Back to news

May 19, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - May 15, 2020

DEFENSE LOGISTICS AGENCY

BAE Systems Controls Inc., Fort Wayne, Indiana, has been awarded a maximum $1,116,966,065 modification (P00014) exercising the five-year option period of a 10-year base contract (SPE4AX-15-D-94l4) with one five-year option period for consumable and depot-level repairables supporting multiple weapon systems platforms. This is a firm-fixed-price requirements prospective price redetermination contract. Locations of performance are Indiana, Texas, Arizona, California, New Jersey, New York and New Hampshire, with a March 22, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Defense Logistics Agency and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia.

Labatt Food Service, San Antonio, Texas, has been awarded a maximum $78,373,493 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with three responses received. This is a two-year base contract with one one-year option period and one two-year option period. Locations of performance are Texas and New Mexico, with a May 10, 2022, performance completion date. Using military services are Air Force, Army, Marine Corps and civilian federal agencies. Type of appropriation is fiscal year 2020 through 2022 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3250).

AM General LLC, South Bend, Indiana, has been awarded a maximum $7,042,059 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for diesel cylinder heads. This is a three-year contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Indiana, with a May 15, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0097).

AIR FORCE

J Davis Construction Management Inc., Oxnard, California (FA8003-20-D-0008); Bishop Inc.,* Orange, California (FA8003-20-D-0009); SMNC Properties LLC, Saint Mary's, Alaska (FA8003-20-D-0011); BC Schmidt Construction Inc.,* Colusa, California (FA8003-20-D-0016); Pacific Federal-Pacific Tech JV 2, Longview, Washington (FA8003-20-D-0010); MIWOK Construction LLC, Las Vegas, Nevada (FA8003-20-D-0012); ENH LLC, Garden Grove, California (FA8003-20-D-0013); Heffler Contracting Group, El Cajon, California (FA8003-20-D-0014); Aleut Field Services LLC, Fairbanks, Alaska (FA8003-20-D-0015); Chatmon-VJR JV LLC, La Place, Louisiana (FA8003-20-D-0017); Good-Men Roofing and Construction Inc.,* San Diego, California (FA8003-20-D-0018); Prairie Band Construction Inc., Mayetta, Kansas (FA8003-20-D-0020); DKJR Roofing LLC,* Le Mars, Iowa (FA8003-20-D-0021); A-Vet Roofing & Construction LLC, Warner Robins, Georgia (FA8003-20-D-0019); PMR Services LLC, Watford City, North Dakota (FA8003-20-D-0022); RSSI Roofing Co.,* Essex, Maryland (FA8003-20-D-0028); Doliveira DJB JV LLC, Annapolis, Maryland (FA8003-20-D-0029); Kunj Construction Corp., Northvale, New Jersey (FA8003-20-D-0030); D.A. Nolt Inc.,* Berlin, New Jersey (FA8003-20-D-0023); Ocean Construction LLC, Marmora, New Jersey (FA8003-20-D-0024); Roofing Resources Inc.,* Kennett Square, Pennsylvania (FA8003-20-D-0025); Carroll's Roofing and Construction LLC, Arlington, Tennessee (FA8003-20-D-0026); Swan Contracting, Peterborough, New Hampshire (FA8003-20-D-0027); ACTS/Meltech JV1 LLC,* Virginia Beach, Virginia, (FA8003-20-D-0031); A-Vet Roofing & Construction LLC, Warner Robins, Georgia, (FA8003-20-D-0032); The Roof & Metal Co., El Paso, Texas (FA8003-20-D-0037); AR6-Cram Roofing JV,* New Braunfels, Texas (FA8003-20-D-0041); Brazos Roofing Intl of South Dakota,* Waco, Texas (FA8003-20-D-0042); CUE Enterprises Inc.,* Jacksonville, Florida (FA8003-20-D-0033); Carmen Express JV LLC,* McKinney, Texas (FA8003-20-D-0034); MIWOK Construction LLC, Las Vegas, Nevada (FA8003-20-D-0035); Platinum Roofing,* Sheridan, Arkansas (FA8003-20-D-0036); ENH LLC, Garden Grove, California (FA8003-20-D-0038); RYCARS Construction LLC,* Kenner, Louisiana (FA8003-20-D-0039); Good-Men Roofing and Construction Inc.,* San Diego, California (FA8003-20-D-0040); Topside Contracting LLC,* San Antonio, Texas (FA8003-20-D-0043); Heffler Contracting Group, El Cajon, California (FA8003-20-D-0044); PMR Services LLC, Watford City, North Dakota (FA8003-20-D-0045); Legacy JV Group LLC,* Warner Robins, Georgia (FA8003-20-D-0046); Advon Construction Corp.,* Tallahassee, Florida (FA8003-20-D-0048); Jordon Construction Co., Greenville, South Carolina (FA8003-20-D-0051); Best Value Management LLC,* Jacksonville, Florida (FA8003-20-D-0056); Associates Roofing & Construction Inc.,* Murrells Inlet, South Carolina ((FA8003-20-D-0057); Yerkes South-Advanced Roofing Inc., Crestview, Florida (FA8003-20-D-0060); Inland Construction and Engineering,* Panama City, Florida (FA8003-20-D-0067); Legacy JV Group LLC,* Warner Robins, Georgia (FA8003-20-D-0047); Carmen Express JV LLC,* McKinney, Texas (FA8003-20-D-0049); D.A. Nolt Inc.,* Berlin, New Jersey (FA8003-20-D-0050); Ocean Construction LLC, Marmora, New Jersey (FA8003-20-D-0052); Pacific Federal-Pacific Tech JV 1, Longview, Washington (FA8003-20-D-0053); Platinum Roofing,* Sheridan, Arkansas (FA8003-20-D-0054); Topside Contracting LLC,* San Antonio, Texas (FA8003-20-D-0055); Chatmon-VJR JV LLC, La Place, Louisiana (FA8003-20-D-0058); Ames1 DayNight JV, Anchorage, Alaska (FA8003-20-D-0059); ACTS/Meltech JV1 LLC,* Virginia Beach, Virginia (FA8003-20-D-0061); RYCARS Construction LLC,* Kenner, Louisiana (FA8003-20-D-0062); CYE Enterprises Inc.,* Jacksonville, Florida (FA8003-20-D-0063); Swan Contracting, Peterborough, New Hampshire (FA8003-20-D-0064); Roofing Resources Inc.,* Kennett Square, Pennsylvania (FA8003-20-D-0065); Carroll's Roofing and Construction LLC, Arlington, Tennessee (FA8003-20-D-0066); Consolidated Enterprises Inc.,* Anchorage, Alaska (FA8003-20-D-0002); Interior Alaska Roofing Inc.,* Fairbanks, Alaska (FA8003-20-D-0004); EP Roofing,* Anchorage, Alaska (FA8003-20-D-0003); Orion Construction Inc.,* Wasilla, Alaska (FA8003-20-D-0005); Aleut Field Services LLC, Fairbanks, Alaska (FA8003-20-D-0007); and Ames1 DayNight JV, Anchorage, Alaska (FA8003-20-D-0006), have been awarded a not-to-exceed $325,000,000 (all-inclusive/program wide) firm-fixed-price, indefinite-delivery/indefinite-quantity contract to 43 contract holders with 66 contracts for roofing repair, replacement and maintenance. Work will be performed at various Air Force contiguous U.S. installations and installations in Alaska, with work expected to be completed by May 14, 2025. This award is the result of a competitive acquisition and 69 offers were received. Fiscal 2020 operations and maintenance funds in the amount of $66,000 ($1,000 to each contract) are being obligated at the time of award. The 771st Enterprise Sourcing Squadron, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

PAE Aviation and Technical Services LLC, Arlington, Virginia, has been awarded a $157,990,274 firm-fixed-price and cost reimbursable contract for performance of the Eglin backshop maintenance services contract. This contract provides for support for repair, maintenance and modification of F-15, F-16, UH1N, C-130 and other required aircraft, including maintaining support equipment and providing crash recovery services. Work will be performed at Eglin Air Force Base, Florida. The period of performance includes a 30-day transition period, a one-year base year with six one-year options and an option to extend services for six months. This award is the result of a full and open competitive acquisition and six offers were received. Fiscal 2020 research, test, development and evaluation funds in the amount of $7,098,853 are being obligated at the time of award. Air Force Test Center, Eglin AFB, Florida, is the contracting activity (FA2486-20-C-0003).

Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded a $17,382,577 firm-fixed-price modification (A00072) to contract FA3002-17-C-0001 for base operations support services at Keesler Air Force Base, Mississippi. Work will be performed at Keesler AFB and is expected to be completed May 31, 2021. Fiscal 2020 operations and maintenance funds in the amount of $17,365,577 are being obligated at the time of award. Total cumulative face value of the contract is $78,311,850. The 81st Contracting Squadron, Keesler AFB, Mississippi, is the contracting activity.

Raytheon Missiles and Defense, Tucson, Arizona, has been awarded a $17,354,159 firm-fixed-price modification (P00024) to contract FA8675-18-C-0003 for the Advanced Medium Range Air-to-Air Missile program. This modification provides for procurement of two new final assembly test sets and upgrade of two existing final assembly test sets. Work will be performed in Tucson, Arizona, and is expected to be completed by May 31, 2023. This contract involves unclassified Foreign Military Sales (FMS) to Australia, Indonesia, Japan, Poland, Qatar, Spain and Romania. Fiscal 2019 missile procurement (Air Force) funds in the amount of $4,589,102; fiscal 2018 weapons procurement (Navy) funds in the amount of $9,928,382; and FMS funds in the amount of $2,836,675 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

NISQA'A TEK LLC, Chantilly, Virginia, has been awarded a $7,608,038 firm-fixed-price contract for information technology services. This contract provides for Cyber Operations for Base Resilient Architectures (COBRA) support. Work will be performed at various locations throughout Pacific Air Force bases and is expected to be completed by May 14, 2021. Fiscal 2020 operations and maintenance funds in the amount of $7,608,038 are being obligated at the time of award. Air Force District of Washington Contracting Office, Joint Base Andrews, Maryland, is the contracting activity (FA7014-20-C-0021).

NAVY

Alutiiq Logistics and Maintenance Services LLC,* Anchorage, Alaska, is awarded a $196,309,084 indefinite-delivery/indefinite-quantity contract for base operating support services at Naval Air Station China Lake, California. The maximum dollar value including the base period, seven option periods and a six-month option to extend services is $196,309,084. Work will be performed in China Lake, California, and provides for labor, supervision, management and materials (except those specified as government furnished) to perform various base operating support service functions. This includes operations support; supply services; facilities investment; custodial; pest control; refuse and recycling collection; grounds maintenance; street sweeping and snow removal; base support vehicle and equipment rental; and environmental services. Work is expected to be complete by December 2028. No funds will be obligated at time of contract award. Fiscal 2020 operations and maintenance (Navy); fiscal 2020 operations and maintenance (Marine Corps); fiscal 2020 working capital funds (Navy); and fiscal 2020 Defense Health Program contract funds in the amount of $17,237,567 will be obligated for recurring services on an individual task order during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-0051).

Mare Island Dry Dock LLC, Vallejo, California, is awarded a $33,532,308 firm-fixed-price contract for a 150-calendar day shipyard availability for the regular overhaul and dry-docking of U.S. Ship Emory S. Land (AS 39). Work will be performed in Vallejo, California, and is expected to be complete by January 2021. This contract includes a base period and three options which, if exercised, would bring the cumulative value of this contract to $36,228,717. Working capital funds (Navy) in the amount of $33,532,308 are obligated for fiscal 2020 and 2021, and will not expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the Government Point of Entry website and two offers received. The Naval Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-18-C-4552).

S&K Aerospace LLC,* St. Ignatius, Montana, is awarded a $30,844,497 indefinite-delivery/indefinite-quantity contract for the repair, overhaul and upgrade of 361 commercial common items used on the P-8A Poseidon maritime aircraft. Work will be performed at various contractor supplier locations (85%); and Byron, Georgia (15%). Work is expected to be completed by May 2025. This contract includes a five-year base period with no options. Working capital (Navy) funds will be obligated as individual orders are issued and funds will not expire at the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website as an 8(a) small business set-aside requirement, and eight offers were received. The Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-XE01).

The Nutmeg Co. Inc.,* Norwich, Connecticut, is awarded a $27,029,098 firm-fixed-price design-bid-build contract for the repair of Submarine A School Bachelor Quarters Building (BQB) 488, Naval Submarine Base, New London, Connecticut. Work will be performed at New London, Connecticut, and provides for whole building repairs to BQB 488, construction of a new sidewalk on the north side of the building and site grading in the courtyard area to channel water away from the building foundation. Interior repairs include, but are not limited to, an upgrade of existing fire protection; interior finishes; electrical; elevators; heating, ventilation and air conditioning systems; plumbing and provide exterior enclosure repairs. Work is expected to be completed by November 2021. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $27,029,098 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM website with seven proposals received. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0025).

Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded $16,931,540 for a not-to-exceed, undefinitized contract action for long-lead-time material in support of one Amphibious Assault Ship (General Purpose) Replacement (LHA(R)) Flight 1 ship (LHA 9). Work will be performed in Erie, Pennsylvania (47%); Tacoma, Washington (22%), Pascagoula, Mississippi (17%); Sheffield, United Kingdom (12%); and St. Louis, Missouri (2%), and provides the procurement of long-lead-time material for LHA 9, the fourth LHA(R), America class and the second LHA(R) Flight 1 variant. Work is expected to be complete by February 2024. Fiscal 2019 shipbuilding and conversion (Navy) advance procurement funding in the amount of $16,931,540 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 10 U.S. Code 2304(c)(1) and only one responsible source with no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-2437).

General Dynamics Electric Boat, Groton, Connecticut, is awarded a $16,022,000 undefinitized contract action under previously awarded contract N00024-18-C-2101 to perform Large-Scale Vehicle (LSV) 2 system refurbishment. Work will be performed in Milwaukee, Wisconsin. General Dynamics Electric Boat will obtain vendor services from Leonard DRS Naval Power Systems to support LSV 2 refurbishment. Work is expected to be complete by February 2023. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount $4,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

The Boeing Co., Huntington Beach, California, is awarded a $13,229,197 firm-fixed-price modification to previously awarded contract N00024-17-C-4108 to exercise options for hardware procurement for the AN/USQ-82(V) Program in support of DDG-51 class new construction, DDG-51 class modernization and Foreign Military Sales (FMS) cases. This contract combines purchases for the Navy (80%); and the governments of Japan (16%) and Australia (4%) under the FMS program. AN/USQ-82(V) Program is a control system network. Its purpose is to transfer mission critical data to and from users associated with combat, navigation, aviation, power, propulsion, steering, alarms and indicating, and damage control systems. Work will be performed in Smithfield, Pennsylvania, and is expected to be complete by August 2021. Fiscal 2015, 2016, 2017 and 2020 shipbuilding and conversion (Navy); 2020 other procurement (Navy); and FMS Japan and Australia funds in the amount of $13,229,197 will be obligated at the time of the award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Liverpool, New York, is awarded a $7,894,505 firm-fixed-price modification to previously awarded contract N00024-14-C-6227 to exercise an option for the procurement of Navy equipment. Work will be performed in Liverpool, New York, and is expected to be complete by October 2021. Fiscal 2020 shipbuilding and conversion (Navy); and 2020 other procurement (Navy) funds in the amount of $7,894,505 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, D.C., is the contracting activity.

Huang-Gaghan JV Two,* Alexandria, Virginia, is awarded a $7,624,432 firm-fixed-price task order (N40080-20-F-4623) under a multiple award construction contract for the replacement of the heating, ventilation and air conditioning (HVAC) system at Building 1864, Naval Support Activity South Potomac, Naval Support Facility, Indian Head, Maryland. Work will be performed in Indian Head, Maryland, and will demolish the existing HVAC system at Building 1864 and provide a new HVAC system. Building 1864 is a single story laboratory of approximately 20,000 square feet that is used for the testing and evaluation of energetic material. Construction is primarily focused on airside equipment. Replacement equipment and systems includes replacement of three rooftop air handling units and associated distribution ductwork, three central exhaust systems, local exhaust systems, remote variable air volume (VAV) supply terminals with hot water reheat and associated air volume tracking exhaust VAV terminals, steam humidifiers, steam generator for humidification, direct digital controls and other miscellaneous items. A new water treatment plant shall be provided to treat water for building humidification. Support from other construction trades is required to perform the HVAC system replacement. Roof structure and closure shall be modified, fire-rated partitions and penetrations shall be provided and electrical power and grounding shall be provided along with other miscellaneous work. Work is expected to be complete by January 2022. Fiscal 2020 Navy working capital contract funds in the amount of $7,624,432 are obligated on this award and will expire at the end of fiscal year 2022. Four proposals were received for this task order. The Naval Facilities Engineering Command Washington, D.C., is the contracting activity (N40080-19-D-0001).

ARMY

Palomar Display Products,* Carlsbad, California, was awarded an $89,237,780 firm-fixed-price contract for biocular image control units, assorted spares and engineering services and repairs. Bids were solicited via the internet with one 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 (W909MY-20-D-0006).

The Boeing Co., Philadelphia, Pennsylvania, was awarded a $28,000,000 firm-fixed-price contract for advanced procurement of long lead helicopter parts. Bids were solicited via the internet with one received. Work will be performed in Ridley Park, Pennsylvania, with an estimated completion date of June 30, 2022. Fiscal 2020 aircraft procurement (Army) funds in the amount of $28,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0380).

Greenland Enterprises Inc., Hampton, Virginia, was awarded a $19,635,242 firm-fixed-price contract to repair a hot water line. Bids were solicited via the internet with two received. Work will be performed at Wright-Patterson Air Force Base, Ohio, with an estimated completion date of Jan. 15, 2022. Fiscal 2020 military construction funds in the amount of $19,635,242 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky is the contracting activity (W912QR-20-C-0008).

CORRECTION: The contract announced on April 30, 2020, to L3 Technologies Inc., Londonderry, New Hampshire (W56HZV-20-F-0308), for illuminator infrared parts, is actually being awarded today. The award is for $7,450,000, not $17,135,000 as previously announced.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Applied Physical Sciences Corp., Groton, Connecticut, has been awarded an $18,822,358 cost-plus-fixed-fee contract for the base period of a research and development effort for undersea sensing systems. Work will be performed in Groton, Connecticut (60%); Woburn, Massachusetts (20%); Arlington, Virginia (7%); Pawcatuck, Connecticut (4%); Northridge, California (3%); Waltham, Massachusetts (3%); Orange, California (2%); and Concord, Massachusetts (1%), with an estimated completion date of October 2021. Fiscal 2020 research and development funds in the amount of $15,062,029 are being obligated at the time of award. This contract is the result of a competitive acquisition in accordance with original broad agency announcement HR0011-17-S-0034. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0100).

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2188998/source/GovDelivery/

On the same subject

  • Deux premiers Dassault ATL2 pour la Marine

    October 25, 2019 | International, Aerospace

    Deux premiers Dassault ATL2 pour la Marine

    La ministre des Armées, Florence Parly, a salué la livraison des deux premiers avions de surveillance Dassault Aviation ATL2 mis au standard 6 et arrivés sur la base de Lann-Bihoué en juillet et août derniers. Florence Parly, ministre des Armées, s'est vue présenter les nouvelles capacités des avions de surveillance maritime Dassault Aviation ATL2 mis au standard 6 lors d'un vol de deux heures. Les deux premiers ATL2, le prototype et le premier de série, respectivement arrivés à Lann-Bihoué les 18 juillet et 27 août dans leur version logicielle finale, "ont été minutieusement testés par une équipe intégrée associant le centre d'expertise et d'essais DGA Essais en vol, le centre d'expérimentations pratiques et de réception de l'aéronautique navale (CEPA/10S) de la Marine nationale et Dassault Aviation". "L'expérimentation opérationnelle de la Marine, débutée à Istres en parallèle des dernières phases d'essais, se poursuit à Lorient pendant les dernières vérifications contractuelles effectuées par la DGA en vue de la qualification. Elle a pour but d'élaborer les tactiques d'emploi permettant d'utiliser au mieux les nouvelles capacités de l'aéronef", indique le ministère des Armées qui poursuit :" La mise en service opérationnel du standard 6 est prévue fin 2021, après la formation des équipages, la transformation d'un premier lot d'aéronefs, et la livraison du simulateur à terre pour l'entraînement tactique de nouvelle génération (SIMTAC NG), en cours de réalisation sous la conduite de la DGA". Les chantiers de mise à hauteur au standard 6 s'effectuent en parallèle par Dassault Aviation (6 chantiers en plus de l'avion prototype) et le Service industriel de l'aéronautique (SIAé) du ministère des Armées (11 chantiers). "Au-delà du traitement des obsolescences d'un avion conçu dans les années 1980, la rénovation porte principalement sur le remplacement de certains matériels par des équipements numériques issus des meilleures technologies actuellement disponibles : calculateur tactique, systèmes de renseignement optronique et acoustique, consoles des opérateurs, radar. En particulier, le nouveau radar Searchmaster bénéficie de la technologie d'antenne active développée par Thales pour le Rafale. Naval Group est également impliqué avec le logiciel de traitement de l'information, ainsi que le SIAé pour la rénovation des consoles de visualisation", souligne le ministère des Armées qui rappelle que si les ATL2 sont "prioritairement destinés à la maîtrise du milieu aéromaritime via la lutte contre les sous-marins et les navires de surface, de la zone littorale jusqu'au grand large", ils peuvent aussi "constituer un appui aux opérations aéroterrestres gr'ce à leur capacité à mener des actions de renseignement et de frappes au sol". https://www.air-cosmos.com/article/deux-premiers-dassault-atl2-pour-la-marine-21912

  • Contract Awards by US Department of Defense - July 2, 2019

    July 3, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 2, 2019

    NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $348,223,161 for modification P00019 to a previously awarded cost-plus-fixed-fee contract (N00019-17-C-0001). This modification is for production non-recurring, special tooling and special test equipment in support of low-rate initial production Lot 12 F-35 Lightning II aircraft for the Air Force, Navy, Marine Corps, non-U.S. Department of Defense (DoD) partners and foreign military sales (FMS) customers. Work will be performed in Fort Worth, Texas (23.80%); El Segundo, California (23.86%); San Diego, California (17.03%); Samlesbury, United Kingdom (7.65%); Orlando, Florida (6.63%); Cedar Rapids, Iowa (3.44%); Nashua, New Hampshire (2.71%); Clearfield, Utah (2.15%); Marietta, Georgia (1.77%); East Aurora, New York (1.59%); Palmdale, California (1.40%); Cheltenham, United Kingdom (0.96%); Turin, Italy (0.81%); Clearwater, Florida (0.79%); Melbourne, Florida (0.60%); Irvine, California (0.58%); Kongsberg, Norway (0.53%); Arlington, Texas (0.48%); Rolling Meadows, Illinois (0.46%); Tempe, Arizona (0.38%); Inglewood, California (0.33%); Papendrecht, Netherlands (0.28); Garden Grove, California (0.21%); Montmorency, Australia (0.20%); Marion, Virginia (0.17%); Independence, Ohio (0.14%); Amesbury, Massachusetts (0.13%); Rome, New York (0.13%); Los Angeles, California (0.10%); Hot Springs, Arkansas (0.10%); Lystrup, Denmark (0.09%); Grand Rapids, Michigan (0.09%); Owego, New York (0.07%); Sharon, Massachusetts (0.06%); Wichita, Kansas (0.06%); Boulder, Colorado (0.05%); Carlsbad, California (0.04%); Ontario, California (0.04%); Delta, British Columbia, Canada (0.03%); Long Beach, California (0.01%); Lindenhurst, New York (0.01%); Eskisehr, Turkey (0.01%); Saint Peters, Missouri (0.01%); Santa Fe Springs, California (0.01%); and Rancho Cucamonga, California (0.01%). Work is expected to be completed in August 2022. Fiscal 2017 aircraft procurement (Navy and Marine Corps); fiscal 2018 and 2019 aircraft procurement (Air Force, Navy and Marine Corps); non-U.S. DoD partner and FMS funds in the amount of $348,223,161 are being obligated at time of award, $17,899,115 of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($129,642,270; 38%); Navy ($69,738,685; 20%); Marine Corps ($61,001,500; 17%); non-U.S. DoD partners ($60,840,706; 17%) and FMS customers ($27,000,000; 8%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Anchor Innovation Inc.,* Virginia Beach, Virginia (N50054-19-D-1901); Beach Marine Services Inc.,* Portsmouth, Virginia (N50054-19-D-1902); Colonna's Shipyard Inc.,* Norfolk Virginia (N50054-19-D-1903); East Coast Repair & Fabrication LLC,* Norfolk, Virginia (N50054-19-D-1904); Fairlead Boatworks Inc.,* Newport News, Virginia (N50054-19-D-1905); Lyon Shipyard Inc.,* Norfolk, Virginia (N50054-19-D-1906); Q.E.D. Systems, Inc.,* Virginia Beach, Virginia (N50054-19-D-1907); United States Marine Inc.,* Gulfport, Mississippi (N50054-19-D-1908); and Willard Marine Inc.,* Virginia Beach, Virginia (N50054-19-D-1909) for Mid-Atlantic Regional Maintenance Center Marine Boatyard and Industrial Support for Lot I, and Colonna's Shipyard Inc.,* Norfolk, Virginia (N50054-19-D-1910); East Coast Repair and Fabrication LLC,* Norfolk, Virginia (N50054-19-D-1911); Fairlead Boatworks Inc.,* Newport News, Virginia (N50054-19-D-1912); and Lyon Shipyard Inc.,* Norfolk, Virginia (N50054-19-D-1913) for Mid-Atlantic Regional Maintenance Center Marine Boatyard and Industrial Support for Lot II, are each awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts to furnish the management, material support services, labor, supplies and equipment deemed necessary to provide marine boatyard and industrial support which includes modifications, upgrades, service life extension and repairs to non-commissioned boats, crafts, lighterage and service craft and/or their associated systems and periodic maintenance. These contracts include options which, if exercised, would bring the cumulative ceiling value to $216,979,810. These nine small businesses will have the opportunity to provide offers for individual delivery orders. Work will be performed in the Hampton Roads, Virginia, area and is expected to be complete by July 2020, and work is expected to be completed by July 2024, if all options are exercised. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $32,500 ($2,500 minimum guarantee per contract) was obligated under each contract's initial delivery order and expires at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website with nine offers received. The Navy's Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity. Leidos Inc., Reston, Virginia, is awarded a maximum $99,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, single award task order contract for aerospace medical and environmental health research support services at the Naval Medical Research Unit-Dayton. Work will be performed in Dayton, Ohio, and is expected to be completed by July 7, 2024. Fiscal 2019 research, development, testing and evaluation (Navy) funding in the amount of $1,000,000 will be obligated upon award under an initial incrementally funded task order and the funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with six offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-D-5005). RWG (Repair & Overhauls) USA Inc., Houston, Texas (N64498-19-D-4019); and the Canadian Commercial Corp. representing Standard Aero Energy Co. (SAE) Winnipeg, Manitoba (N64498-19-D-4020) are each awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price contract for depot level overhaul of Navy 501-K34 marine gas turbine engines for a program cumulative value of $70,000,000. The 501-K34 marine gas turbine engines are used on the Navy ship class DDG-51. Orders will be competed between both offerors. Work under N64498-19-D-4019 will be performed in Houston, Texas, and work under N64498-19-D-4020 will be performed in Winnipeg, Manitoba, and is expected to be completed by March 2024. No funding will be obligated at time of award. Funds will be obligated as individual orders are issued. These contracts were not competitively procured, in accordance with 10 U.S. Code 2304(c)(1), Limited Number of Responsible Sources. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $21,689,142 cost-plus-fixed-fee delivery order (N00019-19-F-2972) against a previously issued basic ordering agreement (N00019-19-G-0029). This order procures the CH-53K Data Transfer Unit and Defensive Electronic Countermeasure System Replacement program and includes necessary Non Recurring Engineering (NRE) to replace existing subsystems within the CH-53K production aircraft. NRE tasks include investigation, systems engineering support, risk analysis, integration development, weight impact and publication updates. Work will be performed in Stratford, Connecticut (44.02%); Cedar Rapids, Iowa (41.74%); Fort Worth, Texas (7.41%); Vergennes, Vermont (2.81%); City of Industry, California (1.9%); Costa Mesa, California (1.18%); and various locations within the continental U.S. (.94%), and is expected to be completed in January 2021. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $21,689,142 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Epsilon Systems Solutions Inc.,* Portsmouth, Virginia, is awarded a $14,589,487 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the repair, restoration, overhaul, assembly and test services of the Naval Submarine Universal Modular Mast (UMM). The UMM systems will be completely overhauled off-hull at the vendor's facility to a ready-for-issue status to support the fleet during maintenance availabilities. Required services will be determined on an individual task order level. Work will be performed in Portsmouth, Virginia, and is expected to be completed by July 2024. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $566,676 will be obligated at time of award via the first task order and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4027). Frequentis Defense Inc., Columbia, Maryland, is awarded an $8,454,481 firm-fixed-price contract for non-recurring engineering and logistics for the design, development, test, manufacture and repair of the MD-5A Unmanned Carrier Aviation Mission Control System, which will support the MQ-25 Stingray unmanned air vehicle. The integrated computer system will transport voice communications from carrier-based air vehicle operators to local audio switches, local radio terminals and remote radio terminals. Work will be performed in Columbia, Maryland, and is expected to be completed in March 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $8,454,481 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 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-C-0276). Tompco Inc.,* Seabeck, Washington, is awarded $8,221,449 for firm-fixed-price task order N44255-19-F-4283 under a previously awarded multiple award construction contract (N44255-17-D-4014) for the RM #19-0166 asbestos abatement and replacement of steam condensate and high pressure drain systems, Naval Base Kitsap, Puget Sound, Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington. Scope of work includes the abatement of asbestos and replacement of systems throughout the steam distribution system to improve worker safety. This project consists of High Efficiency Particulate Air (HEPA) vacuuming all surfaces, wet wiping, scraping, shoveling, scrubbing and/or mopping where HEPA vacuuming is inadequate to containment and removal of any mud, sand, soil and dust/debris from surfaces including floors, abandoned piping removal and replacement of piping and insulation. The project area is DD5 service gallery and all connected laterals, trenches, utilidors, etc. The work will be performed in Bremerton, Washington, and is expected to be completed by Feb. 3, 2020. Fiscal 2019 working capital contract funds in the amount of $8,221,449 are obligated on this award and will not expire at the end of the current fiscal year. Five solicitation emails were sent and four proposals were received for this task order. The Naval Facilities Engineering Command (NAVFAC), Northwest, Silverdale, Washington, is the contracting activity for the basic contract and the NAVFAC Bremerton Field Engineering, Acquisition Department is the contracting activity for the task order. Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded $7,103,403 for cost-plus-fixed-fee order N00019-19-F-2555 against a previously issued basic ordering agreement N00019-19-G-0029. This order procures non-recurring engineering, development, tooling, manufacturing, qualification, reporting and delivery of the nose, main, intermediate and tail gearbox gears in support of the low rate initial production of the CH-53K aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in October 2020. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,103,403 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 Yulista Support Services,* Huntsville, Alabama, was awarded a $226,911,155 cost-plus-fixed-fee contract for maintenance and modifications of C5ISR flight activity platforms. Bids were solicited via the internet with zero received. Work locations and funding will be determined with each order, with an estimated completion date of June 19, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGU-19-D-0002). Cornforth Consultants Inc.,* Portland, Oregon (W91237-19-D-0016); K S Ware & Associates LLC,* Nashville, Tennessee (W91237-19-D-0017); and Aterra-Schnabel JV,* Ambler, Pennsylvania (W91237-19-D-0015), will compete for each order of the $15,000,000 firm-fixed-price contract for national dam safety engineering and design 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 July 1, 2024. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. AIR FORCE Leidos Inc., Reston, Virginia, has been awarded a $66,752,500 cost-plus-fixed-fee contract for rapid technology development and demonstrations. This contract provides for the development of new/novel concepts for sensor and systems of sensor systems across the multiple domains and spectrums that aid in command, control, communications, computers, intelligence, surveillance and reconnaissance and battlespace awareness. Work will performed in Reston, Virginia, with base support at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by June 12, 2024. This award is a result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $546,050 are being obligated at the time of award. Contracting activity is the U.S. Air Force, Air Force Materiel Command, Air Force Research Laboratory, Wright-Patterson AFB, Ohio (FA8650-19-C-1941). Engility Corp., Andover, Massachusetts, has been awarded a $40,000,000 firm-fixed-price/cost reimbursement/cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for services supporting the Space and Missile Systems Center, Advanced Systems and Development Directorate, Ground Systems and Space Operations Division at Kirtland Air Force Base, New Mexico. This contract provides engineering, development, integration and sustainment services supporting the current ground system enterprise throughout its evolution, including the transition to and buildout of enterprise ground services. Work will be performed at Kirtland AFB, New Mexico; Schriever AFB, Colorado; Buckley AFB, Colorado; Colorado Springs, Colorado; Space Based Infrared Radar Payload On-Orbit Test Station facility, Azusa, California; the Space Management Battle Lab, Colorado Springs, Colorado; Vandenberg AFB, California, as well as future sites at Naval Research Laboratory, Blossom Point, Maryland, and is expected to be completed by Sept. 20, 2019. This award is the result of a sole source acquisition. Space and Missile Systems Center, Advanced Systems & Development Directorate, Kirtland AFB, New Mexico, is the contracting activity (FA8818-19-D-0004). General Dynamics Information Technology Inc., doing business as General Dynamics Mission Systems, Fairfax, Virginia, have been awarded a $35,683,952, cost-plus-incentive-fee modification (P00015) to previously awarded FA8307-17-F-0004 for next generation GEO overhead persistent infrared (NGG-OPIR). The contract modification provides for additional Medium/LargeSat Common Solutions (MLCS) variants for the NGG-OPIR program, additional MLCS engineering development modules, increased tempest testing and to fund an overrun. Work will be performed at General Dynamics Mission System, Scottsdale, Arizona, and is expected to be completed by March 31, 2022. Fiscal 2019 research and development funds in the amount of $12,726,494.04 are being obligated at the time of award. The Air Force Life Cycle Management Center, Cryptologic Systems Division, Contracting Division, Joint Base San Antonio, Texas, is the contracting activity. DEFENSE LOGISTICS AGENCY Valley Apparel, LLC,* Knoxville, Tennessee, has been awarded a maximum $10,794,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Navy working uniform parkas. This was a competitive acquisition with two responses received. This is a one-year base contract with two one-year option periods. Location of performance is Tennessee, with a July 1, 2020 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1172). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1895053/source/GovDelivery/

  • US Army solicits bids for new cryptographic technologies

    November 30, 2020 | International, C4ISR

    US Army solicits bids for new cryptographic technologies

    by Carlo Munoz The US Army is soliciting industry proposals to develop new cryptographic technologies, designed to ensure secure and compartmentalised communication capabilities in the wake of rapidly advancing cyber warfare and electronic warfare threats to those operations. The proposals being sought by the service's Program Manager Tactical Radios (PM TR), under Program Executive Office Command, Control, Communicate – Tactical (PEO C3T), will assist in the development of the advanced variant of the Next Generation Load Device-Medium (NGLD-M). Army officials anticipate developing and fielding a maximum of 265,000 NGLD-M units, at an estimated cost of USD850 million, according to the service's 18 November request for proposals (RFP). The new NGLD-M systems will replace the army's more than decade-old fleet of Simple Key Loaders (SKLs), which are designed to transfer, issue, fill, and manage electronic cryptographic keys to highly sensitive End-Cryptographic Units (ECUs), used by combat units to transmit and receive secure communications transmissions. Designed to meet the Type 1 cryptologic standards for secured data transmissions established by the National Security Agency (NSA), the NGLD-M will provide “the functionality of legacy fill devices while providing network connectivity to support Over the Network Key (OTNK) distribution”, the RFP stated. The new NGLD-M will also provide end users with a “reprogrammable crypto subcomponent to meet future modernisation requirements”, it added. “The NGLD-M will enable delivery of the strongest NSA-generated cryptographic keys to tactical, strategic, and enterprise network systems operating from secret to the highest levels of security classification,” according to a PEO C3T statement, issued shortly after the RFP's release. https://www.janes.com/defence-news/news-detail/us-army-solicits-bids-for-new-cryptographic-technologies

All news