Back to news

November 10, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - November 9, 2020

AIR FORCE

The Boeing Co., St. Louis, Missouri, has been awarded a $657,200,000 undefinitized contract action modification (P00025) to contract FA8634-18-C-2701 for the F-15Q Qatar program. The contract modification provides a comprehensive sparing program and contractor logistics support for the sustainment of the F-15QA aircraft. Logistical support for training devices and administrative costs are also included in this modification. Work will be performed in Al-Udeid Air Base, Qatar. Foreign Military Sales funds in the amount of $55,700,000 are being obligated at the time of award. Total cumulative face value of the contract is $8,040,659,061. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Space, Sunnyvale, California, has been awarded a $258,311,000 firm-fixed-price contract for Evolved Strategic Satellite Communication (ESS) contract. This contract will develop a prototype payload and conclude in a hardware and software in-the-loop, end-to-end demonstration. Work will be performed in Denver, Colorado, and is expected to be completed June 2025. This contract is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $29,447,172 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8808-21-C-0015).

Raytheon Integrated Defense Solutions, Tewksbury, Massachusetts, has been awarded a $77,639,897 fixed-price, incentive-firm contract with firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable and time and material contract line item numbers for the Qatar Air Operations Center (AOC) upgrade. The contract is to upgrade the AOC and alternate AOC (AAOC), which includes the procurement of hardware and software, engineering services, installation, integration, and testing of AOC and AAOC components, end-user training, spares and help desk support outside the continental U.S. Work will be performed in Tewksbury, Massachusetts; and Al Udeid Air Base, Qatar, and is expected to be completed March 31, 2025. This award is the result of a directed sole-source acquisition. Foreign Military Sales funds in the amount of $77,639,897 are obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-21-C-0005).

Raytheon Co., Fort Wayne, Indiana, has been awarded a $33,899,323 cost-plus-fixed-fee contract to the Airborne Warning and Control System (AWACS) Combat Identification (CID) Alpha Phase One effort. This contract upgrades the current AWACS System to meet evolving threat capabilities and to address diminishing manufacturing sources material shortages issues with the currently fielded AWACS System. Work will be performed at Raytheon in Fort Wayne, Indiana, and is expected to be completed May 2022. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds have been obligated in the amount of $4,864,480 prior to definitization. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-20-C-0016).

Space Exploration Technologies Corp., Hawthorne, California, has been awarded $29,643,567 in firm-fixed-price task orders under the National Security Space Launch Phase 2 contract. These task orders provide early integration studies and fleet surveillance for non-national security space missions. Work will be performed in Hawthorne, California; Vandenberg Air Force Base, California; and Cape Canaveral Air Force Station, Florida, and is expected to be completed by Aug. 19, 2021. Fiscal 2020 missile procurement funds in the amount of $7,307,274; and fiscal 2020 space procurement funds in the amount of $22,336,293 will be obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-21-F-0002).

NAVY

General Dynamics NASSCO-Norfolk, Norfolk, Virginia, is awarded a $138,545,759, firm-fixed-price contract for the execution of the USS New York (LPD 21) fiscal 2021 docking selected restricted availability (DSRA). This availability will include a combination of maintenance, modernization and repair of the USS New York (LPD 21). This is a Chief of Naval Operations scheduled DSRA. The purpose is to maintain, modernize, and repair the USS New York (LPD 21). This is a “long-term” docking availability and was solicited on a coast-wide (East and Gulf coasts) basis without limiting the place of performance to the vessel's homeport. NASSCO will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization for USS New York (LPD 21). This contract includes options which, if exercised, would bring the cumulative value of this contract to $161,341,858. Work will be performed in Norfolk, Virginia, and is expected to be completed by June 2022. Fiscal 2021 operation and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $138,545,759 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website; two competitive proposals were received in response to Solicitation No. N00024-20-R-4417. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-4417).

Three Wire Systems LLC, Falls Church, Virginia, is awarded a multiple-award, firm-fixed-price Department of Defense Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contract GS-35F-0300T. The estimated overall value of this BPA is $74,500,000. DOD ESI is a joint DOD project to streamline the acquisition process and provide information technology (IT) products and selected services that are compliant with applicable standards and represent the best value for DOD. Under ESI, the DOD leverages aggregate buying power to establish enterprise agreements with IT manufacturers and resellers for high demand, commercial off-the-shelf IT products and services. This awardee will join the rest of the fiscal 2018 multiple awardees Carahsoft (Reston, Virginia); Immix (McLean, Virginia); and Alamo City Engineering Services (San Antonio, Texas), to provide commercially available Forescout brand-name software licenses, proprietary appliances, and maintenance support to the DOD, intelligence community, and Coast Guard. The products offered through this BPA will meet functional requirements and capabilities in the following categories: Forescout Integration Modules, CounterAct, Forescout Training and Solution Support, and ActiveCare Support Services. The ordering period will be from Nov. 9, 2020, to Dec. 20, 2022. This BPA is issued under DOD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated via delivery orders using operation and maintenance (DOD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. One offer was received and one was selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-21-A-0030).

ESG Aerosystems Inc., Starke, Florida, is awarded a $64,773,941 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to develop a curriculum and facilitate training for P-3 aircrew positions including copilots, patrol plane commander, instructor pilot, flight engineer, instructor flight engineer, and flight currency training in support of Naval Education and Training Security Assistance Field Activity's applicable field units and other program offices and stakeholders. The contract includes a five-year ordering period with no options and is expected to be completed by November 2025. Work will be performed in Starke, Florida (80%); and Jacksonville, Florida (20%). This effort is 100% funded by Federal Republic of Germany funds under the Foreign Military Sales program. Funds in the amount of $2,500 will be obligated to fund the contract's minimum amount and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement in accordance with Federal Acquisition Regulation (FAR) 5.202(a)(3) with one offer received under authority of FAR 6.302-4. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-21-D-Z007).

AERMOR LLC,* Virginia Beach, Virginia, is awarded $44,913,739 for a firm-fixed-price indefinite-delivery/indefinite-quantity contract to provide test and evaluation support services for Commander, Operational Test & Evaluation Force Surface Warfare Division. The contract will include a 60-month base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8 - option to extend services, which if exercised, will bring the total ceiling value to $49,901,968. The base ordering period is expected to be completed by November 2025. If the option is exercised, the ordering period will be completed by May 2026. All work will be performed in Norfolk, Virginia. Fiscal 2020 research, development, test, and evaluation (Navy) funds in the amount of $2,500 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.SAM.gov as a service-disabled veteran-owned small business set-aside, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Virginia, is the contracting activity (N00189-21-D-G001).

L-3 Technologies Inc., Salt Lake City, Utah, is awarded a $10,364,080 modification (P00024) to a previously awarded firm-fixed-price contract (N00019-18-C-1030). This modification exercises options to procure six AN/SRQ-4 kits and associated components for the MH-60 Common Data Link system for Foreign Military Sales (FMS) customers. Work will be performed in Salt Lake City, Utah, and is expected to be completed in December 2022. FMS funds in the amount of $9,560,101 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.

William Marsh Rice University, Houston, Texas, is awarded an 18-month contract option valued at $9,776,246 under an existing cost-reimbursement contract (N66001-19-C-4020) for development of a high resolution neural interface that does not require surgery. The Next-Generation Non-Surgical Neurotechnology program seeks to broaden applicability of neural interfaces to facilitate multi-tasking at the speed of thought and interface with smart decision aids to achieve a neural link capable of high spatial and temporal resolution currently only possible using surgically implanted devices. Exercise of this option increases the overall value of this contract to $13,805,336. Work will be performed at the contractor's facilities in Houston, Texas (29%); Waco, Texas (33%); New York, New York (20%); New Haven, Connecticut (15%); and Durham, North Carolina (3%). The period of performance is from Nov. 9, 2020, through May 31, 2022. Fiscal 2021 research, development, test and evaluation (Navy) funding in the amount of $2,888,123 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement solicitation published on the beta.SAM.gov website. Nineteen proposals were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-C-4020).

Barnhart-Reese Construction Inc.,* San Diego, California, is awarded a firm-fixed-price task order (N6247321F4085) at $8,061,699 under a multiple award construction contract for design-build repair/renovation of Mess Hall Building 2403 at Marine Corps Base Camp Pendleton. The task order also contains two planned modifications which, if exercised, would increase the cumulative task order value to $8,120,128. The scope of work includes replacement of plumbing systems and floor finishes, reconfiguring kitchen and serving spaces to align with current serving methodologies, removing wasted storage and office areas, relocating portable refrigerated reefers to the interior of the existing facility, replacing broken heating, ventilation and air conditioning, and cooling condensers in the food preparation areas, and removing disused built-ins. The planned modifications, if issued, provide for furniture, fixtures, and equipment and audio/visual. Work will be performed in Oceanside, California, and is expected to be completed by November 2021. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $8,061,699 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-17-D-4629).

L-3 Electron Devices Inc., Torrance, California, is awarded a $7,860,000 for a firm-fixed-price delivery order (N00383-21-F-NR00) under a previously awarded basic ordering agreement (N00383-18-G-NR01) for the repair of the guided traveling wave tube in support of the F/A-18 aircraft. All work will be performed in Torrance, California and is expected to be completed by February 2021. Fiscal 2021 working capital (Navy) funds in the full amount of $7,860,000 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source 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.

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2410227/source/GovDelivery/

On the same subject

  • U.S. Army May Revive 5GAT Target Program

    April 14, 2022 | International, Aerospace

    U.S. Army May Revive 5GAT Target Program

  • Contract Awards by US Department of Defense - December 04, 2020

    December 7, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 04, 2020

    NAVY DRS Laurel Technologies Inc., Johnstown, Pennsylvania (N63394-21-D-0001); and VT Milcom Inc., Virginia Beach, Virginia (N63394-20-D-0002), are each awarded a cost-plus-fixed-fee and firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract to sustain the Technical Insertion 2016 equipment. The maximum dollar value for both contracts combined is $211,588,719. DRS Laurel Technologies Inc. is awarded a maximum value contract of $211,588,719. VT Milcom Inc. is awarded a maximum value contract of $188,428,823. This contract will provide for the manufacture, assembly, and testing of Technical Insertion 2016 equipment spares; associated engineering services, procurement, and harvesting; and installation of ordinance alteration kits and related products. Work will be performed in Dahlgren, Virginia (10%); Norfolk, Virginia (10%); Pascagoula, Mississippi (10%); Port Hueneme, California (10%); San Diego, California (10%); Virginia Beach, Virginia (10%); Wallops Island, Virginia (10%); Everett, Washington (5%); Honolulu, Hawaii (5%); Kauai, Hawaii (5%); Mayport, Florida (5%); Moorestown, New Jersey (5%); and Yokosuka, Japan (5%), and is expected to be completed by December 2025. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $10,000 ($5,000 per contract) will be obligated at time of award to satisfy the minimum guarantee and will expire at the end of the current fiscal year. All other funding will be made available at the order level as contracting actions occur. This contract was competitively procured via beta.sam.gov with two offers received. The Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity. Southeastern Computer Consultants Inc., King George, Virginia, is awarded a $42,989,767 cost-plus-fixed-fee level of effort task order which shall provide Tactical Tomahawk Weapon Control System (TTWCS) Integrated Logistics Support (ILS) products and services in support of Training Support Activity responsibilities at Naval Surface Warfare Center, Port Hueneme Division. This is a single award, five-year, cost-plus-fixed-fee term level of effort task order that consists of one base year with four option years, which, if all line item quantities are ordered, would bring the cumulative value of this contract to $42,989,767, with an ordering period through December 2025. Work will be performed in Norfolk, Virginia (26%); Dahlgren, Virginia (21%); Port Hueneme, California (11%); San Diego, California (8%); Norfolk, Virginia (8%); Mayport, Florida (6%); Bangor, Washington (6%); Kings Bay, Georgia (4%); Pearl Harbor, Hawaii (4%); Yokosuka, Japan (4%); and the United Kingdom (2%), and is expected to be complete in December 2021, and if all options are exercised, will be complete in December 2025. Fiscal 2021 operation and maintenance funding in the amount of $42,989,767 will be obligated at contract award and will expire at the end of the current fiscal year. A sources sought notice was posted to Seaport-NxG on Oct. 2, 2020, and closed on Feb. 24, 2020, to all large and small business primes in Seaport-NxG. In accordance with Federal Acquisition Regulation (FAR) 5.202 (a)(6), a synopsis is not required if the proposed contract action is an order placed under FAR 16.505, Ordering. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-20-F-3006). Lockheed Martin Space, Titusville, Florida, is awarded a $29,120,167 cost-plus-fixed-fee modification (P00003) to procure a pilot assessment of the contractor's property management system and exercise options under previously awarded contract N00030-20-C-0100 for Trident II (D5) missile production and deployed systems support. The modification includes a $5,000,000 not-to-exceed value for the pilot assessment, which is being awarded as an undefinitized contract action. Work will be performed in Denver, Colorado (28.9%); Magna, Utah (23.3%); Titusville, Florida (18.7%); Rockford, Illinois (16.3%); Elma, New York (11.2%); and Sunnyvale, California (1.6%). Work is expected to be completed Sept. 30, 2025. Fiscal 2021 weapons procurement (Navy) funds in the amount of $15,039,964; fiscal 2020 weapons procurement (Navy) funds in the amount of $9,080,203; and fiscal 2021 operation and maintenance (Navy) funds in the amount of $2,500,000 are being obligated on this award, $2,500,000 of which will expire at the end of the current fiscal year. This contract is being 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. The Strategic Systems Programs, Washington, D.C., is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $20,704,459 firm-fixed-price order (N61340-21-F-0020) against previously issued basic ordering agreement N00019-16-G-0001. This order provides for the production and delivery of 48 retrofit kits, support equipment and special tooling in support of phase two of the T-45 Service Life Extension Program (SLEP) for SLEP production Lots Three and Four. In addition, this order provides retrofit engineering and logistics from the original equipment manufacturer to support the installation of associated technical directives. Work will be performed in St. Louis, Missouri, and is expected to be completed in May 2024. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $10,259,695; and fiscal 2021 aircraft procurement (Navy) funds in the amount of $10,444,764 will be obligated at time of award; none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Training Systems Command, Orlando, Florida, is the contracting activity. ARMY Dobco Inc., Wayne, New Jersey, was awarded a $137,836,600 firm-fixed-price contract for construction of the Cyber Engineering Academic Center structure and parking lot at the U.S. Military Academy. Bids were solicited via the internet with four received. Work will be performed in West Point, New York, with an estimated completion date of Dec. 4, 2024. Fiscal 2021 military construction (Army) funds in the amount of $137,836,600 were obligated at the time of the award. The U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-20-C-0002). Vectrus Mission Solutions Corp., Alexandria, Virginia, was awarded a $35,510,370 cost-plus-fixed-fee contract for logistics support services at Fort Benning, Georgia. Bids were solicited via the internet with nine received. Work will be performed in Chattahoochee, Georgia, with an estimated completion date of Dec. 9, 2025. Fiscal 2021 operation and maintenance (Army) funds in the amount of $2,077,440 were obligated at the time of the award. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-21-F-0035). VS2 LLC, Alexandria, Virginia, was awarded a $9,513,800 modification (0001BG) to contract W52P1J-13-G-0029 for logistics support services at Fort Benning, Georgia. Work will be performed in Chattahoochee, Georgia, with an estimated completion date of March 9, 2021. Fiscal 2021 operation and maintenance (Army) funds in the amount of $9,513,800 were obligated at the time of the award. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Butt Construction Co. Inc.,* Dayton, Ohio, was awarded a $9,061,000 fixed-price-award-fee contract for renovation of Human Performance Wing Building 441 at Wright Patterson Air Force Base. Bids were solicited via the internet with seven received. Work will be performed at Wright Patterson AFB, Ohio, with an estimated completion date of April 3, 2023. Fiscal 2021 operation and maintenance (Air Force) funds in the amount of $9,061,000 were obligated at the time of the award. The U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-21-C-0004). DEFENSE LOGISTICS AGENCY Bell Textron Inc., Fort Worth, Texas, has been awarded a maximum $39,093,369 modification (P00030) to five-year contract SPE4AX-17-D-9410 with one five-year option period for H-1 consumables. This is a firm-fixed-price contract. Location of performance is Texas, with an April 14, 2023 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Guardian Manufacturing LLC,** Willard, Ohio, has been awarded a maximum $9,315,618 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for butyl chemical protective gloves and toxicological agent protective gloves. This was a competitive acquisition with one offer received. This is a one-year base contract with one one-year option period. Location of performance is Ohio, with a Dec. 4, 2021, ordering period end date. Using military services are Army, Air Force and Navy. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1416). UPDATE: SupplyCore Inc., Rockford, Illinois (SPE8EC-21-D-0075), has been added as an awardee to the multiple award contract for commercial construction equipment, issued against solicitation SPE8EC-17-R-0005 and announced Aug. 29, 2017. AIR FORCE M1 Support Services, Denton, Texas, has been awarded a $23,459,155 firm-fixed-price modification (P00070) to contract FA4890-16-C-0005 for the back-shop and flight-line maintenance of multiple aircraft types. Work will be performed at Nellis Air Force Base, Nevada, and is expected to be completed March 31, 2021. Fiscal 2021 operation and maintenance funds in the full amount are being obligated at the time of award. The Acquisition Management and Integration Center, Langley-Eustis Air Force Base, Virginia, is the contracting activity. BlueForce Inc., Hampton, Virginia, has been awarded a $14,179,677 firm-fixed-price Option Two modification (P00004) to contract FA3002-19-F-A045 for continued support for the Royal Saudi Air Force English language training outside the continental U.S. program. Work will be performed at King Abdul Aziz Air Base, Saudi Arabia, and is expected to be completed Jan. 3, 2024. This contract involves 100% Foreign Military Sales (FMS) to the Kingdom of Saudi Arabia. The total cumulative face value of the contract is $42,188,737. FMS funds in the full amount are being obligated at the time of award. The 338th Enterprise Sourcing Squadron, Joint Base San Antonio, Randolph, Texas, is the contracting activity. Apogee Engineering LLC, Colorado Springs, Colorado, has been awarded a $12,870,921 cost-plus-fixed-fee modification (P00001) to contract FA8730-21-F-8501 for advisory assistance services. Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be completed Feb. 17, 2022. Fiscal 2020 research, development, test and evaluation funds in the amount of $985,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Offutt AFB, Nebraska, is the contracting activity. *Small business **Small disadvantage business in historically underutilized business zones https://www.defense.gov/Newsroom/Contracts/Contract/Article/2436087/source/GovDelivery/

  • Electronic warfare pods to protect U.S. Navy P-8A Poseidon aircraft

    June 6, 2024 | International, Aerospace

    Electronic warfare pods to protect U.S. Navy P-8A Poseidon aircraft

    The electronic warfare (EW) pod detects and counters inbound threats, protecting the Poseidon and its crews, and expanding the aircraft’s operating range in contested environments.

All news