Back to news

November 23, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - November 21, 2018

NAVY

Stratascor LLC, Virginia Beach, Virginia, is awarded a $210,000,000 indefinite-delivery/indefinite-quantity, fixed-price contract for command, control, communications, and computer system afloat operations and sustainment support for capabilities aboard the Military Sealift Command (MSC) fleet of ships, and the MSC network operations centers. This contract includes a five-year ordering period. Work will be performed in Norfolk, Virginia, and is scheduled to commence Jan. 1, 2018, and is expected to be completed Dec. 31, 2023. Navy working capital funds and U.S. Transportation Command working capital funds in the amount of $500,000 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with five offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519D1000).

Thales Defense and Security Inc., Clarksburg, Maryland, is awarded a not-to-exceed $13,999,410 for undefinitized contract action delivery order N00383-19-F-AQ00 under previously awarded basic ordering agreement N00383-17-G-AQ01 for repair of 58 dome sonars in support of the H-60 airborne low frequency sonar system. Work will be performed in Clarksburg, Maryland (50 percent); and Brest, France (50 percent). Work is expected to be completed by November 2020. Working capital funds (Navy) in the amount of $10,499,557 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

PAE Applied Technologies LLC, Arlington, Virginia, is awarded a $12,473,525 cost modification to previously-awarded contract N66604-05-C-1277 for Hurricane Matthew repairs to the Atlantic Undersea Test and Evaluation Center (AUTEC). AUTEC is the Navy's large-area, deep-water, undersea test and evaluation range. Underwater research, testing and evaluation of anti-submarine weapons, sonar tracking and communications are the predominant activities conducted at AUTEC. This modification increases the total value of the contract to $800,549,247. Work will be performed on Andros Island, Commonwealth of the Bahamas, and is expected to be completed by September 2019. No funding will be obligated at time of award, as work has been incrementally funded with fiscal 2017 research, development, test and evaluation (Navy) funding. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity.

Offshore Service Vessels LLC, Cut Off, Louisiana, is awarded a $10,493,750 firm-fixed-price contract with reimbursable elements for the West Coast Naval Special Warfare submarine support vessel MV Alyssa Chouest. This vessel will be utilized to launch and recover submersibles, divers and small craft. This contract includes a 12-month base period, three 12-month option periods, and one 11-month option period. If all options are exercised this would bring the cumulative value of the contract to $54,238,356. Work will be performed in Pearl Harbor, Hawaii, and at sea, and is expected to be completed July 9, 2020. If all options are exercised, work will continue through June 8, 2024. Fiscal 2019 Navy working capital funds in the amount of $2,415,000 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was competitively procured with 50 plus proposals solicited via the Federal Business Opportunities website, with six offers received. The Navy's Military Sealift Command Norfolk, Virginia, is the contracting activity (N3220519C3518).

URS Group Inc., Morrisville, North Carolina, is awarded a $10,010,000 modification on a firm-fixed-price task order under a previously awarded multiple award construction contract (N62470-13-D-6022) for phase one of Hurricane Michael repairs for stabilization and repairs to multiple buildings at Naval Support Activity Panama City. The work to be performed provides for removal of carpet, walls, windows and other unsalvageable items due to water penetration, clean-up of roofing materials and tarping of rooftops to mitigate further water intrusion. Repairs include roof replacement, roof decking, and sealing roof penetrations. The repairs also include correction of architectural, structural, plumbing, heating, ventilation and air conditioning, fire protection, electrical deficiencies and any other incidental related work as found due to the hurricane. After award of this modification, the total task order value will be $21,510,000. Work will be performed in Panama City, Florida, and is expected to be completed by September 2019. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,010,000 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Noble Supply and Logistics, Rockland, Massachusetts, has been awarded a maximum $75,000,000 indefinite-delivery/indefinite-quantity, 192-day bridge contract for maintenance, repair, and operations support in the Central Command Area of Responsibility. This was a sole-source acquisition using justification using 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Bahrain, Egypt, Iran, Iraq, Jordan, Kuwait, Lebanon, Oman, Qatar, Saudi Arabia, Syria, the United Arab Emirates, Yemen, Afghanistan, Kazakhstan, Kyrgyzstan, Pakistan, Tajikistan, Turkmenistan, and Uzbekistan, with a June 1, 2019, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, and other federal civilian agencies. Type of appropriate is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E319D0002).

AIR FORCE

CACI NSS Inc., Colorado Springs, Colorado, has been awarded a $63,267,131 fixed-price-incentive firm-target modification (P00068) to contract FA8823-16-C-OOOC for support of Consolidated Air Force Satellite Control Network (AFSCN) modification, maintenance and operations. The modification exercises the second option period effective Nov. 22, 2018. This contract provides for continued operations and maintenance at AFSCN mission locations, AFSCN factory compatibility testing and phase-in sustainment activities for same systems. Work will be performed at tracking stations in Diego Garcia, British Indian Ocean Territory; U.S. Territory of Guam; Ka'ena Point, Hawaii; New Boston Air Force Station, New Hampshire; Thule AFB, Greenland; Vandenberg AFB, California; Bordon and Hants, United Kingdom; and Eastern Cape Canaveral Air Force Station, Florida. Work is expected to be completed by May 21, 2024. Fiscal 2019 operations maintenance funds in the amount of $40,267,131 are being obligated at the time of award. Total cumulative face value of the contract is $165,067,247. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting Activity.

Lockheed Martin Space Systems Co., Littleton, Colorado, has been awarded a $16,113,613 definitization (P000012) to previously undefinitized contract FA8204-18-C-0009 (P00005) to implement security classification guide changes. Work will be performed in Littleton, Colorado, and is expected to be completed by Dec. 3, 2020. Fiscal 2018 research and development (3600) funds in the amount of $50,215 is being obligated at the time of award. Air Force Nuclear Weapon Center, Hill Air Force Base, Utah, is the contracting activity.

The Boeing Co., El Segundo, California, has been awarded a $13,965,639 modification (P00110) for the Wideband Global Satellite (WGS) communication system, mitigation and anti-jam effort and additional strings. This effort will provide the WGS system with increased resilience. Work will be performed in El Segundo, California; and Colorado Springs, Colorado, and is expected to be completed by Feb. 28, 2021. Fiscal 2018 research, development, test and evaluation funds in the amount of $13,965,639 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8808-10-C-0001).

CORRECTION: The $489,924,430 contract (FA8620-18-C-1000 PZ0004) announced on Nov. 19, 2018, to Northrop Grumman Aerospace Systems, San Diego, California, for the Japan Global Hawk Program was actually awarded on Nov. 20, 2018.

ARMY

Guyco Inc., Lampasas, Texas, was awarded a $57,538,500 firm-fixed-price contract to revitalize and renovate barracks. Bids were solicited via the internet with three received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Feb. 21, 2021. Fiscal 2019 operations and maintenance (Army) funds in the amount of $57,538,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0008).

Canadian Commercial Corp., Ottawa, Ontario, Canada, was awarded an $18,742,500 firm-fixed-price contract for the procurement of strip stock and ground side and wheel side rubber materials. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 22, 2021. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W911RQ-19-D-0018).

AMG JV, Leesburg, Virginia,* was awarded a $9,820,000 firm-fixed-price contract for renovation of an administration building. Bids were solicited via the internet with nine received. Work will be performed in Arlington, Virginia, with an estimated completion date of Aug. 12, 2020. Fiscal 2019 operations and maintenance (Army) funds in the amount of $9,820,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-C-0005).

U.S. SPECIAL OPERATIONS COMMAND

Insitu Inc., Bingen, Washington, was awarded a maximum $18,000,000 modification (P00018) for an existing non-competitive, single award, indefinite-delivery/indefinite-quantity contract (H92222-16-D-0031) for mid-endurance unmanned aircraft systems (MEUAS 1.5B) intelligence, surveillance, and reconnaissance (ISR) services. An increase of $18,000,000 to a ceiling of $250,000,000 prevents a gap in ISR services until all task orders are transitioned to the current competitive MEUAS III contracts. Fiscal 2019 operations and maintenance funds in the amount of $18,000,000 are available for obligation as needed. U.S. Special Operations Command, Tampa, Florida, is the contracting activity.

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1696664/source/GovDelivery/

On the same subject

  • Sikorsky Unveils Raider-X Proposal For FARA Armed Scout

    October 15, 2019 | International, Aerospace

    Sikorsky Unveils Raider-X Proposal For FARA Armed Scout

    Graham Warwick Sikorsky is emphasizing growth capability to stay ahead of evolving threats as it unveils its offering in the U.S. Army's Future Attack Reconnaissance Aircraft (FARA) competition, the Raider-X. The coaxial rigid-rotor compound helicopter is a development of the S-97 Raider prototype now in flight testing. The Raider-X is about 20% larger, with a 14,000-lb. gross weight compared with 11,000 lb. for the S-97, and a 39-ft. rotor diameter compared with 34 ft. for the Raider. The Army requires a rotor diameter of no more than 40 ft. so that FARA can fly between buildings in urban combat. The Raider-X will exceed the FARA's threshold maximum speed of 180 kt. Sikorsky is not saying how fast it will fly, but notes the S-97 has reached 215 kt., and 207 kt. in level flight—exceeding the 205 kt. target in the Army's initial capability document, says Tim Malia, director of Future Vertical Lift - Light. The Army subsequently reduced the threshold maximum speed to enable a wider competition for the FARA program. But Malia says the greater speed and payload capability of Sikorsky's X2 coaxial rigid-rotor compound configuration compared with a conventional helicopter provides growth capacity. “We looked at a single main rotor helicopter for FARA, but it would be minimally compliant in the early 2020s. We need to be able to stay ahead of the threat into the 2030s and 2040s,” he says. Bell is proposing a winged, single-main-rotor helicopter for FARA, while AVX Aircraft is offering a coaxial-rotor, ducted-fan compound. Boeing and Karem Aircraft have yet to unveil their concepts. “Single main rotor will not be able to keep up. It's already tapped out meeting the minimal FARA requirements. It does not have the ability to grow capability over time,” Malia says. “We didn't want to pull out all the stops to be minimally compliant when we had X2 able to carry more payload and go faster.” The Raider-X has four-blade rotors and a pusher propulsor. The coaxial rotors generate lift only on the advancing sides, eliminating retreating-blade stall and enabling higher speed. At high speed, 90% of the engine power goes to the propulsor, says Bill Fell, senior experimental test pilot. The propulsor is declutched at low speed to reduce noise. The Raider-X closely resembles the S-97 prototype, with side-by-side seating. Compared with tandem seating, this improves crew coordination and situational awareness, Malia says. “And we can do it aerodynamically because of the robust performance inherent in X2. We are not trying to get out every last ounce of drag.” Behind the cockpit is a large internal weapons bay. Internal carriage of missiles and unmanned aircraft—which the Army calls air-launched effects (ALE)—is a FARA requirement, but Malia says the cabin-like volume of Raider-X's bay provides growth space for future, larger systems. “The minimum threshold works now, but what if in 2030 there is a new ALE that can be decisive, but can't be carried?” he asks. The Raider-X is powered by a single 3,000-shp-class General Electric T901 turboshaft—government-furnished equipment to all FARA bidders. “We do not have an additional engine to increase speed,” Malia says, referring to the supplemental power unit in Bell's 360 Invictus. This augments power from the single T901 to give the single-main-rotor, tandem-seat Invictus a 185-kt. maximum speed. “We use the power available and have a solid design built around it,” he says. “The T901 provides speeds out of the chute in excess of requirements and, as it improves, we can take direct benefit. We have a growth path to additional speed and payload as the T901 power increases.” Sikorsky is using the industry-funded S-97 prototype to reduce risk for its FARA bid, conducting flight testing to validate design models and optimize the Raider-X. This includes flying new rotor blades designed to reduce drag and vibration. “We are getting exactly the results the models said,” Malia says. With two rotor systems and a propulsor, Sikorsky is paying close attention to the Raider-X's cost. “We have done a complete affordability analysis and design to cost. We are extremely confident we will come in under the cost goal,” he says. Several divisions of parent company Lockheed Martin are part of Sikorsky's FARA team, Malia says, including Aeronautics, Missiles and Fire Control and Rotary and Mission Systems. Swift Engineering will build the airframe if Sikorsky wins one of two FARA competitive prototype contracts scheduled to be awarded in March 2020. The Army flyoff is planned for 2023, with the first unit to be equipped by 2028. “There is a critical cap in vertical lift, in attack/reconnaissance, and that gap is really impactful to the Army in the 2020s, ‘30s, ‘40s, even ‘50s. So there is a need for a long-term solution,” Malia says. “The threat is projected to evolve rapidly, so we require significant capability growth on our side to stay ahead. Raider-X can provide an asymmetric advantage in the 2030s-50s.” https://aviationweek.com/defense/sikorsky-unveils-raider-x-proposal-fara-armed-scout

  • GM Defense joins General Dynamics team in bid to replace US Army's Bradley vehicle

    February 18, 2022 | International, Land

    GM Defense joins General Dynamics team in bid to replace US Army's Bradley vehicle

    General Dynamics Land Systems brings General Motors Defense onto its team to pitch an optionally manned fighting vehicle as it competes to develop an initial design.

  • Contract Awards by US Department of Defense - November 04, 2019

    November 5, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 04, 2019

    DEFENSE LOGISTICS AGENCY Brothers Produce Inc.,* Friendswood, Texas, has been awarded a maximum $202,500,000 firm-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 60-month contract with no option periods. Location of performance is Texas, with a Nov. 3, 2024, performance completion date. Using customers are Department of Agriculture schools. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-S736). Hesco Bastion Inc., North Charleston, South Carolina, has been awarded a maximum $24,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Expeditionary Barrier System. This is a 10-month, 300-day bridge contract. Locations of performance are South Carolina and the United Kingdom with a Sept. 1, 2020, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E6-20-D-0001). Frank Gargiulo & Son Inc.,* Hillside, New Jersey, has been awarded a maximum $16,483,500 firm-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 54-month contract with no option periods. Locations of performance are New Jersey and New York, with a May 3, 2024, performance completion date. Using customers are Department of Agriculture schools. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-S737). NAVY Bell-Boeing Joint Project Office, Amarillo, Texas, is awarded a $146,039,547 modification (P00025) to a previously awarded cost-plus-fixed-fee, fixed-price-incentive-firm-target and firm-fixed-price contract (N00019-17-C-0015). This modification exercises the option to upgrade nine MV-22 aircraft from the Block B to the Block C configuration, as well as planned maintenance intervals for eight MV-22 aircraft, in support of the Common Configuration-Readiness and Modernization (CC-RAM) program. Work will be performed in Ridley Park, Pennsylvania (91%); and Fort Worth, Texas (9%), and is expected to be completed in March 2022. Fiscal 2018 and 2020 aircraft procurement (Navy - AP, N); and fiscal 2020 operation and maintenance (Navy – OM, N) funds in the amount of $146,039,547 will be obligated at time of award, $6,049,632 of which will expire at the end of the current fiscal year (Funding: fiscal 2018 AP, N $5,654,683; fiscal 2020 AP, N $139,989,915; and fiscal 2020 OM, N $394,949). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Space, Titusville, Florida, is awarded a $40,304,886 cost-plus-incentive-fee and cost-plus-fixed-fee modification (P00002) to exercise options under a previously awarded contract (N00030-19-C-0100) for TRIDENT II (D5) missile production and deployed systems support. Work will be performed in Denver, Colorado (28%); Sunnyvale, California (25.2%); Biddeford, Maine (14.7%); Cape Canaveral, Florida (12.5%); Clearwater, Florida (9.8%); Oak Ridge, Tennessee (4.4%); Scottsdale, Arizona (2.2%); and other various locations (less than 1% each, 3.2% total). Work is expected to be completed Sept. 30, 2024. Fiscal 2020 weapons procurement (Navy) funds in the amount of $32,016,540; and fiscal 2020 other procurement (Navy) funds for $8,288,346 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was awarded to the contractor on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $34,230,269 firm-fixed-price delivery order (N00019-20-F-0331) against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides for the non-recurring engineering, logistics product data, 28 Group A-1 retrofit kits, 28 Group A-2 retrofit kits, and 28 Group B retrofit kits for incorporation of the Distributed Targeting Processor-Network into the F/A-18 aircraft for the Navy and the Government of Australia. Work will be performed in St. Louis, Missouri (99%); China Lake, California (0.5%); and Whidbey Island, Washington (0.5%), and is expected to be completed in June 2022. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $33,816,097; and Foreign Military Sales funds in the amount of $414,172 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., Orlando, Florida, is awarded a $20,700,000 firm-fixed price contract for the design, fabrication, procurement, delivery, installation, integration, configuration, technical documentation, test, modernization and concurrency of the Littoral Combat Ship Freedom Variant Integrated Tactical Trainer devices installed at Naval Station Mayport, Florida; and Naval Station San Diego, California. Work will be performed in Orlando, Florida (51%); Moorestown, New Jersey (35%); Baltimore, Maryland (8%); Clearwater, Florida (3%); and Marion, Massachusetts (3%), and is expected to be completed in March 2022. Fiscal 2019 other procurement (Navy) funds in the amount of $20,700,000 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 U.S. Code 2304(c)(1). The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-C-0003). Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded a $20,324,973 modification (P00272) to a previously awarded cost-plus-incentive-fee contract (N00019-06-C-0081) to provide System Demonstration Test Article Aircraft (SDTA) to support various test requirements under the System Development and Demonstration (SDD) program. The purpose of this contract modification is to definitize the costs associated with the instrumentation and transition of the aircraft between SDD and SDTA. Work will be performed in Stratford, Connecticut, and is expected to be completed in February 2021. No funding is included in this contract modification; this requirement will be incrementally funded. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. ARMY High Desert Support Services, Alexandria, Virginia, was awarded a $30,000,000 modification (P00019) to contract W9124B-18-C-0004 for installation support services. Work will be performed in Fort Irwin, California, with an estimated completion date of Oct. 31, 2020. Fiscal 2020 operation and maintenance, Army funds in the amount of $2,968,096 were obligated at the time of the award. U.S. Army Mission Installation Contracting Command, Fort Irwin, California, is the contracting activity. (Awarded Oct. 31, 2019) *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2008047/source/GovDelivery/

All news