Back to news

November 4, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - November 03, 2020

ARMY

RC Construction Co. and Millstone Weber JV, Greenwood, Mississippi, was awarded an $81,499,929 firm-fixed-price contract for removal and replacement of existing electrical equipment, including airfield lighting and lighting vault equipment, and the reconstruction of Runway 05-23 at Pope Army Airfield. Bids were solicited via the internet with two received. Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of May 1, 2021. Fiscal 2021 operation and maintenance, Army funds in the amount of $81,499,929 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-21-C-3001).

Phylway Construction LLC, Thibodaux, Louisiana, was awarded a $59,310,781 firm-fixed-price contract for construction of hurricane protection features in Plaquemines Parrish, Louisiana. Bids were solicited via the internet with six received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Nov. 10, 2024. Fiscal 2020 civil construction funds in the amount of $59,310,781 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912P8-21-C-0002).

DEFENSE LOGISTICS AGENCY

Medtronic USA Inc., Minneapolis, Minnesota, has been awarded a maximum $62,658,150 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for spinal orthopedic procedural packages. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year base contract with four one-year option periods. Location of performance is Minnesota, with a Nov. 2, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-21-D-0001).

NAVY

Northrop Grumman Systems Corp., Chandler, Arizona, is awarded a $57,096,626 firm-fixed-price contract. This contract provides for the manufacture and delivery of 19 full rate production Lot 14 GQM-163A Coyote supersonic sea skimming targets; 16 for the Navy and three for the government of Japan. Additionally, this contract procures associated technical and administrative data. Work will be performed in Camden, Arkansas (43%); Chandler, Arizona (35%); Vergennes, Vermont (8%); Cincinnati, Ohio (4%); Oconomowoc, Wisconsin (4%); Lancaster, Pennsylvania (4%); and various locations within the continental U.S. (2%), and is expected to be completed in December 2023. Fiscal 2020 weapons procurement (Navy) funds in the amount of $48,081,369; and Foreign Military Sales funds in the amount of $9,015,257 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 Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-21-C-0005).

Detyens Shipyards, Charleston, South Carolina, is awarded an $18,144,376, 76-calendar day, firm-fixed-price contract (N32205-21-C-4015) for the regular overhaul dry-docking availability of the fleet replenishment oiler USNS Leroy Grumman (T-AO 195). The contract includes options which, if exercised, would bring the total contract value to $18,144,376. Funds will be obligated Nov. 3, 2020. Work will be performed in Charleston, South Carolina, and is expected to begin Jan. 20, 2021, and be completed by April 5, 2021. Contract funds in the amount of $17,554,850, excluding options, are obligated for fiscal 2021 using working capital funds (Navy). This contract was competitively procured with proposals solicited via the beta.sam.gov website and three offers were received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity.

HDR Engineering Inc., Charlotte, North Carolina, is awarded a firm-fixed-price task order modification (N40085-19-F-6080) at $8,492,340 under architect/engineer, indefinite-delivery/indefinite-quantity contract for post award construction services in support of Hurricane Florence Recovery Package 2, located at Marine Corps Base Camp Lejeune, North Carolina. Hurricane Florence Recovery Package 2 consists of eight separate military construction projects. Work will be performed in Camp Lejeune, North Carolina, and is expected to be completed by October 2024. Fiscal 2020 military construction (Navy) contract funds in the amount of $8,144,376 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-0601).

Sealift Inc. of Delaware, Oyster Bay, New York, is awarded an $8,030,000 option for the fixed-price portion of previously awarded firm-fixed-price contract N32205-17-C-3510 with reimbursable elements to exercise a one-year option period to support Military Sealift Command's Sealift program for U.S.-flagged container vessel M/V MAJ Bernard F. Fisher to support the Air Force for the prepositioning and transportation of cargo. The contract includes one 116-day firm period of performance, four one-year option periods, and one 212-day option period, which if exercised, would bring the cumulative value of this contract to $42,579,948. Work will be performed worldwide and is expected to be completed, if all options are exercised, by June 11, 2022. Transportation working capital funds in the amount of $7,238,000 are obligated for fiscal 2021 and will not expire at the end of the fiscal year. Contract funds in the amount of $792,000 for the remainder of Option Four are to be provided for fiscal 2022 and are subject to the availability of funds in accordance with Federal Acquisition Regulation 52.232-18. This contract was a small business set-aside with more than 50 companies solicited via the Federal Business Opportunities website and four offers received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-17-C-3510).

AIR FORCE

Supertel Network Inc., Melbourne, Florida, has been awarded a $9,099,694 cost-plus-award-fee contract for the Minuteman III Remote Visual Assessment program. Work will be performed in Ogden, Utah; Malmstrom Air Force Base, Montana; Minot AFB, North Dakota; and F.E. Warren AFB, Wyoming, and is expected to be completed by Nov. 3, 2021. Fiscal 2021 operation and maintenance funds in the amount of $2,181,000 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill AFB, Utah, is the contracting activity (FA8214-21-C-0001).

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2403972/source/GovDelivery/

On the same subject

  • Contract Awards by US Department of Defense - December 15, 2020

    December 17, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

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

    DEFENSE LOGISTICS AGENCY Thomas Scientific LLC, Swedesboro, New Jersey, has been awarded a maximum $105,820,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for nasopharyngeal swabs. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(2), as stated in Federal Acquisition Regulation Part 6.302-2. This is a four-month contract with a three-month option period. Location of performance is New Jersey, with an April 24, 2020, ordering period end date. Using customers are Veterans Administration, Indian Health Service, Department of Justice, Department of Homeland Security, Department of Health and Human Services and Department of Defense. Type of appropriation is fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-21-D-0004). Fidelis Sustainability Distribution LLC, Carson City, Nevada, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various robotic surgery systems and associated hardware, software and consumable items. This was a competitive acquisition with 105 offers received. This is a five-year contract with no option periods. Locations of performance are Nevada and Illinois, with a Dec. 14, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-21-D-0002). Silver Oak Leaf Inc.,** Alpharetta, Georgia, has been awarded a maximum $13,534,957, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for coats and trousers. This is a two-year base contract with one two-year option period. This was a competitive acquisition with two responses received. Locations of performance are Georgia and Puerto Rico, with a Dec. 14, 2022, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal year 2021 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1407). Innovative Federal Operations Group Inc., Carlsbad, California, has been awarded a maximum $7,557,359 firm-fixed price, definite-quantity contract for disposable protective coveralls. This was a competitive acquisition with seven responses received. Locations of performance are California and Turkey, with a Jan. 14, 2021, performance completion date. Using customer is Federal Emergency Management Agency. Type of appropriation is fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-C-0003). AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $46,890,000 firm-fixed-price contract for the F-15 Qatar program. This contract provides for the Foreign Military Sales (FMS) requirement to procure Digital Electronic Warfare System spares for the Qatar Emiri Air Force. Work will be performed in St. Louis, Missouri, and is expected to be completed Aug. 23, 2023. This award is the result of a sole-source acquisition. FMS funds in the amount of $22,976,100 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8634-18-C-2701). The Boeing Co., St. Louis, Missouri, has been awarded a $17,764,388 fixed-price-incentive-firm, cost-plus-incentive-fee, cost-plus-fixed-fee modification (P00009) to contract FA8634-18-C-2697 for infrared search and track to upgrade the current Air Force design equivalent of the Navy Block II configuration. This contract will retrofit the production ship sets by modifying the Block I Legion Pod with a replacement of the infrared receiver processor with the V3 infrared receiver and V3 processor from the Navy Block II and modified cabling harness within the pod structure. Work will be performed in St. Louis, Missouri, and is expected to be completed October 2022. This award is the result of a sole-source acquisition. Fiscal 2019 National Guard and Reserve equipment defense funds in the full amount are being obligated at the time of award. The F-15 Division Contracts Branch, Wright-Patterson Air Force Base, Ohio, is the contracting activity. NAVY Saxman One LLC, Manassas, Virginia, is awarded a $50,750,000 indefinite-delivery/indefinite-quantity contract for the Navy Internship and Apprenticeship Programs. This contract provides for the promotion of student internship opportunities such as the Science and Engineering Internship Program (SEAP), the Naval Research Enterprise Internship Program (NREIP), Naval Horizons and other short-term internship programs. The work to be performed includes web site development, provide customer service, increase program awareness, develop virtual training opportunities, provide intern notification, make payment of intern stipends, work with Naval Commands to obtain the proper security paperwork for the intern(s), coordinate internship agreements and provide reports to the Office of Naval Research. Work will be performed in Manassas, Virginia, and is estimated to be completed by Dec. 15, 2025. The total cumulative value of this contract is $50,750,000. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $125,000 are being obligated on a task order on a cost-plus-fixed-fee basis at the time of award. These funds will not expire at the end of the current fiscal year. This contract was solicited on a sole-source basis using an Alaska Native Corporation in accordance with 13 Code of Federal Regulations 124.506(b). The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-21-D-4002). CSRA LLC, a General Dynamics Information Technology Co., Falls Church, Virginia, is awarded a $28,092,546 modification to previously awarded indefinite-delivery/indefinite-quantity (IDIQ) contract N00039-17-D-0002 to extend network and information technology services being provided under the Outside Continental U.S. Navy Enterprise Network (ONE-Net) contract. The services provided under ONE-Net include service desk support, networks and systems operations support, field services support, information assurance services support, network technical support, business management office support, Tier II/III support, Tier IV support and host based security system support. Work will be performed in various locations outside the U.S. based on the requirement for each task order placed. Work is expected to be completed by September 2021. The total cumulative value of this contract is an estimated $171,828,967. No contract funds will be obligated on the base contract at the time of award. Contract funds will be obligated on individual task orders and will at the end of the fiscal year. This modification extends the period of performance of the contract by adding Option Period Five (Dec. 28, 2020, to June 27, 2021) with a ceiling of $17,717,296; and Option Period Six (June 28, 2021, to Sept. 30, 2021) with a ceiling of $10,375,250, which are both exercised with award of this modification. The contract type of the modification is an IDIQ hybrid contract with firm-fixed-price and cost only contract line item numbers. This contract includes options, which are being exercised at the time of award of this modification. This contract was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Bell Textron Inc., Fort Worth, Texas, is awarded a $22,791,652 cost-plus-fixed-fee order (N00019-21-F-0228) against previously issued basic ordering agreement N00019-16-G-0012. This order provides engineering and logistics support, procures four resident integrated logistics support detachment computer seats, trailer lease site for flight test engineers, support equipment workaround material and aircraft wiring integration remote terminal and flight control computer test station material in support of Marine Corps (USMC) AH-1Z; the governments of Bahrain and the Czech Republic UH-1Y and AH-1Z production aircraft; and USMC UH-1Y and AH-1Z aircraft modifications and sustainment. Work will be performed in Fort Worth, Texas (70%); and Patuxent River, Maryland (30%), and is expected to be completed in February 2022. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $957,796; fiscal 2021 aircraft procurement (Navy) funds in the amount of $703,526; fiscal 2019 aircraft procurement (Navy) funds in the amount of $14,842,613; and Foreign Military Sales funds in the amount of $2,645,319 will be obligated at time of award, $15,800,409 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., Huntington Beach, California, is awarded a $8,000,000 fixed-price incentive (firm target) undefinitized contract modification to previously awarded contract N00024-17-C-6307 for extra-large unmanned undersea vehicle maintenance analyses and logistics products. Work will be performed in Newport News, Virginia (52%); and Huntington Beach, California (48%), and is expected to be completed by December 2022. Fiscal 2020 research, development, test, and evaluation (Navy) funds in the amount of $4,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. *Small business **Service-disabled veteran-owned small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2447883/source/GovDelivery/

  • DARPA, AFRL, Lockheed Martin And Aerojet Rocketdyne Teams Second Hypersonic Air-Breathing Weapon Concept Launched From B-52 Accomplishes All Test Objectives

    February 1, 2023 | International, Aerospace

    DARPA, AFRL, Lockheed Martin And Aerojet Rocketdyne Teams Second Hypersonic Air-Breathing Weapon Concept Launched From B-52 Accomplishes All Test Objectives

    The system performed as predicted travelling more than 300 nautical miles and reaching altitudes above 60,000 feet

  • Contracts for October 6, 2021

    October 7, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    Contracts for October 6, 2021

    Today

All news