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

  • Contract Awards by US Department of Defense - June 10, 2019

    June 11, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 10, 2019

    NAVY Sikorsky Aircraft Corp., Stratford, Connecticut, a Lockheed Martin Co., is awarded $542,023,016 for firm-fixed price modification P00074 to a previously awarded fixed-price-incentive-firm contract (N00019-14-C-0050) in support of the Presidential Helicopter Replacement Program (VH-92A). This modification exercises an option for the procurement of six Low Rate Initial Production Lot 1 Presidential Helicopters, as well as interim contractor support, initial spares, support equipment, and system parts replenishment. Work will be performed in Stratford, Connecticut (50 percent); Coatesville, Pennsylvania (36 percent); Owego, New York (10 percent); Patuxent River, Maryland (3 percent); and Quantico, Virginia (1 percent), and is expected to be completed in April 2022. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $542,023,016 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. Taylor Defense Products LLC, Louisville, Mississippi, is awarded a ceiling $84,000,000 indefinite-delivery/indefinite-quantity contract for the Service Life Extension Program (SLEP) for up to a maximum of 145 all-terrain cranes. Work will be performed in Louisville, Mississippi, and is expected to be complete by June 2029. Fiscal 2019 procurement (Marine Corps) funds in the amount of $9,719,457 will be obligated on the first delivery order immediately following contract award and funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-5018). QED Systems Inc.,* Virginia Beach, Virginia (N32253-19-D-0008); ORBIS Inc.,* Mount Pleasant, South Carolina (N32253-19-D-0009); Oceaneering International Inc., Chesapeake, Virginia (N32253-19-D-0010); Delphinus Engineering, Inc.,* Eddystone, Pennsylvania (N32253-19-D-0011); Electric Boat Corp., Groton, Connecticut (N32253-19-D-0012); and Confluence Corp. doing business as Regal Service Co.,* Honolulu, Hawaii (N32253-19-D-0013), are awarded a multiple award, indefinite-delivery/indefinite-quantity contract with firm-fixed-pricing for the procurement of non-nuclear, non-SUBSAFE touch labor at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Hawaii. The maximum ceiling value for all six contracts is $49,000,000 with options included. Touch labor trades include: marine electrician, electronics technician, temporary service sheetmetal mechanic, temporary service electrician, temporary service pipefitter, inside machinist, marine machinery mechanic, shipwright, plastic fabricator/woodcrafting, fabric worker, sandblaster, painter, painter/sandblaster, laborer, shipfitter mechanic, sheetmetal mechanic, firewatch/tankwatch, welder, pipefitter, and insulator. The six contractors may compete for task orders under the terms and conditions of the awarded contracts. Work will be performed in the state of Hawaii, and is expected to be complete by June 2020. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $15,000 ($2,500 per awardee) will be obligated at the time of award and will expire at the end of the fiscal year. These contracts were competitively procured with six offers received via the Federal Business Opportunities website. The Naval Sea Systems Command, Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility is the contracting activity. The Boeing Co., Huntington Beach, California, is awarded $22,834,133 for modification 0017 to delivery order 2001 previously issued against basic ordering agreement N00019-16-G-0001. This modification provides for additional acoustics software support activity and engineering support for the P-8A Poseidon aircraft. In addition, this modification incorporates virtual machine efforts and develops and integrates software for Multi-static Active Coherent Enhancements. Work will be performed in Huntington Beach, California, and is expected to be completed in January 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $7,800,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is awarded a $19,636,725 modification to a previously awarded firm-fixed-price supply contract N00174-17-C-0022 to exercise option year two for the fiscal 2017-2020 production of the MK38 MOD 3 Machine Gun System (MGS) and associated spares. This contract is to fulfill specified requirements and technical performance requirements for the MK38 MOD 3 25mm MGS Ordnance Alteration and associated spares. The MGS produced is derived from application of an ordnance alteration to the MK 38 MOD 1 25mm MGS. Once installed, incorporates two-axis stabilization, an improved electro-optical sight system (EOS), improved multi-function display, modified main control panel, a new main computing unit, a 7.62mm machine gun and remote control operation. Work will be performed in Haifa, Israel (67 percent); and Louisville, Kentucky (33 percent), and is expected to be completed by September 2021. Fiscal 2017 shipbuilding and conversion (Navy); 2019 weapons procurement (Navy); and fiscal 2019 weapons procurement (Coast Guard) funds in the amount of $19,636,725 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head, Maryland, is the contracting activity (N00174-17-C-0022). ARMY XL Scientific LLC,* Albuquerque, New Mexico, was awarded a $48,000,000 cost-plus-fixed-fee contract for non-kinetic, T&E needs, addressing Directed Energy, Electronic Warfare and nuclear systems and effects. One bid was were solicited via the internet with one bid received. Work locations and funding will be determined with an estimated completion date of May 31, 2029. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0007). Louisiana State University System, Baton Rouge, Louisiana, was awarded a $12,908,650 firm-fixed-price contract for Nutritional Biochemistries Analysis services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of June 9, 2024. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-19-D-0010). Mahaffey Tent & Awning Co. Inc.,* Memphis, Tennessee, was awarded a $8,976,868 modification (P00006) to contract W9124E-16-D-0006 for shower trailers, environment control units, light sets, tentage of various sizes and configurations, hand washing stations, generators, cots, and other logistical life support equipment. Work will be performed in Fort Polk, Louisiana, with an estimated completion date of June 20, 2021. Fiscal 2019 operations and maintenance Army funds in the amount of $8,976,868 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Polk, Louisiana, is the contracting activity. DEFENSE LOGISTICS AGENCY Kaba Mas, Lexington, Kentucky, has been awarded a maximum $20,548,845 fixed-price with economic-price-adjustment, indefinite-quantity contract for combination locks. This was a competitive acquisition with one response received. This is a two-year base contract with three one-year option periods. Location of performance is Kentucky, with a June 9, 2021, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE5EY-19-D-0542). Defense Energy Syndicate LLC, Bronx, New York (SPE600-19-D-0757, $10,580,489); and TC Chemicals LLC Pearland, Texas (SPE600-19-D-0795, $8,193,690), have each been awarded a firm-fixed-price, requirements contract with economic-price-adjustment under solicitation SPE602-19-R-0702 for additives. These were competitive acquisitions with nine responses received. They are two-year contracts with a 30-day carry-over periods. Locations of performance are New York, Delaware, New Jersey, Louisiana, Texas and California, with a June 30, 2021, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. AIR FORCE Advanced Concepts and Technologies International LLC, Waco, Texas, has been awarded a $7,202,973 firm-fixed-price modification (P00003) to previously awarded contract FA4890-18-F-5102 for the 505th Training Group academic and training support. This contract provides for the exercise of option period one for services to cover requirements in the areas of course instruction, mission support, exercise support and lessons learned to the government-led maintenance and execution of select 505th Training Group courses. Work will be performed primarily at Hurlburt Field, Florida, as well as various other locations worldwide, and is expected to be complete by June 9, 2020. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. Air Combat Command Acquisition Management and Integration Center, Hurlburt Field, Florida, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1871303/source/GovDelivery/

  • US Air Force eyes missile defense for dispersed bases in China fight

    August 22, 2024 | International, Aerospace

    US Air Force eyes missile defense for dispersed bases in China fight

    The Air Force plans to spread out forces during a fight with China, and Gen. David Allvin wants to do more to defend dispersed bases from missile attacks.

  • Britain tests Raytheon's anti-drone laser from military vehicle
All news