Back to news

November 3, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - November 02, 2020

AIR FORCE

Akima Logistics Services LLC, Herndon, Virginia (FA6800-21-D-0002); DynCorp International, Fort Worth, Texas (FA6800-21-D-0005); M1 Support Services LP, Denton, Texas (FA6800-21-D-0003); PAE Aviation and Technical Services LLC, Arlington, Virginia (FA6800-21-D-0001); and Vertex Aerospace LLC, South Madison, Mississippi (FA6800-21-D-0004), have collectively been awarded an $835,000,000 indefinite-delivery/indefinite-quantity multiple award contract for helicopter maintenance services in support of Air Force Global Strike Command, Pacific Air Forces, Air Education and Training Command, and Air Force District of Washington requirements. This contract provides helicopter maintenance, aircrew flight equipment maintenance and weapons maintenance services 24 hours a day, seven days a week. Work will be performed at Malstrom Air Force Base, Montana; Minot AFB, North Dakota; F.E. Warren AFB, Wyoming; Yokota Air Base, Japan; Fairchild AFB, Washington; Kirtland AFB, New Mexico; and Andrews AFB, Maryland. This contract is the result of a competitive acquisition and 11 offers were received. Fiscal 2021 operations and maintenance funds in the amount of $14,521,850 are collectively being obligated at the time of award. Air Force Installation Contracting Center, Barksdale AFB, Louisiana, is the contracting activity.

NAVY

Huntington-Ingalls Industries - Newport News Shipbuilding, Newport News, Virginia, is awarded a not to exceed $284,285,022 fixed-price-incentive (firm target) modification to previously awarded contract N00024-15-C-2114, and a not-to-exceed $30,714,978 cost-plus-fixed-fee and cost plus incentive fee modification to previously awarded contract N00024-09-C-2116, for the accomplishment of CVN 79 single phase delivery and Joint Strike Fighter (F-35C) capabilities. The Navy is transitioning to a single-phase delivery approach to meet both Fleet requirements and a congressional mandate of ensuring that CVN 79 is capable of operating and deploying Joint Strike Fighter (F-35C) aircraft before completing the post-shakedown availability as codified in Section 124 of the fiscal 2020 National Defense Authorization Act (Public Law 116-92). The single-phase delivery date is planned for June 30, 2024. Work will be performed in Newport News, Virginia, and is expected to be completed by June 2024. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $13,961,569 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.

Sodexo Management Inc., Gaithersburg, Maryland, is awarded a $124,391,335 firm-fixed-price modification P00043 under previously awarded contract M95494-18-C-0018 for the management and operation of mess halls in support of the Marine Corps Regional Garrison Food Services Program. Work will be performed in Washington, D.C.; Indian Head, Maryland; Quantico, Virginia; Norfolk, Virginia; Camp Lejeune, North Carolina; Cherry Point, North Carolina; Bogue, North Carolina; New River, North Carolina; Beaufort, South Carolina; and Parris Island, South Carolina. Fiscal 2021 military personnel (Marine Corps) funding in the amount of $27,431,955 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installation Command, Arlington, Virginia, is the contracting activity.

Sodexo Management Inc., Gaithersburg, Maryland, is awarded a $121,791,100 firm-fixed-price modification P00038 under previously awarded contract M95494-18-C-0016 for the management and operation of mess halls in support of the Marine Corps Regional Garrison Food Services Program. Work will be performed in Camp Pendleton, California; San Diego, California; Twentynine Palms, California; Miramar, California; Yuma, Arizona; and Bridgeport, California. Fiscal 2021 military personnel (Marine Corps) funding in the amount of $27,440,774 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installation Command, Arlington, Virginia, is the contracting activity.

Booz Allen Hamilton, McLean, Virginia (N00189-18-D-Z067); CACI Inc. – Federal, Chantilly, Virginia (N00189-18-D-Z068); Science Application International Corp., Reston, Virginia (N00189-18-D-Z069); Capstone Corp., Alexandria, Virginia (N00189-18-D-Z070); and Serco Inc., Herndon, Virginia (N00189-18-D-Z071), are awarded an estimated increased multiple-award-program ceiling-price of $92,834,859 via modifications P00003 to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple award contract program that included terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide technical support services for functions such as chief information officer strategic support; data and information management; engineering support; information technology system support; network support; information assurance/cyber security; enterprise business intelligence/enterprise business analytics; software analysis; hardware maintenance and development; and business process reengineering in support of the Deputy Chief of Naval Operations, the Bureau of Naval Personnel, Navy Personnel Command, the Navy Manpower Analysis Center, Commander Naval Education and Training and Commander Navy Recruiting Command. This modification brings the total cumulative multiple-award-program ceiling to $342,538,913. The contracts run concurrently and the ordering period is expected to be completed by September 2024. Work will be performed in Millington, Tennessee (45%); Pensacola, Florida (27%); Arlington, Virginia (10%); various locations throughout the continental U.S. (16%); and various contractor facilities (2%). Operations and maintenance (Navy) funds will fund individual task orders with appropriate fiscal year appropriations at the time of their issuance. This contract action for the modifications is being executed on a non-competitive basis. The original multiple award contracts were solicited under full and open competition; the multiple-award-program ceiling increase is non-competitive utilizing the authority of 10 U.S. Code 2304(c)(2) as implemented by Federal Acquisition Regulation 6.302-2. The Naval Supply Systems Command, Fleet Logistics Center, Norfolk Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity.

Science Applications International Corp., Reston, Virginia, is awarded a $36,020,450 modification (P00005) to previously awarded, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract N00421-18-D-0017. This modification increases the ceiling of the contract to continue to provide systems engineering support to include multi-discipline, integrated technical baseline evaluations, developmental progress assessments, cost, schedule, emerging technology and maturity of design assessments for all Naval Air Systems Command (NAVAIR) acquisition programs in support of the NAVAIR Systems Engineering Department. Work will be performed in Patuxent River, Maryland (95%); various locations within the continental U.S. (4%); and various locations outside the continental U.S. (1%), and is expected to be completed in April 2023. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Integral Aerospace,* Santa Ana, California, is awarded a $9,230,400 modification (P00004) to previously awarded firm-fixed-price contract N00019-18-C-1036. This modification exercises an option for the production and delivery of 72 external fuel tanks in support of the F/A-18E/F and EA-18G aircraft. Work will be performed in Santa Ana, California, and is expected to be completed in May 2022. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $9,230,400 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.

DEFENSE LOGISTICS AGENCY

Burlington Apparel Fabrics, Greensboro, North Carolina, has been awarded a maximum $8,122,500 modification (P00010) exercising the second one-year option period of a one-year base contract (SPE1C1-19-D-1100) with four one-year option periods for cloth. This is a firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is North Carolina, with a Nov. 4, 2021, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2402363/source/GovDelivery/

On the same subject

  • ukraine-middle-east-conflicts-eating-into-us-air-defense-stocks-us-admiral-says
  • Air Force selects SandboxAQ, an Alphabet spinoff, to help quantum-proof its networks

    November 24, 2022 | International, C4ISR

    Air Force selects SandboxAQ, an Alphabet spinoff, to help quantum-proof its networks

    This new SBIR contract award marks SandboxAQ's first deal with the U.S. military since it spun-off from Google’s parent company.

  • Contract Awards by US Department of Defense - August 16, 2019

    August 19, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 16, 2019

    NAVY Raytheon Missile Systems, Tucson, Arizona, is awarded a $199,591,538 firm-fixed-price contract for MK 15 Close-In Weapon System (CIWS) upgrades and conversions, system overhauls, and associated hardware. CIWS is a fast-reaction terminal defense against low- and high-flying, high-speed maneuvering anti-ship missile threats that have penetrated all other defenses. This contract includes options which, if exercised, would bring the cumulative value of this contract to $367,195,456. Work will be performed in Louisville, Kentucky (29%); Tucson, Arizona (20%); El Segundo, California (9%); Melbourne, Florida (5%); Pittsburgh, Pennsylvania (3%); Andover, Massachusetts (2%); Ottobrunn, Germany (2%); Williston, Vermont (2%); Tempe, Arizona (1%); Grand Rapids, Michigan (1%); Hauppauge, New York (1%); Ashburn, Virginia (1%); East Syracuse, New York (1%); Camarillo, California (1%); Phoenix, Arizona (1%); Joplin, Missouri (1%); Murray, Utah (1%); Dallas, Texas (1%); Corona, California (1%); Huntsville, Alabama (1%); Minneapolis, Minnesota (1%); Valencia, California (1%); Palo Alto, California (1%); and various locations with less than 1% each (13%). Work is expected to be completed by October 2023. This contract combines purchases for the U.S. government (85%); Kingdom of Saudi Arabia (8%); and the United Kingdom (7%) under the Foreign Military Sales (FMS) program. Fiscal 2019 operations and maintenance (Navy); 2019 other procurement (Army); 2019 shipbuilding and conversion (Navy); FMS Kingdom of Saudi Arabia; FMS United Kingdom; and 2019 weapons procurement (Navy) funding in the amount of $199,591,538 will be obligated at time of award. Funds in the amount of $59,964,768 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c) (1). Raytheon is the only source that can provide the MK 15 CIWS to fulfill Navy, Army, Coast Guard, and FMS requirements without unacceptable delays and substantial duplication of costs that cannot be recovered through competition. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5406). Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $27,303,596 cost-plus-incentive-fee, cost only modification to previously awarded contract N00024-18-C-6258 to exercise option for engineering services and other direct costs in support of the Integrated Submarine Imaging System. Work will be performed in Manassas, Virginia (73.5%); Virginia Beach, Virginia (15%); Northampton, Massachusetts (5.5%); Fairfax, Virginia (3%); Arlington, Virginia (2%); and Newport, Rhode Island (1%), and is expected to be completed by September 2020. Fiscal 2019 other procurement (Navy); and fiscal 2019 research, development, test and evaluation (Navy) in the amount of $2,633,461 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. The Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded $15,300,139 for a firm-fixed-price modification under a previously awarded contract (N40085-15-C-8739) for design and installation of a fire protection system for the Power Propulsion Facility, Building (Bldg) 633, at the Philadelphia Navy Yard. This modification will provide for the full design and installation of the fire protection system for the P-547 power propulsion facility, Bldg. 633, Bldg. 519, Bldg. 520, and the P-104 test cell. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by September 2021. Fiscal 2013 military construction (Navy); and 2019 working capital fund (Navy) in the amount of $15,300,139 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this modification. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Wolverine Fire Protection Co., Mount Morris, Michigan, is awarded $11,104,895 for firm-fixed-price task order number N69450-19-F-0715 under a previously multiple award construction contract for fire protection upgrades at Naval Air Station, Jacksonville, Florida. The work to be performed provides for the repairs and replacement of various existing fire alarm and additional associated systems (electrical, sprinkler systems, piping, and fire pumps) of Buildings 171, 175 and 176. Work will be performed in Jacksonville, Florida, and is expected to be completed by February 2021. Fiscal 2019 defense working capital contract funds in the amount of $11,104,895 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-16-D-0613). AIR FORCE International Business Machines Corp., IBM Research - Almaden, San Jose, California, has been awarded a $59,999,958 cost reimbursement contract for NorthPole Software/Hardware. This contract provides for the design, verification, fabrication, and testing of a prototype artificial intelligence and machine learning IBM NorthPole neural inference processor that will be mounted on a test board. Work will be performed in San Jose, California. The work is expected to be complete by Nov. 16, 2021. This award is the result of a competitive acquisition and two offers were received. Air Force Research Laboratory/RIKF, Rome, New York, is the contracting activity (FA8750-19-C-1518). Raytheon Missile Systems, Tucson, Arizona, has been awarded a $47,917,924 for 469 Laser Maverick units. This contract provides for the manufacture and delivery of 469 each Laser Maverick units. Work will be performed in Tucson, Arizona. The work is expected to be complete by Sept. 30, 2021. This award is the result of a sole-source acquisition. Fiscal 2017, 2018 and 2019 3020 operations and maintenance funds in the amount $43,809,367 are being obligated at the time of award. AFLCMC/EBHK is the contracting activity, Hill Air Force Base, Ogden, Utah (FA8213-19-F-1006). Northrop Grumman Systems Corp., Rolling Meadows, Illinois; and Warner Robins, Georgia, has been awarded a $7,013,331, follow-on contract FA8523-19-D-0007, for DRE, Netherlands. This contract will provide action for the Royal Netherlands Air Force AN/ALQ-131 (V) electronics countermeasures pod upgrade. This program is focused on the redesign of the ALQ-131 Digital Receiver Exciter and ALM-256 Intermediate Level Support Equipment. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed by Feb. 15, 2022. This contract involves 100% foreign military sales to the Royal Netherlands Air Force. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. CORRECTION: An Aug. 14, 2019, announcement that Alloy Surfaces Company Inc., Chester Township, Pennsylvania (FA8213-19-D-0011), was awarded a $25,000,000 contract for MJU-52 A/B aircraft decoy flares included an incorrect amount of funds being obligated at the time of award. The correct amount of fiscal 2018 ammunition procurement funds being obligated at the time of award is actually $5,281,631. All other information in the announcement is correct. ARMY WMR-532 LLC, Athens, Alabama, was awarded a $49,900,000 firm-fixed-price contract for operations, maintenance and technical support. 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 Aug. 18, 2024. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-D-0038). T.W. LaQuay Marine LLC,* Port Lavaca, Texas, was awarded a $10,736,570 firm-fixed-price contract for pipeline dredging. Bids were solicited via the internet with three received. Work will be performed in Port Isabel, Texas, with an estimated completion date of April 30, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $10,736,570 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0010). American Council on the Teaching of Foreign Language, White Plains, New York, was awarded a $10,654,800 firm-fixed-price contract for oral proficiency interviews. 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 Sept. 16, 2020. U.S. Army Mission Installation Contracting Command, Presidio of Monterey, California, is the contracting activity (W9124N-16-D-0001). DEFENSE LOGISTICS AGENCY Choctawhatchee Electric Cooperative Inc., Eglin Air Force Base, Florida, has been awarded a maximum $13,700,591 modification (P00027) to the existing 50-year contract (SP0600-16-C-8314) for electric operations and maintenance and renewal and replacement utility service charge. This is a fixed-price contract being modified to incorporate the economic price-adjustment agreement to the third-year. Location of performance is Florida, with a July 31, 2067, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 operations and maintenance funds. The Defense Logistics Agency Energy, Fort Belvoir, Virginia, is the contracting activity. CORRECTION: The contract announced on Aug. 14, 2019, for General Dynamics Mission Systems Inc., Scottsdale, Arizona (SPRBL1-19-P-0047), for $12,973,184 was announced with an incorrect award date. The correct award date is Aug. 15, 2019. *Small Busines https://www.defense.gov/Newsroom/Contracts/Contract/Article/1936972/source/GovDelivery/

All news