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

  • Saab showcases missile system on Oshkosh vehicle at DSEI

    August 27, 2023 | International, Land

    Saab showcases missile system on Oshkosh vehicle at DSEI

    August 25, 2023 - The purpose is to demonstrate the possibility to integrate the missile-equipped RBS 70 NG Mobile Firing Unit (MFU) with Saab’s ultra-rugged tactical electronics, low-latency video distribution...

  • Contract Awards by US Department of Defense - March 25, 2019

    March 26, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - March 25, 2019

    NAVY Gartner Inc., Stamford, Connecticut (N66001-19-A-0049); Forrester Research Inc., Cambridge, Massachusetts (N66001-19-A-0050); and FEDmine LLC, Rockville, Maryland (N66001-19-A-0013), are awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contracts. The overall estimated value of this BPA is $446,000,000. The three individual agreements are awarded in the DoD ESI category of Information Technology (IT) Research and Informative Services. The BPAs will provide commercially available technology in this category for the DoD, U.S. intelligence community, and Coast Guard activities worldwide. The ordering period will be for a maximum of 10 years, and the expected date of completion is March 24, 2029. This BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance (DoD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm-fixed-price orders. This BPA was competitively procured via the GSA E-Buy website among 679 vendors. Three offers were received and three were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. Austal USA, Mobile, Alabama, is being awarded a $261,776,539 fixed-price-incentive (firm target) modification to previously-awarded contract N00024-19-C-2227 for the detail design and construction (DD&C) of the 13th and 14th Expeditionary Fast Transport (EPF) ships, and to definitize the long-lead-time material undefinitized contract actions for EPFs 13 and 14. This modification will award the DD&C effort for EPF 13 and EPF 14 and definitize and subsume the long-lead-time material undefinitized contract actions for EPFs 13 and 14. Note: the funding obligated covers the DD&C award and also definitizes the UCAs -- which results in a total greater than the face value of the award. The EPF class provides high-speed, shallow-draft transportation capability to support the intra-theater maneuver of personnel, supplies and equipment for the U.S. Navy, Marine Corps, and Army. This contract includes options which, if exercised, would bring the cumulative value of this contract to $370,733,399. Work will be performed in Mobile, Alabama (54 percent); Novi, Michigan (13 percent); Fairfax, Virginia (7 percent); Houston, Texas (4 percent); Franklin, Massachusetts (3 percent); New Iberia, Louisiana (3 percent); Kingsford, Michigan (2 percent); Chesapeake, Virginia (2 percent); and Theodore, Alabama (1 percent), with other efforts performed at various locations throughout the United States below one percent (7 percent) and at various locations outside the U.S. below one percent (4 percent). Work is expected to completed by July 2022. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $134,609,225; and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $161,815,453 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively solicited via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Professional Contract Services Inc., Austin, Texas, is being awarded a $26,684,510 indefinite-delivery/indefinite-quantity contract modification for the exercise of Option Number Four for base operations support services at Naval Medical Center Portsmouth, Virginia, and its outlying support sites all located in Virginia. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide facilities maintenance and equipment repair services in support of Naval Medical Center Portsmouth and its outlying support sites. After award of this option, the total cumulative contract value will be $120,671,131. Work will be performed in Portsmouth, Virginia. This option period is from April 2019 to March 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $24,334,266 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N62470-15-D-4009). Insitu Inc., Bingen, Washington, is being awarded a $17,452,196 firm-fixed-price delivery order (N6833519F0434) against a previously issued basic ordering agreement (N68335-16-G-0046). This order provides for technical services, training, site survey and activation teams, and program management to sustain and support ScanEagle unmanned aerial vehicle sites in Afghanistan. Work will be performed in Afghanistan (95 percent); and Bingen, Washington (5 percent), and is expected to be completed in March 2020. Fiscal 2019 Afghan Security Forces funds in the amount of $17,452,196 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, Lakehurst, New Jersey, is the contracting activity. Northrop Grumman Systems Corp., Annapolis, Maryland, is being awarded a $10,242,891 firm-fixed-price and cost-plus-fixed-fee modification to a previously awarded contract (N61331-15-D-0011) to exercise options for the accomplishment of depot level repair, maintenance, and modifications of the AN/AQS-24 Mine Detecting System to support the Navy for the currently deployed airborne mine countermeasures legacy systems. Northrop Grumman Undersea Systems will provide depot repairs and incorporation of engineering change proposals, including the updates of all integrated logistics support documentation to support the conversions and sustainment. Work will be performed in Annapolis, Maryland, and is expected to be completed by April 2020. No funding will be obligated at time of award. Naval Surface Warfare Center, Panama City Division, Panama City, Florida is the contracting activity. ARMY Acrow Corp. of America,* Parsippany, New Jersey (W56HZV-19-D-0061); and Mabey Bridge Ltd., Gloucestershire, United Kingdom (W56HZV-19-D-0062), will compete for each order of the $250,000,000 firm-fixed-price contract for wet and dry gap line of communication bridges. 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 March 25, 2022. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Avon Protection Systems Inc., Cadillac, Michigan, was awarded a $245,961,250 firm-fixed-price contract for production of M53A1 Chemical Biological Protective Mask systems. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of March 24, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-19-D-0005). South Carolina Commission for the Blind, Columbia, South Carolina, was awarded an $186,580,917 firm-fixed-price contract for full food services at Fort Jackson, South Carolina. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of March 21, 2024. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0008). American Ordnance LLC, Middletown, Iowa, was awarded an $89,418,245 modification (P00022) to contract W15QKN-15-C-0044 for the acquisition of M918E1 40mm High Velocity Target Practice – Day/Night/Thermal (HV TP-DNT) – cartridge. Work will be performed in Middletown, Iowa; Coachella, California; Radford, Virginia; Santa Margarita, California; O'Fallon, Missouri; Lynchburg, Virginia; Mountainside, New Jersey; and St. Bonaparte, Iowa, with an estimated completion date of Nov. 30, 2021. Fiscal 2017, 2018 and 2019 other procurement, Army funds in the amount of $89,418,245 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. Alta Via Consulting LLC,* Loudon, Tennessee, was awarded a $22,000,000 firm-fixed-price contract for cost management services. 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 March 28, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-0018). Advance Technology Solutions,* Augusta, Georgia, was awarded a $14,530,927 firm-fixed-price contract for services in the areas of military personnel actions, records processing and management, personnel manning, casualty management, transition and separations processing, personnel information systems management, and administrative processing of soldiers. Bids were solicited via the internet with 12 received. Work will be performed in Fort Gordon, Georgia, with an estimated completion date of May 1, 2025. Fiscal 2019 operations and maintenance, Army funds in the amount of $1,355,849 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Gordon, Georgia, is the contracting activity (W91249-18-C-0005). DEFENSE LOGISTICS AGENCY General Dynamics Mission Systems Inc., Taunton, Massachusetts, has been awarded a maximum $92,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Warfighter Information Network-Tactical Increment 1 system. 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 five-year contract with no option periods. Location of performance is Massachusetts, with a March 24, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-19-D-0027). SZY Holdings, doing business as EverReady First Aid, Brooklyn, New York, has been awarded a maximum $25,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for respirators, mask face pieces and cartridges replacement parts. This was a competitive acquisition with six responses received. This is a one-year base contract with four one-year option periods. Location of performance is New York, with a March 25, 2020, performance completion date. Using customer is Navy. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EG-19-D0104). Parker Hannifin Corp., Irvine, California, has been awarded a $7,979,568 modification (P00185) to a five-year contract (SPE4AX-14-D-9413) with one five-year option period adding national stock numbers supporting multiple aircrafts. 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 firm-fixed-price contract. The modification brings the total cumulative face value of the contract to $441,414,547 from $433,434,979. Locations of performance are California, Florida, Georgia, Massachusetts, Michigan, New York and Ohio, with a June 30, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia. AIR FORCE National Aerospace Solutions LLC, Arnold Air Force Base, Tennessee, has been awarded a $72,894,364 modification (P00071) to previously awarded contract FA9101-15-C-0500 for test operations and sustainment. This modification provides for test operations, technology development, equipment and facility sustainment, capital improvements and some support services for Arnold Engineering Development Complex. Work will be performed at Arnold AFB, Tennessee, and is expected to be completed by June 30, 2019. No funds are being obligated at the time of award. This modification brings the total cumulative face value of the contract to $722,733,576. Air Force Test Center, Arnold AFB, Tennessee, is the contracting activity. DEFENSE HEALTH AGENCY General Dynamics Information Technology Inc., Fairfax, Virginia (HT0014-19-C-0004), has been awarded a $44,165,348 cost-plus-fixed-fee contract to provide support to the Defense Health Agency's Defense and Veterans Brain Injury Center (DVBIC). The work includes support promoting access to state-of-the-science care for service members, veterans, and their families to prevent and mitigate the consequences of traumatic brain injury (TBI). DVBIC supports a network of 21 sites operating out of 16 military treatment facilities (MTFs) and five Department of Veterans Affairs Medical Centers (VAMCs). Specific activities vary at each site and can include conducting clinical research and conducting education and outreach activities and assessing TBI injury data, while command and control exist within the DVBIC Headquarters for continuity of services. The contract will be performed at DVBIC HQ, Silver Spring, Maryland; MTFs at Fort Belvoir, Virginia; Fort Bliss, Texas; Fort Bragg, North Carolina; Fort Campbell, Kentucky; Fort Carson, Colorado; Fort Drum, New York; Fort Hood, Texas; Camp Lejeune, North Carolina; Camp Pendleton, California; Naval Medical Center San Diego, California; Walter Reed National Military Medical Center, Maryland; San Antonio Military Medical Center, Texas; U.S. Special Operations Command, MacDill Air Force Base, Florida; Landstuhl (Germany); Joint Bases Lewis-McChord, Washington, and Elmendorf-Richardson, Alaska; and VAMCs in Palo Alto, California; Tampa, Florida; Minneapolis, Minnesota; San Antonio, Texas; and Richmond, Virginia. The contract end date is Sept. 25, 2020. This contract includes a six-month base period with four three-month option periods. Fiscal 2019 operations and maintenance funds in the amount of $14,336,163 are obligated on this award. This was a sole-source acquisition. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1794949/

  • Canadian block on drone parts shows Turkey’s defense industry still not independent

    October 14, 2020 | International, Aerospace, Naval, C4ISR, Security

    Canadian block on drone parts shows Turkey’s defense industry still not independent

    Burak Ege Bekdil ANKARA, Turkey — The Canadian government's decision to suspend export of key drone parts to Turkey has once again thrown a spotlight on Turkey's ongoing efforts to develop a self-sufficient defense industry. Turkish President Recep Tayyip Erdogan often boasts at party rallies that his governance since 2002 has reduced Turkey's dependency on foreign weapons systems from 80 percent to 30 percent. There is truth in that, although the actual percentages remain a mystery, mainly due to the difficulty of defining what is truly a local or national system. Most Turkish “national” systems depend on various degrees of foreign input, often including critical parts only available abroad. The T129, an “indigenous” attack helicopter, is a Turkish variant of the Italian-British AgustaWestland A129 Mangusta chopper. Turkey's local industry has no engine technology. The “national” new generation tank Altay is facing major delays, due to the lack of a foreign engine and transmission system. Turkey's first “indigenous” landing platform dock, the TCG Anadolu, will enter into service next year, but the $1 billion or more ship is being built under license from Spain's Navantia. Even Turkey's biggest success in the past few years, a locally-built drone known as the Bayraktar TB-2, features critical foreign parts — an issue now in the spotlight following Canadian Foreign Minister Francois-Philippe Champagne's Oct. 5 announcement to suspend export permits of drone technology to Turkey, which is backing Azerbaijan in the recent Azeri-Armenian military conflict. Champagne issued the pause in exports alongside an order for his ministry to investigate claims that Canadian drone technology is being used in the fighting. The decision followed an announcement by disarmament group Project Ploughshares, which warned the multimillion-dollar exports of high-tech sensors and targeting technology produced by L3Harris WESCAM in Burlington, Ont., are in direct contravention of Canada's domestic laws and its international obligations under the United Nations Arms Trade Treaty, to which the Trudeau government acceded almost exactly a year ago. L3Harris WESCAM, the Canadian subsidiary of U.S. defense giant L3Harris, is one of the world's leading producers and exporters of electro-optical/infra-red (EO/IR) imaging and targeting sensor systems — both of which are featured on the Bayraktar drones. “These sensors are integral for their ability to conduct drone warfare, which they've done increasingly... in the past few years across several conflict zones,” Kelsey Gallagher, a Project Ploughshares researcher, told Radio Canada International. “If the exports of these sensors were completely halted, then Turkey would not have the sensors necessary to conduct modern airstrikes.” “This [the suspension of Canadian supplies] may cause disruption in the production line,” said one local aerospace analyst, “unless substituted immediately.” “There may be some other foreign suppliers to be used as a stop-gap solution," the analyst added. "But this is mostly a Western (including Israeli) technology and may not reach Turkish manufacturers due to political reasons.” Turkey's top procurement official, however, has a solution. Ismail Demir, president of the defense procurement agency SSB, twitted Oct. 6, the day after the Canadian decision, that Turkey would soon start to mass produce the CATS electro-optical system, to replace the WESCAM technology used in the TB-2 drone. CATS will be produced by military electronics specialist Aselsan, Turkey's biggest defense company. Demir said that Aselsan has also begun to work on developing a future version of the CATS system. Demir also talked up another new indigenous ambition: Project Özgür, or “free” in Turkish. Özgür is part of a broader upgrade effort designed to extend the life of the Turkish F-16 fleet. “This program aims to completely nationalize electronic systems on our F-16s,” Demir told the HaberTurk newspaper Oct. 6. The full upgrade work will also involve structural and avionic modernization. Turkey views the F-16 upgrades as a stop-gap solution before it builds its own indigenous fighter, the TF-X. But the TF-X effort has moved at a crawl, with no notable progress in the past few years, due mainly to the lack of an engine to power the planned fighter. https://www.defensenews.com/global/europe/2020/10/13/canadian-block-on-drone-parts-shows-turkeys-defense-industry-still-not-independent/

All news