Back to news

November 19, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - November 16, 2018

AIR FORCE

Space Vector Corp., Chatsworth, California (FA8818-19-D-0001); and OrbitalATK Inc., Chandler, Arizona (FA8818-19-D-0002), have been awarded a combined ceiling $424,000,000 multiple-award, indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee, firm-fixed-price and cost-plus-fixed-fee for Sounding Rocket Program-4 (SRP-4). The SRP-4 contract provides suborbital launch services and launch support services necessary to accomplish the Rocket Systems Launch Program's suborbital mission. This contract will be used to meet Department of Defense and other government agency requirements for sub-orbital research, development, and test launch services, including prototype demonstrations and missile defense targets. Work will primarily be performed in Chatsworth, California; Chandler, Arizona, and a variety of government launch sites, depending on mission requirements. This award is the result of a competitive acquisition with a seven-year ordering period. Space and Missile Systems Center, Kirtland Air Force Base, New Mexico, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Labatt Food Service, San Antonio, Texas, has been awarded a maximum $295,636,225 firm-fixed-price, indefinite-delivery/indefinite-quantity with economic-price-adjustment contract for full line food distribution support for the San Antonio region. This was a competitive acquisition with three responses received. This is a two-year base contract with one one-year option period, and one two-year option period. Location of performance is Texas, with a Nov. 15, 2023, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3206).

Allison Transmission, Indianapolis, Indiana, has been awarded a maximum $20,781,402 firm-fixed-price contract for transmission overhaul kits. 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 13-month contract with no option periods. Location of performance is Indiana, with a Dec. 31, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0057).

Peckham Vocational Industries,** Lansing, Michigan, has been awarded an $8,609,660modification (P00003) exercising the first one-year option period of a one-year base contract (SPE1C1-18-D-N029) with two one-year option periods for drawers. This is a firm-fixed-price contract. Location of performance is Michigan, with a Nov. 21, 2019, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

NAVY

Lockheed Martin Corp., Baltimore, Maryland, is awarded a $282,085,646 not-to-exceed undefinitized contract action modification to previously-awarded contract N00024-18-C-2301 for long-lead-time material and detail design in support of the construction of four Multi-Mission Surface Combatant ships (MMSC). The MMSC is a lethal and highly maneuverable surface combatant capable of littoral and open-ocean operation. This contract involves foreign military sales to the Kingdom of Saudi Arabia. Work will be performed in Marinette, Wisconsin (55 percent); Baltimore, Maryland (23 percent); Herndon, Virginia (11 percent); Moorestown, New Jersey (6 percent); Manassas, Virginia (1 percent); San Diego, California (1 percent); and various places below one percent (3 percent), and is expected to be completed by October 2025. Foreign military sales (Kingdom of Saudi Arabia) funding in the amount of $124,201,733 will be obligated at the 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)(4) (international agreement). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Booz Allen Hamilton Inc., McLean, Virginia (N00189-19-D-Z012); Cydecor Inc., Arlington, Virginia (N00189-19-D-Z013); and Whitney, Bradley and Brown Inc., Reston, Virginia (N00189-19-D-Z014), are awarded an estimated $69,920,361 multiple award cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide management support services to facilitate warfighting, manpower and business transformation initiatives in support of the Deputy Chief of Naval Operations, Information Dominance. The contracts will run concurrently and will include a 60-month base ordering period with no additional options. Work will be performed at government facilities in Arlington, Virginia (90 percent), and at the various contractor locations in which the percentage of work at each of those locations cannot be determined at this time (10 percent). The ordering period will begin March 2019 and is expected to be completed by February 2024. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $100,000 will be obligated (approximately $33,333 on each of the three contracts to fund the contracts' minimum amounts) and funds will expire at the end of the current fiscal year. This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was posted to the Federal Business Opportunities website, with ten offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity.

Kellogg Brown and Root Services Inc., Houston, Texas, is awarded $55,452,842 for task order A00011 under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62470-17-D-4012) to exercise the first option period for base operations support services at Camp Lemonnier, Djibouti, and other areas within Africa. The work to be performed provides for all management and administration, public safety, galley, ordnance, air operations, fire and emergency services, bachelor quarters, housing, pest control, integrated solid waste, base support vehicles and equipment, custodial, electrical, water, wastewater, port operations, supply, morale-welfare-recreation, facilities investment, and environmental services to provide base operations support services. After award of this option, the total cumulative contract value will be $122,263,227. Work will be performed at various installations in Territory of Djibouti, Africa and other areas within Africa, and work is expected to be completed November 2019. No funds will be obligated at time of award. The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity.

Lockheed Martin Space, Sunnyvale, California is being awarded a cost-plus-fixed-fee, cost-plus-incentive-fee $49,069,660 modification (P00002) to a previously awarded contract (N00030-18-C-0100) for Trident II (D5) missile production and deployed system support. The work will be performed in Kings Bay, Georgia (22.25 percent); Bangor, Washington (22.80 percent); Cape

Canaveral, Florida (22.22 percent); Sunnyvale, California (12.59 percent); Borgo San Dalmazzo, Italy (6.81 percent); Biddeford, Maine (3.70 percent); Denver, Colorado (2.06 percent); and other various locations (less than 1.00 percent each; 7.57 percent total), and work is expected to be completed Sept. 30, 2023. Fiscal 2019 weapons procurement (Navy) funds in the amount of

$31,281,073; and fiscal 2019 research, development, test, and evaluation funds in the amount of $17,788,587 will be obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Space, Sunnyvale, California, is awarded $41,329,513 for cost-plus-incentive-fee, cost-plus-fixed-fee modification P00016 to a previously awarded contract (N00030-17-C-0100) for Trident II (D5) missile production and deployed system support. The work will be performed in Sunnyvale, California (69.71 percent); Denver, Colorado (10.92 percent); Clearwater, Florida (8.78 percent); Cape Canaveral, Florida (3.04 percent); Valley Forge, Pennsylvania (1.99 percent); Santa Clara, California (1.06 percent); and other various locations (less than 1.00 percent each; 4.50 percent total) with work expected to be completed by Sept. 30, 2023. Fiscal 2019 research, development, test, and evaluation funds in the amount of $11,513,121; and fiscal 2019 weapons procurement (Navy) funds in the amount of $29,816,392 are being obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is being awarded $32,730,879 for modification P00003 to a previously awarded advance acquisition contract (N00019-18-C-1037) for long-lead items for Japan E-2D Aircraft JAA5 under the Foreign Military Sales program. Work will be performed in Syracuse, New York (22.04 percent); Potez, Aire-sur-l'Adour, France (11.50 percent); Edgewood, New York (8.42 percent); Menlo Park, California (6.12 percent); Woodland Hills, California (5.53 percent); Rolling Meadows, Illinois (5.01 percent); Marlborough, Massachusetts (4.59 percent); Greenlawn, New York (3.06 percent); Owego, New York (3.06 percent); Independence, Ohio (3.06 percent); Gardena, California (2.29 percent); Melbourne, Florida (2.09 percent); Clemmons, North Carolina (1.81 percent); Falls Church, Virginia (1.53 percent); Melville, New York (1.49 percent); Long Beach, California (1.17 percent); Laval, Quebec, Canada (0.04 percent); and various locations within the U.S. (17.19 percent), and is expected to be completed in August 2022. Foreign military sales funds in the amount of $32,730,879 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.

IAP Worldwide Services Inc., Cape Canaveral, Florida, is awarded a $20,881,626 contract modification for recurring/non-recurring services type contract for base operations services at Naval Support Activity Annapolis. The work to be performed provides for all management, supervision, labor hours, training, equipment, and supplies necessary to perform base operating services to include but not limited to facility investment, service calls, pest control, operation of utility plants, refuse collection, special events, and snow and ice removal. Work will be performed in Annapolis, Maryland, and work is expected to be completed July 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 Navy working capital funds in the amount of $14,629,883.85 for recurring work will be obligated on individual task orders issued during the contract period. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-18-D-0500).

Triton Marine Construction Corp., Bremerton, Washington, is awarded a $17,914,200 firm-fixed-price contract for the repair of trestle box beams at Naval Weapons Station (NWS) Earle. The work to be performed provides for concrete spall repairs on the underside of Trestle 1A to the pile caps, beams, and deck; carbon fiber reinforced polymer strengthening of existing reinforced concrete box beams using the wet layup process; and installation of five new pile bents ten new piles will be driven on Trestle 1A to strengthen the existing box beams at NWS Earle waterfront complex. Work will be performed in Colts Neck, New Jersey, and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $17,914,200 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9032).

EMR Inc.,* Niceville, Florida, is awarded $16,897,000 for firm-fixed-price task order N6945019F1000 under a previously awarded multiple award construction contract (N69450-17-D-0507) for renovations to Colmer Dining Facility Building 367 at Naval Construction Battalion Center Gulfport. Renovations include expansion of cold storage areas, improvements to electrical and mechanical systems, updated parking and architectural components. In addition, a temporary kitchen facility composed of modular units will be placed in service at a separate location. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. Work will be performed in Gulfport, Mississippi, and is expected to be completed by Nov. 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $16,897,000 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Technology Unlimited Group,* San Diego, California, is awarded a $15,059,071 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $38,798,332. All work will be performed in San Diego, California. The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0005).

Harmonia Holdings Group LLC,* Blacksburg, Virginia, is awarded a $15,028,289 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $39,540,512. Work will be performed at government facilities in San Diego, California (90 percent), and at contractor facilities in Blacksburg, Virginia (10 percent). The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0004).

Effecture LLC,* San Diego, California, is awarded a $14,803,612 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $38,403,117. All work will be performed in San Diego, California. The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0002).

Trabus Technologies Inc.,* San Diego, California, is awarded a $14,704,521 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $38,129,755. All work will be performed in San Diego, California. The period of performance of the base award is from Nov. 16, 2018 through Nov, 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0007).

Grove Resource Solutions Inc.,* Frederick, Maryland, is awarded a $14,704,521 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $39,258,893. Work will be performed at Government facilities in San Diego (90 percent) and at contractor facilities in Frederick, Maryland (10 percent). The period of performance of the base award is from Nov. 16, 2018 through Nov.15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0003).

Vigor Marine LLC, Portland, Oregon, is awarded an $11,668,324 firm-fixed-price contract for a 56-calendar day shipyard availability for the regular overhaul and dry docking of USNS Rappahannock (T-AO 204). Work includes general services, structural steel repairs, repair oil leaks in both port and starboard main engines, replace ballast tank level indicators, repairs to the emergency diesel generator, tank repairs and preservation to the marine sanitation device and vacuum collection holding and transfer tanks, renew valves for the ballast system, repairs to the main seawater piping, overhaul number one main seawater cooling, pump, overhaul number three ships service diesel generator turbocharger, repairs to staterooms, ship dry-docking and undocking, preservation to the ship's underwater hull and freeboard, refurbish the hauling winch assembly and motors on station number three, refurbishment of the rollers on the sliding block/transfer head/guide and refurbishment to the kingpost for station three. The contract includes options which, if exercised, would bring the total contract value to $13,586,233. Work will be performed in Portland, Oregon, and is expected to begin on Jan. 7, 2019 and is expected to be completed by March 3, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $11,668,324 will be obligated. Funds will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with one offer received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C4001).

Trandes Corp.,* Lanham, Maryland, is awarded an estimated $11,619,097 contract modification to increase the ceiling of an existing indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee and cost-reimbursement contract (N66001-15-D-0146). Support includes removal of old and installation of new commercial-off-the-shelf precision approach radar; logistics and training support; remote landing site tower generator repair; tactical air navigation systems installation support; and Marine Air Traffic Control and Landing System, and Amphibious Assault Direction System sustainment support. This modification increases the estimated value of the contract from $19,226,946 to $30,846,043. This ceiling increase does not obligate funds. Funding will be obligated via task/delivery orders, which will be placed using operations and maintenance (Navy); and other procurement (Navy) funds. This modification is issued using other than full and open competition in accordance with Federal Acquisition Regulation Subpart 6.302-1 and 10 U.S. Code 2304(c)(1) - only one responsible source. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

Data Intelligence LLC,* Marlton, New Jersey, is awarded a $11,314,171 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $28,840,430. Work will be performed at government facilities in San Diego, California (90 percent), and at contractor facilities in Marlton, New Jersey (10 percent). The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0006).

Ratcliff Construction Inc.,* Orange Park, Florida, is awarded $9,990,000 for firm-fixed-price task order N6945019F0850 under a previously awarded multiple award construction contract (N69450-18-D-1315) for consolidation and repair of Aviation Hangar 600 at Naval Station Guantanamo Bay. The work to be performed provides for complete exterior and interior repairs consisting of underutilized space in the west “lean-to” two story structure. Remotely located areas will be consolidated into renovated spaces. This includes complete renovation of Aviation Hangar 600 to include demolition of structures and repair by replacement of mechanical, electrical, plumbing and fire protection systems. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by August 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $9,990,000 are obligated on this award and will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

ARMY

DRS Sustainment Systems Inc., St. Louis, Missouri, was awarded a $30,439,974 firm-fixed-price contract for small enclosure kits to support production of the Chemical Biological Protective System. 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 Nov. 15, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-3009).

General Dynamics Ordnance and Tactical Systems, St. Petersburg, Florida, was awarded a $14,413,028 firm-fixed-price contract for Army Ground Mobility Vehicles and associated kits. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 16, 2019. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0072).

VSE Corp., Alexandria, Virginia, was awarded a $13,068,557 modification (P00014) to contract W911SA-16-C-0002 for labor, equipment and transportation necessary to provide logistics readiness support services to perform and assist with property accountability, vehicle operations and supporting functions, maintenance management services, field and sustainment level maintenance, storage site operations, hands-on-training mission support, and refurbishment support at various locations in Arizona, California, Texas, Oklahoma, Nevada, Arkansas and New Mexico. Work will be performed in Mountain View, California, with an estimated completion date of Aug. 29, 2019. Fiscal 2019 other funds in the amount of $11,715,802 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort McCoy, Wisconsin, is the contracting activity.

*Small business

**Mandatory source

https://dod.defense.gov/News/Contracts/Contract-View/Article/1693147/source/GovDelivery/

On the same subject

  • Contract Awards by US Department of Defense - August 16, 2019

    August 19, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 16, 2019

    NAVY Raytheon Missile Systems, Tucson, Arizona, is awarded a $199,591,538 firm-fixed-price contract for MK 15 Close-In Weapon System (CIWS) upgrades and conversions, system overhauls, and associated hardware. CIWS is a fast-reaction terminal defense against low- and high-flying, high-speed maneuvering anti-ship missile threats that have penetrated all other defenses. This contract includes options which, if exercised, would bring the cumulative value of this contract to $367,195,456. Work will be performed in Louisville, Kentucky (29%); Tucson, Arizona (20%); El Segundo, California (9%); Melbourne, Florida (5%); Pittsburgh, Pennsylvania (3%); Andover, Massachusetts (2%); Ottobrunn, Germany (2%); Williston, Vermont (2%); Tempe, Arizona (1%); Grand Rapids, Michigan (1%); Hauppauge, New York (1%); Ashburn, Virginia (1%); East Syracuse, New York (1%); Camarillo, California (1%); Phoenix, Arizona (1%); Joplin, Missouri (1%); Murray, Utah (1%); Dallas, Texas (1%); Corona, California (1%); Huntsville, Alabama (1%); Minneapolis, Minnesota (1%); Valencia, California (1%); Palo Alto, California (1%); and various locations with less than 1% each (13%). Work is expected to be completed by October 2023. This contract combines purchases for the U.S. government (85%); Kingdom of Saudi Arabia (8%); and the United Kingdom (7%) under the Foreign Military Sales (FMS) program. Fiscal 2019 operations and maintenance (Navy); 2019 other procurement (Army); 2019 shipbuilding and conversion (Navy); FMS Kingdom of Saudi Arabia; FMS United Kingdom; and 2019 weapons procurement (Navy) funding in the amount of $199,591,538 will be obligated at time of award. Funds in the amount of $59,964,768 will 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). Raytheon is the only source that can provide the MK 15 CIWS to fulfill Navy, Army, Coast Guard, and FMS requirements without unacceptable delays and substantial duplication of costs that cannot be recovered through competition. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5406). Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $27,303,596 cost-plus-incentive-fee, cost only modification to previously awarded contract N00024-18-C-6258 to exercise option for engineering services and other direct costs in support of the Integrated Submarine Imaging System. Work will be performed in Manassas, Virginia (73.5%); Virginia Beach, Virginia (15%); Northampton, Massachusetts (5.5%); Fairfax, Virginia (3%); Arlington, Virginia (2%); and Newport, Rhode Island (1%), and is expected to be completed by September 2020. Fiscal 2019 other procurement (Navy); and fiscal 2019 research, development, test and evaluation (Navy) in the amount of $2,633,461 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, District of Columbia, is the contracting activity. The Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded $15,300,139 for a firm-fixed-price modification under a previously awarded contract (N40085-15-C-8739) for design and installation of a fire protection system for the Power Propulsion Facility, Building (Bldg) 633, at the Philadelphia Navy Yard. This modification will provide for the full design and installation of the fire protection system for the P-547 power propulsion facility, Bldg. 633, Bldg. 519, Bldg. 520, and the P-104 test cell. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by September 2021. Fiscal 2013 military construction (Navy); and 2019 working capital fund (Navy) in the amount of $15,300,139 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this modification. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Wolverine Fire Protection Co., Mount Morris, Michigan, is awarded $11,104,895 for firm-fixed-price task order number N69450-19-F-0715 under a previously multiple award construction contract for fire protection upgrades at Naval Air Station, Jacksonville, Florida. The work to be performed provides for the repairs and replacement of various existing fire alarm and additional associated systems (electrical, sprinkler systems, piping, and fire pumps) of Buildings 171, 175 and 176. Work will be performed in Jacksonville, Florida, and is expected to be completed by February 2021. Fiscal 2019 defense working capital contract funds in the amount of $11,104,895 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-16-D-0613). AIR FORCE International Business Machines Corp., IBM Research - Almaden, San Jose, California, has been awarded a $59,999,958 cost reimbursement contract for NorthPole Software/Hardware. This contract provides for the design, verification, fabrication, and testing of a prototype artificial intelligence and machine learning IBM NorthPole neural inference processor that will be mounted on a test board. Work will be performed in San Jose, California. The work is expected to be complete by Nov. 16, 2021. This award is the result of a competitive acquisition and two offers were received. Air Force Research Laboratory/RIKF, Rome, New York, is the contracting activity (FA8750-19-C-1518). Raytheon Missile Systems, Tucson, Arizona, has been awarded a $47,917,924 for 469 Laser Maverick units. This contract provides for the manufacture and delivery of 469 each Laser Maverick units. Work will be performed in Tucson, Arizona. The work is expected to be complete by Sept. 30, 2021. This award is the result of a sole-source acquisition. Fiscal 2017, 2018 and 2019 3020 operations and maintenance funds in the amount $43,809,367 are being obligated at the time of award. AFLCMC/EBHK is the contracting activity, Hill Air Force Base, Ogden, Utah (FA8213-19-F-1006). Northrop Grumman Systems Corp., Rolling Meadows, Illinois; and Warner Robins, Georgia, has been awarded a $7,013,331, follow-on contract FA8523-19-D-0007, for DRE, Netherlands. This contract will provide action for the Royal Netherlands Air Force AN/ALQ-131 (V) electronics countermeasures pod upgrade. This program is focused on the redesign of the ALQ-131 Digital Receiver Exciter and ALM-256 Intermediate Level Support Equipment. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed by Feb. 15, 2022. This contract involves 100% foreign military sales to the Royal Netherlands Air Force. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. CORRECTION: An Aug. 14, 2019, announcement that Alloy Surfaces Company Inc., Chester Township, Pennsylvania (FA8213-19-D-0011), was awarded a $25,000,000 contract for MJU-52 A/B aircraft decoy flares included an incorrect amount of funds being obligated at the time of award. The correct amount of fiscal 2018 ammunition procurement funds being obligated at the time of award is actually $5,281,631. All other information in the announcement is correct. ARMY WMR-532 LLC, Athens, Alabama, was awarded a $49,900,000 firm-fixed-price contract for operations, maintenance and technical support. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 18, 2024. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-D-0038). T.W. LaQuay Marine LLC,* Port Lavaca, Texas, was awarded a $10,736,570 firm-fixed-price contract for pipeline dredging. Bids were solicited via the internet with three received. Work will be performed in Port Isabel, Texas, with an estimated completion date of April 30, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $10,736,570 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0010). American Council on the Teaching of Foreign Language, White Plains, New York, was awarded a $10,654,800 firm-fixed-price contract for oral proficiency interviews. 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 Sept. 16, 2020. U.S. Army Mission Installation Contracting Command, Presidio of Monterey, California, is the contracting activity (W9124N-16-D-0001). DEFENSE LOGISTICS AGENCY Choctawhatchee Electric Cooperative Inc., Eglin Air Force Base, Florida, has been awarded a maximum $13,700,591 modification (P00027) to the existing 50-year contract (SP0600-16-C-8314) for electric operations and maintenance and renewal and replacement utility service charge. This is a fixed-price contract being modified to incorporate the economic price-adjustment agreement to the third-year. Location of performance is Florida, with a July 31, 2067, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 operations and maintenance funds. The Defense Logistics Agency Energy, Fort Belvoir, Virginia, is the contracting activity. CORRECTION: The contract announced on Aug. 14, 2019, for General Dynamics Mission Systems Inc., Scottsdale, Arizona (SPRBL1-19-P-0047), for $12,973,184 was announced with an incorrect award date. The correct award date is Aug. 15, 2019. *Small Busines https://www.defense.gov/Newsroom/Contracts/Contract/Article/1936972/source/GovDelivery/

  • ‘Red Air’ providers prep for a big year of war games

    January 14, 2020 | International, Aerospace

    ‘Red Air’ providers prep for a big year of war games

    By: Valerie Insinna WASHINGTON — Last year, the Air Force tapped seven defense companies for a $6.4 billion opportunity for “Red Air” training where contracted pilots pose as aggressors in air-to-air combat. With the fiscal 2020 budget finally approved, those firms are hungry to hear for more information about when and where they start flying. The companies — Air USA Inc., Airborne Tactical Advantage Company (ATAC), Blue Air Training, Coastal Defense, Draken International, Tactical Air Support and Top Aces Corp. — currently find themselves waiting for the next phase of the competition, when the Air Force will issue individual work orders for a total of 22 bases that will allow contractors to begin flying this year. “I think we've all watched the Air Force program develop over the last two years kind of in awe at the size of it and the ambition, the commitment they're making to have enough adversaries out there to challenge their pilots,” said Russ Bartlett, CEO of Textron Airborne Solutions, which is the parent company of ATAC. “That's great for industry, because the Air Force knows they need to do that.” Unlike major programs for weapon systems, which have a dedicated line item in the budget, the work orders for adversary air services will be paid out of the operations and maintenance account, which is more flexible. While the Air Force's FY20 budget request flags a $151 million increase for “contract air training,” it's unclear how much of that amount will ultimately be set aside for that adversary air services. It will be up to Air Combat Command “to decide how much money they're going to put against the adversary air budget. So we're really just waiting to figure out how that all works,” said Russ Quinn, president of Top Aces. “We and the program office are looking very forward to hearing how Air Combat Command is planning on funding the contract.” Draken International is already conducting aggressor flights at Nellis Air Force Base, Nev., as part of a five-year contract awarded in 2018. That work is helping the company keep its Red Air planes ready ahead of work at other bases, said Sean Gustafson, Draken's vice president of business development. "We're flying 6,000 to 7,000 hours a year out there right now,” he said. “We're excited for the task orders to come out shortly, looking to expand and set up operations on the East Coast and then supporting those bases.” The Draken pilots, who currently fly the Aero Vodochody L-159E Honey Badger and Douglas A-4 Skyhawk, regularly deploy from Nellis AFB and visit other installations, including Hill AFB in Utah, Eglin AFB in Fla., and Holloman AFB in N.M. The company will begin adding Mirage F1s to the mix next month, Gustafson said. “We're very excited about that, because that will be the first radar-equipped, supersonic aircraft in the industry. We have the first three [of 24 total] going out there in February,” he said. The company has also purchased 12 radar- equipped, supersonic Atlas Cheetah fighters that will help cover Air Force requirements outside of Nellis. Meanwhile, the other companies are doing training and modifications necessary to get their aggressor fleets ready to fly whenever the U.S. Air Force decides it needs those planes. Top Aces has purchased 29 used F-16s from an undisclosed user specifically for the Air Force's adversary air contract. Those aircraft are not yet in the United States, but Quinn is confident that the company will have the aircraft in hand in early spring, he said. After that, Top Aces will begin modifying each jet with an open architecture system that will allow the company to more easily outfit the aircraft with a range of radar, sensors, electronic warfare pods or other technologies that increase the capability of Red Air forces, he said. Depending on whether the company wins a contract with Germany for adversary air services, it may also have excess capacity with its Douglas A-4N Skyhawk fleet, which it could also offer to help supplement the U.S. Air Force's needs, Quinn said. ATAC plans to use its new fleet of Mirage F1 jets to meet the Air Force's requirements. So far, the company has fully trained one F1 pilot, who flew the first ATAC Mirage in August. Another two pilots were set to begin training in December, Bartlett said late last year. “On the airplane side, we're in really good shape. Sixty-three airplanes is a huge win for us. There are a lot of economies of scale that we intend to capitalize on,” he said. “The challenge is going to be — of course — hiring and retaining pilots. The services are trying keep their pilots and grow their pilot cadres; the airlines are hiring aggressively and paying lucrative salaries, and this industry is growing by leaps and bounds with just this Air Force program.” So far, recruiting pilots has not been a problem for Draken, Gustafson said. The company has employed 52 aggressor pilots to meet the demands of its contract with Nellis, and has a “stack of resumes” from pilots that jobs as the company expands to other bases. “We're doing well on [hiring],” he said. “Some folks, they don't want to go to the airlines. They recently retired from the military and they want to keep flying fighters.” The company is looking to grow its fleet with new aircraft, as well, he added. “We should have some pretty exciting news about five to six months from now,” he said. https://www.defensenews.com/air/2020/01/13/red-air-providers-prep-for-a-big-year

  • Le Boeing F-15 QA réalise son premier vol

    April 16, 2020 | International, Aerospace

    Le Boeing F-15 QA réalise son premier vol

    Boeing a effectué avec succès le premier vol du chasseur F-15QA, version la plus avancée du F-15 développée pour l'armée de l'air qatarie (QEAF). L'avion a démontré ses capacités au cours d'un vol de 90 minutes. L'appareil a décollé et a atterri de l'aéroport international Lambert à Saint-Louis. Cure de jouvence pour le F-15 Enfin une bonne nouvelle pour Boeing, même si le F-15 n'est plus vraiment ce que l'on peut appeler un appareil de première fraîcheur. L'avionneur de Saint Louis (ex division McDonnell Douglas en conséquence) a effectué avec succès le premier vol du chasseur F-15QA, version la plus avancée du F-15 développée pour l'armée de l'air qatarie (QEAF). L'avion a démontré ses capacités au cours d'un vol de 90 minutes. L'appareil a décollé et a atterri de l'aéroport international Lambert à Saint-Louis. « Nous sommes très fiers de cet accomplissement et nous nous réjouissons avec beaucoup d'enthousiasme des succès continus de ce programme », a déclaré le colonel Ahmed Al Mansoori, commandant de l'escadre F-15 de la QEAF. « Ce premier vol réussi est une étape importante qui rapproche nos escadrons d'un pas vers le pilotage de cet avion au-dessus du ciel du Qatar. » 9G L'équipe d'essais en vol de Boeing, dirigée par le pilote d'essai en chef Matt Giese, a mis en place une liste de vérification précise de la mission pour tester les capacités de l'avion multirôle. L'avion a démontré sa maniabilité lors de son décollage vertical en tirant neuf G, soit neuf fois la force de la gravité terrestre, au cours de ses manœuvres subséquentes dans l'espace aérien d'essai. Les vérifications des systèmes tels que l'avionique et le radar ont également été couronnées de succès. Une équipe d'essai qui surveillait les données en temps réel a confirmé que l'avion s'était comporté comme prévu. 6,2 MD$ pour 36 avions Le département américain de la Défense a attribué à Boeing un contrat de 6,2 milliards de dollars en 2017 pour la fabrication de 36 avions de chasse F-15 pour la QEAF. Boeing commencera à livrer des avions au client en 2021. De plus, Boeing a obtenu un contrat de vente militaire à l'étranger de l'US Air Force en 2019 pour les équipages F-15QA et la formation à la maintenance pour la QEAF. Le F-15QA apporte à ses exploitants des technologies modernes telles que les commandes de vol CDVE (commandes de vol électriques), cockpit numérique, capteurs modernisés, radars et des capacités de guerre électronique. L'augmentation de la fiabilité, de la durabilité et de la maintenance permet aux opérateurs de défense de rester en avance sur les menaces actuelles et en évolution. Vers le F-15EX pour l'USAF Gr'ce à des investissements dans la plate-forme F-15QA et un partenariat avec l'US Air Force, Boeing se prépare maintenant à construire une variante nationale du chasseur avancé, le F-15EX. Huit appareils devraient être assemblés pour commencer, les plans futurs prévoient jusqu'à 144 appareils. https://www.air-cosmos.com/article/le-boeing-f-15-qa-ralise-son-premier-vol-22929

All news