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

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

    January 11, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

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

    ARMY Northrop Grumman Systems Corp., Linthicum Heights, Maryland, was awarded an $86,200,000 hybrid cost-plus-fixed-fee and firm-fixed-price contract for Starlite system support. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-19-D-0002). Torch Technologies Inc., Huntsville, Alabama, was awarded a $9,102,000 modification (000044) to contract W31P4Q-09-A-0021 for strategic systems engineering, integration, test and analysis. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 6, 2019. Fiscal 2019 research, development, test and evaluation funds in the amount of $9,102,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. U.S. TRANSPORTATION COMMAND Fourteen companies have been awarded Option Year 1 modifications under the following Category A III, indefinite-delivery/indefinite-quantity, fixed-price contracts: ABX Air Inc., Wilmington, Ohio (HTC711-18-D-C002); American Airlines, Fort Worth, Texas (HTC711-18-D-C003); Air Transportation International, Irving, Texas (HTC711-18-D-C004); Atlas Air of Purchase (HTC711-18-D-C005); Delta Air Lines Inc., Atlanta, Georgia (HTC711-18-D-C006); FedEx, Washington, D.C. (HTC711-18-D-C007); Hawaiian Airlines Inc., Honolulu, Hawaii (HTC711-18-D-C008); JetBlue Airways, Long Island City, New York (HTC711-18-D-C009); Miami Air International, Miami, Florida (HTC711-18-D-C010); National Air Cargo Inc., Orlando, Florida (HTC711-18-D-C011); Polar Air Cargo Worldwide Inc., Purchase, New York (HTC711-18-D-C012); United Parcel Service Co., Louisville, Kentucky (HTC711-18-D-C013); USA Jet Airlines, Belleville, Michigan (HTC711-18-D-C014); and Western Global Airlines, Estero, Florida (HTC711-18-D-C015). The companies are eligible to compete at the task order level for an option year estimated amount of $41,441,067. The program's cumulative value increased from $41,441,067 to $82,882,134 (estimated). This modification provides international commercial scheduled air cargo transportation services. Services encompass time-definite, door-to-door pick-up and delivery, transportation, in-transit visibility, government-approved third party payment system participation, and expedited customs processing and clearance of less than full planeloads for the movement of regular and recurring hazardous, refrigerated/cold chain (perishable), life and death, narcotics, and other regular recurring cargo shipments. Work will be performed world-wide. Option Year 1 period of performance is Feb. 1, 2019, to Jan. 31, 2020. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. MISSILE DEFENSE AGENCY Lockheed Martin Overseas LLC, Moorestown, New Jersey, is being awarded a $23,023,786 sole-source, fixed-price incentive and cost-plus-fixed-fee modification (P00020) under contract HQ0276-16-C-0001, inclusive of all options. The total cumulative face value of the contract will increase from $53,809,908 to $76,833,694. Under Contract Line Item Numbers (CLIN) 0001, 0101, 0102, 0103, and 0105, the contractor will provide Poland Aegis Ashore Engineering Agent (AAEA) engineering and security support, AAEA test and site updates, risk mitigation support, and continued completion effort for the Aegis Ashore Poland site. The work will be performed in Redzikowo, Poland, with an expected completion date of December 2020. Fiscal 2018 defense-wide procurement funds in the amount of $17,637,800 are being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. NAVY MA Federal Inc.,* doing business as iGov, Reston, Virginia, is awarded a $22,238,503 firm-fixed-price task order from a previously awarded contract for the purchase of Small Form Factor suite production, acquisition, engineering management support, logistics, and sustainment support services. Work will be performed in Tampa, Florida (80 percent); and Herndon, Virginia (20 percent), and is expected to be completed by January 2024. Fiscal 2018 procurement (Marine Corps) funds in the amount of $15,971,649; and fiscal 2019 procurement (Marine Corps) in the amount of $6,266,854 will be obligated at task order award and no funds will expire the end of the current fiscal year. This task order was competitively procured via the National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement, with three offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-F-2025.) Kapili Services LLC,* Orlando, Florida, is awarded a ceiling $21,966,450 indefinite-delivery/indefinite-quantity contract to provide program manager training systems delta contract support. The ordering period is five years. Work will be performed in Orlando, Florida (95 percent); and the remaining performed worldwide in various places (5 percent), and work is expected to be completed by Jan. 9, 2024. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $2,145,638 will be obligated on the first task order immediately following contract award and funds will expire the end of the current fiscal year. Fiscal 2018 research, development, test and evaluation (Marine Corps) funds in the amount of $154,560 will be obligated on the first task order immediately following contract award and funds will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-5 and 15 U.S. Code 637. The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M67854-19-D-7815). AAI Corp. Hunt Valley, Maryland, is awarded a $10,839,582 cost-plus-fixed-fee, cost-only, firm-fixed-price modification to previously awarded contract N00024-14-C-6322 to exercise options for engineering and technical services for the Unmanned Influence Sweep System (UISS) unmanned surface vehicle platform. The UISS is one of the systems, which will allow the littoral combat ship to perform its mine warfare sweep mission. UISS will target acoustic, magnetic, and magnetic/acoustic combination mine types only. The UISS program will satisfy the Navy's need for a rapid, wide-area coverage mine clearance capability, required to neutralize magnetic/acoustic influence mines. UISS seeks to provide a high area coverage rate in a small, lightweight package with minimal impact on the host platform. Work will be performed in Hunt Valley, Maryland (70 percent); and Slidell, Louisiana (30 percent), and is expected to be complete by September 2019. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $10,839,582 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. AIR FORCE The Aerospace Corp., El Segundo, California, has been awarded a $22,000,000 modification (P00006) to contract FA8802-19-C-0001 for federally funded research and development centers. Work will be performed in El Segundo, California, and is expected to be completed by Sept. 30, 2019. No funds are being obligated at the time of award. Total cumulative face value of the contract is $1,073,818,540. Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California, is the contracting activity. Raytheon Missile Systems, Tucson, Arizona, has been awarded a $21,000,000 modification (P00004) to the ceiling amount of the previously-awarded indefinite-delivery/indefinite-quantity contract (FA8675-15-D-0135) for advanced medium range air-to-air missile system improvement program software architecture and design risk reduction efforts to counter evolving threats. This modification provides an increase in the maximum ordering amount of the contract, from $50,000,000 to $71,000,000, to facilitate new task orders. Work will be performed in Tucson, Arizona. All orders under this contract will be placed on or before Sept. 30, 2019 with a period of performance not to exceed Sept. 30, 2022. No additional funds are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. SRC Inc., North Syracuse, New York, has been awarded a $13,531,249 modification (P0007) to exercise an option on contract FA7037-17-D-0001 for the sensor beam program. Contractor will research, analyze, technically document, and perform reviews on electromagnetic systems, events and signatures required by the all services and other U.S. agencies. Work will be performed at Joint Base San Antonio-Lackland, Texas, and is expected to be completed by Jan. 31, 2020. No funds are being obligated at the time of award. Acquisition Management and Integration Center-Detachment 2, Joint Base San Antonio-Lackland, Texas, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1729037/source/GovDelivery/

  • Turkey’s navy deploys unmanned surface vessels during Denizkurdu drill

    May 21, 2024 | International, Naval

    Turkey’s navy deploys unmanned surface vessels during Denizkurdu drill

    Other participating platforms included crewed ships, submarines, maritime patrol planes, helicopters, drones, fighter aircraft and more.

  • Northrop Grumman and Ultra Demonstrate Unmanned Anti-submarine Warfare Capability

    February 5, 2021 | International, Naval

    Northrop Grumman and Ultra Demonstrate Unmanned Anti-submarine Warfare Capability

    Northrop Grumman Corporation and UK-based Ultra Maritime equipped a modified, manned Bell 407 (acting as an MQ-8C Fire Scout surrogate) platform with Ultra sonobuoys, receiver and processor to complete an unmanned aircraft systems (UAS) anti-submarine warfare (ASW) capability demonstration. This successful demonstration of the UAS ASW mission on October 29 was the first time a vertical takeoff surrogate unmanned aerial system (VTUAS) had been used to conduct a large area multistatic acoustic search. The mission payload and effects were controlled from the ground with the resultant ASW picture disseminated to locations across the globe. “Adding an ASW capability to Fire Scout's existing multi-mission capabilities would further enhance this highly-versatile platform,” said Dan Redman, Fire Scout maritime mission expansion lead, Northrop Grumman. “This ASW capability would offer commanders flexibility to employ not only UAS systems in this particular ASW role, but also utilize the increased availability of crewed aircraft more incisively against an expanded mission set. This would increase the total available effect of the manned/unmanned teamed force mix.” By jointly developing and demonstrating UAS ASW capabilities, initially on an MQ-8C Fire Scout manned surrogate as part of an industry-led initiative, the two companies are combining their world-leading expertise and experience with the aim of bringing unique ASW solutions to global customers. While the U.S. Navy has not yet identified a clear requirement for UAS ASW capability, it has shown interest in the development and continues to support and monitor progress. “Operating prototype hardware in a high-pressure real-world environment can be challenging,” said Thomas Link, president of Ultra Maritime. “Our partnership will bring an innovative and leading ASW capability into operation, combining both manned and unmanned ASW systems that will help defend our warfighters and provide increased capability to our forces.” The MQ-8C Fire Scout can fly missions in excess of 12 hours, providing commanders an unrivaled level of layered multi-source/sensor intelligence, surveillance, reconnaissance (ISR) and command and control/comms relay capabilities over land and sea. When operating in a manned-unmanned teaming concept, Fire Scout enables commanders to employ manned assets in a more focused manner, allowing them to exploit hybrid manned/unmanned teaming opportunities. https://www.uasvision.com/2021/02/04/northrop-grumman-and-ultra-demonstrate-unmanned-anti-submarine-warfare-capability/

All news