March 10, 2024 | International, Land
November 23, 2018 | International, Aerospace, Naval, Land, C4ISR, Security
ARMY
DDB Chicago Inc., Chicago, Illinois, was awarded a $4,000,000,000 hybrid (cost, cost-plus-award-fee, cost-plus-fixed-fee, and firm-fixed-price) contract for services in support of the U.S. Army Marketing and Advertising Program. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 18, 2028. U.S. Army Mission and Installation Contracting Command, Fort Knox, Kentucky, is the contracting activity (W9124D-19-D-0001).
Tetra Tech-Maytag Aircraft Corp., Pasadena, California, was awarded a $10,252,498 modification (0007 03) to contract W912DY-13-G-0010 for maintenance and minor emergency repair of equipment and appurtenances. Work will be performed in Jacksonville, Florida; Fort Worth, Texas; Tallahassee, Florida; Mayport, Florida; Panama City, Florida; New Orleans, Louisiana; Parris Island, South Carolina; Pensacola, Florida; Quantico, Virginia; Albany, Georgia; Milton, Florida; Andros Island, the Bahamas; and Guantanamo, Cuba, with an estimated completion date of Dec. 15, 2019. Fiscal 2019 defense working capital funds in the amount of $10,252,498 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.
Threat Tec LLC,* Hampton, Virginia, was awarded an $8,215,050 modification (P00003) to contract W9124E-18-D-0002 for training support services. 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 Nov. 24, 2019. U.S. Army Mission and Installation Contracting Command, Fort Polk, Louisiana, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Pacific Unlimited Inc., Barrigada, Guam, has been awarded a maximum $288,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for full food-line distribution. This is a 90-month contract with no option years, but three tier periods. This was a small business set-aside with two responses received. The maximum dollar amount is for the life of the contract. Location of performance is Guam, with a May 20, 2026, performance completion date. Using customers are Army, Air Force, Navy, Marine Corps and the Guam Department of Education. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-4045).
WGL Energy Services Inc., Vienna, Virginia (SPE604-19-D-7503; $68,917,749); Direct Energy Business Marketing LLC, Iselin, New Jersey (SPE604-19-D-7500; $28,236,905); UGI Energy Services Inc., Reading, Pennsylvania (SPE604-19-D-7501, $9,110,525) and Enspire Energy LLC, Chesapeake, Virginia (SPE604-19-D-7504, $8,626,448), have been awarded a fixed‐price with economic‐price-adjustment contract under solicitation SPE604-18-R-0405 for natural gas. These were competitive acquisitions with eight offers received. These are two-year base contracts with six‐month option periods. Locations of performance are Massachusetts, New York, New Jersey, Pennsylvania, Delaware, Maryland, Washington, District of Columbia, and Virginia, with a March 31, 2021, performance completion date. Using customers are Army, National Guard, Marine Corps, Navy, Air Force, Coast Guard and federal civilian agencies. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.
NAVY
Vista Outdoor Sales LLC – Federal Cartridge Co., Anoka, Minnesota, is awarded a $41,181,315 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 5.56mm ball, carbine, barrier ammunition. This ammunition is designed to defeat intermediate barriers such as auto windshields and doors while providing sufficient terminal performance. Work will be performed in Anoka, Minnesota, and is expected to be completed by November 2023. Fiscal 2019 procurement of ammunition (Navy and Marine Corps) funding in the amount of $219,981 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 Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-JN58).
IMSAR LLC,* Springfield, Utah, is awarded a $9,952,769 cost-plus-fixed-fee, firm-fixed-price delivery order (N6833519F0016) against a previously issued basic ordering agreement (N6833518G0015). This order provides for the procurement of Small Business Innovation Research (SBIR) Phase III work that derives from, extends, or completes an effort performed under SBIR Topic AF112-144 entitled “Advanced Radar Concepts for Small (Tier I/II) Remotely Piloted Aircrafts.” Research and development will be performed in Springfield, Utah, and is expected to be completed in November 2019. Fiscal 2018 research, development, test and evaluation (Navy); and fiscal 2018 procurement (Marine Corps) funds in the amount of $9,952,769 are being obligated on this award, $5,332,588 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.
Iridium Satellite LLC, Tempe, Arizona, is awarded a $9,141,484 cost-plus-fixed-fee option modification to previously-awarded contract N00178-17-C-0001 to continue to support commercial satellite-based network services for the Department of Defense in the areas of satellite, ground node, user equipment/terminal software and hardware development, integration and testing. This award is a follow-on requirement to procure continued communication support services that may be implemented for use in tactical, operational and strategic-level activities. Work will be performed McLean, Virginia (50 percent); and Tempe, Arizona (50 percent), and is expected to be completed by November 2019. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $300,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively awarded, 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 Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity.
*Small business
https://dod.defense.gov/News/Contracts/Contract-View/Article/1695728/source/GovDelivery/
March 10, 2024 | International, Land
November 27, 2024 | International, C4ISR, Security
First Linux UEFI bootkit discovered: Bootkitty bypasses Secure Boot to exploit kernel integrity checks.
February 6, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence
NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $90,345,180 modification to a previously awarded cost-plus-incentive-fee contract (N00019-17-C-0001). This modification provides for the identification and execution of cost reduction initiatives to reduce the cost of the F-35 Lightning II Air System. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2022. Fiscal 2017 aircraft procurement (Air Force, Navy, and Marine Corps) funds in the amount of $90,345,180 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($44,929,818; 50 percent); Navy ($26,000,000; 29 percent); and the Marine Corps ($19,415,362; 21 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Q.E.D. Systems Inc., Virginia Beach, Virginia, was awarded an $11,503,892 cost modification to previously-awarded contract N00024-15-C-4400 for third party advanced planning services in support of Chief of Naval Operations availabilities, Continuous Maintenance Availabilities (CMAVs), inactivation CMAVs, sustainment availabilities, phased modernization availabilities, re-commissioning availabilities, continuous maintenance and emergent maintenance windows of opportunity for Navy surface combatant ship classes (CG 47/DDG 51). Work will be performed in Norfolk, Virginia (53 percent); San Diego, California (36 percent); and Everett, Washington (11 percent), and is expected to be completed by February 2020. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $6,282,400 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. (Awarded Feb. 1,2019) ARMY CACI-ISS Inc., Arlington, Virginia, was awarded a $37,234,235 modification (P00048) to contract W15QKN-15-C-0049 for the Integrated Personnel and Pay System. Work will be performed in Arlington, Virginia, with an estimated completion date of May 31, 2019. Fiscal 2019 research, development, test and evaluation funds in the amount of $35,387,111 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. DEFENSE LOGISTICS AGENCY SOPAKCO Inc., Mullins, South Carolina, has been awarded a maximum $26,214,300 firm-fixed-price contract for religious and halal Meal Ready to Eat. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is South Carolina, with a Feb. 4, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-19-DZ117). UPDATE: Hoist Liftruck Manufacturing,* East Chicago, Indiana (SPE8EC-19-D-0038), has been added as an awardee to the multiple-award contract for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008, announced April 20, 2017. DEFENSE HEALTH AGENCY Bluewater Federal Solutions Inc., Chantilly, Virginia, was awarded a firm-fixed-price contract for $8,194,502 on Jan. 22, 2019. The contract has an effective date of Feb. 1, 2019 and was awarded following a competitive solicitation conducted amongst small businesses in accordance with Federal Acquisition Regulation 8.405, using General Services Administration eBuy Schedule 70, Special Item Number 132-56. This award provides for non-personal information technology services in support of mobile application development, web design, web development, and necessary support (to include testing, information assurance compliance and risk mitigation in accordance with Department of Defense standards) for Military Health System internet, intranet, and extranet websites, web applications, and mobile applications. The contractor place of performance is Falls Church, Virginia. In addition, this contract provides for four option periods, if exercised. This contract is funded with fiscal 2019 operations and maintenance appropriations in the amount of $8,194,502. The Defense Health Agency, Contracting Office – Health Information Technology, San Antonio, Texas, is the contracting activity (HT0015-19-F-0022). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1749121/source/GovDelivery/