Back to news

November 28, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - November 26, 2018

AIR FORCE

The Boeing Co., El Segundo, California, has been awarded a $383,421,855 cost-plus-incentive-fee, award-fee contract for the Protected Tactical Enterprise Service. This contract provides for a joint ground system to provide tactical satellite communications with enhanced anti-jam and low probability of intercept to tactical warfighters in contested environments. Work will be performed in El Segundo, California, and is expected to be completed by Dec. 31, 2025. This award is the result of a competitive acquisition and three offers were received. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $17,234,485 are being obligated at the time of award. Space and Missile Systems Center, El Segundo, California, is the contracting activity (FA8808-19-C-0001).

Raytheon Vision System, Goleta, California, has been awarded a $19,172,016 contract modification (P00012) to contract FA9453-17-C-0038 for the Fortress Program to push the state-of-the art infrared focal plane arrays. The contract modification is seeking to develop larger format and/or high operating temperature mid-wave infrared focal plane arrays for persistent surveillance applications. Work will be performed in Goleta, California, and is expected to be completed by Feb. 9, 2022. Fiscal 2018 and research, development, test and evaluation; and Title III funds are being obligated at the time of award. Total cumulative face value of the contract is $26,527,033. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity.

Aerojet Rocketdyne Inc., Rancho Cordova, California, has been awarded a $9,452,398 cost-plus-fixed-fee contract for Advanced AF-M315E Engine Monopropellant Engine Development. This contract provides a contract vehicle the Air Force Research Laboratory, Aerospace Systems, and Rocket Propulsion Division can use to address technical needs for next-generation strategic, tactical, and spacecraft propulsion systems. Work will be performed in Redmond, Washington, and is expected to be completed by April 21, 2024. This award is the result of a competitive acquisition with five offers received. Fiscal 2018 research, development, test and evaluation funds in the amount of $900,000 are being obligated at the time of award. Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9300-19-C-0001).

DEFENSE INFORMATION SYSTEMS AGENCY

Qwest Government Solutions Inc., doing business as CenturyLink QGS, Herndon, Virginia, was awarded a non-competitive firm-fixed-price, indefinite-delivery/indefinite -quantity contract for a five-year period of performance for the continued operations and maintenance support for dark fiber and commercial facilities in the continental U.S. (CONUS) to support the Department of Defense. The guaranteed minimum amount is $1,000 and will be satisfied through task orders issued during the base year. The total amount of all orders placed against the contract shall not exceed $126,895,698. Performance will be at various locations within CONUS. The solicitation was issued on the basis of other than full and open competition pursuant to 10 U.S. Code 2304(c)(1), only one responsible source and no other type of supplies or services would satisfy agency requirements. The period of performance of this contract is Nov. 30, 2018, through Nov. 29, 2023. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-19-D-0002).

ARMY

Lockheed Martin Corp., Orlando, Florida, was awarded a $79,383,886 modification (0006 03) to contract W52P1J-17-D-0043 for night vision sensor systems, subcomponent production and technical services for the Apache attack helicopter. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 31, 2021. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Ludlow Construction Co. Inc.,* Ludlow, Massachusetts, was awarded a $24,401,154 firm-fixed-price contract for Durham Meadows waterline remedial design. Bids were solicited via the internet with four received. Work will be performed in Durham, Connecticut, with an estimated completion date of Dec. 20, 2021. Fiscal 2018 other environmental funds in the amount of $24,401,154 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-19-C-0002).

Federal Resources Supply Co.,* Stevensville, Maryland, was awarded a $19,569,771 firm-fixed-price contract for refilling of fire suppression bottles and systems. 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 Nov. 26, 2023. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0017).

CORRECTION: The $15,837,195 contract (W52P1J-19-C-0005) announced on Nov. 8, 2018, to Parsons Government Services Inc., Pasadena, California, was not awarded until Nov. 23, 2018. Fiscal 2019 research, development, test and evaluation funds in the amount of $7,179,000 were obligated at the time of the award.

U.S. SPECIAL OPERATIONS COMMAND

The Boeing Co., Mesa, Arizona, was awarded a $100,000 minimum, $45,000,000 maximum indefinite-delivery/indefinite-quantity, firm-fixed-price contract (H92241-19-D-0001) for 56 upgraded primary airframe structures for the A/MH-6 rotary wing aircraft. Fiscal 2018 procurement funds in the amount of $5,173,400 shall be obligated at the time of award. The majority of the work will be performed in Mesa, Arizona. This contract is a non-competitive award and is in accordance with Federal Acquisition Regulation 6.302.1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity.

NAVY

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $37,253,983 cost-plus-fixed-fee modification to previously-awarded contract N00024-18-C-5407 for procurement of fiscal 2019 U.S. Navy Standard missile SM-2 and Standard missile SM-6 intermediate-level repair and maintenance. Work will be performed in Tucson, Arizona (88 percent); Camden, Arkansas (11 percent); and Huntsville, Alabama (1 percent), and is expected to be completed by November 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $19,047,890 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.

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded a $13,903,935 firm-fixed-price contract for the operation and maintenance of Navy communication, electronic, and computer systems. The contract will include a 12-month base period and four 12-month option periods which if exercised, the total value of this contract will be $79,829,608. Work will be performed in Oahu, Hawaii (94 percent); and Geraldton, Australia (6 percent). Work is expected to be completed by November 2019; if all options are exercised, work will be completed by November 2023. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $3,925,630 will be obligated at the time of award and funds will expire at the end of the current fiscal year. This contract was solicited on a full and open, unrestricted basis with two offers received. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Regional Contracting Department, Pearl Harbor, Hawaii, is the contracting activity (N00604-19-C-4001).

Landscape Management Systems Inc.,* Tumon, Guam, is awarded an $11,426,341 modification under a previously awarded individual-delivery/indefinite-quantity contract (N40192-15-D-9008) to exercise the fourth option for base operations support services at Naval Base (NB) Guam and Naval Support Activity (NSA) Andersen, Guam. The work to be performed provides for all labor, supervision, management, tools, material, equipment, facilities, transportation and incidental engineering and other items necessary to accomplish work to perform all ground maintenance and tree trimming services for U.S. military facilities. After award of this option, the total cumulative contract value will be $48,598,810. Work will be performed in the Naval Facilities Engineering Command Marianas area of responsibility, including but not limited to, NB Guam (70 percent); and NSA Andersen, Guam (30 percent), and work is expected to be completed November 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 operations and maintenance (family housing); and fiscal 2019 Navy working capital funds in the amount of $8,348,102 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command Marianas, Guam, is the contracting activity.

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1698166/

On the same subject

  • Rafael Not Giving Up UAS Ambitions

    August 20, 2018 | International, Aerospace

    Rafael Not Giving Up UAS Ambitions

    TEL AVIV—Rafael is not giving up on its goal of becoming a manufacturer of unmanned aircraft systems (UAS), with plans to resume talks to buy Israeli UAS maker Aeronautics and evaluate other options as ... http://aviationweek.com/defense/rafael-not-giving-uas-ambitions

  • As USAF Fleet Plans Evolve, Can The F-35A Program Survive Intact?

    March 23, 2020 | International, Aerospace

    As USAF Fleet Plans Evolve, Can The F-35A Program Survive Intact?

    Steve Trimble Original estimates for costs, schedules and quantities of the Lockheed Martin F-35 upon contract award in October 2001 proved highly unreliable over the fighter program's nearly two-decade life span, but one critical number did not: 1,763. That four-digit figure represents program of record quantity for the U.S. Air Force—the F-35's largest customer by far—accounting for more than half of all projected orders by U.S. and international customers. The Navy and Marine Corps, the second- and third-largest buyers of the combat aircraft, respectively, downsized their planned F-35 fleet by 400 aircraft in 2004. But the Air Force's quantity never budged. Although the Air Force's official number remains unchanged, the F-35A is facing a new credibility test after a series of public statements made by Gen. Mike Holmes, the head of Air Combat Command (ACC). Air Force will consider UAS to replace some F-16s ACC sets 60% goal for fifth-gen mix in fighter fleet In late February, Holmes suggested that low-cost and attritable unmanned aircraft systems (UAS) might be considered by ACC as a replacement for F-16 Block 25/30 jets (also known as “pre-block F-16s”) within 5-8 years. In congressional testimony on March 12, Holmes added that ACC's goal is to achieve a fighter fleet ratio of 60% fifth-generation jets, such as F-35As and F-22s, to 40% fourth-generation aircraft, including F-15s, F-16s and A-10s. He also said a recent analysis by the Office of the Secretary of Defense recommends an even split between fourth- and fifth-generation fighters. Barring a significant increase in the Air Force's authorized force structure, both statements appear to jeopardize the mathematical possibility for the F-35A to achieve the full program of record. As fleet acquisition plans stand today, the F-35A program of record appears sound. Lockheed has delivered at least 224 F-35As to the Air Force so far. The public program of record calls for the F-35A to replace A-10s and F-16s, which currently number 281 and 1,037, respectively, according to Aviation Week and Air Force databases. In 2010, Lockheed and F-35 Joint Program Office officials also confirmed that the F-35 would replace the F-15E fleet after 2035, which currently numbers 228 aircraft. Adding the number of F-35As already delivered, the Air Force has a replacement population of 1,770 aircraft. But Holmes' statements could significantly alter the equation. The service's latest budget justification documents show about 325 of the 1,037 F-16s now in the Air Force fleet form the “pre-block” fleet that could be retired by attritable UAS instead of F-35As. Holmes' goal of a fighter fleet with a 60% share of fifth-generation jets also complicates the forecast for the F-35A. Including the F-22 fleet's 186 aircraft, as well as 234 F-15C/Ds, the Air Force today operates a total fleet of 2,190 fighters. A 60% share of the fleet results in 1,314 total fifth-generation aircraft. After subtracting the numbers of F-22s, the Air Force would have room for only 1,128 F-35As, which implies a 34% reduction from the program of record of 1,763. The head of the Air Force's F-35 Integration Office acknowledges the numerical disparity implied by Holmes' statements, but he stands by the F-35 original program of record. “The program of record for this aircraft is really long,” Brig. Gen. David Abba said on March 9, referring to the Air Force's plans to continue F-35A production into the mid-2040s. “I understand that's a natural question to ask, but I don't think anybody's ready to make that sort of a declaration.” Altering the program of record would not change the steady, downward trajectory of the F-35A's recurring unit costs. Last year, Lockheed agreed to a priced option for Lot 14 deliveries in fiscal 2022, which falls to $77.9 million. But changing the overall procurement quantity does have an impact on the program acquisition unit cost (PAUC), which calculates the average cost per aircraft, including recurring and nonrecurring costs. In the program of record, the PAUC estimate is currently $116 million each for all three versions of the F-35. Noting the forecast length of the F-35 production program, Abba recommends taking a long-term view. “I would focus less on the program of record element,” Abba said, and more on the Air Force's plans “to keep options open.” https://aviationweek.com/defense-space/usaf-fleet-plans-evolve-can-f-35a-program-survive-intact

  • Contract Awards by US Department of Defense - August 30, 2019

    September 3, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 30, 2019

    ARMY Southwest Range Services LLC, Las Cruces, New Mexico, was awarded a $377,006,101 cost-plus-fixed-fee contract for engineering and technical expertise for the operation, maintenance, research, development and other support of testing facilities, instrumentation, systems and equipment for test operations. Bids were solicited via the internet with six received. Work will be performed in White Sands Missile Range, New Mexico, with an estimated completion date of Aug. 31, 2024. Fiscal 2010 research, development, test and evaluation funds in the amount of $377,006,101 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-19-C-0008). J.E. McAmis Inc.,* Chico, California, was awarded a $140,700,210 firm-fixed-price contract for construction activities related to rehabilitating the South Jetty located at the Mouth of the Columbia River. Bids were solicited via the internet with two received. Work will be performed in Hammond, Oregon, with an estimated completion date of Sept. 29, 2025. Fiscal 2019 civil works; and operations and maintenance, Army funds in the amount of $17,675,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-19-C-0025). Raytheon Missile Systems, Tucson, Arizona, was awarded a $129,811,367 modification (PZ0017) to Foreign Military Sales (Oman and Taiwan) contract W31P4Q-17-C-0194 to procure missiles. Bids were solicited via the internet with one received. Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 1, 2021. Fiscal 2010 procurement of weapons and tracked combat vehicles, Army funds in the amount of $129,811,367 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. PAE Government Systems Inc., Arlington, Virginia, was awarded a $122,830,985 modification (P00013) to Foreign Military Sales (Afghanistan) contract W56HZV-17-C-0117 for ground vehicle support. Bids were solicited via the internet with one received. Work will be performed in Kabul, Afghanistan, with an estimated completion date of March 1, 2020. Fiscal 2018 and 2019 Afghanistan Security Forces, Army funds in the amount of $122,830,985 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. HydroGeoLogic Inc.,* Reston, Virginia (W912QR-19-D-0051); CTL Environmental LLC,* Novi, Michigan (W912QR-19-D-0052); PE Ayuda Joint Venture LLC,* St. Louis, Missouri (W912QR-19-D-0053); CAPE-Cabrera JV LLC,* Norcross, Georgia (W912QR-19-D-0054); ESI-ATC JV LLC,* Westland, Michigan (W912QR-19-D-0055); PIKA-Insight JV LLC,* Stafford, Texas (W912QR-19-D-0056); and EnSafe Inc.,* Memphis, Tennessee (W912QR-19-D-0057), will compete for each order of the $95,000,000 firm-fixed-price contract for environmental restoration services. Bids were solicited via the internet with 20 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 28, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $77,609,835 modification (P00251) to contract W56HZV-15-C-0095 for Joint Light Tactical Vehicle and installed kits. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of March 31, 2021. Fiscal 2018 and 2019 research, development, test and evaluation; defense procurement and other procurement, Army funds in the amount of $77,609,835 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. California Department of Rehabilitation, Sacramento, California, was awarded a $56,473,292 firm-fixed-price contract for food services, dining facilities management functions, food receiving and storage, food preparation for grab-n-go services, food serving, facility sanitation and janitorial duties, logistics and management functions. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 29, 2024. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0016). Tiya Services LLC,* Baton Rouge, Louisiana, was awarded a $36,622,610 cost-plus-fixed-fee contract for base operations support services acquisition. Bids were solicited via the internet with six received. Work will be performed in Fort Benning, Georgia, with an estimated completion date of Aug. 31, 2024. Fiscal 2019 operations and maintenance, Army funds in the amount of $6,339,755 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Benning, Georgia, is the contracting activity (W911SF-19-C-0024). International Business Machines Corp., Bethesda, Maryland, was awarded a $30,994,674 modification (P00061) to contract W52P1J-17-C-0008 for services and solutions necessary to support and maintain the Army's General Fund Enterprise Business System. Work will be performed in Bethesda, Maryland, with an estimated completion date of Jan. 15, 2020. Fiscal 2019 operations and maintenance, Army funds were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Great Lakes Dredge & Dock Co. LLC, Old Brook, Illinois, was awarded a $26,470,000 firm-fixed-price contract for Baltimore Harbor maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Baltimore, Maryland, with an estimated completion date of March 30, 2020. Fiscal 2019 operations and maintenance, Army; and cost share funds in the amount of $26,470,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-C-0033). Heeter Geotechnical Construction LLC, Mount Morris, Pennsylvania, was awarded a $23,908,476 modification (P00004) to contract W912P5-18-C-0017 for Kentucky Lock Downstream Lock excavation construction. Work will be performed in Grand Rivers, Kentucky, with an estimated completion date of Nov. 5, 2021. Fiscal 2019 civil works funds in the amount of $23,908,476 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity. Herve Cody Contractor LLC,* Robbinsville, North Carolina, was awarded a $20,607,010 firm-fixed-price contract for reservoir and intake canal bank stabilization. Bids were solicited via the internet with three received. Work will be performed in Indiantown, Florida, with an estimated completion date of Nov. 9, 2020. Fiscal 2019 civil works funds in the amount of $20,607,010 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, North Carolina, is the contracting activity (W912EP-19-C-0024). Tower Industries - Allied Mechanical Wisconsin,* Greenville, Wisconsin, was awarded an $18,473,434 firm-fixed-price contract for the Bomb Dummy Unit cast ductile iron practice bomb. Bids were solicited via the internet with one received. Work will be performed in Greenville, Wisconsin, with an estimated completion date of Aug. 31, 2024. Fiscal 2017 and 2019 procurement of ammunition, Army funds in the amount of $18,473,434 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-C-0048). Intercontinental Construction Contracting Inc.,* Passaic, New Jersey, was awarded a $14,893,318 firm-fixed-price contract for excavation and installation of in-ground pre-placed crypts, construction of a maintenance building with restroom and storage. Bids were solicited via the internet with five received. Work will be performed in West Point, New York, with an estimated completion date of July 30, 2021. Fiscal 2019 military construction funds in the amount of $14,893,318 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0018). San Antonio Lighthouse for the Blind, San Antonio, was awarded a $13,303,000 firm-fixed-price contract to procure Integrated Head Protection System, retention system units for helmets. 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 Aug. 29, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-0019). Alltech Engineering Corp.,* St. Paul, Minnesota, was awarded an $11,648,500 firm-fixed-price contract to rehabilitate the two spillway tainter gates at Raystown Dam to repair or replace the structural, mechanical, and electrical components in the tainter gate system. Bids were solicited via the internet with four received. Work will be performed in Hesston, Pennsylvania, with an estimated completion date of July 22, 2022. Fiscal 2018 civil works funds in the amount of $11,648,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-C-0030). MISSILE DEFENSE AGENCY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a sole-source, cost-plus-incentive-fee and firm-fixed-price contract. The total value of this contract is $326,998,037. Under this follow on contract, the contractor will design, develop, integrate, test and certify the Aegis Ballistic Missile Defense (BMD) 6.0 capability. Aegis BMD 6.0 provides an increased BMD capability by incorporating the Air and Missile Defense Radar, now designated SPY-6, for introduction on the first DDG Flight III. The work will be performed in Moorestown, New Jersey, with an estimated completion date of December 2025. Fiscal 2019 research, development, test and evaluation funds in the amount of $14,999,999 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0276-19-C-0001). NAVY Raytheon, Tucson, Arizona, is awarded $246,495,123 for an undefinitized contract action, performance-based logistics requirements contract for repair, upgrade, or replacement, required availability, required reliability, configuration management, inventory management and obsolescence management in support of the Close-In Weapon System, Land-based Phalanx Weapon System, Rolling Airframe Missile (RAM) and SeaRAM. This contract includes a two-year base period with one three-year option, which if exercised, will bring the contract ceiling value to $466,395,931. Work will be performed in Louisville, Kentucky, and work is expected to be completed by August 2021; if the option is exercised, work will be completed by August 2024. Annual working capital funds (Navy) will be obligated as individual task orders are issued 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) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-VP01). Progeny Systems Corp., Manassas, Virginia, is awarded a $115,736,303 cost-plus-incentive-fee, firm-fixed-price, cost and cost-plus-fixed-fee contract for an upgrade to the Mk 48 mod 7 Common Broadband Advanced Sonar System (CBASS) heavyweight torpedo program, to include the following deliverables for associated subsystem electronic systems: detail design, engineering development models, proof-of-design units, proof-of-manufacturing units, low-rate initial production units and factory test equipment. Also included in this procurement are related engineering and hardware repair services and provisioned-items orders. This contract includes options, which if exercised, would bring the cumulative value of this contract to $186,567,981. Work will be performed in Manassas, Virginia (40%); Salt Lake City, Utah (18%); Middletown, Rhode Island (18%); Charleroi, Pennsylvania (17%); Cranston, Rhode Island (5%); and Annapolis, Maryland (2%), and is expected to be completed by February 2024. If all options are exercised, work will continue through August 2026. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $5,790,000 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 three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-6408). Design Partners Inc., Honolulu, Hawaii, is awarded a maximum amount $50,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for architect-engineer services for various architectural projects under the cognizance of Naval Facilities Engineering Command (NAVFAC) Hawaii. The work to be performed provides for architect-engineer services to include, but are not limited to, the execution and delivery of military construction project documentation; functional analysis and concept development workshops; design charrettes; design-build request for proposal solicitation documents; design-bid-build design contract documents; cost estimates; technical surveys and reports including concept studies; site engineering investigations and surveys; collateral equipment buy packages; comprehensive interior design, to include structural interior design; and furniture, fixtures, and equipment packages; and post construction award services. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corp and other government facilities within the NAVFAC Hawaii area of responsibility. The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction planning and design funds. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. Naval Facilities Engineering Command Hawaii, Honolulu, Hawaii, is the contracting activity (N62478-19-D-5029). Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $27,721,832 modification of the first bridge under an indefinite-delivery/indefinite-quantity contract for base operations support services at Isa Air Base, Kingdom of Bahrain. The work to be performed provides for but is not limited to, all management, supervision, tools, materials, supplies, labor and transportation services necessary to perform galley services, bachelor quarters and laundry services, facility management, emergency service requests, urgent service, routing service, minor work I and II, facilities investment, custodial, pest control service, integrated solid waste, grounds maintenance, wastewater, operate reverse osmosis water treatment system and base support vehicles, environmental, fire emergency services and explosive safety officer services. After award of this bridge, the total cumulative contract value will be $175,403,361. Work will be performed at Isa Air Base, Kingdom of Bahrain. This bridge period is from September 2019 to May 2020. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $11,247,681 for non-recurring work will be obligated on individual task orders issued during the option period. Naval Facilities Engineering Command Europe Africa and Southwest Asia, Naples, Italy, is the contracting activity (N62470-14-D-6012). Al Larson Boat Shop Inc.,* San Pedro, California (N55236-15-D-0013); Epsilon Systems Solutions, Inc.,* San Diego, California (N55236-15-D-0014); Integrated Marine Services Inc.,* Chula Vista, California (N55236-15-D-0015); Marine Group Boat Works Inc.,* Chula Vista, California (N55236-15-D-0016); Miller Marine Inc.,* San Diego, California (N55236-15-D-0017); and Nielsen Beaumont Marine Inc.,* San Diego, California (N55236-15-D-0018), are each awarded contract modifications with a combined ceiling of $15,000,000 to exercise option year four to a previously awarded indefinite-delivery/indefinite-quantity, multiple award contracts to provide marine boatyard services and industrial support for boats and vessels greater than or equal to 15 meters or 50 feet in length. Work will be performed in San Diego, California, or contractor facilities on the West Coast and is expected to be completed by September 2020. No funding will be obligated at time of award. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. San Diego Gas and Electric (SDG&E) Co., a public utility company regulated by the California Public Utilities Commission, San Diego, California, is awarded $12,765,441 for firm-fixed-price task order N62473-19-F-5128 under the basic ordering agreement (BOA) N62473-18-G-5615 for energy conservation measures at Marine Corps Base Camp Pendleton, San Diego, California. The work to be performed provides for energy conservation and resiliency measures that includes: repairing point to point redline radios; installing advanced metering infrastructure; installing supervisory control and data acquisition; replacing high bay high intensity diode, T5HO, and T8 lighting with light emitted diode (LED); replacing direct digital control equipment; replacing boilers; replacing base wide T8/T12, compact fluorescent, interior incandescent, halogen and exterior lighting fixtures with LED; perform constant commissioning and retrofit or replacement of heating and air conditioning units. Work will be performed in San Diego, California, and is expected to be completed by Oct. 30, 2020. No funds will be obligated at the time of award. This project will utilize third party financing through the utility company in the amount of $12,765,441. The energy conservation project will be amortized for a term of 13 years with an annual rate of 2.81%, and the payment will be included as a separate utility bill submitted annually based upon the amortization schedule for a grand total cost of $15,636,652. This task order falls under the terms and conditions of the BOA with SDG&E. The BOA allows for services without full and open competition pursuant to the statutory authorities of 10 U.S. Code (USC) 2304 and 10 USC 2913. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-18-G-5615). Honeywell International Inc. Defense & Space, Tempe, Arizona, is awarded $11,465,688 for modification P00006 under a previously awarded performance-based logistics requirements contract (N00383-12-D-003D) for repair, replacement and program support for auxiliary power units used on F/A-18 A-G models, P-3, and C-2 aircrafts along with providing coverage for the main fuel controls and electronic control unit used on the F/A-18 and the P-3 engine driven compressor. This modification includes a four-month period of performance and will bring the total estimated value of the contract to approximately $260,000,000. Work will be performed in Jacksonville, Florida (50%); Cherry Point, North Carolina (39%); and various contractor facilities (11%). Work is expected to be completed by December 2019. Fiscal 2019 working capital funds (Navy) will be obligated as individual task orders are issued, and funds will not expire before the end of the current fiscal year. This contract includes support for the Australian F/A-18 Super Hornet under the Foreign Military Sales program, and represents less than one percent of the estimated contract value. One firm was solicited for this non-competitive requirement in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Peraton Inc., Herndon, Virginia, is awarded $11,374,305 for modification P00028 to a previously awarded cost-plus-fixed-fee contract (N00030-16-C-0016) to exercise various contract options for the continuation of support services including critical system assessment and vulnerability services and reentry systems development support services for the Trident II (D5). Work will be performed in Colorado Springs, Colorado (71.1%); Washington, District of Columbia (22.5%); Cape Canaveral, Florida (4.6%); and Albuquerque, New Mexico (1.8%). Work is expected to be completed Sept. 30, 2020. Subject to the availability of funding, fiscal 2020 operations and maintenance (Navy) funding in the amount of $6,108,026; and fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $5,266,279 will be obligated as a result of this award. The fiscal 2020 operation and maintenance (Navy) funds in the amount of $6,108,026 will expire at the end of the current fiscal year. This contract was awarded on a sole-source basis to Exelis Inc. (now Peraton Inc.) and previously synopsized on the Federal Business Opportunity website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. The Korte Co., St. Louis, Missouri, is awarded $10,470,093 for firm-fixed-price task order N69450-19-F-0720 under a previously awarded multiple award construction contract (N69450-19-D-0910) for renovation of Hangar 1338 at Naval Station Mayport, Florida. This task order is for a design-build construction project to renovate Hangar 1338 for the installation of two government installed training modules, Navigation, Seamanship and Shiphandling Trainer (NSST) 4.0 and NSST 5.0, and related equipment. NSST is a state-of-the-art naval ships bridge team trainer facility designed to replicate the environment found on the bridge of a Navy ship and utilize life-like scenarios with visual simulation to train Navy bridge teams. Work will be performed in Jacksonville, Florida, and is expected to be completed by March 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,470,093 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity. Northrop Grumman Systems Corp., Bethpage, New York, is awarded a $9,462,556 modification to previously awarded contract N00024-17-C-6311 to exercise an option for the production of Littoral Combat Ship (LCS) Surface-to-Surface Missile Module. The LCS are fast, agile and networked surface combatants, optimized for operating in the littorals through outfitting seaframes with mission-specific mission packages. The primary missions supported by mission packages are: anti-submarine warfare, mine countermeasures and surface warfare. Work will be performed in Huntsville, Alabama (80%); Bethpage, New York (18%); and Hollywood, Maryland (2%), and is expected to be complete by May 2021. Fiscal 2019 other procurement (Navy) funding in the amount of $8,445,109 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. IntraMicron Inc.,* Auburn, Alabama, is awarded a $9,377,828 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, level-of-effort contract, for provision of engineering and technical services for the Energy and Conversion Research and Development Branch. Work will be performed in Auburn, Alabama, and is expected to be complete by August 2022. Fiscal 2018 research, development, test and evaluation (Navy) funding in the total amount of $4,584,294 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)(5), authorized or required by statute, this procurement was not competitively procured. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4025). Tekla Research Inc., Dumfries, Virginia, is awarded $8,972,221 for cost-plus-fixed-fee task order N00173-19-F-3001 under a previously awarded contract (N00178-14-D-7965) for research and development in electro-optical and infrared for advanced intelligence, surveillance and reconnaissance and electronic warfare prototypes. The total cumulative face value of this contract is $45,481,093. Work will be performed in Washington, District of Columbia. The period of performance is 60 months including a 12-month base period, and four 12-month option periods. Period of performance for the base period is Sept. 15, 2019 – Sept. 14, 2020. Working capital (Defense) funds in the amount of $1,557,000 will be obligated at the time of award. Funds will not expire at the end of the current year. This task order was procured using competitive procedures as a 100 percent small business set-aside via SeaPort-e under a request for proposal #N00173-19-R-3000. The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity. CAPE Environmental Management Inc.,* Honolulu, Hawaii, is awarded $7,771,456 for firm-fixed-price task order N63473-19-F-5014 under a small business remedial action contract for a non-time-critical removal action (NTCRA) at installation restoration (IR) site 19 Marine Corps Air Station (MCAS) Miramar, California. The work to be performed is for the contractor to develop an amendment to the 2014 action memorandum based on engineering evaluation/cost analysis alternatives for IR Site 19 NTCRA, and implement the actions in the amendment: excavation, surface vacuuming and erosion control at MCAS Miramar, San Diego. Due to ongoing movement of contaminated sediment/soils and lead overshot from Site 19, the Navy requires an interim solution that will stabilize and remove contaminated sediments and soils surrounding the range. The task order also contains four unexercised options, which if exercised would increase the cumulative task order value to $13,863,610. Work will be performed in San Diego, California, and is expected to be completed by August 2022. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $7,771,456 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62742-16-D-1807). AIR FORCE The Boeing Co., Layton, Utah, has been awarded a $122,910,723 firm fixed price contract, for the intercontinental ballistic missile cryptography upgrade increment II (ICU II) production. This contract definitizes an undefinitized contract action (UCA) issued Oct. 29, 2018, and provides the government 75 A-4 drawers and 8 digital components, with the option to procure 431 additional A-4 drawers. Work will be performed at Huntsville, Alabama; Huntington Beach, California; and Layton, Utah, and is expected to be completed by Feb. 28, 2022. This award is the result of a sole-source acquisition. Fiscal 2017 missile procurement funds in the amount of $5,762,283; fiscal 2018 missile procurement funds in the amount of $23,590,855; and fiscal 2019 missile procurement funds in the amount of $5,705,951 were obligated on the UCA; fiscal 2018 missile procurement funds in the amount of 2,535,700; and fiscal 2019 missile procurement funds in the amount of $45,144,887 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8204-19-C-0001-PZ0008). General Dynamics Information Technology Inc., Fairfax, Virginia, has been awarded a $30,837,185 face value cost-plus-fixed-fee contract for bioeffects research of directed energy effects. This contract provides for research on directed energy systems to assist in transitioning Department of Defense technologies. Work will be performed at Joint Base San Antonio, Fort Sam Houston, Texas, and is expected to be complete by Nov. 28, 2025. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 research and development funds in the amount of $250,000 will be obligated at the time of award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-6055). M1 Support Services, Denton, Texas, has been awarded a $24,666,741 contract modification (P00037) to previously awarded contract FA4890-16-C-0012 for T-38 Sustainment Services. The modification will provide intermediate and organizational maintenance of T-38 aircraft for Air Combat Command, Air Force Materiel Command and Air Force Global Strike Command. Total cumulative face value of the contract is $24,666,741. Work will be performed at multiple U.S. Air Force bases and is expected to be completed by Sept. 30, 2020. Fiscal 2020 operations and maintenance funds are being obligated at the time of award and no funds will be obligated at the time of the award. The Air Combat Command - Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. Rockwell Collins Inc., Collins Aerospace, Cedar Rapids, Iowa, has been awarded a $15,400,000 modification (P00006) firm-fixed price to contract FA8102-16-D-0005 for services and supplies in support of modernization, expansion and depot-level contractor logistics support. This contract will provide support for Scope Command's High Frequency Global Communications System in support of Air Force, Navy and Coast Guard requirements. Work will be performed in Richardson, Texas, in support of this Aug. 31, 2019, through Aug. 30, 2020, ordering period. This option three of the contract is the result of a sole-source acquisition. Total estimated contract value as of option award is $56,000,000. No funds are being obligated at the time of the award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. Ensco Inc., Springfield, Virginia, has been awarded a $14,300,000 firm-fixed-price modification (P00060) to previously awarded contract FA8807-17-C-0001 for providing off base contractor accommodations for the RN Systems Engineering and Integration (SE&I) Support contract. When the contract was initially awarded, the government had office space available for the contractor; however, the government is not able to provide office space to the contractor for performance on Peterson Air Force Base, Colorado, any longer and needs the contractor to secure off base accommodations to continue performance on the SE&I contract. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Oct. 31, 2022. Fiscal 2019 operations and maintenance funds in the amount of $637,244 are being obligated at the time of award. The Space and Missile Center, Sustainment Directorate, Peterson Air Force Base, Colorado, is the contracting activity. IF Armor International LLC, doing business as Man Lift, Warner Robins, Georgia, was awarded a $10,856,307 firm-fixed-price contract for the purchase of explosion proof articulating boom lifts. This contract provides for the purchase of commercial, 45-, 60- and 80-foot lifts modified to meet explosion proof articulating boom lifts specifications. Work will be performed in Shelby, North Carolina, with an ordering period of two years. This award is the result of a competition acquisition with three offers received. Fiscal 2019 depot maintenance activity group capital investment program funds are being used and no funds were obligated at time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8571-19-D-A004). DEFENSE INTELLIGENCE AGENCY Booz Allen Hamilton, McLean, Virginia, has been awarded a time and materials contract (HHM402-19-C-0058) with a ceiling of $89,993,973 to provide support services for the Defense Intelligence Agency's (DIA) Directorate of Analysis. Through this award, DIA will procure services for the production, dissemination and tracking of DIA's finished intelligence products, including the development and maintenance of applications and tools used to perform the mission. Work will be performed in the National Capital Region with an expected completion date of Feb. 28, 2025. Fiscal 2019 operations and maintenance funds in the amount of $10,780,907; and research, development, test and evaluation funds in the amount of $586,012 are being obligated at time of award. This contract has been awarded through a competitive acquisition and two offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1949291/source/GovDelivery/

All news