Back to news

May 24, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense - May 23, 2019

AIR FORCE

Raytheon Co., Tucson, Arizona, has been awarded a $355,493,640 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for AGM-88B High Speed Anti-Radiation Missiles (HARM)/Replacement Exchange In-Kind (REIK) for HARM Control Section Modification (HCSM). This contract provides for the refurbishment of live AGM-88Bs and conversion of AGM-88B into Captive Air Training Missiles (CATM-88B) for approved Foreign Military Sales countries. Work will be performed in Tuscon, Arizona, and is expected to be complete by 2027. This contract involves foreign military sales to Qatar, Taiwan, and Bahrain. Additional countries may be added after contract award. This award is the result of a sole-source acquisition. Fiscal 2019 Foreign Military Sales funds in the amount of $76,074,315 is being obligated on a delivery order at the time of award. The Air Force Life Cycle Management Center, Warner Robins, Georgia, is the contracting activity (FA8520-19-D-0002).

Pride Industries, Roseville, California, has been awarded a $19,902,284 firm-fixed-price modification to previously awarded contract FA4484-17-D-0005 for base operations services. This modification provides for the exercise of the second option period out of four. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be complete by May 31, 2020. This modification brings the total cumulative face value of the contract to $59,441,361, and fiscal 2019 operations and maintenance funds are being obligated on individual task orders. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics, Fort Worth, Texas, has been awarded a $16,387,853 cost-plus-fixed-fee modification (P00061) to previously awarded contract FA8615-12-C-6016 for a variety of support to the Taiwan F-16 Peace Phoenix Rising program. This contract modification provides for miscellaneous support work identified during performance of the in-country aircraft modification program, use and maintenance of product support aircraft, and additional support necessary for the successful completion of modification installs. Work will be performed in Fort Worth, Texas; and Taiwan, and is expected to be complete by May 31, 2023. This modification involves 100 percent foreign military sales to Taiwan, and Foreign Military Sales funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Central Coast Water Authority, Buellton, California, has been awarded a $7,929,102 delivery order (FA4610-19-FA038) under previously awarded contract F04684-92-D-0013 for California State Water. This delivery order provides Vandenberg Air Force Base and outlying municipalities with potable water. Work will be performed at Vandenberg Air Force Base, California, and is expected to be complete by 2032. This delivery order brings the total cumulate face value of the contract to $157,514,286. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. The 30th Contracting Squadron, Vandenberg AFB, California, is the contracting activity.

NAVY

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded an $84,341,597 indefinite-delivery/indefinite-quantity contract for up to 898,320 man-hours of direct labor engineering services. These services are in support of the Naval Air Warfare Center Aircraft Division's Special Communications Mission Solutions Division to perform projects for Special Operations Forces command, control, communications, computers, combat systems, and intelligence, surveillance, and reconnaissance systems. Services include requirements definition, solution definition, integration, installation verification and validation, and operation and sustainment. Work will be performed in California, Maryland (70 percent); St. Inigoes, Maryland (13 percent); Fayetteville, North Carolina (6 percent); Little Creek, Virginia (5 percent); Coronado, California (4 percent); and Tampa, Florida (2 percent), and is expected to be completed in May 2024. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposals; three offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0055).

Deloitte Consulting LLP, Arlington, Virginia, is awarded $63,701,527 for a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with firm-fixed-price ordering provisions for business and technology management support services required to facilitate the overall Transformation Management Support Services effort in support of the Deputy Chief of Naval Operations (Manpower, Personnel, Training and Education (MPTE), OPNAV N1, and subordinate commands. The contract is a five-year base ordering period with no options. All work will be performed in Arlington, Virginia. The ordering period is expected to be completed by May 2024. Fiscal 2019 operations and maintenance funds (Navy) in the amount of $10,000 will be obligated to fund the contract's minimum amount, and funds will expire at the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-19-D-Z023).

C.E.R. Inc.,* Baltimore, Maryland (N40080-18-D-0016); EGI HSU JV LLC,* Gaithersburg, Maryland (N40080-18-D-0017); G-W Management Services LLC,* Rockville, Maryland (N40080-18-D-0018); Huang-Gaghan JV Inc.,* Alexandria, Virginia (N40080-18-D-0019); Kunj Construction Corp.,* Mechanicsville, Virginia (N40080-18-D-0020); Ocean Construction Services Inc.,* Virginia Beach, Virginia (N40080-18-D-0021), are awarded Option One under a previously awarded, firm-fixed-price, multiple award construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington, District of Columbia, area of operations (AO). The combined total value of all six contractors is $49,500,000. After award of this option, the total cumulative contract value will be $99,000,000. Work will be performed at various administrative facilities within the NAVFAC Washington, District of Columbia AO, including but not limited to, Maryland; Washington, District of Columbia; and Virginia, and is expected to be completed May 29, 2020. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy and Marine Corps); and Navy working capital funds. NAVFAC Washington, Washington, District of Columbia, is the contracting activity.

Thoma-Sea Marine Constructors LLC,* Lockport, Louisiana, is awarded an $11,638,510 firm-fixed-price contract for the purchase and conversion of one existing offshore supply vessel into an Atlantic Undersea Test and Evaluation Center range support vessel (ARSV). The ARSV will perform ocean engineering and range support in the launch, recovery and deep ocean mooring installation and maintenance of remote operated vehicles, unmanned underwater vehicles, and autonomous underwater vehicles. The ARSV will be operated for multiple days at sea, which will permit researchers onboard to remain on station at remote locations for multiple days to collect data, deploy scientific equipment, and perform scientific calculations. Work will be performed in Lockport, Louisiana, and is expected to be completed by January 2020. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $11,638,510 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2205).

Diversified Maintenance Systems Inc.,* Sandy, Utah, is awarded a maximum amount $10,000,000 indefinite-delivery/indefinite quantity contract for other specialty trade contractors construction alterations, renovations, and repair projects at Naval Air Facility El Centro. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, HVAC, and fire suppression/protection system installation projects. Work will be performed in El Centro, California. The term of the contract is not to exceed 60 months with an expected completion date of May 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2623).

Detyens Shipyards Inc., North Charleston, South Carolina, is awarded an $8,929,671 firm-fixed-price contract for a 50-calendar day shipyard availability for the mid-term availability of USNS Lenthall (T-AO 189). Work will include general services, diesel fuel marine contaminated tank bottom replacement, vent plenum steel replacement and preservation, main engine intercooler cleaning, switchboard and motor control center cleaning, recondition air conditioning motors, cable bulkhead collar magna rock replacement, diesel fuel marine cargo piping repairs, armory air conditioning replacement, constant tension winch No. 2, No. 3 and No. 4 overhaul, fire and aqueous film forming foam piping replacement, fire damper inspection and repairs, steel replacement and recoating. The contract includes options which, if exercised, would bring the total contract value to $9,004,671. Funds will be obligated on May 23, 2019. Work will be performed in Charleston, South Carolina, and is expected to begin on July 15, 2019, and be completed by Sept. 2, 2019. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $8,929,671, are obligated at the time of award. Funds will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with three offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C4014).

BAE Systems Land and Armaments L.P., Minneapolis, Minnesota, is awarded an $8,924,330 cost-plus-fixed-fee contract for engineering services and waterfront services in support of the MK 45gun mount providing engineering, technical, logistics services and technical data to support the MK 45 5” Gun system design, development, fabrication, production, operation and integration. This contract includes options which, if exercised, would bring the cumulative value of this contract to $35,058,494. Work will be performed in Navy fleet concentration areas (various locations) (70 percent); Minneapolis, Minnesota (15 percent); and Louisville, Kentucky (15 percent), and is expected to be completed by May 2020. If all options are exercised, work will continue through September 2022. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 weapons procurement (Navy); and fiscal 2013 and 2014 shipbuilding and conversion (Navy) funding in the amount of $3,178,794 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), 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 (N00024-19-C-5301).

ARMY

Aura Technologies LLC,* Raleigh, North Carolina, was awarded a $49,997,256 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for Small Business Innovation Research in support of advanced manufacturing environments. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of May 22, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-19-D-0004).

B.L. Harbert International LLC, Birmingham, Alabama, was awarded an $18,481,835 firm-fixed-price contract for to construct Secure Compartmental Information Facility at Camp Humphreys, Republic of Korea. Bids were solicited via the internet with six received. Work will be performed in Pyongtaek, Republic of Korea, with an estimated completion date of July 30, 2021. Fiscal 2018 host nation (Korea) funds in the amount of $18,481,835 were obligated at the time of the award. U.S. Army Corps of Engineers, Camp Humphreys, Republic of Korea, is the contracting activity (W912UM-19-C-0002).

Tribalco LLC, Bethesda, Maryland, was awarded a $14,425,217 firm-fixed-price Foreign Military Sales (Iraq) contract for computer hardware, services and MEMEX software. One bid was solicited with one bid received. Work will be performed in Bethesda, Maryland, with an estimated completion date of May 22, 2020. Fiscal 2019 Foreign Military Sales funds in the amount of $14,425,217 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-C-5024).

IDSC Holdings LLC, Snap-On Industrial, a division of IDSC Holdings LLC, Kenosha, Wisconsin, was awarded an $11,434,752 firm-fixed-price contract for the General Mechanic's Tool Kit. Bids were solicited via the internet with three received. Work will be performed in Kenosha, Wisconsin, with an estimated completion date of Nov. 30, 2019. Fiscal 2019 Army working capital funds in the amount of $11,434,752 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-D-0079).

Howard W. Pence Inc.,* Elizabethtown, Kentucky, was awarded an $8,825,159 firm-fixed-price contract for the construction of a Special Operations Forces air-and-ground integration urban live fire range. Bids were solicited via the internet with two received. Work will be performed in Fort Campbell, Kentucky, with an estimated completion date of Nov. 18, 2020. Fiscal 2019 military construction funds in the amount of $8,825,159 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W91Q2R-19-C-0017).

DEFENSE LOGISTICS AGENCY

General Dynamics, Williston, Vermont, has been awarded a maximum $42,443,476 firm-fixed-price contract for gun barrels. 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 contract with no option periods. Locations of performance are Vermont and Maine, with a May 22, 2022, performance completion date. Using military services are Air Force and Army. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0133).

Real-Time Laboratories LLC, Boca Raton, Florida, has been awarded a maximum $10,776,057 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for linear direct valves. 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 a five-year contract with no option periods. Location of performance is Florida, with a May 29, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0074).

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1856970/source/GovDelivery/

On the same subject

  • L3Harris is building an AI tool to help process imagery

    March 19, 2020 | International, C4ISR

    L3Harris is building an AI tool to help process imagery

    By: Nathan Strout L3Harris is building a new platform that will help analysts in the military use artificial intelligence to identify objects in large imagery data sets. “In general, there's a big challenge with the amount of remote sensing data that's coming down, whether that's from space or airborne assets,” explained Will Rorrer, principal of business development for geospatial at L3Harris Technologies. “So there's lots of imagery and other data types coming down from above, so much so that it really can't be looked at in its entirety — certainly not exploited in its entirety — by traditional means (with) purely human analysts. And so things like counting objects in imagery, monitoring different places, that's where there's a natural adoption of machine learning type of techniques,” he continued. L3Harris officials declined to share who the end customer for their product will be or the exact value of their multimillion dollar contract, which was issued by the Air Force Life Cycle Management Center. It's no secret that the Department of Defense and the intelligence community are eager to use artificial intelligence tools to sift through the vast torrent of data created by an ever increasing number of sensors and pick out the most important information for human analysts. For its platform, L3Harris is focusing on creating the training data and workflows that will enable a machine learning tool to process data for the Department of Defense and provide deliverable intelligence. Machine learning platforms are essentially made of three parts: the training data the neural network will learn from, the machine learning algorithm itself, and then how the platform integrates into other Department of Defense systems. L3Harris will be working on what Rorrer calls the front end and the back end of the AI platform. “A lot of AI/ML technologies can be ported into that middle category,” he said. “Neural network applications that have been developed in commercial space can be brought in if we can address the front end and the back end of that in DoD space.” For nearly 30 years, L3Harris has been incorporated advanced modeling and simulation capabilities to test out new payloads and optical systems, using computers to plot out how the atmosphere and other factors will impact their technologies. Now the company plans to use those modeling and simulation tools to develop the training data that will teach a machine learning algorithm how to solve complex DoD problems, such as identifying a threatening object within satellite imagery. “All of that summed up—we make very good fake imagery,” said Rorrer. “ We've taken that technology that was essentially developed for another reason and pivoted (to using it) as a source of synthetic training data for these neural net applications.” Synthetic training data can be especially important for developing DoD or intelligence community AI applications, since there's often not enough real world imagery of the threats they're focused on, said Rorrer. L3Harris believes that they can create fake imagery that looks enough like the real thing that when real imagery is fed into the algorithm it can find the objects it's supposed to. https://www.c4isrnet.com/intel-geoint/2020/03/18/l3harris-is-building-an-ai-tool-to-help-process-geoint/

  • Dutch invest in production of combat vehicles for Ukraine
  • Contract Awards by US Department of Defense - March 6, 2019

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

    Contract Awards by US Department of Defense - March 6, 2019

    ARMY Ceradyne Inc., Irvine, California (W91CRB-19-D-0012); Leading Technology Composites,* Wichita, Kansas (W91CRB-19-D-0013); and TenCate Advanced Armor USA Inc., Hebron, Ohio (W91CRB-19-D-0014), will compete for each order of the $704,238,806 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for Enhanced Small Arms Protective Insert and X-Small Arms Protective Insert hard armor plates. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of March 5, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Salient Federal Solutions, also known as Salient CRGT, Fairfax, Virginia, was awarded a $21,295,700 firm-fixed-price contract for mission critical information-technology communications infrastructure and services. One bid was solicited with one bid received. Work will be performed in Fayetteville, North Carolina; and Bagram, Afghanistan, with an estimated completion date of March 14, 2023. Fiscal 2019 operations and maintenance, Army funds in the amount of $21,295,700 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-18-C-0020). Conti Federal Services Inc., Edison, New Jersey, was awarded a $15,346,734 firm-fixed-price Foreign Military Sales (Israel) contract for construction and renovation of an existing kitchen and runway renovations. Six bids were solicited with four bids received. Work will be performed in Tel Aviv, Israel, with an estimated completion date of Sept. 17, 2020. Fiscal 2019 military construction funds in the amount of $15,346,734 were obligated at the time of the award. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity (W912GB-19-F-0027). Bosch Rexroth Corp., Bethlehem, Pennsylvania, was awarded an $11,401,973 firm-fixed-price contract to install replacement hydraulic doors on Building 27496 at Kirtland Air Force Base, New Mexico. Bids were solicited via the internet with one received. Work will be performed in Albuquerque, New Mexico, with an estimated completion date of March 31, 2023. Fiscal 2019 military construction funds in the amount of $11,401,973 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-19-C-0015). Southern Dredging Co. Inc.,* Charleston, South Carolina, was awarded a $9,773,000 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Kings Bay, Georgia, with an estimated completion date of Jan. 31, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,773,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-19-C-0013). AIR FORCE General Dynamics Information Technology, Falls Church, Virginia, has been awarded a not-to-exceed $217,000,000 task order under General Services Administration Alliant 2 Unrestricted Government-Wide (GWAC) for the 480th Intelligence, Surveillance and Reconnaissance Wing technical operations support. This task order provides for support of the Distributed Common Ground System network weapon system and all supporting activities, such as the development, integration, maintenance, administration, management, documentation, assessment, disposal and troubleshooting of 480 ISRW information technology assets from the network and enterprise level. Work will be performed at Joint Base Langley-Eustis, Virginia; and Beale Air Force Base, California, and is expected to be complete by Jan. 31, 2027. This task order is the result of a competitive acquisition and five offers were received. Fiscal 2019 operations and maintenance funds in the amount of $11,589,147 are being obligated at the time of award. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-19-F-A022). Assured Information Security Inc.,* Rome, New York, has been awarded a $48,444,066 cost-plus-fixed-fee contract for full spectrum cyber capabilities. The objective of this effort is to provide the Air Force with tools and technologies to aid in cyber warfare. This contract provides for research, development, and transition of cyber technologies to enable rapid cyber operations and will result in the accelerated delivery of innovative cyber solutions to the warfighter. Work will be performed in Rome, New York, and is expected to be completed by March 5, 2024. This award is the result of a competitive acquisition and two offers were received. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0013). NAVY Huntington Ingalls Industries, San Diego Shipyard Inc., San Diego, California, is awarded a $118,446,807 firm-fixed-price contract for the execution of USS Rushmore (LSD 47) fiscal 2019 drydock selected restricted availability. This is a “long-term” availability and was competed on a coast-wide (West coast) basis without limiting the place of performance to the vessel's homeport. This availability will include a combination of maintenance, modernization, and repair of USS Rushmore. This contract includes options which, if exercised, would bring the cumulative value of this contract to $154,235,955. Work will be performed in San Diego, California, and is expected to be complete by May 2020. Fiscal 2019 operations and maintenance (Navy); and 2019 other procurement (Navy) funding in the amount of $118,446,807 will be obligated at time of award, and $108,971,062 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website with three offers were received in response to solicitation no. N00024-18-R-4410. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4410). Raytheon Missile Systems, Tucson, Arizona, is awarded a $91,872,559 firm-fixed-price option to previously awarded contract N00024-18-C-5425 for fiscal 2019 Navy procurements of Rolling Airframe Missile (RAM) Block 2 guided missile round pack and spare replacement components. The RAM Guided Missile Weapon System is co-developed and co-produced under an International Cooperative Program between the U.S.' and Federal Republic of Germany's governments. RAM is a missile system designed to provide anti-ship missile defense for multiple ship platforms. Work will be performed in Ottobrunn, Germany (44 percent); Tucson, Arizona (35 percent); Rocket Center, West Virginia (9 percent); Dallas, Texas (2 percent); Mason, Ohio (2 percent); Glenrothes, Scotland (1 percent); Cincinnati, Ohio (1 percent); Andover, Massachusetts (1 percent); and other U.S. locations (5 percent), and is expected to be completed by November 2021. Fiscal 2019 weapons procurement (Navy) funding in the amount of $91,872,559 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. GHD-COWI JV, San Diego, California, is awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineer contract for waterfront engineering services located in the Naval Facilities Engineering Command (NAVFAC) Southwest (SW) Area of Responsibility (AOR). The work to be performed provides for the preparation of design-build requests for proposals; design-bid-build construction contract packages; reports/studies including utilities studies; technical reviews of government pre-prepared request for proposal packages for design-build projects and government pre-prepared design documents for design-bid-build projects; site investigations to support new development of facilities on raw land or redevelopment of existing facilities on developed sites; support and coordination of various technical disciplines; preparation of DD Form 1391 or similar planning and programming related documents; and post construction award services. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC SW AOR including, but not limited to California (87 percent); Arizona (5 percent); Nevada (5 percent); Colorado (1 percent); New Mexico (1 percent); and Utah (1 percent), and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy and Marine Corps). This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2432). General Dynamics, Electric Boat Corp., Groton, Connecticut, is awarded a $23,689,683 delivery order under a previously awarded, multiple award, indefinite-delivery/indefinite-quantity contract N00024-16-D-4300 for the planning and material procurement requirements associated with repair work for USS John Warner (SSN 785). Work will be performed in Groton, Connecticut, and is expected to be complete by June 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $6,200,000 will be obligated at the time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity. Raytheon Co., El Segundo, California, is awarded a $12,192,816 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering and test support services for the ALQ-249 Next Generation Jammer (NGJ) currently in development for the Navy EA-18G aircraft. Services to be provided include software support for NGJ pod and integration, including requirements analysis, design, development, integration, testing, training, and tools related to and in support of ALQ-249 and advanced electronic warfare initiatives. Work will be performed in El Segundo, California (75 percent); and Point Mugu, California (25 percent), and is expected to be completed in March 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $349,858 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 Weapons Division, Point Mugu, California, is the contracting activity (N68936-19-D-0017). Optics 1 Inc., Bedford, New Hampshire, is awarded a $12,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract action for production, repair, and engineering support services for the ground based operational surveillance system light optical camera. The primary work is to manufacture and deliver a tripod mounted electro-optical and infrared sensor that provides both daylight and night vision imagery for detecting, classifying, and identifying targets to be mounted on a variant of the ground based operational surveillance system. Work will be performed in Bedford, New Hampshire, and is expected to be complete by March 2024. Fiscal 2019 and 2018 research, development, test, and evaluation (Navy) funding in the amount of $253,413 will be obligated at time of award, and will not 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, Crane Division, Crane, Indiana, is the contracting activity (N0016419DJV28). SimVentions Inc., Fredericksburg, Virginia, is awarded a $12,000,000 indefinite-delivery/indefinite-quantity contract for the continued development, extension, and upgrade of the AN/SLQ-32(V)X Tactical Simulator tools and capabilities delivered in support of Navy training and integration and test efforts. Work will be performed in Fredericksburg, Virginia (88 percent); Fairmont, West Virginia (8 percent); and Pensacola, Florida (4 percent), and is expected to be completed by February 2024. Fiscal 2019 research, development, test, and evaluation (Navy); and fiscal 2019 operations and maintenance (Navy) funding in the amount of $1,514,452 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(ii) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-19-D-4502). Bath Iron Works, Bath, Maine, is awarded a $10,950,758 cost-plus-award-fee modification to previously-awarded contract N00024-18-C-2313 for DDG 51 class lead yard services, including engineering and technical assistance for new-construction DDG 51-class ships. This modification to the contract is for continued lead yard services for the DDG 51 Class Destroyer Program. Lead yard services include liaison for follow ship construction, general class services, class design contractor services, class change design services for follow ships, and ship trials and post-shakedown availability support. Work will be performed in Bath, Maine (96 percent); Brunswick, Maine (3 percent); and other locations below one percent (1 percent), and is expected to be completed by July 2019. Fiscal 2014 and 2015 shipbuilding and conversion (Navy) funding in the amount of $10,379,684 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. DEFENSE LOGISTICS AGENCY Datex-Ohmeda Inc., Madison, Wisconsin, has been awarded a maximum $100,000,000 firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract for patient monitoring systems, accessories and training. 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 Wisconsin, with a March 5, 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-0013). Raytheon Co., El Segundo, California, has been awarded an estimated $17,828,176 firm-fixed-priced delivery order (SPRPA1-19-F-C303) against a five-year basic ordering agreement (SPRPA1-17-G-C301) for aircraft radar system spare parts. 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 contract with no option periods. Location of performance is Mississippi, with a Dec. 20, 2021, performance completion date. Using customers are Navy and Canadian Armed Forces. Type of appropriation is fiscal 2019 Navy working capital funds and Foreign Military Sales. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. MISSILE DEFENSE AGENCY Raytheon Missile Systems, Tucson, Arizona, is being awarded a sole-source cost-plus-fixed-fee modification in the amount of $14,162,806 to previously awarded contract HQ0276-15-C-0005, Contract Line Item Number 3002, to provide continued production support and engineering for the Standard Missile SM-3 Block IB program. This modification increases the total cumulative face value of the contract by $14,162,806 from $1,794,948,196 to $1,809,111,002. The work will be performed in Tucson, Arizona, with an expected completion date of October 2019. Fiscal 2019 Defense Wide Procurement funding in the amount of $14,162,806.00 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1777799/

All news