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

  • South Korean shipbuilders unveil competing carrier designs

    June 14, 2021 | International, Naval

    South Korean shipbuilders unveil competing carrier designs

    The South Korean companies unveiled their offerings at the four-day International Maritime Defense Industry Exhibition, a biennial naval defense show, which began June 9 in the southern port city of Busan.

  • La Marine recevra ses trois premiers Airbus Dauphin N3 le 1er décembre

    November 23, 2020 | International, Aerospace, Naval

    La Marine recevra ses trois premiers Airbus Dauphin N3 le 1er décembre

    20/11/2020 08:45 | Jean-Marc Tanguy Reconditionnés par Héli-Union, les trois premiers Airbus Dauphin N3 rejoindront la base d'aéronautique navale de Hyères, première équipée. Reconditionnés par Héli-Union Ces Airbus Dauphin N3 sont reconditionnés par Héli-Union en France, en Norvège (deux appareils actuellement) et chez Hélidax dans les Landes. Le reste sera ensuite livré à la cadence de trois appareils par an en métropole (Lanvéoc) et outremer (Antilles, Réunion, Nouvelle-Calédonie, Polynésie). Le contrat de location FLIHPER (pour FLotte Intérimaire HélicoPtères EmbaRqués), couvrant dix ans d'exploitation, inclut un objectif de disponibilité extrêmement élevé (supérieur à 90%) que l'industriel dit pouvoir tenir gr'ce à sa connaissance de l'exploitation de l'offshore. Pas forcément simple avec des configurations différentes, dont certaines très complètes (pilote automatique 4 axes, boule optronique Euroflir 410). MCO partagée Des lots de déploiement sont prévus en ce sens, et Héli-Union interviendra dans le Pacifique pour assurer les visites périodiques de maintenance. Ailleurs, et notamment sur les navires d'emploi de ces appareils, la Marine assurera la maintenance en ligne. Environ 300 heures de vol seront générées par chaque appareil par an. Le contrat couvre aussi la formation initiale des pilotes et mécaniciens. Des QT de navigants ont aussi été assurées par la société dans son centre d'Angoulême. Ce sont des navigants de la Marine qui se chargeront du convoyage. En attendant l'Airbus Guépard A l'issue des dix ans, la Marine disposera de suffisamment d'Airbus Guépard pour pouvoir se passer de ces appareils. Une prolongation sera toujours possible si ce n'est pas le cas. Avec cette location, Héli-Union reconvertit ainsi son parc de Dauphin auparavant utilisés dans l'offshore (à l'exclusion d'un unique appareil), une belle martingale d'avoir réussi à faire d'un passif inutilisé par la crise de l'exploitation pétrolière une flotte de location au profit des Armées. Un exploit également réussi pour les trois H225 destinés à DGA EV. https://www.air-cosmos.com/article/la-marine-recevra-ses-trois-premiers-airbus-dauphin-n3-le-1er-dcembre-23880

  • DoD SBIR/STTR Pre-Release: DoD SBIR BAA 21.2, DoD STTR BAA 21.B, Air Force CSO X21.2, Air Force CSO X21.B

    April 21, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    DoD SBIR/STTR Pre-Release: DoD SBIR BAA 21.2, DoD STTR BAA 21.B, Air Force CSO X21.2, Air Force CSO X21.B

    The DoD Small Business and Technology Partnerships Office announces the pre-release of the following Broad Agency Announcements (BAAs) and Commercial Solutions Openings (CSOs): • DoD Small Business Innovation Research (SBIR) BAA 21.2 • DoD Small Business Technology Transfer (STTR) BAA 21.B • Air Force CSO X21.2 • Air Force CSO X21.B IMPORTANT DATES: • April 21, 2021: Pre-release begins • May 19, 2021: BAA opens, begin submitting proposals in DSIP • June 3, 2021: Topic Q&A closes to new questions at 12:00 p.m. ET • June 17, 2021: BAA closes, full proposals must be submitted in DSIP no later than 12:00 p.m. ET The instructions and topics for these BAAs and CSOs are available on DSIP at https://www.dodsbirsttr.mil/submissions/login and at https://rt.cto.mil/rtl-small-business-resources/sbir-sttr/. Updated DoD SBIR/STTR Program & Proposal Requirements The following requirements are in place for all SBIR and STTR proposal submissions. Details on these requirements can be found in section 5.0 of the 21.2 SBIR and 21.B STTR BAAs and relevant attachments can be found in both BAAs and CSOs. 1. Foreign Ownership Disclosure Requirement • Any offeror submitting a proposal under these BAAs and CSOs will be required to disclose via self-report any foreign ownership or control. Proposers must review Attachment 2: Foreign Ownership or Control Disclosure to determine applicability. Offerors shall also require any proposed subcontractors included in their proposal under this BAA to disclose via self-report any foreign ownership or control. If applicable, an authorized firm representative must complete the Foreign Ownership or Control Disclosure (attached to both 21.2 SBIR and 21.B STTR BAAs). The completed and signed disclosure must be uploaded to Volume 5 of the proposal submission. 2. Contractor Certification Regarding Provision of Prohibited Video Surveillance and Telecommunications Services and Equipment • DoD must comply with Section 889(a)(1)(B) of the National Defense Authorization Act (NDAA) for Fiscal Year 2019; therefore, all proposals must include certifications in Federal Acquisition Regulation clauses 52.204-24, 52.204-25, and 52.204-26, executed by the proposer's authorized company representative. The Federal Acquisition Regulation clauses may be found as attachments to both 21.2 SBIR and 21.B STTR BAAs and will be available to download during proposal submission and uploaded to Volume 5: Supporting Documents. 3. Company Commercialization Report (Volume 4) • The Company Commercialization Report (CCR) will be required for all proposal submissions. Proposers must complete the CCR by logging into their account at https://www.sbir.gov/, downloading a PDF copy of the CCR, and uploading the PDF to the DSIP proposal submission. • WARNING: Uploading a new Company Commercialization Report (CCR) under the Firm Information section of DSIP or clicking “Save” or “Submit” in Volume 4 of one proposal submission is considered a change for ALL proposals under any open BAAs or CSOs. If a proposing firm has previously certified and submitted any Phase I or Direct to Phase II proposals under any BAA or CSO that is still open, those proposals will be automatically reopened. Proposing firms will have to recertify and resubmit such proposals. If a proposing firm does not recertify or resubmit such proposals, they will not be considered fully submitted and will not be evaluated. 4. Fraud, Waste and Abuse Training (Volume 6) • The Fraud, Waste and Abuse (FWA) training is required for all proposal submissions. This training can be accessed in the Volume 6 section of the DSIP proposal submission. The training material must be thoroughly reviewed once per year. Plan ahead and leave ample time to complete the training based on the proposal submission deadline. In addition to the proposal requirements above, the BAAs and CSOs have been updated to reflect applicable Federal Acquisition Regulation (FAR) and/or Defense Federal Acquisition Regulation Supplement (DFARS) clauses that will be included in SBIR and STTR contracts. Proposers are encouraged to thoroughly review the BAAs/CSOs to remain apprised of programmatic and contractual changes. Topic Q&A Topic Q&A is now available on the Topics and Topic Q&A page in DSIP. Proposers may submit technical questions through the Topic Q&A page at https://www.dodsbirsttr.mil/submissions/login. During pre-release, proposers can contact TPOCs directly or submit questions via Topic Q&A. Once DoD begins accepting proposals on May 19, 2021, no further direct contact between proposers and topic authors is allowed. All questions and answers are posted electronically for general viewing. Topic Q&A will close to new questions on June 3, 2021 at 12:00 p.m. ET, but will remain active to view questions and answers related to the topics until the BAA close. Questions submitted through the Topic Q&A are limited to technical information related to improving the understanding of a topic's requirements. Any other questions, such as those asking for advice or guidance on solution approach, or administrative questions, such as SBIR or STTR program eligibility, technical proposal/cost proposal structure and page count, budget and duration limitations, or proposal due date WILL NOT receive a response. Refer to the Component-specific instructions given at the beginning of that Component's topics for help with an administrative question. Proposers are advised to monitor Topic Q&A during the BAA period for questions and answers and frequently monitor DSIP for updates and amendments to the topics. Learning & Support Visit the Learning & Support section for Job Aids and Help Videos to guide you through submitting and viewing questions and answers in the Topic Q&A, preparing and submitting your proposal in DSIP, and more: https://www.dodsbirsttr.mil/submissions/learning-support/training-materials Questions Email the DSIP Help Desk at DoDSBIRSupport@reisystems.com for assistance with using DSIP. Questions regarding DSIP can be emailed to the DSIP Help Desk and will be addressed in the order received, during normal operating hours (Monday through Friday, 9:00 a.m. to 5:00 p.m. ET). General questions pertaining to a particular DoD Component and the Component-specific BAA instructions should be submitted in accordance with the instructions given at the beginning of that Component's topics. Thank you for your interest in the DoD SBIR/STTR Program. DoD SBIR/STTR Support Team

All news