Back to news

November 5, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - November 04, 2020

AIR FORCE

Altamira Technologies Corp., McLean, Virginia (FA8612-21-D-0076); Amergint Technologies Inc., Colorado Springs, Colorado (FA8612-21-D-0077); Carahsoft Technology Corp., Reston, Virginia (FA8612-21-D-0078); Geosite Inc., Stanford, California (FA8612-21-D-0079); Lyteworx Automation Systems LLC, Alexandria, Virginia (FA8612-21-D-0080); MarkLogic Corp., San Carlos, California (FA8612-21-D-0081); Rebellion Defense Inc., Washington, D.C. (FA8612-21-D-0082); Rhombus Power Inc., Moffett Field, California (FA8612-21-D-0083); Soar Technology Inc., Ann Arbor, Michigan (FA8612-21-D-0084); Vidrovr Inc., New York, New York (FA8612-21-D-0085); Advanced Simulation Research Inc., Orlando, Florida (FA8612-21-D-0086); Borsight Inc., Ogden, Utah (FA8612-21-D-0087); Datanchor Inc., Columbus, Ohio (FA8612-21-D-0088); Digital Mobilizations Inc., Warrenton, Virginia (FA8612-21-D-0089); EFW Inc., Fort Worth, Texas (FA8612-21-D-0090); F9 Teams Inc., Snohomish, Washington (FA8612-21-D-0091); Hewlett Packard Enterprise Co., Reston, Virginia (FA8612-21-D-0092); ); Infinity Labs LLC, Xenia, Ohio (FA8612-21-D-0093); Radiant Mission Solutions Inc., Chantilly, Virginia (FA8612-21-D-0095); Microsoft Corp., Redmond, Washington (FA8612-21-D-0096); Ortman Consulting LLC, Alexandria, Virginia (FA8612-21-D-0097); Peraton Inc., Herndon, Virginia (FA8612-21-D-0098); R2 Space Inc., Ann Arbor, Michigan (FA8612-21-D-0099); and Sierra Nevada Corp., Sparks, Nevada (FA8612-21-D-0100), have collectively been awarded $950,000,000 ceiling indefinite-delivery/indefinite-quantity contracts to compete for future efforts associated with the maturation, demonstration and proliferation of capability across platforms and domains, leveraging open systems design, modern software and algorithm development in order to enable Joint All Domain Command and Control. These contracts provide for the development and operation of systems as a unified force across all domains (air, land, sea, space, cyber and electromagnetic spectrum) in an open architecture family of systems that enables capabilities via multiple integrated platforms. The locations of performance are to be determined at the contract direct order level and are expected to be complete by May 28, 2025. These awards are the result of fair and open competition. Initial deliver orders will be funded with fiscal 2020 research, development, test and evaluation funds. The Air Force Life Cycle Management, Wright Patterson Air Force Base, Ohio, is the contracting activity.

STS Systems Support LLC, San Antonio, Texas, has been awarded a $21,040,702 firm-fixed-price contract for 67th Cyberspace Wing operations support services. Work will be performed at Joint Base San Antonio (JBSA) - Lackland, Texas, and is expected to be completed Nov. 30, 2021. Fiscal 2021 operation and maintenance funds in the amount of $1,897,325 are being obligated at the time of award. The Acquisition Management and Integration Center, JBSA-Lackland, Texas, is the contracting activity (FA7037-21-F-0003).

Raytheon Co., Dulles, Virginia, has been awarded a $20,887,884 firm-fixed-price modification (P00007) to contract FA7022-17-D-0001 for mobile sensors operations and maintenance. This contract modification is for continued non‐personal services for operations and maintenance for mobile sensors. Work will be performed at Patrick Air Force Base, Florida, and on board two vessels operating in Indo-Pacific Command and Central Command area of responsibility and is expected to be completed Oct. 31, 2021. Fiscal 2021 operation and maintenance funds will be obligated on individual task orders. This modification brings the total cumulative face value of the contract to $165,000,000. The Acquisition Management and Integration Center, Patrick AFB, Florida, is the contracting activity. (Awarded Oct. 30, 2020)

NAVY

Airborne Tactical Advantage Co. LLC, Newport News, Virginia, is awarded a $441,583,013 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides contractor-owned and operated Type III high subsonic and Type IV supersonic aircraft to Navy fleet customers for a wide variety of airborne threat simulation capabilities in support of the Specialized and Proven Aircraft program, Contracted Air Services. Work will be performed in Newport News, Virginia (44%); Point Mugu, California (37%); Kaneohe Bay, Hawaii (14%); and Atsugi, Japan (5%), and is expected to be completed in November 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; two offers were received. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-21-D-0008).

General Dynamics Mission Systems, Pittsfield, Massachusetts, was awarded a $42,568,219 cost-plus-incentive-fee and cost-only modification to previously-awarded contract N00024-20-C-5603 to exercise options for the sustainment of the Littoral Combat Ship (LCS) Integrated Combat Management System (ICMS) and associated combat system elements. The work executed under this contract includes maintenance and evolution of the LCS ICMS and associated combat system (CS) elements in support of the operational LCS ships; development, integration, test and delivery of future CS baseline upgrades for in-service ships; supporting ship integration, installation and checkout; developmental test/operational test; developing training and logistics products; providing field technical support for the CS; providing hardware engineering and equipment procurement; providing life-cycle supportability engineering; and providing fleet support for fielded baselines. Work will be performed in Pittsfield, Massachusetts (85%); San Diego, California (14%); and Mobile, Alabama (1%), and is expected to be completed by October 2021. Fiscal 2020 other procurement (Navy); and fiscal 2020 research, development test and evaluation (Navy), funding in the amount of $1,210,480 was obligated at time of award and $471,299 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Oct. 30, 2020)

Raytheon Missiles & Defense, Tucson, Arizona, was awarded a $24,814,227 firm-fixed-price and cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-5407 for procurement of fiscal 2021 Navy Standard Missile-2 intermediate level provisioned items ordered spares; and to exercise one-year options for fiscal 2021 Standard Missile-2 and Standard Missile-6 repairs and maintenance. Work will be performed in Camden, Arkansas (72%); Tucson, Arizona (19%); Anaheim, California (6%); and San Diego, California (3%), and is expected to be completed by July 2024. Fiscal 2021 operation and maintenance (Navy) funding in the amount of $24,814,227 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. (Awarded Nov. 2, 2020)

Systems Application and Technologies Inc.,* Largo, Maryland, is awarded a $15,586,076 modification (P00010) to previously awarded cost-plus-fixed-fee contract N00421-19-C-0023. This modification exercises an option to provide continued support services to the Air Vehicle Modification and Instrumentation Department. These services include designing, developing, procuring, building, installing, testing and evaluating, calibrating, modifying, operating and maintaining instrumentation on aircraft and engines for the Navy and other government and commercial customers. Work will be performed at Patuxent River, Maryland, and is expected to be completed in November 2021. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $3,185,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Sedna Digital Solutions LLC,* Manassas, Virginia, is awarded a $9,783,087 cost-plus-fixed-fee contract modification to previously awarded contract N00024-18-C-6264 to exercise and fund options for Navy engineering services and required material. Work will be performed in Manassas, Virginia, and is expected to be completed by December 2021. Fiscal 2021 research, development, test and evaluation (Navy) (96%); and fiscal 2020 other procurement (Navy) (4%) funding in the amount of $2,293,000 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.

Sterling Computer Corp.,* North Sioux City, South Dakota, is awarded an $8,632,074 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures various information technology equipment and associated accessories for continuing effective and efficient business operations as the workforce is required to work remotely during the COVID-19 pandemic in support of the Digital Engineering Division. Work will be performed in North Sioux City, South Dakota, and is expected to be completed in November 2022. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; 12 offers were received. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-21-D-0004).

ARMY

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $47,970,000 modification (P00150) to contract W58RGZ-17-C-0009 for UH-60M aircraft. Work will be performed in Stratford, Connecticut, with an estimated completion date of Dec. 30, 2022. Fiscal 2020 operation and maintenance (Army) funds in the amount of $5,000,000 were obligated at the time of the award. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE HEALTH AGENCY

IntelliDyne LLC, Falls Church, Virginia, has been awarded a $14,313,136 extension for services under an existing contract to support non-classified and classified services, facilities and miscellaneous material that encompass the information technology (IT) support services for the Defense Health Agency IT Infrastructure and Operations End User Support Services (EUSS) Network Support Services (NSS) Activity. The extension will be funded with fiscal 2021 operation and maintenance funding in amount of $14,313,136. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity (HT0011-20-F-0004). (Awarded Oct. 29, 2020)

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2405436/source/GovDelivery/

On the same subject

  • https://www.defense.gov/Newsroom/Contracts/Contract/Article/1927732/

    August 7, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    https://www.defense.gov/Newsroom/Contracts/Contract/Article/1927732/

    NAVY Lockheed Martin Space, Littleton, Colorado, is awarded a maximum amount $405,770,000 un-priced letter contract modification PH0006 to a previously awarded and announced un-priced letter contract (N00030-19-C-0025) for the design, development, build and integration of large diameter rocket motors, associated missile body flight articles, and related support equipment for Army Intermediate Range Conventional Prompt Strike Weapon System flight test demonstrations. Work will be performed at Littleton, Colorado, with an expected completion date of Jan. 1, 2024. Fiscal 2019 research, development, test, and evaluation funds in the amount of $33,000,000 are being obligated on this award, which will not expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Brantley Construction Co. LLC,* Charleston, South Carolina (N69450-19-D-0916); CCI Group LLC,* Shalimar, Florida (N69450-19-D-0917); The Clement Group,* Montgomery, Alabama (N69450-19-D-0918); EG Designbuild LLC,* Germantown, Maryland (N69450-19-D-0919); GCB JV1,* Pensacola, Florida (N69450-19-D-0920); U-SMC DeMaria JV1 LLC,* Jacksonville, Florida (N69450-19-D-0921); and Windamir Development Inc.,* McDonough, Georgia (N69450-19-D-0922), are each awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build and design-bid-build construction contract for construction projects located within the Naval Facilities Engineering Command Southeast area of operations in north Florida/south Georgia. The maximum dollar value for the five-year ordering period for all seven contracts combined is $195,000,000. The work to be performed provides for, but is not limited to, general building type projects (new construction, renovation, alteration, demolition and repair work) including aviation and aircraft facilities; marine facilities; barracks and personnel housing facilities; administrative facilities; warehouses and supply facilities; training facilities; personnel support and service facilities, and security level facilities. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. Windamir Development Inc. is awarded the initial task order at $10,576,432 for P643 Reserve Training Building at Fort Benning. Work for this task order is expected to be completed by September 2021. All work on this contract will be performed in Florida (50%); and Georgia (50%). The term of the contract is not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 military construction (MILCON); and fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,582,432 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON (Navy); operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 40 proposals received. Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Lockheed Martin Corp., Marietta, Georgia, is awarded $16,465,887 for modification P00005 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-19-D-0014). This modification increases the ceiling of the contract to procure consumable parts and material, technical publications and engineering services in support of the C/KC-130J aircraft. Work will be performed in Marietta, Georgia (84.5%); Miramar, California (2.5%); Cherry Point, North Carolina (2.5%); Elizabeth City, North Carolina (2.5%); Fort Worth, Texas (2.5%); Abdullah Al-Mubarak Air Base, Kuwait (2.5%); Iwakuni, Japan (2.5%); and Greenville, South Carolina (0.5%), and is expected to be completed in December 2019. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Hydroid Inc., Pocasset, Massachusetts, is awarded a $15,826,493 indefinite-delivery/indefinite-quantity contract for engineering support and training services for the MK 18 Family of Systems– Unmanned Underwater Vehicle systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $84,024,996. Work will be performed in Pocasset, Massachusetts, and is expected to be complete by August 2020. If options are exercised, work will continue through August 2024. No funds are being obligated at this time. This contract is awarded on a sole-source basis in accordance with Federal Acquisition Regulation 6.302-1(a)(2) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-D-0010). King Nutronics Corp.,* Woodland Hills, California, is awarded an $11,865,150 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for precision pressure standard systems to support the Naval Air Systems Command, Metrology and Calibration Program. The Naval Air Systems Command, Metrology and Calibration Program provides support to Navy depot level and intermediate calibration laboratories. The precision pressure standards systems provide the Naval Air Systems Command, Metrology and Calibration Program with the capability of providing inter-service calibration workload for the Air Force and Marine Corps. The precision pressure standards systems are used at intermediate level calibration laboratories afloat and ashore, as well as the depot level calibration laboratories to verify the accuracy and precision of test instruments such as dial pressure gauges and digital pressure measurement devices. Work will be performed in Woodland Hills, California, and is expected to be completed by August 2024. Fiscal 2019 aircraft procurement (Navy) funding in the amount of $263,670 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 source and no other supplies or services will satisfy agency requirements as implemented by Federal Acquisition Regulation 6.302-1. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-19-D-0003). Raytheon Co., Keyport, Washington, is awarded $11,738,000 for firm-fixed-priced undefinitized delivery order N00024-19-F-6308 under indefinite-delivery/indefinite-quantity contract N61331-17-D-0001for deploy and retrieve systems in support of the AN/AQS-20 program. The highly specialized equipment under this contract will deploy, tow and retrieve the AN/AQS-20 sonar in support of mine hunting operations. The AN/AQS-20 is an advanced mine hunting sonar for the Littoral Combat Ship's Mine Countermeasures Mission package. Work will be performed in Keyport, Washington (90%); and Portsmouth, Rhode Island (10%), and is expected to be complete by October 2020. Fiscal 2019 other-procurement (Navy) funds in the amount of $5,751,620 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. ARMY ECS Federal LLC, Fairfax, Virginia, was awarded a $78,725,114 modification (P00003) to contract W911QX-18-C-0037 for machine learning and computer vision engineering. Work will be performed in Fairfax, Virginia, with an estimated completion date of July 16, 2022. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $35,847,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Hyman Brickle & Son,* doing business as Northwest Woolen Mills, Woonsocket, Rhode Island, has been awarded a maximum of $8,198,835 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This was a competitive acquisition with two responses received. This is a one-year base contract with two one-year option periods. Locations of performance are Rhode Island, Massachusetts, and North Carolina, with an Aug. 5, 2020, performance completion date. Using military services are Army and Air Force. 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-1180). Raytheon Co., Marlborough, Massachusetts, has been awarded a maximum $7,756,450 firm-fixed-price contract for multiple radio equipment components. 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-time procurement contract with no option periods. Locations of performance are Virginia and Massachusetts, with a Nov. 17, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-19-F-DK0Q). CORRECTION: The $49,019,871 contract announced on Aug. 1, 2019, for Sysco Raleigh LLC, Selma, North Carolina (SPE300-19-D-3230), included an incorrect award date. The correct award date is Aug. 2, 2019. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1927732/

  • These three companies won contracts for DARPA’s new LongShot drone

    February 11, 2021 | International, Aerospace

    These three companies won contracts for DARPA’s new LongShot drone

    By: Valerie Insinna WASHINGTON — The U.S. Defense Advanced Research Projects Agency wants to create an air-launched drone that carries its own smaller weapons, a concept that brings to mind a lethal Russian nesting doll packed with missiles. If successful, the new UAV — called LongShot — could allow high-value manned aircraft like fighters and bombers to hang back at standoff distances while the drone moves forward and strikes multiple targets using its own air-launched weapons. DARPA announced Feb. 8 that it had awarded contracts to General Atomics, Lockheed Martin and Northrop Grumman for the first phase of the program, during which the companies will create preliminary designs. “The LongShot program changes the paradigm of air combat operations by demonstrating an unmanned, air-launched vehicle capable of employing current and advanced air-to-air weapons,” said Lt. Col. Paul Calhoun, a program manager for DARPA's Tactical Technology Office. “LongShot will disrupt traditional incremental weapon improvements by providing an alternative means of generating combat capability.” Under the LongShot program, DARPA plans to explore multimodal propulsion, which the organization sees as key to the drone's concept of operations. “An air system using multi-modal propulsion could capitalize upon a slower speed, higher fuel-efficient air vehicle for ingress, while retaining highly energetic air-to-air missiles for endgame target engagement,” the Defense Department stated in fiscal 2021 budget material. That way, the UAV gets the benefit of being able to traverse longer ranges, while the weapons it launches have a higher probability of destroying their intended targets. If LongShot's development is successful, the weapon could “significantly” extend the range at which a manned aircraft can engage a target while also reducing the risk to human pilots, DARPA stated in a news release. DARPA did not immediately respond to a request for comment about the value of the contracts or the future schedule of the program, although it noted in a release that companies will build and fly full-scale demonstrators during a future phase of the program. During those tests, companies will prove their LongShot UAVs are capable of controlled flight and launching weapons. DARPA started the LongShot program in FY21, requesting $22 million to begin conceptual design work. According to budget documents, the LongShot UAV could be either launched from an external hardpoint on a fighter or the internal bay on a bomber. Both the Air Force and Navy could be potential future customers. https://www.defensenews.com/air/2021/02/09/these-three-companies-got-contracts-for-darpas-new-longshot-drone

  • GE, Pratt & Whitney Publicly Pitch F-35 Engine Plans as Decision Looms - Air Force Magazine

    August 5, 2022 | International, Aerospace

    GE, Pratt & Whitney Publicly Pitch F-35 Engine Plans as Decision Looms - Air Force Magazine

    Engine makers GE Aviation and Pratt & Whitney are competing for the future of the F-35 engine, as the Air Force considers a change.

All news