Back to news

May 14, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - May 13, 2020

NAVY

The Boeing Co., St. Louis, Missouri, is awarded a $1,971,754,089 firm-fixed-price contract to provide non-recurring engineering associated with the Stand-off Land Attack Missile – Expanded Response (SLAM ER) obsolescence redesign effort as well as the production and delivery of 650 SLAM ER missiles in support of the government of Saudi Arabia. Work will be performed at St. Louis, Missouri (47%); Indianapolis, Indiana (37%); Pontiac, Michigan (9%); Melbourne, Florida (3%); Middletown, Connecticut (2%); and Black Mountain, North Carolina (2%). Work is expected to be complete by December 2028. Foreign Military Sales funds in the amount of $1,971,754,089 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-4. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0003).

The Boeing Co., St. Louis, Missouri, is awarded a $656,981,421 modification (P00014) to a previously awarded firm-fixed-price contract (N00019-19-C-0016). This modification procures and delivers 467 Harpoon full rate production Lot 91 Block II missiles and support equipment for various Foreign Military Sales customers. Work will be performed at St. Louis, Missouri (30%); McKinney, Texas (28%); Toledo, Ohio (6%); Grove, Oklahoma (5%); Pontiac, Michigan (4%); Putnam, Connecticut (2%); Galena, Kansas (2%); Burnley, United Kingdom (2%); Lititz, Pennsylvania (1%); Minneapolis, Minnesota (1%); and various locations within the continental U.S. (19%). This modification procures four Block II missiles and support equipment for the government of Brazil, eight Block II missiles and support equipment for the government of Thailand, 53 Block II missiles and support equipment for the government of Qatar, 402 Block II missiles and support equipment for the government of Saudi Arabia, and support equipment for the governments of Japan, the Netherlands, India and Korea. Work is expected to be complete by December 2026. Foreign Military Sales funds in the amount of $656,981,421 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.

Strategic Airborne Operations JV LLC,* Newport News, Virginia, is awarded a $146,834,175 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract acquires the High Endurance Electronic Warfare Jet (HEEWJ) capability. Work will be performed in Cherry Point, North Carolina (5%); and various locations within and outside the continental U.S. (95%) to be determined on individual orders. The HEEWJ capability is an offensive air support for training that provides regionally based, geographically distributed aviation with a variety of airborne threat simulation capabilities to train shipboard and aircraft weapon systems operators and aircrew to counter enemy electronic warfare and electronic attack operations in today's electronic combat environment in support of Department of the Navy, other Department of Defense (DOD) agencies, non-DOD government agencies and Foreign Military Sales customers. Work is expected to be completed in 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 competitively procured via an electronic request for proposal, and two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0108).

Q.E.D. Systems Inc., Virginia Beach, Virginia, is awarded a $16,205,606 modification to previously awarded contract N00024-15-C-4400 for specification development and execution/procurement support services in support of Chief of Naval Operations availabilities, continuous maintenance availabilities (CMAVs), inactivation CMAVs, sustainment availabilities, phased modernization availabilities, re-commissioning availabilities, continuous maintenance and emergent maintenance window of opportunity for Navy surface combatant ship classes (CG 47/DDG 51). Work will be performed in Norfolk, Virginia (53%); San Diego, California (36%); and Everett, Washington (11%). Work is expected to be complete by October 2020. No funding will be obligated at time of award. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BAE Systems, Information and Electronic Systems Integration Inc., Greenlawn, New York, is awarded a $14,465,881 modification (P00010) to previously awarded, firm-fixed-price, indefinite-delivery/indefinite-quantity contract N00019-17-D-0006. This modification adds the requirement to procure 46 AN/UPX-41(C) digital interrogators and 10 Mode 5 change kits for the Navy, Coast Guard, the government of Japan and various countries under the Foreign Military Sales program. Work will be performed in Greenlawn, New York (80%); Austin, Texas (10%); and Manassas, Virginia (10%), and is expected to be complete by 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.

CACI Enterprise Solutions Inc., Chantilly, Virginia, is awarded a $13,904,377 cost-plus-fixed-fee task order modification in the four option years of the integrated business systems support services contract (N32205-19-F-1044 and P00008). Information technology services in this contract assist Military Sealift Command's business systems and ashore operations branch to manage, operate and maintain the command's business systems, as well as interfaces with the Navy Enterprise Defense Business Systems. Work under this modification will be performed in Norfolk, Virginia, and is expected to be complete by December 2023. This modification includes the remaining portion (eight months) of Option Year One as well as three 12-month options. If exercised, the cumulative value of this modification will be $13,598,409. The task order was competitively procured with proposals and four offers were received. The Naval Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded an $8,954,062 modification (P00091) to previously awarded firm-fixed-price contract N00019-14-C-0050. This modification provides support for the integration and transition of Windows 10 and Server 16 into various VH-92A training devices. Work will be performed in Quantico, Virginia, and is expected to be complete by October 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $4,667,720 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.

ARMY

Northrop Grumman, McLean, Virginia, was awarded a $176,471,668 modification (P00056) to contract W58RGZ-17-C-0014 to support Army special electronic mission aircraft fixed-wing life cycle services. Work will be performed in McLean, Virginia, with an estimated completion date of Aug. 31, 2020. Fiscal 2020 operations and maintenance (Army) funds in the amount of $176,471,668 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DynCorp International LLC, Fort Worth, Texas, was awarded a $167,556,981 modification (P00057) to contract W58RGZ-17-C-0011 for support services for government-owned fixed-wing fleets performing transport aircraft missions. Work will be performed in Fort Worth, Texas, with an estimated completion date of May 31, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $167,556,981 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Kiewit Infrastructure South Co., Sunrise, Florida, was awarded a $7,759,000 firm-fixed-price contract for Everglades restoration. Bids were solicited via the internet with three received. Work will be performed in Miami-Dade, Florida, with an estimated completion date of Nov. 16, 2021. Fiscal 2020 civil construction funds in the amount of $7,759,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-20-C-0004).

Michels Corp., Brownsville, Wisconsin, was awarded a $7,066,242 firm-fixed-price contract to repair levee systems in the Missouri River Basin. Bids were solicited via the internet with four received. Work will be performed in Pender, Nebraska, with an estimated completion date of Oct. 30, 2020. Fiscal 2020 other procurement (Army) funds in the amount of $7,066,242 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-C-0026).

Qualx Corp., Springfield, Virginia,* was awarded a $7,003,493 modification (P00010) to contract W91QF0-18-F-0047 for digitization of archival materials for the Army Heritage and Education Center. Work will be performed in Carlisle, Pennsylvania, with an estimated completion date of Sept. 25, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $7,003,493 were obligated at the time of the award. Mission and Installation Contracting Command, Carlisle Barracks, Pennsylvania, is the contracting activity.

DEFENSE LOGISTICS AGENCY

NuStar Terminal Partner TX L.P., San Antonio, Texas, has been awarded a maximum $22,392,616 firm-fixed-price contract for contractor-owned, contract-operated services to receive, store and issue U.S. government-owned jet propellant thermally stable. This was a competitive acquisition with one response received. This is a four-year base contract with one five-year option period with a possible six-month extension. Location of performance is Texas, with a June 30, 2024, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-20-C-5006).

AIR FORCE

CAE USA Inc., Tampa, Florida, has been awarded a $10,544,331 firm-fixed-price modification (P00158) to contract FA8223-10-C-0013 for support of the KC-135 Aircrew Training System. This modification provides for collective bargaining agreement wage adjustments resulting from Fair Labor Standards Act and Service Contract Act – Price Adjustment, and brings the total cumulative face value of the contract to $526,529,911. Work will be performed in Altus Air Force Base, Oklahoma; Grissom Air Reserve Base, Indiana; MacDill AFB, Florida; Pittsburgh, Pennsylvania; Rickenbacker Air National Guard Base, Ohio; Scott AFB, Illinois; Fairchild AFB, Washington; Milwaukee Air National Guard Base, Wisconsin; March AFB, California; and Joint Base Pearl Harbor-Hickam, Hawaii. Work is expected to be completed by Dec. 31, 2020. Fiscal 2020 operations and maintenance funds in the amount of $10,544,331 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity.

Honeywell International Inc., Phoenix, Arizona, has been award a $7,777,093 cost-plus-fixed-fee contract to research, develop, integrate, validate and demonstrate Consistent Logical Automated Reasoning for Integrated System Software Assurance (CLARISSA) for development and assessment of assurance cases. This contract provides for the research and development of technology to automate generation of assurance cases from curated evidence. Work will be performed in Phoenix, Arizona, and is expected to be completed by March 12, 2024. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $380,564 are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0512). (Awarded March 19, 2020)

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2185990/source/GovDelivery/

On the same subject

  • Contract Awards by US Department of Defense - October 16, 2018

    October 18, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 16, 2018

    DEFENSE INFORMATION SYSTEMS AGENCY ViON Corp., Herndon, Virginia, was awarded a competitive, single award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for SPARC processor capacity services with a total lifecycle contract amount of $329,586,627. The minimum guarantee for this effort, which is being met by the first delivery order under HC1084-19-D-0001, is $630,000, funded by fiscal 2019 research, development, test and evaluation funds. Performance will be at current Defense Information Systems Agency (DISA) data centers or future DISA centers in the continental U.S. (CONUS); DISA outside CONUS data centers; and other DISA or DISA-approved locations worldwide in which DISA may acquire an operational responsibility. Proposals were solicited via the Federal Business Opportunities website (FEDBIZOPPS), and two proposals were received. The period of performance is for a base period of five years beginning Oct. 17, 2018, and five one-year option periods through Oct. 16, 2028. The Defense Information Technology Contracting Organization, Scott AFB, Illinois, is the contracting activity (HC1084-19-D-0001). NAVY The Boeing Co., Seattle, Washington, is awarded $136,999,356 for modification P00002 to a previously awarded firm-fixed-price, time and material, indefinite-delivery/indefinite-quantity contract (N00019-18-D-0113). This modification provides CFM56-7B27A/3 and CFM56-7B27AE engine depot maintenance and repair, field assessment, maintenance repair and overhaul engine repair, and technical assistance for removal and replacement of engines for the P-8A Poseidon aircraft in support of the Navy and the government of Australia. Work will be performed in Atlanta, Georgia (94 percent); and Seattle, Washington (6 percent), and is expected to be completed in October 2019. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. General Dynamics National Steel and Shipbuilding Co., San Diego, California, is awarded a $136,753,425 undefinitized contract action on a not-to-exceed basis for the procurement of long lead time material, pre-production and engineering support for the Expeditionary Sea Base 6. This action allows the procurement of ship sets of the purchase specifications supporting integrated propulsion, main diesel generator engines, propeller and shafting, integrated bridge electronics, centrifugal pumps, fuel and lube oil purifiers and steering gear components. Work will be performed in San Diego, California (21 percent); Beloit, Wisconsin (19 percent); Pittsburgh, Pennsylvania (17 percent); various cities in Alabama and Iowa (9 percent); Chula Vista, California (5 percent); Chesapeake, Virginia (5 percent); Iron Mountain, Michigan (4 percent); Busan, Korea (3 percent); and various other locations totaling 17 percent, and is expected to be completed by May 2019. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $65,876,713 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with U.S. Code 2304(c) (1) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington District of Columbia, is the contracting activity. StandardAero Inc., San Antonio, Texas, is being awarded $121,890,824 for modification P00002 to a previously awarded firm-fixed-price, time and material, indefinite-delivery/indefinite-quantity contract (N00019-18-D-0110). This modification provides CFM56-7B27A/3 and CFM56-7B27AE engine depot maintenance and repair, field assessment, maintenance repair and overhaul engine repair, and technical assistance for removal and replacement of engines for the P-8A Poseidon aircraft in support of the Navy and the government of Australia. Work will be performed in Winnipeg, Manitoba, Canada (93 percent); and San Antonia, Texas (7 percent), and is expected to be completed in October 2019. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., Seattle, Washington, is awarded $33,025,575 for modification P00003 to a previously awarded firm-fixed-price, time and material, indefinite-delivery/indefinite-quantity multiple award contract (N00019-18-D-0112). This modification provides P-8A Poseidon aircraft depot scheduled and unscheduled maintenance, depot in-service repair planner and estimator requirements, technical directive incorporation, airframe modifications, ground support and removal and replacement of engines in support of the Navy and the government of Australia. Work will be performed in Atlanta, Georgia (94 percent); and Seattle, Washington (6 percent), and is expected to be completed in October 2019. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. AAR Aircraft Services Inc., Indianapolis, Indiana, is awarded $32,784,405 for modification P00003 to a previously awarded firm-fixed-price, time and material, indefinite-delivery/indefinite-quantity multiple award contract (N00019-18-D-0111). This modification provides P-8A Poseidon aircraft depot scheduled and unscheduled maintenance, depot in-service repair planner and estimator requirements, technical directive incorporation, airframe modifications, ground support and removal and replacement of engines in support of the Navy and the government of Australia. Work will be performed in Indianapolis, Indiana, and is expected to be completed in October 2019. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Vectrus Systems Corp., Colorado Springs, Colorado, is awarded $28,694,621 for firm-fixed-price task order N6945019F0500 under a previously awarded global contingency service multiple award contract (N62742-16-D-3552) for base operations support services at Naval Station, Guantanamo Bay. The work to be performed provides for base operations support services to include family housing, facility management, facility investment, custodial, pest control, integrated solid waste management, other (swimming pools), grounds maintenance and landscaping, utilities management, electrical, wastewater, water, and base support vehicles and equipment. The task order also contains two unexercised six-month option periods, which if exercised would increase the cumulative task order value to $59,727,709. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by November 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy, Army and Defense Agencies); fiscal 2019 Navy working capital funds; and fiscal 2019 Defense Health Program contract funds in the amount of $21,483,790 for recurring work will be obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. EDO LLC, Amityville, New York, is awarded $7,751,952 for modification P00009 to a previously awarded cost-plus-fixed-fee, firm-fixed-price, cost reimbursable contract (N00019-17-C-0029). This modification provides for the procurement of four carriage system simulators, nine BRU-55B/A engineering change proposal kits, 30 joint miniature munition interface / universal armament interface capable umbilical cables, and non-recurring engineering for the universal armament interface to include parts, testing, labor and travel in support of the Precision Strike Weapons program office. Work will be performed in Amityville, New York, and is expected to be completed in June 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,751,952 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. DEFENSE LOGISTICS AGENCY Aseptico Inc.,* Woodinville, Washington, has been awarded a maximum $28,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This is a five-year contract with no option periods. This was a competitive acquisition with 53 responses received; 16 contracts have been awarded to date. Using customers are Department of Defense and other federal organizations. Location of performance is Washington, with an Oct. 15, 2023, performance completion date. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0004). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1663723/source/GovDelivery/

  • MCO : les contrats verticalisés augmentent la disponibilité des aéronefs des armées

    January 20, 2022 | International, Aerospace

    MCO : les contrats verticalisés augmentent la disponibilité des aéronefs des armées

    La nouvelle stratégie de soutien des matériels aéronautiques des armées « commence à porter ses fruits », relève La Tribune. Lors d'un point presse en ce début d'année, le ministère des Armées a communiqué sur les succès de la stratégie de contrats verticalisés. En 2017, pour le MCO d'un aéronef, le ministère pouvait passer jusqu'à 30 contrats de maintenance différents, là où il y a désormais pour chaque flotte un maître d'œuvre de la maintenance, avec un guichet unique pour la logistique, explique La Tribune. La durée des contrats a également été allongée (jusqu'à 14 ans pour la flotte Mirage 2000). « L'industriel a tous les leviers en main. Il dispose de la visibilité, de la durée, il a l'ensemble de la chaîne à sa responsabilité. Il peut donc planifier, il peut donc recruter, il peut investir, il peut innover, il peut anticiper les obsolescences techniques. Il a une rémunération incitative qui est fondée majoritairement sur le nombre d'heures de vol, ce qui lui donne une motivation à ce que nos forces puissent voler », a fait valoir Monique Legrand-Larroche, directrice de la DMAé (Direction de la Maintenance Aéronautique). La Tribune du 19 janvier

  • USAF Chief Scientist Urges Focus On Autonomy Deployment

    January 10, 2022 | International, Aerospace

    USAF Chief Scientist Urges Focus On Autonomy Deployment

All news