Back to news

November 20, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - November 19, 2020

WASHINGTON HEADQUARTERS SERVICES

American Systems Corp., Chantilly, Virginia (HQ0034-21-D-0003); Applied Research Associates Inc., Alexandria, Virginia (HQ0034-21-D-0004); and Modern Technology Solutions Inc., Alexandria, Virginia (HQ0034-21-D-0002), have been awarded an indefinite-delivery/indefinitely-quantify contract with a maximum amount of $496,000,000. This requirement will provide the range of research, development, test and evaluation technical and engineering services required to assist the Office of the Under Secretary of Defense for Research and Engineering in accomplishing its mission to create innovative warfighting technologies and advanced capabilities required to maintain U.S. technological superiority. Work performance will take place in the Northern Capital Region, including Alexandria, Virginia; and Chantilly, Virginia. No funds will be obligated at time of the award. The expected completion date is Nov. 18, 2025. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Vermilion Valley Produce Co.,* Danville, Illinois, has been awarded a maximum $265,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with one response received. This is a four-year six-month contract with no option periods. Location of performance is Illinois, with a May 18, 2025, ordering period end date. Using customers are Army, Air Force, and Department of Agriculture schools. Type of appropriation is fiscal 2021 through 2025 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-P359).

Hill-Rom Co. Inc., Batesville, Indiana, has been awarded a maximum $48,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 135 responses received. This is a five-year contract with no option periods. Location of performance is Indiana, with a Nov. 16, 2025, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-21-D-0052).

AIR FORCE

Journey Construction Inc., Taylor, Texas (FA4661-21-D-0001); Pace-Amtex JV LLC, Boerne, Texas (FA4661-21-D-0002); GMA Construction Group, Chicago, Illinois (FA4661-21-D-0003); Pro-Mark Services Inc., Rapid City, South Dakota (FA4661-21-D-0004); and Sea Pac Engineering Inc., Los Angeles, California (FA4661-21-D-0005), have collectively been awarded a ceiling $150,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for $150,000,000. Work will be performed at Dyess Air Force Base, Texas, and is expected to be completed Nov. 18, 2027. Current fiscal operation and maintenance funds will be used per individual task order. The 7th Contracting Squadron, Dyess AFB, Texas, is the contracting activity.

Siemens Industry Inc., Buffalo Grove, Illinois, has been awarded a $54,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price, supply/install contract for the switchgear replacement effort program. This contract will provide for a streamlined means to provide supply and installation of gas insulated switchgear. Work will be performed at Arnold Air Force Base, Tennessee; Mountain View, California; Eglin AFB, Florida; Holloman AFB, New Mexico; Kirtland AFB, New Mexico; and Wright-Patterson AFB, Ohio, and is expected to be completed Nov. 16, 2025. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $8,365,562 are being obligated at the time of award. Air Force Test Center, Arnold AFB, Tennessee, is the contracting activity (FA9101-21-D-0003).

L-3 Technologies, Greenville, Texas, has been awarded an $18,796,399 cost-plus-fixed-fee contract modification (P00009) to contract FA8620-18-F-4801 for an additional engineering effort. This modification provides for additional non-recurring and recurring engineering required to develop and install structural reinforcements to the aircraft. Work will be performed in Greenville, Texas, and is expected to be completed Dec. 24, 2022. This contract involves 100% Foreign Military Sales (FMS) and is the result of a sole-source acquisition. The total cumulative face value of the contract is $273,945,200. FMS funds in the full amount are being obligated at the time of the award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Siemens Healthineers, Flanders, New Jersey, has been awarded a $12,381,645 firm-fixed-price contract for an industrial base expansion. The contract provides building modifications, equipment purchases, installation and qualification testing to expand U.S. domestic production capacity for SARS-CoV-2 antigen assays. Work will be performed in Walpole, Massachusetts, and is expected to be completed Aug. 31, 2021. This contract award is part of the ongoing collaboration between the Department of Defense and the Department of Health and Human Services and is funded through the Health Care Enhancement Act. The Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-21-C-0006).

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a $12,342,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Diminishing Manufacturing Sources and Material Shortages support. This contract provides support for Air Force (AF) and non-AF users, supporting the AF, to proactively reduce mission capability impacts to improve logistics support and weapon system sustainability. Work will be performed at Hill Air Force Base, Utah; Robins AFB, Georgia; Tinker AFB, Oklahoma; and Wright-Patterson AFB, Ohio, with some work performed at Fort Walton Beach, Florida. The work is expected to be complete by June 20, 2025. This award is the result of a competitive acquisition resulting in receipt of one offer. Fiscal 2021 Consolidated Sustainment Activity Group engineering funds in the amount of $10,285,000 are being obligated in the first task order at the time of award. The Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8109-21-D-0001).

Hardwood Products Co. LP, Guilford, Maine, has been awarded a not-to-exceed $11,640,270 firm-fixed-price, undefinitized contract action as a modification (P00003) to contract FA8730-20-C-0056 for industrial base expansion for U.S. domestic production capacity for medical flock tip swabs. This contract modification funds the design, procurement and expedited implementation of facility upgrades, enabling an early, interim production capability of flock tip swabs. Work will be performed in Pittsfield, Maine, and is expected to be completed March 30, 2021. Fiscal 2021 other procurement funds in the amount of $5,078,350 are being obligated at the time of award. The cumulative face value of the contract is $62,599,861. The Air Force Life Cycle Management, Hanscom Air Force Base, Massachusetts, is the contracting activity.

FCN Inc., Rockville, Maryland, has been awarded a $7,846,260 firm-fixed-price modification to exercise the first option period for the Endgame Endpoint Security program software subscription to maintain the weapon system components and weapon system baseline to meet Air Force Space Command authority to operate configurations. Work will be performed in Rockville, Maryland, and is expected to be completed Nov. 29, 2024. This award is the result of a competitive acquisition and four offers were received. Fiscal 2021 operation and maintenance; and Air National Guard procurement funds in the full amount are being obligated at the time of modification to exercise the first option period. The Air Force Life Cycle Management Center, Joint-Base San Antonio-Lackland, Texas, is the contracting activity (FA8307-20-F-0005).

NAVY

IAP-ECC LLC, Burlingame, California, is awarded firm-fixed-price task order N62742-21-F-4000 for $84,547,765 under a multiple award contingency contract for construction and maintenance of a contractor berthing camp at Naval Air Weapons Station (NAWS), China Lake, California. The work to be performed provides for incidental temporary facilities and facility services for a berthing camp in support of the China Lake Earthquake Recovery project at NAWS, China Lake. Incidental temporary facilities include fencing, living/sleeping units, operational center and a security station. Facility services include management and administration, unaccompanied housing, facility investment, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, pavement clearance, wastewater and water. The need for the berthing camp to support 11 military construction (MILCON) project contractors is an emergency response to the earthquakes that affected the China Lake area in July 2019. The task order also contains four unexercised options, which if exercised, would increase the cumulative task order value to $138,743,035. Work will be performed in Ridgecrest, California, and is expected to be completed by March 2025. Fiscal 2020 MILCON (Navy) funds; and fiscal 2021 working capital (Navy) funds in the amount of $84,547,765 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Systems Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-16-D-3553).

Cherokee Nation Management and Consulting LLC, * Catoosa, Oklahoma, is awarded an $80,943,352 firm-fixed-price, time-and-materials contract for a two-month phase-in period and a 10-month base period with two 12-month option periods for logistics services to manage, support and operate the Marine Corps Consolidated Storage Program warehouse network. Work will be performed in Barstow, California (23%); Camp Lejeune, North Carolina (18%); Camp Pendleton, California (13%); Okinawa, Japan (10%); Miramar, California (9%); Camp Geiger, North Carolina (7%); Twenty-nine Palms, California (4%); Cherry Point, North Carolina (4%); Kaneohe Bay, Hawaii (3%); Yuma, Arizona (2%); Beaufort, South Carolina (2%); Iwakuni, Japan (2%); New River, North Carolina (2%); and Bridgeport, California (1%). Work is expected to be completed January 2024. No funding will be obligated at time of award and the award will be made contingent to the availability of funds. This contract was competitively solicited via beta.sam.gov with seven proposals received. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-21-C-0001).

Marine Group Boat Works LLC,* Chula Vista, California, is awarded a $48,717,886 firm-fixed-price modification to previously awarded contract N00024-18-C-2223 in support of the government of Jordan for two 37-meter patrol boats, communications equipment and other technical assistance. Work will be performed in Chula Vista, California, and is expected to be completed by September 2023. Foreign Military Sales (Jordan) in the amount of $48,717,886 will be obligated at time of award and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304 (c) (4), this contract was not competitively procured: International Agreement. This contract is for two 37-meter Patrol Boats, communications equipment and other technical assistance for the Royal Jordanian Navy. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Kings Bay Support Services LLC, Alexandria, Virginia, is awarded a $24,085,883 indefinite-delivery/indefinite-quantity modification for a bridge contract to extend services for base operating support services at Naval Submarine Base, Kings Bay, Georgia. The work to be performed provides for all labor, facilities management, supervision, tools, materials, equipment, incidental engineering, environmental services and transportation to effectively execute base operations support services. All work will be performed in St. Mary's, Georgia. After award of this option, the total cumulative contract value will be $392,424,567. This option period is from December 2020 to May 2021. No funds will be obligated at time of award. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $16,213,566 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-11-D-7578).

Insitu Inc., Bingen, Washington, is awarded a $9,769,387 modification (P00009) to firm-fixed-price order N68335-19-F-0434 against previously issued basic ordering agreement N68335-16-G-0046. This modification definitizes pricing and exercises options for the procurement of 15 ScanEagle unmanned aerial vehicles, nine ScanEagle payloads, and three spares lots needed to provide the Afghanistan National Army (ANA) intelligence, surveillance and reconnaissance capabilities, and support current ANA ScanEagle efforts. Work will be performed in Bingen, Washington (100%), and is expected to be completed in July 2021. Foreign Military Sales funds in the amount of $9,769,387 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.

I.E. Pacific Inc.,* Escondido, California, is awarded firm-fixed-price task order N62473-20-F-5102 for $8,123,000 under a multiple award construction contract for repair of a bachelors enlisted quarters (BEQ) and repair of water channel at Marine Corps Base, Camp Pendleton, Virginia. The work to be performed provides for the repair of BEQ Building 53451 with 64 units and the existing open channel/swale and culvert system through this corridor. BEQ Building 53451 requires work to bring it up to current building code and life safety standards. The channel is undersized and needs to be upgraded to provide higher flow rates without spilling over the channel. The renovation project includes replacement of the existing built-up roof with a standing seam metal roof and the replacement of exterior hollow metal doors, windows, window screens, shades, hollow metal doors/frames and door locks with an electronic card reading lock system; the patching, repairing, and repainting of all existing interior walls and ceilings, exterior walls/façade, balcony, stair panels, handrails and guardrails, and other surfaces; and the installation of new ceiling fans in each billeting room, the duty room and the lounge. Work will be performed in Oceanside, California, and is expected to be completed by May 2022. Fiscal 2021 operation and maintenance (Marine Corps) contract funds in the amount of $8,123,000 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-17-D-4628).

ARMY

Franconia Real Estate Services Inc., doing business as Franconia Allegiance Government Relocation, Woodbridge, Virginia, was awarded a $65,000,000 blanket purchase agreement (W912DR-21-A-0001) for the Defense National Relocation Program. Bids were solicited via the internet with 11 received. Work will be performed in Baltimore, Maryland, with an estimated completion date of Nov. 30, 2025. The U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.

Reliance Relocation Services Inc., doing business as Relo Direct, Chicago, Illinois, was awarded a $65,000,000 blanket purchase agreement (W912DR-21-A-0002) for the Defense National Relocation Program. Bids were solicited via the internet with 11 received. Work will be performed in Baltimore, Maryland, with an estimated completion date of Nov. 30, 2025. The U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.

Attain LLC, McLean, Virginia, was awarded a $19,125,495 modification (BA0733) to contract W91QUZ-11-D-0016 for contractor resources to support the Army Shared Services Center. 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 April 30, 2022. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2421845/source/GovDelivery/

On the same subject

  • Contract Awards by US Department of Defense - February 27, 2020

    February 28, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - February 27, 2020

    ARMY Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $1,142,750,791 modification (P00038) to contract W31P4Q-18-C-0049 for Guided Multiple Launch Rocket Systems. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Sept. 30, 2022. Fiscal 2018, 2019 and 2020 procurement appropriations, Army, and 2020 Foreign Military Sales (Romania and the Republic of Korea) funds in the combined amount of $1,142,750,790.62 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. CBRE, Cleveland, Ohio (W912DY-20-D-0055); EMCOR, Arlington, Virginia (W912DY-20-D-0024); Facilities Services Management Inc.,* Clarksville, Tennessee (W912DY-20-D-0056); Quality Services International LLC,* San Antonio, Texas (W912DY-20-D-0057); Hospital Housekeeping Systems LLC, Dripping Springs, Texas (W912DY-20-D-0058); Sodexo Management Inc., Gaithersburg, Maryland (W912DY-20-D-0059); Valiant Government Services, Hopkinsville, Kentucky (W912DY-20-D-0060); J&J Worldwide Services, Austin, Texas (W912DY-20-D-0061); VW International,* Alexandria, Virginia (W912DY-20-D-0062); and Zero Waste Solutions, Concord, California (W912DY-20-D-0063), will compete for each order of the $396,000,000 firm-fixed-price contract to provide specialized services to support Army, Air Force, Navy and Defense Health Agency medical facilities throughout the U.S. and outside the U.S. (Republic of Korea, Japan, Thailand, Germany, England, Portugal, Turkey and Italy). Work locations and funding will be determined with each order, with an estimated completion date of Feb. 26, 2025. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. Raytheon Integrated Defense Systems, Huntsville, Alabama, was awarded a $92,000,000 cost-no-fee, firm-fixed-price, fixed-price-level-of-effort contract for the Army Integrated Air and Missile Defense Plug & Fight A-Kit, materials and support. 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 Feb. 29, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-F-0150). R. C. Construction Co. Inc., Greenwood, Alabama, was awarded a $30,127,950 firm-fixed-price contract for construction of a 3,850 square foot pre-engineered building. Bids were solicited via the internet with four received. Work will be performed in Hurlburt, Florida, with an estimated completion date of Feb. 14, 2023. Fiscal 2018 military construction, Army funds in the amount of $30,127,950 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0009). Accenture Federal Services, Arlington, Virginia, was awarded a $21,718,289 modification (P00032) to contract W52P1J-17-C-0022 to exercise option period two of the General Fund Enterprise Business System - Sensitive Activities. Work will be performed in Arlington, Virginia, with an estimated completion date of May 31, 2021. Fiscal 2020 research, development, test and evaluation, Army and operations and maintenance, Army funds in the amount of $21,718,289 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. General Dynamics Land Systems, Sterling Heights, Michigan, was awarded an $18,026,834 modification (P00099) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 26, 2021. Fiscal 2019 procurement of weapons and tracked combat vehicles, Army; 2020 operations and maintenance, Army; 2020 Foreign Military Sales (Kuwait); and 2020 Army working capital funds in the amount of $18,026,834 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. NAVY Raytheon Missile Systems Inc., Tucson, Arizona, is awarded a $90,421,317 cost-plus-incentive-fee contract for the engineering and manufacturing development (EMD) phase of the Joint Multiple Effects Warhead System (JMEWS). The EMD effort includes the design, integration, test and evaluation of the JMEWS. Work will be performed in Tucson, Arizona (79%); Cincinnati, Ohio (15%); Plymouth, Minnesota (3%); and Rocket Center, West Virginia (3%), and is expected to be completed by November 2023. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $1,162,342 and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $6,374,456 will be obligated at time of award, $1,162,342 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0004). DZSP 21 LLC, Marlton, New Jersey, is awarded a $60,187,207 cost-plus-fixed-fee contract modification to add and exercise a 6-month option period for base operating support (BOS) services at Joint Region Marianas. After award of this option, the total cumulative contract value will be $199,520,375. Work will be performed at various locations on the island of Guam, and is expected to be completed by August 2020. The work will provide facility and BOS for the following services: management and administration, port operations, ordnance, material management, facility management, sustainment, restoration and modernization, electrical, wastewater, steam, hot water and demineralized water, potable water, transportation and environmental. Fiscal 2020 working capital funds (Defense); fiscal 2020 transportation Air Force working capital funds; fiscal 2020 operations and maintenance (Navy, Air Force, Defense); fiscal 2020 family housing operations and maintenance (Navy); fiscal 2020 operations and maintenance (Marine Corps, Army, Army National Guard and Air National Guard); fiscal 2020 health program funds (Defense); fiscal 2020 General Fund; and fiscal 2020 commissary agency (Defense) contract funds in the amount of $60,187,207, of which $56,278,824 will be obligated on this award, $3,908,383 will be incrementally funded, and all will expire at the end of the current fiscal year. This contract modification was issued as a sole-source procurement under the authority of 10 U.S. Code 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-19-C-1175). Cass Holdings LLC,* Oklahoma City, Oklahoma, is awarded a $43,516,006 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for the refurbishment of AM2 Matting packages to include Landing Matting (F71/F72), Heavy Duty Matting (F73) and Spacer Matting (F78) in accordance with Naval Air Systems Command drawing package instructions and directives in support of the aircraft launch and recovery equipment's expeditionary airfield program. Work will be performed in Oklahoma City, Oklahoma, and is expected to be completed in February 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 Federal Business Opportunities; two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0015). Raytheon Co., McKinney, Texas, is awarded a $23,287,384 cost-plus-fixed-fee contract for the naval surveillance application upgrade. This contract provides for improving radio frequency (RF) sensors on naval surveillance applications. The improvements will potentially provide increased SWPC (size, weight, power and cooling), modular open system architectures and resolution against small maritime/air targets, detection of moving targets in synthetic aperture radar imagery and the formulation and extraction of other detection and classification features. Further, these improvements may demonstrate multi-source autonomous surveillance capabilities in support of the RF detection, tracking and identification thrust area. Work will be performed in McKinney, Texas, and is expected to be completed by Feb. 2024. The total cumulative value of this contract is $23,287,384. The base period is $23,287,384 and no options were proposed. The action will be incrementally funded with an initial obligation of $2,931,730 utilizing fiscal 2020 research, development, test and evaluation (Navy) funds, and will not expire at the end of the current fiscal year. This contract was competitively procured under N00014-19-S-B001, "Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science & Technology." Since proposals are received throughout the year under the Long Range BAA, the number of proposals received in response to the solicitation are unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-20-C-1018). BAE Systems Information and Electronic Systems Inc., Nashua, New Hampshire, is awarded a $21,380,547 firm-fixed-price, cost-plus-fixed-fee, cost contract to provide hardware, technical engineering, management and logistics support associated with the fabrication, assembly, test and delivery of 235 T-1622/ALE-55(V) Fiber Optic Towed for the Navy and foreign military sales (FMS) customers. Work will be performed in Nashua, New Hampshire (48%); Chelmsford, United Kingdom (12%); Mountain View, California (6%); Rochester, New York (4%); San Diego, California (4%); Landenberg, Pennsylvania (3%); Hamilton, New Jersey (2%); Commerce, California (2%); Los Osos, California (2%); Toledo, Ohio (1%); various locations within the continental U.S. (16%), and is expected to be completed by March 2022. Fiscal 2020 procurement of ammunition (Navy and Marine Corps) funds in the amount of $13,752,949 and FMS funds in the amount of $7,627,598 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0042). Melwood Horticultural Training Center Inc., Upper Marlboro, Maryland, is awarded $19,007,322 for an indefinite-delivery/indefinite-quantity contract under the AbilityOne program for custodial, recycling and grounds maintenance support for all labor, management, supervision, tools, materials and equipment required to perform facility investment services for federal installations located within a 100-mile radius of the National Capitol Region (NCR). Work will be performed at various installations in and around the NCR. This contract covers the period from March 2020 to February 2021. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance, (Navy) in the amount of $15,504,479.00 for recurring work will be obligated on individual task orders issued during the option year two period. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-18-D-0306). Forward-looking Infrared (FLIR) Surveillance Inc., Wilsonville, Oregon, is awarded a $16,108,026, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for repairs of sensor systems, procurement of spare parts, upgrades and engineering services that are in direct support of the Ground Based Operational Surveillance System program. Work will be performed in Wilsonville, Oregon (70%) and Taby, Sweden (30%), and is expected to be completed by February 2025. This action supports the Marine Corps System Command G-BOSS program's FLIR optical sensor systems: the Star SAFIRE III ™ (Gyro-Stabilized Long-Range Thermal Infrared Imaging Sensor System) and the THV-3000™ (Pan and Tilt Long-Range Thermal Imaging Sensor System). The integrated sensors detect, assess and help personnel at risk to counter or avoid improvised explosive devices and other insurgent activities in major combat operations, irregular warfare and military support of stability, homeland defense and civil support operations. This is a sole-source action in accordance with Federal Acquisition Regulation 6.302-1, only one responsible source. FLIR Surveillance Inc. is the original equipment manufacturer. No other supplies or services will satisfy agency requirements. Fiscal 2020 operations and maintenance (Marine Corps) funding in the amount of $1,866,654 will be obligated at award and will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. R.E. Staite Engineering Inc.,* San Diego, California, is awarded a $15,261,525 firm-fixed-price task order N62473-20-F-4350 under a multiple award construction contract for maintenance dredging at Naval Base San Diego. The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $15,363,685. Work will be performed in San Diego, California, and is expected to be completed by September 2022. The work will provide for the maintenance dredging to Pier 10 slip, mouth of Chollas Creek, approach corridor for Navy small craft vessels and tug-boats, north approach corridor from Pier One to north of Pier Eight, and south approach corridor from south of Pier Eight to south of Pier 13 to re-establish the design operational and berthing depth required for Navy ships and other vessels. The project also includes ocean disposal material turbidity curtain and additional dredging costs associated with a monitoring station identified in specification. The options, if exercised, provides for water quality monitoring and reporting identified in the specification and on-site qualified biologist identified in the specification. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $15,261,525 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-16-D-1806). Huntington Ingalls Industries, Newport News Shipbuilding Division, Newport News, Virginia, is awarded a $14,999,841 cost-plus-fixed-fee modification to previously-awarded contract N00024-18-C-4314 for continued advance planning and availability preparations for the fiscal 2020 USS Boise (SSN 764) engineered overhaul. Work will be performed in Newport News, Virginia, and is expected to be completed by May 2020. The contracted requirements include continued advance planning pre-availability preparations necessary to repair and maintain unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity as defined in the availability work package during this Chief of Naval Operations-scheduled availability. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $14,999,841 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Moran Towing Corp., New Canaan, Connecticut, is awarded a $14,597,547 option in the contract (N32205-19-C-3503). The option is a firm-fixed-price contract with reimbursable elements to support Military Sealift Command's service support program for the time charter services of eight tugboats. The tugboats will be capable of ship handling, docking and undocking in the Norfolk, Virginia, harbor and surrounding waters. This is option one of the current contract and includes a one-year-firm period of the performance, three one-year options periods and one 11-month option period. The cumulative value of this contract, if all options are exercised, is $74,005,396. Work will be performed in Norfolk, Virginia, and surrounding waters, and is expected to be completed if all options are exercised by January 2024. Working capital funds (Navy) in the amount of $8,558,561 for option one are currently available for performance under this contract action. Funds in the amount of $6,038,985 for the remainder of option one are to be provided for fiscal 2021 and are subject to the availability of funds in accordance with Federal Acquisition Regulations 52.232-18 availability of funds. This procurement was released under full and open competition, with an unlimited number of companies solicited via the Beta.SAM.Gov website and with one offer received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-C-3503). Alion Science and Technology Corp., Burr Ridge, Illinois, is awarded a $14,361,357 cost-plus-fixed-fee modification to exercise an option under a previously-awarded indefinite-delivery/indefinite-quantity contract N61331-18-D-0007. Work performance locations will be determined with each order and is expected to be completed by March 2023. Funds will be used for the development, integration, testing and evaluation of prototype systems into existing or emerging unmanned vehicles, unmanned weapons, unmanned weapons control systems related to mine warfare, amphibious warfare, surface warfare, diving and life support, coastal and underwater intelligence, surveillance and reconnaissance and other missions in the littoral and riverine environments. No funding will be obligated at time of award, but will be obligated at the time of delivery. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity. Frontier Technologies Inc.,* Beavercreek, Ohio, is awarded a $12,808,653 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract. This contract is a Phase III Small Business Innovation Research (SBIR) contract action for the procurement of airborne systems decision life cycle planning and analysis methods and tools. This contract includes options which, if exercised, may bring the cumulative value of this contract to $69,496,924. Work will be performed in San Diego, California (90%); Washington, District of Columbia (4%); Patuxent River, Maryland (3%); Norfolk, Virginia (2%); and Jacksonville, Florida (1%), and is expected to be completed by February 2021, and February 2025 if all options are exercised. The services under this contract support wide-ranging initiatives including information technology capabilities, communications, engineering, analysis, planning, assessment, design, hardware and software, operations and administration of network and communications systems for Naval Information Warfare Center Pacific. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $400,000 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 15 U.S. Code 638 (r)(1), as it is a Phase III Small Business Innovation Research for additional work to be performed after the Phase II SBIR period. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-20-D-0041). Serrano Construction and Development Corp.,* Dededo, Guam, is awarded a firm-fixed-price task order (N40192-20-F-4145) at $10,833,673 under an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract. The work will provide renovation of enlisted personnel unaccompanied housing at buildings 25007, 25009, 25011, 25016 and 25017 on Andersen Air Force Base. Work will be performed in Yigo, Guam, and is expected to be completed by February 2024. The work provides the replacement of windows, door hardware, built-up roofing, roof ventilators and photocell devices, installation of covers for fire alarm pull stations and painting of areas affected by new work, and includes demolition and disposal of items affected by the renovation work. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $10,833,673 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-18-D-2804). Arnold Defense and Electronics, Arnold, Missouri, is awarded $10,487,500 firm-fixed price modification to a previously awarded indefinite-delivery/indefinite-quantity contract N00174-19-D-0001 to exercise the option ordering period for the manufacturing of the 2.75-inch rocket launchers and subcomponents to support Navy, Army, Air Force and the governments of South Korea and Pakistan under the Foreign Military Sales program. This option exercise is for the manufacture of 2.75-inch rocket launchers and subcomponents to support the Army for the M260 and M261 Launchers; the Air Force for the LAU131 Series Launchers; the Navy for the LAU61 and LAU68 Series Launchers and the Intervalometers that will be utilized by all services. Work will be performed in Arnold, Missouri, and is expected to be completed by February 2021. No funding is being obligated at the time of award. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. General Dynamics Bath Iron Works, Bath, Maine, is awarded a $7,713,504 cost-plus-award-fee modification to previously-awarded contract N00024-19-C-2322 to exercise options for the accomplishment of planning yard efforts such as engineering, technical, planning, ship configuration, data and logistics efforts for DDG 1000-class destroyers post-delivery and in-service life-cycle support. Work will be performed in Bath, Maine (95%), and San Diego, California (5%), and is expected to be completed by December 2020. This option exercise is for planning yard efforts which will provide Guided Missile Destroyer (DDG) 1000-class technical, engineering and support services, including emergent technical problem investigation and resolution, maintenance and modernization planning, integrated logistics support, configuration data management, maintenance, repair and/or overhaul availability planning and scheduling, modernization planning and scheduling, industrial yard/facility planning and scheduling and material orders, and fabrication and kitting. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $7,226,568 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. AIR FORCE Canadian Commercial Corp., Ottawa, Canada, has been awarded a $39,262,254 firm-fixed and cost-type contract with 100% subcontracting to Coulson Aircrane Ltd., Port Alberni, British Columbia, Canada. The contract award provides a 27 month period of performance. The location of performance is Port Alberni, British Columbia, Canada, and work is expected to be completed by Feb. 2022. Fiscal 2018 and 2019 procurement funds are being obligated at the time of award. The total cumulative face value of the contract is $39,262,254. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-20-C-0004). FlightSafety Services Corp., Centennial, Colorado, has been awarded a $33,151,551 not-to-exceed modification (P00038) to previously awarded FA8621-13-C-6247 for the exercise of the KC-46 Aircrew Training System production year 5 options. The contract modification is for the exercise of option contract line item numbers for two additional weapon system trainers, two boom operator trainers, fuselage trainer, fuselage trainer sprinkler system and installation, two pilot part task trainers, boom operator part task trainer, additional learning management workstations, fuselage trainer support equipment, McGuire and Altus Site Activations, systems engineering and program management, Visual Database Airfield Models and new refresher training scenarios. Work will be performed in Broken Arrow, Oklahoma, and is expected to be complete by Feb. 2022. Fiscal 2018 purchasing and procurement funds are being obligated at the time of award. The total cumulative face value of the contract is $280,871,734. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. LMR Technical Group LLC, Fort Walton Beach, Florida, has been awarded a $7,053,303 contract for the Optimizing the Human Weapon System Services. The contractor provides services to increase the physical capacity of fighter aircrew, decreasing the rate of injuries and accelerating return to duty. Contractor personnel will work with active duty, Air National Guard, Air Force Reserve Component fighter aircrew to optimize physical performance targeting neck and back pain prevention while monitoring, analyzing and resolving physical readiness concerns. Work will be performed at multiple bases across the Air Combat Command, Pacific Air Forces, and United States Air Force Europe. The award provides services for the base year with a completion date of March 22, 2021. This contract is issued as a result of a competitive acquisition with ten offers received. Fiscal 2020 operations and maintenance funds are being obligated at the time of the award. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-20-C-0005). DEFENSE LOGISTICS AGENCY Travis Association for the Blind,** doing business as The Lighthouse for the Blind, Austin, Texas, has been awarded a maximum $20,727,424 modification (P00022) exercising the second one-year option period of a two-year base contract (SPE1C1-17-C-B003) with three one-year option periods for warehousing, storage, logistics and distribution functions. This is a firm-fixed-price with economic-price-adjustment contract. Location of performance is Austin, Texas, with a Feb. 28, 2021, performance completion date. Using customers are Air Force, Marine Corps and Defense Logistics Agency. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Marathon Medical Corp., Aurora, Colorado, has been awarded a maximum $12,600,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 110 responses received. This is a five-year contract with no option periods. Location of performance is Colorado, with a Feb. 26, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0031). Southern Counties Oil Co., doing business as SC Fuels, Orange, California, has been awarded a minimum $7,065,718 fixed-price with economic-price-adjustment contract for various types of fuel. This was a competitive acquisition with 39 responses received. This is a 54-month contract with one six-month option period. Location of performance is California, with a Sept. 30, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE605-20-D-4521). *Small business **Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2096872/source/GovDelivery/

  • Software snags delay German Puma fighting vehicle upgrades

    November 28, 2023 | International, Land

    Software snags delay German Puma fighting vehicle upgrades

    The Bundeswehr now expects the first batch of modernized vehicles, a key German contribution to NATO, to be ready in late February 2024.

  • La Défense, une des clefs de la relance ?

    May 26, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    La Défense, une des clefs de la relance ?

    Les présidents du Gifas et du BDLI appellent à une accélération de l'engagement de la France et de l'Allemagne sur les programmes de défense pour contre-balancer les effets de la crise sur la filière aéronautique civile. Une supply chain duale Face à une filière aéronautique civile confrontée à la première crise systémique de sa jeune histoire, Eric Trappier et Dirk Hoke, respectivement président du Gifas et président du BDLI, appellent « d'une même voix et d'une façon urgente à un plan de relance européen ambitieux en faveur de l'aéronautique civile pour préserver l'avenir ». Et cela passe notamment par « un soutien fort au niveau européen aux domaines de la défense et de l'espace, au moment où les enjeux budgétaires et de souveraineté sont cruciaux ». En clair, une accélération et un engagement plus fort des gouvernements français et allemands dans les programmes de défense mais aussi spatiaux peuvent venir « contre-balancer utilement la baisse d'activité de la filière aéronautique civile et dont les conséquences sur la chaîne des fournisseurs mettent en danger un certain nombre d'ETI et PME», souligne Eric Trappier qui est aussi président de Dassault Aviation. « D'autant que nombre de ces entreprises ont une activité duale. Elles sont présentes à la fois dans le civil et le militaire », poursuit-il. Accélérer sur le SCAF « Ces ETI et PME sont également vitales par le caractère unique de leurs savoir-faire. Si elles ne survivent pas à la crise, nous souffrirons tous », surenchérit Dirk Hoke qui ajoute : « il faut donc accélérer sur le volet défense pour également préserver nos capacités qui sont cruciales pour réaliser l'autonomie stratégique et la souveraineté de l'Europe ». Une claire allusion au programme SCAF qui ne s'appuie pour l'instant que sur une enveloppe de 150 M€ pour une durée de dix-huit mois. Ce contrat-cadre appelé Phase 1A doit déboucher sur des financements plus substantiels avec 4 Md€ prévus d'ici à 2025. Raison de plus pour débloquer de nouveaux fonds et plus vite dans le contexte actuel. Financer la R&T sur l'avion durable Pour les présidents du Gifas et du BDLI, le deuxième volet de ce plan relance européen européen ambitieux en faveur de l'aéronautique civile est le soutien aux efforts conjoints « de la profession en faveur de l'innovation et d'une aviation responsable, intégrant les enjeux liés à l'environnement ». Pour Dirk Hoke, qui est aussi président d'Airbus Defence and Space, l'abandon du projet E-Fan X, un démonstrateur dédié aux essais de propulsion électrique, ne signifie nullement que le constructeur européen a renoncé à ses travaux de recherche sur la décarbonisation de l'aviation. Si Airbus a suspendu le programme E-Fan X, le constructeur, en collaboration avec Siemens et le DLR, l'équivalent de l'Onera en Allemagne, a également réalisé des travaux sur la propulsion à hydrogène sur un démonstrateur baptisé HY4 qui a d'ailleurs réalisé un premier vol dès 2016. Au décollage, une batterie lithium-ion fournit l'électricité, mais en vol, une pile à combustible puise de l'hydrogène dans un réservoir maintenu à basse température pour produire un courant électrique par réaction avec l'oxygène de l'air, puis rejette de la vapeur d'eau. De son côté, Dassault Aviation a identifié plusieurs applications possibles avec des piles pouvant alimenter des fonctions de base « telles que les charges de cabines avions, les sources d'énergie pour les équipements, les galleys ou cuisines », voire même « des fonctions intégrées comme l'alimentation de secours ou le remplacement de l'unité auxiliaire de puissance ». Plus dans notre prochain numéro 2689 du 22 mai. https://www.air-cosmos.com/article/la-dfense-une-des-clefs-de-la-relance-23110

All news