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

  • Hacktivists Exploits WinRAR Vulnerability in Attacks Against Russia and Belarus

    September 3, 2024 | International, C4ISR, Security

    Hacktivists Exploits WinRAR Vulnerability in Attacks Against Russia and Belarus

    Hacktivist group Head Mare targets Russian and Belarusian organizations with advanced cyber attacks using custom malware and the latest WinRAR vulnera

  • Contract Awards by US Department of Defense - May 26, 2020

    May 27, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - May 26, 2020

    NAVY AECOM Technical Services Inc., Los Angeles, California (N62470-19-D-8022); Aptim Federal Services LLC, Alexandria, Virginia (N62470-19-D-8023); CH2M Hill Constructors Inc., Englewood, Colorado (N62470-19-D-8024); Environmental Chemical Corp., Burlingame, California (N62470-19-D-8025); Fluor Intercontinental Inc., Greensville, South Carolina (N62470-19-D-8026); and Perini Management Services Inc., Framingham, Massachusetts (N62470-19-D-8027), are awarded a $1,000,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award contract for global contingency construction projects worldwide. The work to be performed provides for the Navy on behalf of the Department of Defense and other federal agencies for immediate response for construction services when authorized. The construction and related engineering services will respond to natural disasters, humanitarian assistance, conflict or projects with similar characteristics and will be predominately construction. The contractor, in support of the construction effort, may be required to provide initial base operating support services, which will be incidental to construction efforts. After award of this modification, the total cumulative contract value will be $2,087,443,694. The term of the contract is not to exceed 60 months with a completion date of March 2024. No funds will be obligated at time of award; funds will be obligated on subsequent modifications for work on existing individual task orders. The Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity. Raytheon Co. Integrated Defense Systems, Tewksbury, Massachusetts, is awarded a $29,222,688 cost-plus-fixed-fee contract for the Receive Only Cooperative Radar and its system. This contract provides for the development of new detection algorithms and operating modes for the AN/SPY-6(V)1 radar system, which will improve detection and tracking capabilities of the radar system. Work will be performed in Marlboro, Massachusetts (98%); and Fairfax, Virginia (2%). The work to be performed includes modelling and simulation of new operating modes, revisions of code to incorporate new algorithms, integration of algorithms into demonstration hardware and field tests using representative AN/SPY-6(V)1 demonstration hardware. Work is expected to be completed by May 25, 2023. The total cumulative value of this contract is $29,222,688. This is a three-year base contract with one two-year option period, which, if exercised, would increase cumulative contract value to $47,513,260. The action will be incrementally funded with an initial obligation of $6,722,688 utilizing fiscal 2020 research, development, test and evaluation (Navy) funds that will not expire at the end of the current fiscal year. This contract was competitively procured under N00014-19-S-B001, “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation are unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-20-C-1073). Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $15,989,488 cost-plus-fixed-fee order (N00019-20-F-0817) against a previously-issued basic ordering agreement N00019-19-G-0008. This order procures support to manage diminishing manufacturing sources in support of the F-35 program for the Air Force, Navy and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be complete by June 2020. Fiscal 2018 aircraft procurement (Air Force) funds in the amount of $6,545,775; fiscal 2019 aircraft procurement (Navy) funds in the amount of $6,545,774; and non-DOD participant funds in the amount of $2,897,939 will be obligated at time of award, $6,545,775 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. CACI Inc. - Federal, Chantilly, Virginia, is awarded a $14,899,365 firm-fixed-price contract (N32205-20-C-4008) for 365-calendar day worldwide logistics services. The $14,899,365 consists of the amounts listed in the following areas: labor, materials and travel. Work will be performed worldwide. Work will include worldwide support services in the functional areas of sustainment logistics, corrective maintenance logistics system support, combat logistics force load management, material handling equipment, ordnance handling equipment support and ordnance management. Work is expected to be complete by June 2021. The contract includes one option period, which if exercised, will bring the total contract value to $29,628,581. Funds will be obligated on June 1, 2020. Contract funds in the amount of $14,899,365, excluding the option period, are obligated for fiscal 2020 using Navy working capital funds and (transportation) working capital funds. This contract is a sole-source and one offer was received. The Naval Military Sealift Command, Norfolk, Virginia, is the contracting activity. Grammatech Inc., Ithaca, New York, is awarded a $7,569,838 modification (P00010) to previously-awarded cost-plus-fixed-fee contract N68335-17-C-0700. This modification exercises an option to procure continued services and materials necessary to conduct research and develop the Late-Stage Software Customization and Complexity Reduction project. Work will be performed in Ithaca, New York. Specifically, this modification provides for the research and development of five software tools – Grammatech Transformer (GTx)-Reducer, GTx-Optimizer, GTx-Hardener and Vertex and LiftBridge. These software tools improve the viability of late stage customization against software binaries. Work is expected to be complete by May 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $469,719 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 Aircraft Division, Lakehurst, New Jersey, is the contracting activity. CORRECTION: The May 15, 2020, announcement of an indefinite-delivery/indefinite-quantity contract (N00383-20-D-XE01) awarded to S&K Aerospace LLC,* St. Ignatius, Montana, for the repair, overhaul and upgrade of 361 commercial common items used on P-8A Poseidon maritime aircraft included incorrect solicitation information. The contract was competitively procured with the solicitation posted to the Federal Business Opportunities website as a small business set-aside (SBSA) requirement and not as an 8(a)SBSA. ARMY Ernst & Young LLP, Washington, D.C., was awarded a $93,000,000 modification (P00023) to contract W91CRB-18-F-0238 for professional commercial audit support services. Work will be performed in Washington, D.C., with an estimated completion date of Sept. 20, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $12,337,384 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. General Dynamics Mission Systems Inc., Huntsville, Alabama, was awarded a $16,211,164 modification (P00068) to contract W58RGZ-18-C-0043 for engineering services and contractors on the battlefield. Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 17, 2023. Fiscal 2020 operations and maintenance (Army) funds in the amount of $16,211,164 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. ProSecure LLC,* Fairfax, Virginia, was awarded an $11,165,786 firm-fixed-price contract for armed guard security services. Bids were solicited via the internet with 12 received. Work will be performed in the cities of Rufus, The Dalles and Cascade Locks, Oregon, with an estimated completion date of July 3, 2025. Fiscal 2020 civil expenses funds in the amount of $11,165,786 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-20-C-0003). DEFENSE LOGISTICS AGENCY Paragon-One Group LLC,* Gaithersburg, Maryland, has been awarded a maximum $57,792,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for managed print software services. This was a competitive acquisition with six responses received. This is a three-year contract with no option periods. Locations of performance are inside and outside the continental U.S., with a May 25, 2023, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal year 2020 through 2023 working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, New Cumberland, Pennsylvania (SP7000-20-D-0003). Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a maximum $7,946,333 firm-fixed-price delivery order (SPRPA1-20-F-C12U) against a five-year basic ordering agreement (SPRPA1-17-G-C101) for H-53 hydraulic fluid tanks. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is Connecticut, with an April 30, 2025, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2025 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Burlington Industries LLC, Greensboro, North Carolina, has been awarded a maximum $7,935,500 modification (P00007) exercising the second one-year option period of a one-year base contract (SPE1C1-18-D-1054) with four one-year option periods for poly/wool gabardine cloth. This is a fixed-price with economic-price-adjustment contract. Location of performance is North Carolina, with a May 29, 2021, performance completion date. Using military service is Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. AIR FORCE Vanderbilt University, Nashville, Tennessee, has been awarded an $8,800,167 cost-plus-fixed-fee contract for model-based intent-driven adaptive software (MIDAS). The objective of this contract is to develop a new approach to evolutionary software development and deployment that extends the results of model-based software engineering and provides an integrated, end-to-end framework for building software that is focused on growth and adaptation. The scope of this effort includes research, design, development, demonstration, testing, integration and delivery of the MIDAS software system that enables rapid adaptation of software to changes in requirements, platforms and computational resources at a scale and speed appropriate for the complex software ecosystem upon which the U.S. government, military and economy depend. Work will be performed in Nashville, Tennessee, and is expected to be completed by May 7, 2024. This award is the result of a competitive acquisition and 20 offers were received. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0215). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2197963/source/GovDelivery/

  • US, Japan and South Korea strongly condemn North Korea's ICBM launch

    October 31, 2024 | International, Aerospace, Land

    US, Japan and South Korea strongly condemn North Korea's ICBM launch

All news