Back to news

November 12, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - November 12, 2020

DEFENSE MICROELECTRONICS ACTIVITY

Globalfoundries U.S. 2 LLC, Hopewell Junction, New York, has been awarded a ceiling increase of $400,000,000 under modification P00068 to previously awarded contract HQ0727-16-C-0001 for access to leading edge, current and legacy microelectronics and trusted processes for the Department of Defense and other federal agencies. Increase in interest for leading edge technology and lifetime orders for end of life technology initiated the need for this ceiling increase. The modification brings the total cumulative face value of the contract to $1,114,632,911 from $714,632,911. Work will be performed at Burlington, Vermont; East Fishkill, New York; and Malta, New York, with an expected completion date of March 31, 2021. The contract is being incrementally funded and no funds are being obligated at time of award. The Defense Microelectronics Activity, McClellan, California, is the contracting activity.

NAVY

AgustaWestland Philadelphia Corp., Philadelphia, Pennsylvania, is awarded a $171,047,763 modification (P00006) to previously awarded firm-fixed-price contract N61340-20-C-0007. This modification exercises options for the production and delivery of 36 TH-73A aircraft in support of the Advanced Helicopter Training System program. Work will be performed in Philadelphia, Pennsylvania (87%); Mineral Wells, Texas (5%); and various locations outside the continental U.S. (8%), and is expected to be completed in December 2022. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $171,047,763 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.

J. Walter Thompson U.S.A. LLC, doing business as Wunderman Thompson, Atlanta, Georgia, is awarded an $80,056,529 modification to previously awarded firm-fixed-price contract M95494-19-C-0020. This modification exercises Option Period One to furnish supplies and services to enhance the Marine Corps' recruiting efforts. These services include a full range of services from the development of a tactical advertising strategy to the production of a wide-range of advertising formats (e.g., television, radio, print media, internet and direct marketing). Work will be performed in Atlanta, Georgia, with an expected completion date of December 2021. Fiscal 2021 operation and maintenance (Marine Corps) funds in the amount of $80,056,529 are obligated at time of award and will expire at the end of the current fiscal year. The Marine Corps Installations Command Contracting Office, Arlington, Virginia, is the contracting activity.

Honeywell International Inc., Tempe, Arizona, is awarded a $72,944,708 for a long-term, firm-fixed-priced requirements contract for the repair of six weapon repairable assemblies in support of the V-22 aircraft. This contract includes a five-year base period with no options. Work will be performed in Torrance, California (44%); Tucson, Arizona (35%); San Diego, California (15%); and Tempe, Arizona (6%). Work is expected to be completed by November 2025. Annual working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. The Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-21-D-XP01).

Raytheon Co., El Segundo, California, is awarded a $53,440,000 modification (P00004) to previously awarded fixed-price-incentive-fee contract N00019-20-C-0001. This modification exercises an option to procure 16 AN/APG-79(V)4 radar systems. Additionally, this modification includes software, obsolescence management, engineering support and associated technical, financial and administrative data necessary for retrofit integration into the F/A-18C/D aircraft for the Marine Corps. Work will be performed in Forest, Mississippi (41.1%); El Segundo, California (32.6%); Andover, Massachusetts (18.3%); and Dallas, Texas (8%), and is expected to be completed in June 2022. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $53,440,000 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.

Vigor Marine LLC, Portland, Oregon, is awarded a $24,049,402 modification to previously awarded contract N00024-19-C-4447 to support USS Chosin (CG 65) extended dry-docking selected restricted availability. Work will be performed in Seattle, Washington, and is expected to be complete by October 2021. Fiscal 2021 operation and maintenance (Navy) funding in the amount of $24,049,402 will be obligated at the time of award and will expire at the end of the current fiscal year. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Everett, Washington, is the contracting activity.

AIR FORCE

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded an $81,866,402 cost-plus-fixed-fee and firm-fixed-price modification (P00014) to contract FA8620-18-C-2009 for the U.K. MQ-9B Protector program. This modification provides for the design, development, integration and component-level testing of additional capabilities being added to the baseline program. Work will be performed in Poway, California, and is expected to be completed Aug. 31, 2021. Total cumulative face value of the contract is not-to-exceed $174,889,865. Foreign Military Sales funds in the amount of $71,563,692 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.

L-3 Communications Integrated Systems, Greenville, Texas, has been awarded a not-to-exceed $24,500,078 cost-plus-fixed-fee undefinitized contract action for procurement of Group B material and the Ground System Integration Lab. Work will be performed in Greenville, Texas, and is expected to be completed March 2024. This contract involves 100% Foreign Military Sales (FMS). This award is the result of a sole-source acquisition. FMS funds in the amount of $14,006,934 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-F-4872 P00005).

DEFENSE LOGISTICS AGENCY

Baxter Healthcare Corp., Deerfield, Illinois, has been awarded a maximum $40,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for infusion pumps and accessories. This was a competitive acquisition with 105 offers received. This is a five-year contract with no option periods. Location of performance is Illinois, with a Nov. 11, 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-0001).

Cummins Inc., Commercial and Government Entity, Memphis, Tennessee, has been awarded an estimated $24,869,181 fixed-price with economic-price-adjustment for multiple weapon systems program support. 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 two-year base contract with four two-year option periods. Location of performance is Tennessee, with a Nov. 11, 2022, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2021 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-21-D-0007).

ARMY

Tutor Perini Corp., Sylmar, California, was awarded a $25,998,795 firm-fixed-price contract for renovation of the Cadet Field House at the U.S. Air Force Academy. Bids were solicited via the internet with five received. Work will be performed in Colorado Springs, Colorado, with an estimated completion date of Nov. 24, 2022. Fiscal 2021 operation and maintenance (Air Force) funds in the amount of $25,998,795 were obligated at the time of the award. The U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-21-C-0004).

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2413459/

On the same subject

  • Lockheed, Pratt win $1 billion in Navy deals for F-35 parts, equipment

    August 23, 2023 | International, Aerospace

    Lockheed, Pratt win $1 billion in Navy deals for F-35 parts, equipment

    The deals cover helmet mounted display systems for the F-35, as well as long-lead item parts for F-35 engines and fighters to be sold to other countries.

  • Contract Awards by US Department of Defense - August 8, 2019

    August 9, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 8, 2019

    AIR FORCE Atlantic Diving Supply Inc., Virginia Beach, Virginia (FA8606-19-D-0029); Nightline Inc., Mountain City, Tennessee (FA8606-19-D-0036); Tactical & Survival Specialties Inc., Harrisonburg, Virginia (FA8606-19-D-0039); Federal Resources, Stevensville, Maryland (FA8606-19-D-0032); Sera Star LLC, Carrollton, Texas (FA8606-19-D-0038); Hurricane Aerospace Solutions, Pompano Beach, Florida (FA8606-19-D-0033); Baker and Associates Inc., Centerville, Ohio (FA8606-19-D-0030); Mountain Horse Solutions, Colorado Springs, Colorado (FA8606-19-D-0035); Rapid Response Defense Systems Inc., Irvine, California (FA8606-19-D-0037); Capewell Aerial Systems LLC, Meadows of Dan, Virginia (FA8606-19-D-0031); and Life Support International Inc., Langhorne, Pennsylvania (FA8606-19-D-0034), have been awarded a contract with a ceiling of $950,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for commercial aircrew items. This contract is a commercial item contract vehicle, designed to rapidly equip aircrew with non-stock listed, commercial items including: uniforms, cold weather clothing systems, visual augmentation equipment, personal protective equipment, helmets, body armor, tactical carriers, individual equipment, lighting, survival equipment, air crew support equipment, communication equipment, tactical equipment, load bearing equipment, lethality support items, boots, gloves, eye protection, egress equipment, aerial insertion equipment, search & rescue equipment, personnel recovery equipment, medical equipment, power management, hydration, electronics test equipment, ancillary services and testing. Work will be performed, as indicated, by contractor in the list above and is expected to be completed by Aug. 8, 2029. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2018 and other procurement funds in the amount of $11,000 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. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a $369,000,000 ceiling increase modification (P00013) to previously awarded contract FA2521-16-D-0010 for serviceable components and subsystems for instrumentation tracking systems world-wide for both foreign and domestic government agencies to include radars, telemetry and optical instrumentation tracking systems. This increase is to support range instrumentation sustainment and obsolescence management requirements. Work will be completed at the program's 28 worldwide participating ranges and is expected to be completed by Dec. 31, 2020. Fiscal 2019 operational and maintenance funds will be used, and no funds are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity. ARMY JE Dunn, Kansas City, Missouri, was awarded a $295,974,160 firm-fixed-price contract for design-build construction to replace the hospital at Fort Leonard Wood, Missouri. Bids were solicited via the internet with four received. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Oct. 31, 2023. Fiscal 2018 military construction funds in the amount of $79,235,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-4011). HydroGeoLogic Inc.,* Reston, Virginia, was awarded a $95,000,000 cost-plus-fixed-fee contract for hazardous, toxic and radioactive waste remediation activities at the Formerly Utilized Sites Remedial Action Program St. Louis sites. 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 Feb. 7, 2025. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-D-0011). Massman Construction, Leawood, Kansas, was awarded an $8,414,000 firm-fixed-price contract for lock and dam gate anchorage. Bids were solicited via the internet with five received. Work will be performed in Clarksville, Missouri, with an estimated completion date of Aug. 7, 2020. Fiscal 2010 civil operations and maintenance funds in the amount of $8,414,000 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-C-0009). U.S. TRANSPORTATION COMMAND Columbia Helicopters Inc. Aurora, Oregon, has been awarded an option year modification to contract HTC711-17-D-R018 in the estimated amount of $224,394,412. This modification, P00008, provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $670,327,669 from an estimated $445,933,257. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. CHI Aviation Inc., Howell, Michigan, has been awarded an option year modification to contract HTC711-17-D-R017 in the estimated amount of $149,819,159. This modification, P00009, provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $460,456,492 from an estimated $310,637,333. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Berry Aviation Inc., San Marcos, Texas, has been awarded option year modification to contract HTC711-16-D-R021 in an estimated amount of $29,848,000. This modification, P00006, provides fixed wing passenger, cargo, combined passenger and cargo, aeromedical evacuation, and short take-off and landing air transportation services within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $117,746,500 from an estimated $87,898,500. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. NAVY J.F. Taylor Inc.,* Lexington Park, Maryland, is awarded a $108,987,777 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract to provide engineering and technical services in support of the Integrated Battlespace Simulation and Test Department, Naval Air Warfare Center, Aircraft Division 5.4.3 Simulation Division laboratories. These laboratories support activities that include research and development of requirements for aviation systems, supporting system development, providing developmental and operational flight test support, and providing life-cycle operational support to include system enhancement, procedure refinement and accident investigations. Work will be performed in Patuxent River, Maryland, (78%); and Lexington Park, Maryland (22%), and is expected to be completed in August 2024. 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 as a small business set-aside; one offer was received. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0074). ZITEC Inc.,** Niceville, Florida, is awarded a $25,110,110 fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides up to 672 alternate mission equipment mobility ready storage systems; two first article units, and 670 production systems for the Navy and Marine Corps. Work will be performed in Niceville, Florida, and is expected to be completed in August 2025. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $71,969 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a Service-Disabled Veteran-Owned Small Business set-aside; three offers were received. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0242). APTIM Federal Services LLC, Alexandria, Virginia, is awarded $15,248,090 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N39430-15-D-1632) to clean, inspect, repair and inspect repairs to mined-in-place military petroleum storage tanks (Red Hill Tanks 4 and 13). After award of this modification, the total cumulative contract value will be $30,112,525. Work will be performed in Joint Base Pearl Harbor-Hickam, Hawaii, and is expected to be completed by December 2021. Fiscal 2016 working capital funds (Navy) in the amount of $15,248,090 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. AECOM Technical Services Inc., Los Angeles, California, is awarded $14,749,825 for cost-plus-award-fee modification to task order N62742-18-F-0126 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-17-D-1800) for investigation and remediation of releases, and groundwater protection and evaluation for Red Hill Bulk Fuel Storage Facility, Joint Base Pearl Harbor-Hickam. Work will be performed in Hawaii, and is expected to be completed by January 2021. Working capital funds (Defense) in the amount of $14,749,825 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. DEFENSE LOGISTICS AGENCY North American Rescue LLC, Greer, South Carolina, has been awarded a maximum $41,742,284 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical products. This is a one-year base contract with nine one-year option periods. To date, this is the 13th contract awarded from standing solicitation SPM2D0-12-R-0004. Location of performance is South Carolina, with an Aug. 10, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-19-D-0005). Dominion Privatization South Carolina LLC, Richmond, Virginia, has been awarded a $24,946,260 modification (P00008) to a 50‐year contract (SP0600‐18‐C‐8325) with no option periods for the ownership, operation and maintenance of the electric utility systems at Fort Jackson, South Carolina. This is a fixed‐price with economic‐price‐adjustment contract. Locations of performance are South Carolina and Virginia, with a May 1, 2069, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2069 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency, Energy, Fort Jackson, South Carolina. Direct Energy Business Marketing LLC, Iselin, New Jersey (SPE604-19-D-7519; $15,881,084); Constellation New Energy-Gas Division LLC, Louisville, Kentucky (SPE604-19-D-7520; $10,742,319); and CenterPoint Energy Services Inc., Houston, Texas (SPE604-19-D-7521; $10,738,786), have each been awarded a fixed‐price with economic‐price-adjustment requirements contract under solicitation SPE604-19-R-0405 for pipeline quality direct supply natural gas. This was a competitive acquisition with seven offers received. They are two-year base contracts with a six‐month option period. Locations of performance are Colorado, Illinois, Indiana, Kansas, Kentucky, Michigan, Missouri, Ohio, and New York, with a Sept. 30, 2021, performance completion date. Using customers are Army, Navy, Air Force, and federal civilian agencies. No money is obligated at the time of award; however, customers are solely responsible to fund these requirements contracts. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1929800/source/GovDelivery/

  • Italy to send second air defence system to Ukraine, foreign minister says
All news