Back to news

May 6, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - May 05, 2020

NAVY

Raytheon Space and Airborne Systems, McKinney, Texas, is awarded $325,000,000 for a firm-fixed-price contract for the repair of the Advanced Targeting Forward Looking Infrared System used in support of the F/A-18 aircraft. Work will be performed in McKinney, Texas (59%); and Jacksonville, Florida (41%). Work is expected to be complete by May 2025. This is a five-year base period with no option periods. Annual working capital (Navy) funds in the amount of $54,507,477 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-sourced requirement under authority 10 U.S. Code 2304 (c)(1), and one offer was received. The Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-WC01).

Flightline Electronics Inc., Victor, New York, is awarded an $18,588,079 firm-fixed-price indefinite-delivery/indefinite-quantity contract for the manufacture and delivery of 543 TTU-597/E engineering change proposal kits to address parts obsolescence and availability issues on the fuel control test set for Navy and Foreign Military Sales customers. Additionally, this contract provides logistics support documents to include technical manual updates, provisioning data and the interim support items list. Work will be performed in Victor, New York (60%); and Cheltenham, Gloucestershire, United Kingdom (40%), and is expected to be complete by May 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304 (c)(1). The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0008).

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $10,178,059 modification (P00029) to a previously awarded, fixed-price-incentive-firm-target, cost-plus-fixed-fee contract (N00019-17-C-0015). This modification provides for additional repairs in support of the V-22 Common Configuration Readiness and Modernization program. Additionally, this modification provides non-recurring engineering for a drive tube engineering change proposal in support of V-22 (Osprey multirole combat aircraft) production. Work will be performed in Fort Worth, Texas (30%); Ridley Park, Pennsylvania (15%); Amarillo, Texas (13%); Red Oak, Texas (3%); East Aurora, New York (3%); Park City, Utah (2%); McKinney, Texas (1%); Endicott, New York (1%); various locations within the continental U.S. (28%); and various locations outside the continental U.S. (4%). Work is expected to be complete by September 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $4,804,019; fiscal 2019 aircraft procurement (Navy) funds in the amount of $5,119,758; fiscal 2020 operations and maintenance (Navy) funds in the amount of $240,500; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $5,108 will be obligated at time of award, $5,044,519 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

StandardAero Inc., San Antonio, Texas, has been awarded a $237,395,588 firm-fixed-price, indefinite-delivery/indefinite-quantity contract action for the J85 engine repair. The contractor will provide maintenance, repair and overhaul repairs of the J85 engine. Work will be performed in San Antonio, Texas, and is expected to be completed by May 2028. This award is the result of a competitive acquisition in which one bid was received. Fiscal 2020 operations and maintenance funds in the amount of $10,135,844 is being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8124-20-D-0005).

L-3 Communications Integrated Systems, Greenville, Texas, has been awarded a not-to-exceed $76,000,028 cost-plus-fixed-fee, undefinitized contract modification (P00008) to contract FA8620-19-F-4872 for procurement of Group B materials, ground systems integration lab and subcontracts. Work will be performed in Greenville, Texas, and is expected to be completed by March 31, 2024. This contract involves 100% Foreign Military Sales and is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $37,240,021 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

DMS Contracting Inc., Mascoutah, Illinois (FA4407-20-D-0001); C. Rallo Contracting Co. Inc., St. Louis, Missouri (FA4407-20-D-0002); Davinroy Mechanical Contractor Inc., Belleville, Illinois (FA4407-20-D-0003); Hank's Excavating & Landscaping Inc., Belleville, Illinois (FA4407-20-D-0004); J&B Builders Inc., St. Charles, Illinois (FA4407-20-D-0005); Mantle-Plocher JV, Worden, Illinois (FA4407-20-D-0006); Surmeier & Surmeier, Mascoutah, Illinois (FA4407-20-D-0007); and Pugsley Byrne JV LLC, Brighton, Illinois (FA4407-20-D-0008), have been awarded indefinite-delivery/indefinite-quantity contracts with a maximum estimated aggregate value of $45,000,000 under a multiple award task order contract. The awards are in support of the multiple award paving contract program to support the Scott Air Force Base construction program, including paving and civil categories. Work will be performed on Scott AFB, Illinois, and is expected to be completed May 4, 2021. These awards are the result of a competitive acquisition and nine offers were received. Fiscal 2020 operations and maintenance funds in the amount of $500 are being obligated to each contractor at the time of award. The 375th Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $60,000,000 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. Locations of performance are Illinois and Alaska, with a Nov. 5, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-20-D-0011).

Raytheon Co., Andover, Massachusetts, has been awarded a maximum $36,688,190 firm-fixed-price delivery order (SPRRA2-20-F-0077) against a seven-year basic ordering agreement (SPRRA2-19-R-0046) for radio frequency exciters. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year, 11-month contract with no option periods. Location of performance is Massachusetts, with a March 31, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.

Leading Technology Composites Inc., doing business as LTC Inc., Wichita, Kansas, has been awarded a maximum $26,752,704 modification (P00010) exercising the second one-year option period of a one-year base contract (SPE1C1-18-D-1073) with three one-year option periods for enhanced side ballistic inserts. This is a firm-fixed-price, indefinite-quantity contract. Location of performance is Kansas, with a May 4, 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.

American Water Enterprises LLC, Camden, New Jersey, has been awarded a $21,810,972 modification (P00251) to a 50‐year contract (SP0600‐03‐C‐8268), with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Rucker, Alabama. This is a fixed-price with prospective-price-redetermination contract. Locations of performance are New Jersey and Alabama with an April 15, 2054, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2054 Army operations and maintenance funds. The contracting activity is Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Raytheon Co., Andover, Massachusetts, has been awarded a maximum $8,362,088 firm-fixed-price delivery order (SPRRA2-20-F-0079) against a seven-year basic ordering agreement (SPRRA2-19-R-0046) for radio frequency exciters. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a two-year, nine-month contract with no option periods. Location of performance is Massachusetts, with a Jan. 31, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.

ARMY

ASM Research LLC, Fairfax, Virginia, was awarded a $40,284,199 firm-fixed-price contract to provide comprehensive credentialing and privileging program support for the Army National Guard or Air National Guard. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of May 4, 2025. The National Guard Bureau Operational Contracting Division, Arlington, Virginia, is the contracting activity (W9133L-20-D-1000).

Miller Electric Co. Inc., Reno, Nevada, was awarded a $12,000,000 modification (P00004) to contract W911SA-17-D-2006 for sustainment, modernization and improvement projects for the 88th Army Reserve Centers throughout the states of Kansas and Nebraska. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2021. The 419th Contract Support Brigade, Fort McCoy, Wisconsin, is the contracting activity.

CAE USA Inc., Tampa, Florida, was awarded an $11,157,134 firm-fixed-price contract for advanced helicopter flight training support services. Bids were solicited via the internet with seven received. Work will be performed at Fort Rucker, Alabama, with an estimated completion date of May 15, 2027. Fiscal 2020 operations and maintenance, Army funds in the amount of $11,157,134 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity (W9124G-20-C-0008).

Manhattan Construction Co., Tulsa, Oklahoma, was awarded an $8,300,000 modification (PZ0001) to contract W912BV-20-C-0008 for alternate care facilities in Oklahoma. Work will be performed in Tulsa and Oklahoma City, Oklahoma, with an estimated completion date of May 10, 2020. Fiscal 2020 civil construction funds in the amount of $8,300,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Perspecta Labs Inc., Basking Ridge, New Jersey, was awarded a $29,917,092 cost-plus-fixed-fee contract for a research project under the Fast Network Interface Cards (FastNICs) program. The FastNICs program will speed up applications such as the distributed training of machine learning classifiers by 100x through the development, implementation, integration and validation of novel, clean-slate network subsystems. Work will be performed in Basking Ridge, New Jersey, with an expected completion date of May 2024. Fiscal 2019 research, development, test and evaluation (RDT&E) funding in the amount of $1,110,000; and fiscal 2020 RDT&E funding in the amount of $2,925,000 are being obligated at time of award. This contract was a competitive acquisition under an open broad agency announcement and eight offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0090).

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2177362/source/GovDelivery/

On the same subject

  • Contract Awards by US Department of Defense - January 15, 2019

    January 16, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - January 15, 2019

    ARMY BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $474,084,062 cost-plus-fixed-fee contract for system technical support and sustainment system technical support. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 14, 2025. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0040). ACC Construction Co. Inc., Augusta, Georgia, was awarded a $30,006,388 firm-fixed-price contract for a Special Operations Forces tactical equipment maintenance facility. Bids were solicited via the internet with six received. Work will be performed in Fort Bragg, North Carolina, with an estimated completion date of Sept. 5, 2020. Fiscal 2017 and 2018 military construction funds in the amount of $30,006,388 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0008). Tecmotiv (USA) Inc.,* Niagara Falls, New York, was awarded a $19,644,207 firm-fixed-price Foreign Military Sales (Egypt) contract for M60 engine overhaul parts package. Bids were solicited via the internet with one received. Work will be performed in Niagara Falls, New York, with an estimated completion date of Nov. 25, 2020. Fiscal 2011 foreign military sales funds in the amount of $19,644,207 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-C-0042). DynCorp International LLC, Fort Worth, Texas, was awarded an $18,537,068 modification (P00205) to contract W58RGZ-13-C-0040 for aviation field maintenance services. Work will be performed in Fort Worth, Texas, with an estimated completion date of June 30, 2019. Fiscal 2017 and 2019 aircraft procurement, Army; and operations and maintenance, Army funds in the amount of $18,537,068 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Mississippi Limestone Corp.,* Friars Point, Mississippi, was awarded an $18,399,991 firm-fixed-price contract for articulated concrete mattress casting at the Mississippi River. Bids were solicited via the internet with two received. Work will be performed in Delta, Louisiana, with an estimated completion date of Dec. 21, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $18,399,991 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-19-C-0002). Avatar Environmental LLC,* West Chester, Pennsylvania (W912DQ-19-D-3004); GEO Consultants Corp.,* Kevil, Kentucky (W912DQ-19-D-3005); Trevet-Bay West JV II LLC,* San Diego, California (W912DQ-19-D-3006); and TriEco LLC,* Louisville, Kentucky (W912DQ-19-D-3007 ), will compete for each order of the $12,000,000 hybrid cost-plus-fixed-fee and firm-fixed-price contract for environmental architect engineer services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 14, 2024. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity. Leidos Inc., Reston, Virginia, was awarded a $9,742,355 modification (P00030) to contract W911QX-16-C-0012 for support of Saturn Arch Aerial Intelligence System for day and night image collection and exploitation of Improvised Explosive Device “hot spot” areas. Work will be performed in Bridgewater, Virginia, with an estimated completion date of Sept. 16, 2019. Fiscal 2018 other procurement, Army funds in the amount of $ 2,062,117 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $7,201,316 modification (P00024) to contract W56HZV-17-C-0059 for the maintenance of M88 recovery vehicles, technical data package maintenance and total ownership cost reduction. Work will be performed in York, Pennsylvania, with an estimated completion date of Jan. 18, 2020. Fiscal 2018 other procurement, Army funds in the amount of $7,201,316 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. DEFENSE LOGISTICS AGENCY ZOLL Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $400,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for patient monitoring and capital equipment systems and accessories. This was a competitive acquisition with 36 responses received. This is a five-year base contract with one five-year option period. Location of performance is Massachusetts, with a Jan. 13, 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-0011). (Awarded Jan. 14, 2019) Valneva USA Inc., Gaithersburg, Maryland, has been awarded a maximum $70,051,600, firm-fixed-price contract for the Japanese Encephalitis Vaccine. This was a sole-source acquisition using justification 10 U.S. Code 2304 ( c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year contract with no option periods. Location of performance is Maryland and the U.K., with a Jan. 14, 2020, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-19-D-0001). Dental Health Products Inc.,* New Franken, Wisconsin, has been awarded a maximum $37,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for dental equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 68 responses received; 20 contracts have been awarded to date. This is a five-year contract with no option periods. Location of performance is Wisconsin, with a Jan. 13, 2024, performance completion date. Using customers are Department of Defense and other federal organizations. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0005). (Awarded Jan. 14, 2019) NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $68,933,454 for cost-plus-incentive fee delivery order 0104 against a previously issued basic ordering agreement (N00019-14-G-0020). This order provides for the design, development, documentation, integration, and test of upgrades to the U.S. Reprogramming Laboratory to execute the Mission Data (MD) programming and reprogramming mission for the F-35 Digital Channelized Receiver/Technique Generator and Tuner Insertion Program (DTIP) and non-DTIP configurations. These efforts are in support of Air Force, Navy and Marine Corps operational aircraft, as well as all training aircraft within the continental U.S. with MD products. Work will be performed in Fort Worth, Texas (65 percent); Baltimore, Maryland (25 percent); and Eglin Air Force Base, Florida (10 percent), and is expected to be completed in May 2021. Fiscal 2018 research, development, test and evaluation (Air Force, Navy and Marine Corps) funding in the amount of $20,000,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This order combines purchases for the Air Force ($34,466,727; 50 percent); Navy ($17,233,364; 25 percent), and the Marine Corps ($17,233,363; 25 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. C4 Planning Solutions, Blythe, Georgia, is awarded a maximum ceiling $45,488,761 firm-fixed price, indefinite-delivery/indefinite quantity contract with a five-year ordering period and option to extend services up to six months for tactical systems support and professional engineering services for the Marine Corps Tactical Systems Support Activity. This contract contains an option, which if exercised, will bring the contract value to $49,999,196. Work will be performed at Camp Pendleton, California (41 percent); Okinawa, Japan (15 percent); Camp Lejeune, North Carolina (four percent); Norfolk, Virginia (four percent); Alexandria, Virginia (four percent); Quantico, Virginia (four percent); New Orleans, Louisiana (two percent); and additional various locations outside the continental U.S. (26 percent), and work is expected to be completed by March 6, 2024. If the option is exercised, work will continue through Sept. 6, 2024. Fiscal 2017 (Marine Corps) operations and maintenance funds in the amount of $515,910; and fiscal 2019 (Marine Corps) operations and maintenance funds in the amount of $146,903 will be obligated under the initial task order immediately following contract award. Although expired, the fiscal 2017 contract funds in the amount of $515,910 are available for this effort in accordance with 31 U.S. Code 1558. The contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M68909-19-D-7605). AECOM Management Services Inc., Germantown, Maryland, is awarded a $35,162,580 indefinite-delivery/indefinite-quantity, fixed-price contract resulting from solicitation N00189-18-R-0044 that includes provisions for economic price adjustment to provide third party logistics support services and hazardous material supplies as required by Marine Corp. Pacific and tenant Navy commands in Okinawa, Japan. The contract includes a five-year base ordering period with an option to extend services for a six-month ordering period pursuant to Federal Acquisition Regulation 52.217-8 which if exercised, the total value of this contract will be $38,965,976. All work will be performed in Okinawa, Japan, and work is expected to be completed February 2024. If the option is exercised, work will be completed by August 2024. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $768,053; fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $1,211,512; and working capital funds (Navy) in the amount of $138,000 will be obligated at time of award. Operations and maintenance (Navy and Marine Corps) funds will expire at the end of the fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with two offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity. (N00189-19-D-0001) BAE Systems Hawaii Shipyards Inc., Honolulu, Hawaii, was awarded a not-to-exceed $9,576,151 undefinitized contract action modification to previously-awarded contract N00024-14-C-4412 for scheduled Surface Incremental Availability (SIA) on USS Halsey (DDG 97). The scheduled SIA is the opportunity in the ship's life cycle primarily to conduct structural repairs and alteration to systems. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by May 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $4,689,804; and fiscal 2018 other procurement (Navy) funding in the amount of $98,255 will be obligated at time of award. Funds in the amount of $4,689,804 will expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. (Awarded Jan. 14, 2019) Global Technical Systems Inc.*, Virginia Beach, Virginia, is awarded an $8,510,970 firm-fixed–price delivery order N00024-19-F-5610 under previously awarded indefinite-delivery/indefinite-quantity contract N00024-14-D-5213 for the procurement of 15 Common Processing System (CPS) Technical Instruction Twelve Hybrid (TI-12H) water-cooled production units for Surface Electronic Warfare Improvement Program and two CPS TI-12H air-cooled production units for ship self defense systems. The CPS is a computer processing system based on an Open Architecture (OA) design. CPS consists of the CPS enclosure assembly and three subsystems: the processing subsystem, the storage/extraction subsystem, and the Input / Output (I/O) subsystem. It is intended to support the computer requirements of various Navy combat systems. This contract will provide for production, testing and delivery of CPS (water cooled, air cooled, and air-cooled commercial equivalents), spares, and associated engineering services. Work will be performed in Virginia Beach, Virginia, and is expected to be complete by October 2019. Fiscal 2018 and 2019 other procurement (Navy) funding in the amount of $8,510,970 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. (Awarded Jan. 14, 2019) Lockheed Martin Corp., Baltimore, Maryland, is awarded a fixed-price-incentive firm target modification to previously-awarded contract N00024-18-C-2300 to exercise an option for the construction of one fiscal 2019 littoral combat ship. The specific contract award amount for this ship is considered source-selection sensitive information (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation (FAR) 2.101 and FAR 3.104) and will not be made public at this time. Lockheed Martin will perform and oversee all necessary design, planning, construction and test and trials activities in support of delivery of this ship to the Navy. Work will be performed in Marinette, Wisconsin (40 percent); Washington, District of Columbia (7 percent); Baltimore, Maryland (6 percent); Beloit, Wisconsin (2 percent); Iron Mountain, Michigan (2 percent); Milwaukee, Wisconsin (1 percent); Waunakee, Wisconsin (1 percent); Crozet, Virginia (1 percent); Coleman, Wisconsin (1 percent); Monrovia, California (1 percent); and various locations below 1 percent (38 percent), and is expected to be completed by February 2026. Fiscal 2019 shipbuilding and conversion (Navy) funding 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. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1732604/source/GovDelivery/

  • State Department approves $3.5B sale of helicopters to Australia

    June 4, 2021 | International, Aerospace

    State Department approves $3.5B sale of helicopters to Australia

    The State Department has approved a possible $3.5 billion sale of AH-64E Apache helicopters to the Australian government, the Defense Security Cooperation Agency announced Thursday.

  • Boeing signs deal with U.S. army to build 184 AH-64E Apache helicopters

    March 17, 2023 | International, Aerospace

    Boeing signs deal with U.S. army to build 184 AH-64E Apache helicopters

    Boeing Co said on Friday it had signed a contract with the U.S. army and international customers, including Australia, to build 184 AH-64E Apache attack helicopters.

All news