April 17, 2024 | International, Aerospace
November 2, 2018 | International, Aerospace, Naval, Land, C4ISR, Security
ARMY
American Mechanical Inc.,* Fairbanks, Alaska (W911KB-19-D-0001); Osborne Construction Co.,* Kirkland, Washington (W911KB-19-D-0002); and Patrick Mechanical LLC,* Fairbanks, Alaska (W911KB-19-D-0003), will compete for each order of the $48,000,000 firm-fixed-price contract for design, construction and repair of various utilidor systems in military family housing on Eielson Air Force Base, Alaska. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 31, 2023. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity.
DynCorp International LLC, Fort Worth, Texas, was awarded an $18,153,589 modification (P00199) to contract W58RGZ-13-C-0040 for aviation field maintenance services. Work will be performed in Afghanistan, Iraq and Germany, with an estimated completion date of Dec. 31, 2018. Fiscal 2019 operations and maintenance funds in the amount of $18,153,589 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
U.S. SPECIAL OPERATIONS COMMAND
Boeing Co., Ridley Park, Pennsylvania, has been awarded a $42,835,847 cost-plus-fixed-fee contract modification under delivery order H92241-18-F-0022-P00002 for four new build MH-47G rotary wing aircrafts. The contract modification satisfies an urgent need to sustain U.S. Special Operations Forces heavy assault, rotary wing aircrafts. The contract modification is funded with fiscal 2018 procurement; and aircraft procurement, Army funds. The majority of the work will be performed in Ridley Park. This contract modification is a non-competitive award and is in accordance with Fair Acquisition Regulation 6.302.1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity.
AIR FORCE
The Boeing Co., St. Louis, Missouri, has been awarded a $14,592,654 firm-fixed-price, cost-plus-fixed-fee, time-and-material contract for the F-15 Royal Saudi Air Force (RSAF) Aircraft Maintenance Debrief System (AMDS). This contract provides administration and support to the RSAF F-15C, D, S and SA aircraft sustainment program at up to six locations throughout the Kingdom of Saudi Arabia. Services acquired under this effort include, but are not limited to, providing fully-trained AMDS personnel to operate, maintain AMDS equipment and to provide AMDS familiarization training to RSAF members that will enable them to safely and efficiently operate all AMDS equipment. Work will be performed in the Kingdom of Saudi Arabia and is expected to be completed Nov. 4, 2023. Foreign military sales in the amount of $8,744,949 are being obligated at the time of award. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8505-19-C-0001). (Awarded Oct. 31, 2018)
NAVY
Detyen's Shipyards Inc.,* North Charleston, South Carolina, is awarded an $8,175,517 firm-fixed-price contract for a 59-calendar day shipyard availability for the mid-term availability of USNS Arctic (T-AOE 8). Work will include furnishing general services for the ship, collection holding tank, piping repairs, 4 overhead steel replacement, tank top steel replacements, main switch board cleaning, refurbish unrep saddles, winches, and drive chains, vent systems cleaning, underwater propellers cleaning and generator cleaning. The contract includes options which, if exercised, would bring the total contract value to $8,175,517. Work will be performed in Charleston, South Carolina, is expected to be completed by Jan. 23, 2019. Navy working capital funds in the amount of $8,175,517 are obligated and will not expire at the end of the current fiscal. This contract was a small business set-aside with companies solicited via the Federal Business Opportunities website, with one offer received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C6001).
Raytheon Co., Space and Airborne Systems, McKinney, Texas, is being awarded a $7,676,741 cost-plus-fixed-fee delivery order (N0001919F0270) against a previously issued basic ordering agreement (N00019-15-G-0003). This order provides for completion of Engineering Change Proposal (ECP) 0043 for the Advanced Targeting Forward Looking Infrared Processor and Video Obsolescence Avoidance system upgrade. This ECP productionizes the Input Image Processor Version 2 (I2P2) Circuit Card Assembly (CCA); updates associated support test equipment; and performance of I2P2 CCA qualification to enable future growth and mitigate potential obsolescence issues. Work will be performed in McKinney, Texas, and is expected to be completed in November 2019. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,676,741 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.
*Small Business
https://dod.defense.gov/News/Contracts/Contract-View/Article/1679376/source/GovDelivery/
April 17, 2024 | International, Aerospace
August 31, 2021 | International, Aerospace
Dassault Aviation obtient environ 38 % de la charge de travail du NGF (Next G...
August 27, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence
AIR FORCE Kellogg Brown & Root Services Inc., Houston, Texas, has been awarded a ceiling $974,000,000 indefinite-delivery/indefinite-quantity contract for U.S. Air Forces in Europe – Air Forces Africa (USAFE-AFAFRICA) base operating support. This contract provides day-to-day base operations and maintenance services throughout locations within USAFE-AFAFRICA. Work will be performed at Morón Air Base (AB), Spain; Incirlik AB, Turkey; Izmir Air Station, Turkey; Office of Defense Cooperation-Turkey; and Ankara Support Facility, Turkey, and is expected to be completed by Aug. 27, 2028. This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 operations and maintenance funds in the amount of $10,000,000 will be obligated via the first two task orders, which will be awarded immediately after the basic contract. Air Force Installation Contracting Command, Ramstein AB, Germany, is the contracting activity (FA5641-20-D-0009). Cape Environmental Management Inc., Irvine, California, has been award a ceiling $90,300,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Base Realignment and Closure environmental construction optimization services to support the Air Force Civil Engineer Center installations directorate. This contract supports a variety of environmental restoration services and construction necessary to maintain regulatory selected remedies, implement optimization to enhance remedial progress, and advance sites to completion in a cost effective manner. Work will be performed at former Castle, Mather and McClellan Air Force Bases, California, and is expected to be completed by Aug. 25, 2030. This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 Base Realignment and Closure funds in the amount of $1,689,937 are being obligated at the time of award. Air Force Installation Contracting Center, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8903-20-D-0002). Hamilton Enterprises LLC, Greenbelt, Maryland, has been awarded a $21,676,458 firm-fixed-price contract for third party collections program support services. The purpose of this contract is to perform other health insurance billing and collection activities for the Defense Health Agency medical treatment facilities, using a government-provided medical billing program referred to as the Government Billing Solution (GBS). Billing and collection activities include identification and verification of other health insurance (OHI) provided on the paper or electronic form DD 2569, update of collected OHI information in the GBS, direct billing of third-party payers, ongoing follow-up actions for unpaid claims to include denials management processes, posting payments, conducting valid write-offs and referral of delinquent claims. Work will be performed in Greenbelt, Maryland, and is expected to be completed by Sept. 8, 2025. Fiscal 2020 operations and maintenance funds in the amount of $4,082,860 are being obligated at the time of award. The 773rd Enterprising Sourcing Squadron/Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity (FA8052-20-F-0031). University of Connecticut, Storrs, Connecticut, has been awarded a $7,953,698 cost-reimbursement contract for research in the area of developing capabilities to predict performance of aerospace materials in the manufacturing environment as well as when subjugated to extreme thermomechanical influences. Work will be performed in Storrs, Connecticut, and is expected to be completed by Nov. 7, 2023. Fiscal 2019 research, development, test and evaluation funds in the full amount are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-C-5206). NAVY Mechworks Mechanical Contractors Inc.,* Beaufort, North Carolina (N40085-20-D-0076); North State Mechanical Inc.,* Jacksonville, North Carolina (N40085-20-D-0077); R&W Construction Co. Inc.,* Jacksonville, North Carolina (N40085-20-D-0078); and Siler Excavating LLC,* Clairfield, Tennessee (N40085-20-D-0079), are awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for various construction projects primarily in Marine Corps Base Camp Lejeune and the surrounding area. The maximum dollar value for all four contracts combined is $240,000,000. The work to be performed provides for a range of new construction, renovation, alteration and repair for mechanical, electrical and plumbing projects. Types of buildings and facilities include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems and utility infrastructure. The contractor shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies and transportation, to perform all of the services described in the plans and specifications for each task order. All work on this contract will be performed in Camp Lejeune, North Carolina, and the surrounding area. The term of the contract is not to exceed 60 months, with an expected completion date of August 2025. Future task orders will be primarily funded by operations and maintenance (Marine Corps). This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Northrop Grumman Systems Corp., Woodland Hills, California, is awarded a $44,550,267 modification (P00005) to previously awarded, firm-fixed-price, indefinite-delivery/indefinite-quantity contract N00019-19-D-0025. This modification increases the ceiling of the contract for the production and delivery of an additional 228 H-1 Tech Refresh Mission Computers, increasing the quantity from 545 to 773 in support of domestic and Foreign Military Sales UH-1Y and AH-1Z aircraft. Work will be performed in Salt Lake City, Utah (55%); Baltimore, Maryland (25%); and Woodland Hills, California (20%), and is expected to be completed in December 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 Systems Command, Patuxent River, Maryland, is the contracting activity. DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $24,036,708 firm-fixed-price contract for programmable power supply MK 179 Mod 0 production in support of the Vertical Launch System. This contract includes options which, if exercised, would bring the cumulative value of this contract to $73,100,086. Work will be performed in Johnstown, Pennsylvania, and is expected to be complete by June 2022. If all options are exercised, work will continue through February 2025. Fiscal 2020 shipbuilding and conversion (Navy) (67%); and fiscal 2020 other procurement (Navy) (33%) funding in the combined amount of $24,036,708 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 beta.sam.gov with three offers received. The Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-20-C-0008). Raytheon Co., Tucson, Arizona, is awarded a $10,242,679 cost-plus-fixed-fee order (N00019-20-F-0672) against previously issued basic ordering agreement N00019-15-G-0003. This order provides non-recurring engineering in support of integration and testing of the modified Cryptographic Modernization Tactical Air Command Network 1.0 data link radio onto the air-to-ground missile 154C-1 Joint Standoff Weapon. Work will be performed in Tucson, Arizona, and is expected to be completed in August 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $10,242,679 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. S2 Corp., Bozeman, Montana, is awarded a $9,003,679 cost-plus-fixed-fee contract (N65236-20-C-8019) for a Defense Advanced Research Projects Agency (DARPA) project to prototype and demonstrate a broadband, electro-magnetic spectrum receiver system. The contract includes an 18-month base period and an 18-month option period. The option period, if exercised, would bring the cumulative value of this contract to an estimated $20,964,010. Fiscal 2020 research, development, test and evaluation funds in the amount of $4,501,840 will be obligated at the time of award. Work will be performed in Bozeman, Montana (85%); Goleta, California (9%); Boulder, Colorado (4%); and Clarksville, Maryland (2%), and is expected to be completed in February 2022. If the option is exercised, work could continue until August 2023. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured by full and open competition via DARPA broad agency announcement HR0011-20-S-0005, posted on the beta.sam.gov (formerly Federal Business Opportunities) website, with 24 timely offers received. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. Lockheed Martin Corp., Fort Worth, Texas, is awarded a $7,469,472 modification (P00001) to firm-fixed-price order N00019-20-F-0022 against previously issued basic ordering agreement N00019-19-G-0008. This order exercises options to procure Intel Diminishing Manufacturing Sources parts that have reached end of life in support of the F-35 program future aircraft production and deliveries for the Air Force and Navy. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2020. Fiscal 2020 operations and maintenance (Air Force) funds in the amount of $4,987,522; and fiscal 2020 operations and maintenance (Navy) funds in the amount of $2,481,950 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. ARMY Weston-ER Federal Services LLC, West Chester, Pennsylvania, was awarded an $80,000,000 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract for rapid response environmental remediation services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 26, 2027. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0050). Atlantic Diving Supply Inc.,* Virginia Beach, Virginia, was awarded a $49,000,000 firm-fixed-price contract for the Cold Weather Glove System. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 25, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-D-0032). HDR Architects and Engineers P.C., Lawrenceville, New Jersey, was awarded a $15,000,000 firm-fixed-price contract to provide planning, engineering design services and consulting services in support of the planning, design and assistance during construction for a new research facility and greenhouse. Bids were solicited via the internet with 25 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 6, 2025. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-D-0033). Helping Hands of Goodwill, Kansas City, Missouri, was awarded a $13,113,289 firm-fixed-price contract for custodial services at Fort Leavenworth, Kansas. 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 June 30, 2024. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W91QF4-20-D-0004). Toyal America Inc., Lockport, Illinois, was awarded a $12,715,574 firm-fixed-price contract to provide aluminum powder in support of production at McAlester Army Ammunition Plant, Oklahoma. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 25, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-D-3014). Alutiiq General Contractors, Tacoma, Washington, was awarded a $9,367,399 firm-fixed-price contract for maintenance, repair and minor construction work on vehicle roadways and airfield paving projects at Joint Base Lewis-McChord, Washington. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2025. U.S. Army 418th Contracting Support Brigade, Fort Hood, Texas, is the contracting activity (W911S8-20-D-0012). DEFENSE COMMISSARY AGENCY Military Produce Group LLC, Norfolk, Virginia, is awarded a $51,205,744 requirements type contract for fresh fruits and vegetable products for various commissaries located in the U.S. and its territories. The requirements type contract is for a 24-month base period beginning Sept. 6, 2020. The requirements type contract includes three one-year option periods. If all three option periods are exercised, the requirements type contract will be completed by Aug. 30, 2025. Offers were solicited on Contract Opportunities and two offers were received. The Defense Commissary Agency, Fort Lee, Virginia, is the contracting activity (HDEC02-20-D-0003). DEFENSE LOGISTICS AGENCY Sonosim Inc., Santa Monica, California, has been awarded a maximum $14,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 129 responses received. This is a five-year contract with no option periods. Location of performance is California, with an Aug. 25, 2025, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0047). Alliance Technical Services Inc.,* Norfolk, Virginia, has been awarded a maximum $10,021,402 modification (P00010) exercising the second one-year option period of a one-year base contract (SP3300-18-C-5001) with four one-year option periods for third party logistics hazmat support services. This is a firm-fixed-price, cost-reimbursement contract. Locations of performance are Virginia and Texas, with an Aug. 26, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2326327/