Back to news

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

Contract Awards by US Department of Defense - November 18, 2019

NAVY

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $104,775,349 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract will provide engineering and technical services to support production, lifetime support engineering and in-service engineering for the radio communication system/command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance systems aboard Navy surface combatants and at associated shore sites. The shipboard efforts are focused primarily on Coast Guard 47 Class and Destroyer, Guided Missile 51 Class AEGIS ships but will be applied to all Navy ships, to include Coast Guard ships, subsurface vessels and non-combatants in support of the Ship and Air Integration Warfare Division, Naval Air Warfare Center Webster Outlying Field. Work will be performed in San Diego, California (30%); Patuxent River, Maryland (30%); Norfolk, Virginia (25%); Mayport, Florida (7%); St. Inigoes, Maryland (5%); and various locations within the continental U.S. (3%), and is expected to be completed in April 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0004).

CH2M Hill Constructors Inc., Englewood, Colorado (N62470-13-D-6019); Environmental Chemical Corp., Burlingame, California (N62470-13-D-6020); Kellogg, Brown, and Root Services Inc., Arlington, Virginia (N62470-13-D-6021); and URS Group Inc., Morrisville, North Carolina (N62470-13-D-6022), are awarded a $92,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award contract for global contingency construction projects. The work to be performed provides for the Navy, the Navy on behalf of the Department of Defense, and the Navy on behalf of other federal agencies when authorized, an immediate response for construction services. The construction and related engineering services would respond to natural disasters, humanitarian assistance, conflict, or projects with similar characteristics. Work will be predominately construction. The contractor, in support of the construction effort, may be required to provide initial base operating support services, which will be incidental to construction efforts. Work will be performed worldwide. After award of this modification, the total cumulative contract value will be $1,058,000,000. The term of the contract is not to exceed 71 months with a completion date of May 2019. No funds will be obligated at time of award. Funds will be obligated on subsequent modifications for work on existing individual task orders. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity.

CACI Inc. - Federal, Chantilly, Virginia, is awarded a $41,514,235 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for the Automated Data Capture System (ADCS) application and support services to U.S. Navy Fleet Readiness Centers at organization and depot level activities. The ADCS application captures data and information associated with integrated maintenance concept inspection results for all Navy and Marine Corps aircraft as well as inspection and configuration management of applicable aircraft engines. Work will be performed in Chantilly, Virginia (85%); Jacksonville, Florida (10%); North Island, California (3%); and Cherry Point, North Carolina (2%), and is expected to be completed in November 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0005).

Vigor Marine LLC, Portland, Oregon (N3220520C2048), is awarded a $19,963,709 firm-fixed-price contract for a 75-calendar day shipyard availability for the regular overhaul and dry-docking of USNS Matthew Perry (T-AKE 9). The contract includes options, which, if exercised, would bring the total contract value to $20,217,869. Work will be performed in Portland, Oregon, and is expected to be completed by March 16, 2020. Fiscal 2019 working capital funds (Navy) in the amount of $19,963,709 are obligated at the time of the award and none of which will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website and one offer was received. The Navy's Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220520C2048).

Turner Construction Co., New York, New York, is awarded a $17,500,000 modification for the negotiated changes to the firm-fixed-price construction contract for the Academic Center for Cyber Security Studies at the U.S. Naval Academy. After award of this modification, the total cumulative contract value will be $133,042,235. The work to be performed provides for all management, supervision, labor hours, training, equipment, materials, bonding, and insurance necessary for construction and commissioning of the Academic Center for Cyber Security Studies in accordance with Department of Defense unified facilities criteria. Work will be performed in Annapolis, Maryland, with a contract completion date of May 22, 2020. Fiscal 2017 military construction (Navy) in the amount of $17,500,000 will be obligated via award of modification number A00035. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-16-C-0156).

Hamilton Sundstrand Corp., Rockford, Illinois, is awarded a $10,075,122 modification (P00003) to a previously awarded firm-fixed-price contract (N00019-19-C-0006). This modification exercises an option to procure non-recurring engineering and equipment for system integration lab activities in support of the V-22 aircraft Constant Frequency Generator Control Unit design improvement effort for the Navy, Air Force and the government of Japan. Work will be performed in Rockford, Illinois (96%); Patuxent River, Maryland (2%); and various locations within the continental U.S. (2%), and is expected to be completed in October 2021. Fiscal 2020 research, development, test and evaluation (Navy and Air Force); and Foreign Military Sales funds in the amount of $10,075,122 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($7,073,336; 70%); Air Force ($1,742,396; 17%); and the government of Japan ($1,259,390; 13%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Canadian Commercial Corp., Ontario, Canada, is awarded a $9,895,077 firm-fixed-price delivery order (N0017420F0039) under previously-awarded indefinite-delivery/indefinite-quantity contract N00174-19-D-0002 for the Mk 200 Mod 0 propelling charge. This delivery order combines purchases for the Navy (62%); and the government of Australia (38%) under the Foreign Military Sales program. Work will be performed by General Dynamics Ordnance and Tactical Systems in Quebec, Canada, and is expected to be completed by November 2021. Fiscal 2020 procurement of ammunition (Navy and Marine Corps) funding in the amount of $3,986,575; Foreign Military Sales (Australia) funding in the amount of $3,771,900; and fiscal 2019 procurement of ammunition (Navy and Marine Corps) funding in the amount of $2,136,602 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

ARMY

Dyncorp International LLC, Fort Worth, Texas, was awarded a $21,564,568 modification (P00259) to Foreign Military Sales (Sweden) contract W58RGZ-13-C-0040 for the aviation field maintenance services and operations. Bids were solicited via the internet with three received. Work will be performed in Afghanistan, Germany, Sweden, Honduras, Egypt, Iraq and South Korea, with an estimated completion date of Dec. 31, 2019. Fiscal 2010, 2019 and 2020 Foreign Military Sales, aircraft procurement and operations and maintenance, Army funds in the combined amount of $21,564,568 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Janssen Pharmaceuticals, Titusville, New Jersey, has been awarded a maximum $12,013,872 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for pharmaceutical products. This is a one-year base contract with nine one-year option periods. Location of performance is New Jersey, with a Dec. 14, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0001).

AIR FORCE

iCAMR Inc., Kissimmee, Florida, has been awarded a $7,585,850 cost-type contract with no fee for research and development. The Trusted Semiconductor Manufacturing Pilot Project involves developing a Secure Digital Twin for Semiconductors manufacturing methodology by applying block-chain trust and assurance security concepts and "digital twin" manufacturing concepts to the semiconductor manufacturing process. While the focus of this project is on security aspects, the "digital twin" concept provides the framework on which the security and provenance data will be collected and analyzed. Work will be performed at Kissimmee, Florida, and is expected to be complete by Sept. 22, 2022. This award is the result of a broad agency announcement and one offer was received. Fiscal 2019 research and development funds in the amount of $7,585,850 are being obligated at time of award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-C-1911).

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2019820/source/GovDelivery/

On the same subject

  • US Navy makes progress on aircraft carrier Ford’s bedeviled weapons elevators

    July 24, 2020 | International, Naval

    US Navy makes progress on aircraft carrier Ford’s bedeviled weapons elevators

    By: David B. Larter WASHINGTON — The U.S. Navy is over the halfway mark in certifying the new aircraft carrier Gerald R. Ford's 11 advanced weapons elevators, which have been at the center of an ongoing controversy over delays in getting the Navy's most expensive-ever warship ready for its first deployment. In a news release Thursday, the Navy announced it had certified Lower Stage Weapons Elevator 1, the sixth certified working elevator. LSWE 1 moves bombs from the forward magazine up to a staging area beneath the flight deck, where the weapons are armed and sent to the upper-stage weapons elevators that go to the flight deck. Crews had already certified the elevator that brings bombs from the aft magazine to the staging area. The elevators are designed to reduce the time it takes to get bombs armed and to the flight deck to mount on aircraft. “LSWE 5 has given us the capacity to move ordnance from the aft magazine complex deep in the ship through the carrier to the flight deck with a speed and agility that has never been seen before on any warship,” Rear Adm. James Downey, program executive officer for aircraft carriers, said in a statement. “LSWE 1 doubles-down on that capability and ramps up the velocity of flight deck operations. LSWEs 1 and 5 will now operate in tandem, providing a dramatic capability improvement as we proceed toward full combat system certification aboard Ford.” The remaining five weapons elevators are on track for certification by the time the ship goes to full-ship shock trials in the third quarter of 2021. The weapons elevators became the center of a firestorm last year and contributed to the firing of former Navy Secretary Richard Spencer. In January 2019, Spencer announced he'd told the president that if the weapons elevators aren't functioning by midsummer, then the president should fire him. But within months Spencer had to admit that the weapons elevators would not be finished until the end of 2021 or maybe 2022, which he blamed on Huntington Ingalls Industries for a lack of adequate communication. Turnover The Ford has had a witch's brew of technical problems and delays since construction of the ship began in 2005. The latest hiccup came in June in the form of a fault in the power supply system to the electromagnetic aircraft launch system, which is replacing the steam catapult system on Nimitz-class carriers. The fault curtailed flight operations on the ship for several days while the crew and contractors tried to identify the issue. In the wake of that incident, Assistant Secretary of the Navy for Research, Development and Acquisition James Geurts fired Capt. Ron Rutan as Ford's program manager, citing “performance over time.” Geurts installed Capt. Brian Metcalf as program head. Making the Ford deployment ready was a focus of former acting Navy Secretary Thomas Modly, who likened the ship to an albatross around the Navy's neck. “The Ford is something the president cares a lot about, it's something he talks a lot about, and I think his concerns are justified,” Modly said. “It's very, very expensive, and it needs to work. “And there is a trail of tears that explains why we are where we are, but right now we need to fix that ship and make sure it works. There is nothing worse than having a ship like that, our most expensive asset, being out there as a metaphor for why the Navy can't do anything right.” Conceived in an era when the Defense Department was looking to make giant steps forward in military technology while it had no direct peer competitors, the lead ship was packed with at least 23 new technologies. Those included a complete redesign of the systems used to arm, launch and recover the ship's aircraft. All those systems have, in their turn, caused delays in getting the Navy's most expensive-ever warship to the fleet, which was originally to have deployed in 2018, but now will likely not deploy until 2023. The Ford cost the Navy roughly $13.3 billion, according to the latest Congressional Research Service report on the topic. https://www.defensenews.com/naval/2020/07/23/the-us-navy-is-making-progress-on-the-carrier-fords-bedeviling-weapons-elevators/

  • Contract Awards by US Department of Defense – October 02, 2020

    October 5, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense – October 02, 2020

    NAVY Northrop Grumman Systems Corp., Mission Systems Sector, Linthicum Heights, Maryland, was awarded a $100,798,804 fixed-price-incentive-fee and firm-fixed-price contract for follow-on production of Surface Electronic Warfare Improvement Program Block 3 electronic attack systems and hardware design modifications required for aircraft carrier and amphibious assault ship installation. This contract includes options, which if exercised, would bring the cumulative value of this contract to $1,164,529,315. Work will be performed in Baltimore, Maryland (55%); Tampa, Florida (6%); Andover, Massachusetts (5%); Chelmsford, Massachusetts (4%); Rochester, New York (3%); San Diego, California (3%); Los Angeles, California (2%); Winona, Minnesota (2%); Stafford Springs, Connecticut (2%); Glendale, Arizona (1%); Nashua, New Hampshire (1%); Elk Grove Village, Illinois (1%); White Marsh, Maryland (1%); Tucson, Arizona (1%); Chandler, Arizona (1%); Washington, North Carolina (1%); Woodridge, Illinois (1%); Richardson, Texas (1%); Minneapolis, Minnesota (1%); El Cajon, California (1%); Hiawatha, Iowa (1%); Littleton, Colorado (1%); Glendale, California (1%); and miscellaneous locations - each less than 1% (4%), and is expected to be completed by May 2023. If all options are exercised, work will continue through September 2026. Fiscal 2019 other procurement (Navy) (67%); and fiscal 2020 other procurement (Navy) (33%) funding in the amount of $100,798,804 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with one offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-5519). (Awarded Sept. 30, 2020) EFW Inc., Fort Worth, Texas, is awarded a $35,801,006 five-year requirements type, firm-fixed-priced contract for repair of line-replaceable units in support of the V-22 aircraft. This is a five-year contract with no option periods. Work will be performed in Fort Worth, Texas (50%); and Talladega, Alabama (50%). Work is expected to be completed by October 2025. Annual working capital funds (Navy) will be used and funds will not expire at the end of the current fiscal year. No funds will be obligated at the time of award. One company was solicited for this sole-sourced requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. The Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-Y001). BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, was awarded a $17,290,912 firm-fixed-price contract for the production of two 57mm MK 110 Mod 0 gun mounts and associated hardware. Work will be performed in Karlskoga, Sweden (93%); and Louisville, Kentucky (7%), and is expected to be completed by May 2023. Fiscal 2018 weapons procurement (Navy); and fiscal 2020 weapons procurement (Navy) funding in the amount of $17,290,912 will be obligated at time of award and $249,448 will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304 (c)(1), this contract was not competitively procured; only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-5300). (Awarded Sept. 30, 2020) Peraton Inc., Herndon, Virginia, is awarded a $13,891,979 cost-plus-fixed-fee, level of effort contract (N00030-21-C-0016) for program support services for the Navy's strategic weapons systems reentry subsystem. Work will be performed in Colorado Springs, Colorado (75%); Washington, D.C. (15%); Albuquerque, New Mexico (8%); Cape Canaveral, Florida (1%); and Omaha, Nebraska (1%). Work is expected to be completed by March 30, 2026. Contract will be awarded subject to the availability of funds. No funds will be obligated at the time of award. Once funding becomes available, contract will be funded as follows: fiscal 2021 research, development, test and evaluation funds in the amount of $7,214,639; and fiscal 2021 operations and maintenance (Navy) funds in the amount of $6,677,340, which will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole-source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Beta.sam.gov (formally Federal Business Opportunities) website. Strategic Systems Programs, Washington, D.C., is the contracting activity. BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, was awarded an $8,934,292 cost-plus-fixed-fee and firm-fixed-price order under previously awarded blanket ordering agreement N00024-19-G-5306 for engineering services, open, inspect and repair services and spare and component parts in support of the MK 110 MOD 0 gun mount. This order includes options which, if exercised, would bring the cumulative value of this contract to $23,400,781. Work will be performed in Louisville, Kentucky (50%); and Karlskoga, Sweden (50%), and is expected to be completed by December 2022. Fiscal 2020 weapons procurement (Navy) (92%); and fiscal 2018 weapons procurement (Navy) (8%) funding in the amount of $6,128,002 will be obligated at time of award, of which $495,948 will expire at the end of the current fiscal year. This order was not competitively procured in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-F-5301). (Awarded Sept. 30, 2020) ARMY AstraZeneca, Gaithersburg, Maryland, was awarded a $60,000,000 firm-fixed-price contract to manufacture AZD7442, a combination antibody product intended to prevent or treat clinical effects of SARS-CoV-2, for a minimum of 100,000 treatment courses. Work will be performed in Gaithersburg, Maryland, with an estimated completion date of June 30, 2021. Fiscal 2020 Army general funds in the amount of $30,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0119). (Awarded Sept. 30, 2020) CORRECTION: The contract announced on Sept. 28, 2020, for Tatum Excavating Co. Inc., Texarkana, Texas (W9126G-20-F-0768), for $10,000,000, was announced with an incorrect award date. The correct award date is Sept. 29, 2020. CORRECTION: The contract announced on Sept. 29, 2020, for University of South Dakota, Vermillion, South Dakota (W9128F-20-D-0059), for $12,800,000, was announced with an incorrect awardee. The correct awardee is South Dakota State University, Brookings, South Dakota. MISSILE DEFENSE AGENCY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, has been awarded a $35,582,832 sole-source, hybrid (cost-plus-fixed-fee, firm-fixed-price) contract (HQ0851-21-C-0001) under Foreign Military Sales (FMS) Case JA-P-NCO to the government of Japan. Under this contract, Lockheed Martin will perform Aegis FMS Baseline J7.B development and SPY-7(V) 1 radar production, integration and test planning support. The work will be performed in Moorestown, New Jersey. The period of performance is from Oct. 2, 2020, through July 31, 2021. Funds from the government of Japan in the amount of $35,582,832 are being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0851-21-C-0001). AIR FORCE Wolverine Supply Inc., Wasilla, Alaska, has been awarded an $8,649,500 firm-fixed-price contract for repair of the Blackstart Generator. This contract provides for repair of the Blackstart Generator at the Eielson Air Force Base central heat and power plant. Work will be performed at Eielson AFB, Alaska, and is expected to be complete by Sept. 22, 2022. This award is the result of a competitive acquisition and four offers were received. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. The 354th Contracting Squadron, Eielson AFB, Alaska, is the contracting activity (FA500420C0015). (Awarded Sept. 30, 2020) * Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2370617/source/GovDelivery/

  • Contract Awards by US Department of Defense - June 12, 2020

    June 15, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

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

    DEFENSE LOGISTICS AGENCY US Foods, Los Angeles, California, has been awarded a maximum $525,250,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is California, with a June 12, 2025, ordering period end date. Using customers are Army, Marine Corps, Navy, Air Force, Coast Guard and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3278). Sysco Hampton Roads, Inc., Suffolk, Virginia, has been awarded a maximum $377,791,948 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with two 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 Virginia, with a June 9, 2025, ordering period end date. Using military services are Air Force, Army, Coast Guard, Marine Corps and Navy. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3277). Federal Contracts Corp., Tampa, Florida, is sharing a maximum $189,261,484 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for agricultural equipment. This was a competitive acquisition with 10 responses received. Other contracts have been awarded under this solicitation (SPE8EC-17-R-0007) and additional awards are expected. Awardees will compete for a portion of the maximum dollar value. This is a five-year base contract with no option periods. Location of performance is Florida, with a June 11, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EC-20-D-0060). NAVY Lockheed Martin Corp., Owego, New York, is awarded a not-to-exceed $375,488,269 undefinitized contract modification (P00014) to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-19-C-0013). This modification provides non-recurring efforts to design and develop unique hardware and software for the Multi-Role Helicopter MH-60R development program for the government of India. Work will be performed in Owego, New York (81%); and Stratford, Connecticut (19%), and is expected to be complete by June 2025. Foreign Military Sales funds for $117,700,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $183,815,073 modification (P00096) to a previously awarded firm-fixed-price, fixed-price-incentive-fee, cost-plus-fixed-fee contract (N00019-15-C-0003). This modification incorporates additional operation, security and technical services in support of the F-35 Lightning II program for the Republic of Korea. Work will be performed in Fort Worth, Texas, and is expected to be complete by January 2021. Foreign Military Sales funds in the amount of $183,815,073 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. Scientific Systems Co. Inc.*, Woburn, Massachusetts, is awarded a $9,575,556 cost-plus-fixed-fee order (N68335-20-F-0006) against a previously issued basic ordering agreement (N68335-15-G-0030). This order provides for continuing improvement of the software development processes to enhance cybersecurity and software safety for the Image Based Navigation for Vertical Take-off and Landing Tactical Unmanned Aerial Vehicle Shipboard Landing program in support of the MQ-8 Fire Scout unmanned air vehicle. This is a Small Business Innovation Research (SBIR) Phase III for research and development performed under the SBIR topic numbers N112-127, N03-025 and AF06-149. Work will be performed in Woburn, Massachusetts (95%); and Bedford, New Hampshire (5%), and is expected to be complete by June 2023. Fiscal 2020 research, development, test and evaluation (Navy) funds for $50,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Engility Corp., Andover, Massachusetts, is awarded a $7,956,180 modification (P00010) to a previously awarded cost-plus-fixed-fee, cost reimbursable order (N68936-19-F-0379) against a General Services Administration One Acquisition Solution for Integrated Services Multiple Award Contract (GS00Q14OADU336). Work will be performed in Point Mugu, California (90%); Whidbey Island, Washington (1.67%); Patuxent River, Maryland (1.67%); China Lake, California (1.67%); Baltimore, Maryland (1.67%); St. Louis, Missouri (1.67%); and El Segundo, California (1.65%). This modification exercises an option for engineering, technical and programmatic support services for the development of electronic attack and electronic warfare products within the Airborne Electronic Attack Integrated Program. Work is expected to be complete by June 2021. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $829,056 will be obligated at the time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity. Johnson Controls Government Systems LLC, Rockville, Maryland, is awarded a $7,836,200 firm-fixed-price modification to increase the dollar of a contract task order for the upgrade of a cogeneration power plant, government-maintained buildings and the Metasys building automation software under the Energy Savings Performance Contract within the Naval Facilities Engineering Command (NAVFAC) Southwest area of operations. Work will be performed in Twentynine Palms, California, and provides for contractors to complete the upgrade of the cogeneration plant, government-maintained buildings and the Metasys building automation software. Work is expected to be complete by November 2026. After the award of this modification, the total cumulative task order value will be $194,104,318. For this project, Marine Corps Air Ground Combat Center Twentynine Palms has agreed to pay for the costs of services and construction from project financing, which will be obtained by Johnson Controls Government Systems LLC. The NAVFAC Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (DACA87-97-D-0069-EJP3). ARMY Versar Inc., Springfield, Virginia (W912PL-20-D-0028); E3 Federal Solutions LLC, McLean, Virginia (W912PL-20-D-0029); Accura Engineering,* Atlanta, Georgia (W912PL-20-D-0030); and Stanley Consultants, Austin, Texas (W912PL-20-D-0031), will compete for each order of the $300,000,000 firm-fixed-price contract to support various construction activities along the southern border of the U.S. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of June 11, 2025. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity. Advanced Technology International, Summerville, South Carolina, was awarded an Other Transaction Authority agreement with a ceiling of $180,752,982 for enhanced technology maturation and risk reduction for Precision Strike Missile. Work will be performed in Grand Prairie, Texas; and Summerville, South Carolina, with an estimated completion date of Nov. 20, 2021. Fiscal 2020 research, development, test and evaluation, Army funds in the amount of $180,752,982 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-18-9-1008). Valiant Integrated Services, San Diego, California, was awarded a $68,045,249 hybrid (cost-no fee, firm-fixed-price) contract to provide an immersive training environment. 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 July 31, 2025. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0013). L3 Combat Propulsion Systems, Muskegon, Michigan, was awarded a $44,529,726 firm-fixed-price contract to procure hydro-mechanically propelled transmission, operational reliability, 800 series transmissions in two configurations. Bids were solicited via the internet with one received. Work will be performed in Muskegon, Michigan, with an estimated completion date of Dec. 30, 2022. Fiscal 2018 and 2019 weapons and tracked combat vehicle procurement, Army funds; 2019 overseas contingency operations funds; and 2020 Army working capital funds in the amount of $44,529,726 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-C-0124). Kiewit Infrastructure West Co., Vancouver, Washington, was awarded a $38,875,500 firm-fixed-price contract to replace a full-depth concrete ramp, taxiways and shoulders. Bids were solicited via the internet with two received. Work will be performed in Klamath Falls, Oregon, with an estimated completion date of June 27, 2022. Fiscal 2019 operations and maintenance, Army National Guard funds in the amount of $38,875,500 were obligated at the time of the award. U.S. Property and Fiscal Office, Oregon, is the contracting activity (W50S8Z-20-C-0002). Walsh Federal LLC, Chicago, Illinois, was awarded a $22,955,000 firm-fixed-price contract to provide labor, materials, equipment and supervision necessary for upgrading the main gate access control point at Defense Depot San Joaquin. Bids were solicited via the internet with three received. Work will be performed in Tracy, California, with an estimated completion date of Nov. 23, 2021. Fiscal 2020 military construction, Army funds in the amount of $22,955,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0011). Avion Solutions Inc.,* Huntsville, Alabama, was awarded a $19,825,503 modification (0002 33) to time-and-materials Foreign Military Sales (Bahrain, Egypt, Latvia, Saudi Arabia, Slovakia, Sweden, Taiwan, and United Arab Emirates) contract for utility helicopter logistics support services. Bids were solicited via the internet with four received. Work will be performed in Huntsville, Alabama, with an estimated completion date of June 11, 2021. Fiscal 2020 other procurement, Army; and Foreign Military Sales funds in the amount of $19,825,503 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-A-0029). ICF Inc. LLC, Fairfax, Virginia, was awarded a $13,444,607 modification (P00036) to contract W911QX-17-C-0018 to extend mission critical defense cyber operation services provided by ICF. Work will be performed in Adelphi, Columbia, Fort Meade, and Aberdeen Proving Ground, Maryland; Fort Belvoir, Virginia; San Antonio, Texas; and Colorado Springs, Colorado, with an estimated completion date of Dec. 15, 2020. Fiscal 2020 research, development, test and evaluation, Army funds in the amount of $13,444,607 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Orion Marine Construction Inc., Tampa, Florida, was awarded a $10,499,080 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in Corpus Christi, Texas, with an estimated completion date of March 30, 2021. Fiscal 2017, 2018, 2019, and 2020 civil construction funds; and 2017, 2018 and 2020 non-federal funds in the amount of $10,499,080 were obligated at the time of the award. The U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-C-0015). Torch Technologies Inc., Huntsville, Alabama, was awarded a $7,484,308 modification (P00049) to contract W31P4Q-19-F-C003 for technical and engineering support for research and development. Work will be performed in Huntsville, Alabama, with an estimated completion date of July 10, 2020. Fiscal 2020 research, development, test and evaluation, Army funds in the amount of $7,484,308 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. (Awarded June 10, 2020) AIR FORCE Raytheon Co., El Segundo, California, has been awarded a $202,600,272 definitive contract for F-15 sustainment. The estimated value of the options is $112,670,298. This contract provides support for the APG 82(V)1 radar modernization program depot activation in support of the Air Force. These services will include the engineering services required to support depot activation. Work will be performed in El Segundo, California; Forest, Mississippi; and McKinney, Texas. Work is expected to complete Dec. 11, 2024. This award is a result of a sole-source acquisition. Fiscal 2018 aircraft procurement funds in the amount of $89,929,974 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8505-20-C-0001). The Boeing Co., St. Louis, Missouri, has been awarded a $24,570,275 definitized, fixed-price-incentive-fee, cost-plus-fixed-fee modification (PZ0011) to contract FA2103-18-C-0061 for the B61-12 Life Extension Program. The contract modification is to definitize contract action for Lot One and Lot Two. Work will be performed in Saint Charles, Missouri, and is expected to be completed Dec. 31, 2022. Fiscal 2019 ammunition procurement funds in the amount of $72,091,114; and 2020 ammunition procurement funds in the amount of $19,545,218 are being obligated at the time of award. Total cumulative face value of the contract is $148,572,879. Air Force Nuclear Weapons Center, Eglin Air Force Base, Florida, is the contracting activity. IBM Corp., Reston, Virginia, has been awarded an $8,964,932 firm-fixed-price modification (P00010) to contract FA7014-19-F-A152 for advisory and assistance support. This modification exercises Option Year One that continues support for the development, implementations, analysis and provision of policies, guidance, oversight, career field management and human capital management programs across the civil engineer enterprise. Work will be performed in Washington, D.C., and if all options are exercised, work is expected to be completed Aug. 2, 2024. This award is the result of a competitive acquisition with three offers received. Fiscal 2020 operations and maintenance funds in the amount of $4,340,387 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Raytheon Co., El Segundo, California, has been awarded a $37,442,009 cost-plus-fixed-fee contract for the Blackjack program, Phase 2. This contract provides for the research, development, and demonstration of an Overhead Persistent Infrared (OPIR) payload for Blackjack. Raytheon will complete design, fabricate, test, and deliver in quantity space-flight ready OPIR payloads capable of integrating with multiple Blackjack buses and Pit Boss subsystem supporting an on-orbit constellation level demonstration. Work will be performed in El Segundo, California, with an estimated completion date of April 2023. Fiscal 2019 research and development funds in the amount of $24,934,144; and fiscal 2020 research and development funds in the amount of $8,000,000 are being obligated at the time of award. This contract is a competitive acquisition in accordance with the original broad agency announcement, HR001118S0032. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001120C0096). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2218996/source/GovDelivery/

All news