manufacturing, installation, test and evaluation, maintenance and repair services required to support existing and future fleet programs. In accordance with 10 U.S. Code 2304(c)(1), only a limited number of responsible sources and no other supplies or services will satisfy the needs of the agency. This tasking was limited to those activities qualified to perform SUBSAFE work per the Naval Sea Systems Command Notice 5000, fiscal 2019 Navy working capital funds. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity. Washington State Community College District #3, Bremerton, Washington, is awarded a not-to-exceed $18,000,000 five-year indefinite-delivery/indefinite-quantity contract for educational services in support of the apprenticeship, helper and after-hours program, which pays for tuition, lab fees, math fees, tutoring services and assessment fees in an effort to provide customers with quality, timely and cost efficient maintenance, modernization, and technical and logistics support by maintaining a highly trained and skilled workforce. These services are in support of Puget Sound Naval Shipyard and Intermediate Facility in Bremerton, Washington. This contract does not include options. Work will be performed in Bremerton, Washington, and is expected to be complete by December 2024. No funding will be obligated at the time of award. In accordance with Federal Acquisition Regulations Part 15, this was a competitive procurement with one offer received via the Federal Business Opportunities website. Operations and maintenance (Navy) funding will be obligated at the task order level prior to each semester. This is a commercial service contract that was competed in accordance with Federal Acquisition Regulation Part 15. Only one proposal by the incumbent was received. The Puget Sound Naval Shipyard, Bremerton, Washington, is the contracting activity (N4523A20D1300). ARMY General Dynamics Mission Systems, Taunton, Massachusetts, was awarded a $9,164,584 cost-plus-fixed-fee contract to procure contractor field service representative support services for the warfighter. One bid was solicited with one bid received. Work will be performed in Taunton, Massachusetts, with an estimated completion date of Nov. 30, 2020. Fiscal 2019 other procurement, Army funds in the amount of $6,363,737 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-20-F-0004). AIR FORCE Tunista Services LLC, Honolulu, Hawaii, has been awarded a $7,362,228 firm-fixed-priced contract modification (P00006) to previously awarded contract FA4855-18-C-0001 for continuation of operations, maintenance and support services at Melrose Air Force Range. The contract modification provides for the exercise of option year two procured under the basic contract. Work will be performed at Melrose, New Mexico, and work is expected to be completed by Nov. 30, 2020. The total cumulative face value of the contract is $22,676,639. Fiscal 2020 operations and maintenance funds in the amount of $7,362,228 are being obligated at the time of award. The 27th Special Operations Contracting Squadron, Cannon Air Force Base, New Mexico, is the contracting activity. https://www.defense.gov/Newsroom/Contracts/Contract/Article/2029052/source/GovDelivery/

  • Anduril Industries in talks with Australia on autonomous undersea vehicle

    May 6, 2022 | International, Naval

    Anduril Industries in talks with Australia on autonomous undersea vehicle

    The company billed the Extra Large Autonomous Undersea Vehicle as affordable, durable and capable of executing military and non-military missions.

  • The EU’s fresh designs for funding a defense resurgence, explained

    June 23, 2024 | International, Land

    The EU’s fresh designs for funding a defense resurgence, explained

    The European Investment Bank will underwrite new defense investments, with a huge economic-bailout scheme also waiting in the wings.

All news