Back to news

October 14, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense – October 13, 2020

ARMY

Longbow Ltd., Orlando, Florida, was awarded a $32,154,552 modification (P00001) to contract W58RGZ-20-F-0464 for generic spare parts kits for AH-64E Apache helicopters. Work will be performed in Orlando, Florida, with an estimated completion date of April 30, 2024. Fiscal 2020 Foreign Military Sales (India, Morocco, Netherlands, and United Arab Emirates) funds in the amount of $32,154,552 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Spence Brothers, Saginaw, Michigan, was awarded a $19,304,000 firm-fixed-price contract to modify the Union Street Dam and a bi-directional fish passage. Bids were solicited via the internet with five received. Work will be performed in Traverse City, Michigan, with an estimated completion date of Sept. 2, 2024. Fiscal 2021 Great Lakes Fishery Commission funds in the amount of $19,304,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity (W911XK-21-C-0001).

DEFENSE LOGISTICS AGENCY

Altamira Ltd., Pittsburgh, Pennsylvania, has been awarded a maximum $11,875,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 130 responses received. This is a five-year contract with no option periods. Location of performance is Pennsylvania, with an Oct. 12, 2025, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-21-D-0051).

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2380512/source/GovDelivery/

On the same subject

  • Contract Awards by US Department of Defense - March 20, 2020

    March 23, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - March 20, 2020

    NAVY Raytheon Missile Systems, Tucson, Arizona, is awarded a $392,412,665 modification (P00009) to a previously awarded fixed-price-incentive-firm contract (N00019-18-C-1068). This modification exercises options for the production and delivery of tactical missiles (Lot 20 AIM-9X, Block II and Block II plus), captive air training missiles, plus all up round tactical missiles, captive test missiles, special air training missiles, advanced optical target detectors, Block II and II plus guidance units (live battery), captive air training missile guidance units (inert battery), Block I and II propulsion steering sections, electronic units, multiple purpose training missiles, tail caps, maintenance, sectionalization kits, containers and spares for the Air Force, Navy and the governments of Australia, Bahrain, Belgium, Bulgaria, Denmark, Finland, Israel, Japan, Morocco, the Netherlands, Norway, Oman, Poland, Qatar, Romania, Singapore, Slovakia, South Korea, Switzerland, Taiwan, Turkey and the United Arab Emirates. Work will be performed in Tucson, Arizona (31%); Andover, Massachusetts (10%); Keyser, West Virginia (9%); Santa Clarita, California (8%); Hillsboro, Oregon (5%); Ottawa, Ontario, Canada (5%); Goleta, California (4%); Cheshire, Connecticut (4%); Heilbronn, Germany (3%); Simsbury, Connecticut (2%); San Jose, California (2%); Valencia, California (2%); Anaheim, California (2%); Cajon, California (2%); Cincinnati, Ohio (1%); Anniston, Alabama (1%); San Diego, California (1%); Chatsworth, California (1%); Amesbury, Massachusetts (1%); Claremont, California (1%); Sumner, Washington (1%); and various locations within the continental U.S. (4%), and is expected to be completed in July 2023. In addition, this modification provides for material in support of repairs, depot maintenance and refurbishment. The following funds will be obligated at the time of award: fiscal 2020 weapons procurement (Navy) funds in the amount of $135,790,070; fiscal 2020 missile procurement (Air Force) funds in the amount of $129,267,647; fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $8,172,170; fiscal 2020 operations and maintenance (Navy) funds in the amount of $2,999,656; fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $800,197; fiscal 2019 missile procurement (Air Force) funds in the amount of $6,189,530; fiscal 2019 weapons procurement (Navy) funds in the amount of $3,262,027; fiscal 2019 research, development, test and evaluation (Air Force) in the amount of $598,896; fiscal 2018 missile procurement (Air Force) in the amount of $503,814; fiscal 2018 weapons procurement (Navy) funds in the amount of $267,280 and Foreign Military Sales (FMS) funds in the amount of $104,561,378. $4,369,646 of the funds obligated at contract award will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($144,732,057; 36.88%); Navy ($143,119,230; 36.47%); and FMS customers ($104,561,378; 26.65%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Alberici-Mortenson JV, St. Louis, Missouri, is awarded a $191,900,391 fixed-price award-fee contract for design-bid-build recapitalization of the dry dock at Naval Submarine Base Kings Bay. Work will be performed in Kings Bay, Georgia, and is expected to be complete by July 2023. The work to be performed provides for concrete repairs in various locations throughout the dry dock, overhaul and repair of the steel caisson, upgrade power distribution, chilled water and a fire detection and alarm system. The project will also repair corroded steel members of the dry dock superstructure, re-coat the entire superstructure and replace roof and wall panels. The project will remove one bridge crane and overhaul two other bridge cranes. The scope also includes effort to rebuild or replace sluice gates and actuators, roller gate rails, flap valves and frames, all piping, and will upgrade control systems, electronic components and the auxiliary seawater system. The contract also contains nine unexercised options, which if exercised will increase the cumulative contract value to $592,343,628. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $191,900,391 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with two proposals received. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-C-0016). Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $98,674,505 cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price and cost contract for sustainment of the Littoral Combat Ship Component Based Total Ship System – 21st Century -(LCS COMBATSS-21); and associated combat system elements. Work will be performed in Moorestown, New Jersey (84%); Camden, New Jersey (5%); Virginia Beach, Virginia (5%); Deer Creek, Colorado (2%); Manassas, Virginia (1%); Orlando, Florida (1%); and various other locations (under 1% - 2% total). The work executed under this contract will include maintenance and evolution of the LCS COMBATSS-21 (the backbone of the ship's mission system) and associated combat system elements in support of operational LCS ships. The work includes development, integration, test and delivery of future combat system baseline upgrades for in-service ships, supporting ship integration, installation and checkout, developmental test/operational test, developing training and logistics products, providing field technical support for combat systems, providing hardware engineering, equipment procurement and providing life-cycle supportability engineering and fleet support for fielded baselines. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $1,817,298 was obligated at the time of award and will expire at the end of the current fiscal year. This contract includes options, which if exercised will bring the cumulative value of this contract to $789,584,127. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1). This contract was not competitively procured and only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-5601). (Awarded March 16, 2020) CACI Inc. - Federal, Chantilly, Virginia, is awarded a $13,222,827 cost-plus-fixed-fee task order for engineering, technical, administrative and managerial (support) services in support of the Ships Availability Planning and Engineering Center and non-nuclear waterfront and deep submergence system programs at Portsmouth Naval Shipyard (PNS). Work will be performed in Kittery, Maine, and is expected to be complete by March 2021. The purpose of this service contract is to provide technical work, engineering services, quality assurance, process development, consulting and content management support to the PNS departments, with frequent interface with other PNS departments and outside activities such as other private and naval shipyards, submarine maintenance engineering, planning and procurement. Naval Sea Systems Command (NAVSEA) support will be in the areas of engineering, technical, planning, deficiency resolution and administration as outlined. This contract includes options, which if exercised, will bring the cumulative value of this contract to $83,189,359. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $3,803,000 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 SeaPort-NxG Navy.mil website, with one offer received. The Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity (N39040-20-F-3000). BAE Systems Land & Armaments LP, Phoenix, Arizona, is awarded an $8,568,715 modification (P00001) to previously awarded firm-fixed-price delivery order N00019-19-F-4133 against basic ordering agreement N00019-18-G-0018. This modification provides for the procurement of 20 E-2 parachute survival ensemble units and 130 FLU-10 inflators for the Navy, in addition to 60 E-2 parachute survival ensemble units and 70 FLU-10 inflators for the government of Japan. Work will be performed in Phoenix, Arizona (89%); and Orchard Park, New York (11%), and is expected to be completed in November 2023. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $2,620,920; fiscal 2019 aircraft procurement (Navy) funds in the amount of $889,322; fiscal 2018 aircraft procurement (Navy) funds in the amount of $156,147; and Foreign Military Sales funds in the amount of $4,902,326 will be obligated at time of award, $156,147 of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($3,666,389; 43%); and the government of Japan ($4,902,326; 57%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. U.S. SPECIAL OPERATIONS COMMAND Lukos LLC, Tampa, Florida (H92240-20-D-0011); People, Technology & Processes, Tampa, Florida (H92240-20-D-0012); RMGS Inc., Virginia Beach, Virginia (H92240-20-D-0013); and SPATHE Systems LLC, Tampa, Florida (H92240-20-D-0014), were awarded a $245,000,000 maximum multiple award, indefinite-delivery/indefinite-quantity contract for logistics support, equipment related and knowledge based services in support of Naval Special Warfare Command (NSWC) enterprise requirements. Fiscal 2020 operations and maintenance funds in the amount of $2,500 are being obligated at the time of award for each contract. The work will be performed in various locations in the U.S. and overseas and is expected to continue through fiscal 2025. The contract was awarded competitively using Federal Acquisition Regulation Part 15 procedures with 13 proposals received. NSWC headquarters, Coronado, California, is the contracting activity. DEFENSE INFORMATION SYSTEMS AGENCY DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a competitive single award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the production of Army installation kits. The contract ceiling is approximately $205,998,367, and the minimum guarantee is $2,000,000. The total value of delivery order 0001 is $16,884,194, funded by fiscal 2020 other procurement (Army) funds. Proposals were solicited via FedBizOpps, now beta.SAM.gov, and three proposals were received. The place of performance will be at the contractor's facility until the installation kits are delivered to the U.S. government at Red River Army Depot. The period of performance for the base period is March 20, 2020, to March 19, 2023; if all options are exercised, the contract performance will end March 19, 2030. The period of performance is a three-year base with seven one-year options. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-20-D-0006). ARMY Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $104,770,422 modification (P00071) to contract W15QKN-13-C-0074 for precision guidance kits. Work will be performed in Plymouth, Minnesota, with an estimated completion date of Feb. 26, 2024. Fiscal 2020 other procurement, Army funds in the amount of $104,770,422 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting agency. Raytheon Co., Dulles, Virginia, was awarded a $64,751,190 modification (P00006) to contract W56KGY-16-D-0006 to provide operations and sustainment support for Persistent Surveillance Dissemination System of Systems in support of Product Manager Force Protection 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 May 31, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. ID Technologies LLC,* Ashburn, Virginia, was awarded a $46,579,188 firm-fixed-price contract to purchase information technology equipment and accessories. Bids were solicited via the internet with two received. Work will be performed in Ashburn, Virginia, with an estimated completion date of March 24, 2021. Fiscal 2020 revolving funds in the amount of $46,579,188 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-20-F-0193). L3 Fuzing and Ordnance Systems, Cincinnati, Ohio, was awarded a $19,381,064 modification (P00005) to contract W15QKN-19-C-0040 for the procurement of application specific integrated circuit chips. Work will be performed in Cincinnati, Ohio, with an estimated completion date of June 30, 2021. Fiscal 2020 procurement of ammunition, Army funds in the amount of $19,381,064 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting agency. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $17,405,696 modification (P00295) to contract W56HZV-15-C-0095 to exercise an option covering priced man-hours, labor, material and fees on material for the Joint Light Tactical Vehicle (JLTV) system technical support JLTV retrofit efforts. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Dec. 30, 2020. Fiscal 2019 other procurement, Army; and 2020 Marine Corps procurement funds in the amount of $17,405,696 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $16,754,161 modification (P00344) to contract W56HZV-15-C-0095 to exercise options for packaged kits for the Joint Light Tactical Vehicle family of vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Nov. 30, 2023. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $16,754,161 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Stantec Consulting Services Inc., New Orleans, Louisiana, was awarded a $14,143,940 firm-fixed-price contract for the design of pump stations and drainage structures. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of March 20, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-D-00004). SI2 Technologies Inc.,* North Billerica, Massachusetts, was awarded a $13,491,546 firm-fixed-price contract for protection of Army and Department of Defense assets and weapon systems from emerging threats. 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 April 28, 2023. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-20-D-0023). Flick Lumber Co. Inc.,* Galion, Ohio, was awarded a $9,340,523 firm-fixed-price contract for the procurement of performance oriented packaging (POP) boxes. Bids were solicited via the internet with ten received. Work locations and funding will be determined with each order, with an estimated completion date of March 22, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-D-0021). Texas Dewatering LLC,* Bellville, Texas, was awarded an $8,502,179 firm-fixed-price contract for improvements in the Houston Ship Channel. Bids were solicited via the internet with five received. Work will be performed in Houston, Texas, with an estimated completion date of Aug. 30, 2021. Fiscal 2020 civil operations and maintenance funds in the amount of $8,502,179 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-C-0010). DEFENSE FINANCE AND ACCOUNTING SERVICE Guidehouse LLP, McLean, Virginia, is being awarded a labor-hour contract option with a maximum value of $10,449,089 for audit finding remediation support services for the Office of the Under Secretary of Defense (Comptroller). Work will be performed in McLean, Virginia, with an expected completion date of March 31, 2021. Fiscal 2020 Defense-wide operating and maintenance funds in the amount of $10,449,089 are being obligated at the time of this option award. This award brings the total cumulative value of the contract to $34,766,166. This contract is the result of a competitive acquisition for which two quotes were received. The contract had a 12-month base period plus four individual one-year option periods, with a maximum value of $49,839,283. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-18-F-0055). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY RadiaBeam Technologies LLC,* Santa Monica, California, has been awarded a $10,202,941 cost-plus-fixed-fee contract for Defense Advanced Research Projects Agency's Gamma Ray Inspection Technology (GRIT) program. In Phase I, RadiaBeam Technologies LLC proposes a Laser-Compton approach for meeting GRIT program objectives and carrying out relevant system demonstrations. Work will be performed in Santa Monica, California (80%); Menlo Park, California (9%); Los Angeles, California (7%); and Paris, France (4%), with an estimated completion date of March 2021. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $3,718,701 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0072). DEFENSE LOGISTICS AGENCY Chartwell RX LLC, Congers, New York, has been awarded a maximum $7,074,642 indefinite-delivery/indefinite-quantity contract for numerous pharmaceutical products in support of the Corporate Exigency Contracts program. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is New York, with a March 18, 2021, performance completion date. Using customers are Army, Navy, Air Force Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 defense warstopper funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0005). UPDATE: Navistar Defense LLC, Melrose Park, Illinois (SPE8EC-20-D-0057), has been added as an awardee to the multiple award contract for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008 and announced Jan. 9, 2018. (Awarded March 19, 2020) *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2120442/source/GovDelivery/

  • Contract Awards by US Department of Defense - January 26, 2021

    January 27, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - January 26, 2021

    NAVY BAE Systems Information and Electronic Systems, Nashua, New Hampshire, is awarded an $81,348,624 firm-fixed-price modification (P00005) to previously awarded contract N00019-19-C-0001. This modification exercises an option to procure 1,512 radio frequency countermeasures for Lot 12 of F-35 Joint Strike Fighter aircraft in support of non-U.S. Department of Defense participants, Foreign Military Sales (FMS) customers and for the Navy. Work will be performed in Nashua, New Hampshire (74%); Landenberg, Pennsylvania (7%); Topsfield, Massachusetts (2.5%); Industry, California (1.6%); Hamilton, New Jersey (1.5%); Carson, California (1.3%); Dover, New Hampshire (1.1%); Londonderry, New Hampshire (1%); Chartley, Massachusetts (1%); and various locations within the continental U.S. (9%), and is expected to be completed in March 2024. Fiscal 2021 procurement of ammunition (Navy and Marine Corps) funds in the amount of $27,761,832; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $26,040,168; fiscal 2020 aircraft procurement (Air Force) funds in the amount of $15,925,392; and FMS funds in the amount of $11,621,232 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $64,121,341 modification (P00013) to firm-fixed-price order N00019-20-F-0571 against previously issued basic ordering agreement N00019-19-G-0008. This modification exercises options for the procurement of Digital Channelized Receiver/Techniques Generator and Tuner Insertion program technology to upgrade F-35 Joint Strike Fighter aircraft with Digital Tuner Insertion Program electronic warfare racks and high efficiency low voltage power supply. These upgrades will enable for future upgrades to Lot 15 Block 4 configuration, including Technical Refresh Three for the Air Force and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2025. Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $57,865,601; and non-DOD participant funds in the amount of $6,255,740 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Space and Airborne Systems, Marlborough, Massachusetts, is awarded a $19,950,844 modification to previously awarded firm-fixed-price contract N00039-16-C-0050 to produce, test and deliver fully integrated Navy Multiband Terminals (NMT). NMT is a multiband capable satellite communications terminal that provides protected and wideband communications. The total cumulative face value of the contract is $557,882,121. Work will be performed at Largo, Florida (54%); South Deerfield, Massachusetts (25%); Stow, Massachusetts (13%); and Marlborough, Massachusetts (8%), with an expected completion date of May 2022. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $19,950,844 will be obligated at the time of award and will not expire at the end of the fiscal year. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Jacobs Government Services Co., Alexandria, Virginia, is awarded a $15,000,000 firm-fixed-price modification to exercise an option under previously awarded contract N40080-17-D-0018 for architectural/engineering design services within the Naval Facilities Engineering Systems Command, Washington, D.C., area of responsibility. Award of this option brings the total cumulative contract value to $90,000,000. Work will be performed at various administrative facilities located within, but not limited to, Maryland; Washington, District of Columbia; and Virginia, and is expected to be completed by December 2021. No funds will be obligated at time of award. Task orders under this award will be primarily funded by fiscal 2021 operation and maintenance (Navy); fiscal 2021 operation and maintenance (Marine Corps); and fiscal 2021 Navy working capital funds. The Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity. Laurel Technologies Partnership, Johnstown, Pennsylvania, is awarded an $11,044,416 firm-fixed-price modification to previously awarded contract N63394-20-C-0008 to exercise options for Programmable Power Supply MK 179 Mod 0 production units in support of the Vertical Launch System (VLS). This option exercise is for the manufacture, assembly, test and delivery of additional production units of the VLS Programmable Power Supply MK 179 Mod 0. The VLS provides area and self-defense, anti-air warfare capabilities, counter-air and land attack cruise missile defense and surface and subsurface warfare capabilities. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by March 2022. Fiscal 2021 defense-wide procurement funding in the amount of $11,044,416 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity. AIR FORCE Sierra Nevada Corp., Sparks, Nevada, has been awarded a $29,791,307 firm-fixed-price and cost-reimbursement-no-fee order modification (P00002) to contract FA8509-20-F-0014 for the MC-130J Airborne Mission Networking program low rate initial production. This order provides for the procurement of production kits, spares and weapon system trainer support. Work will be performed in Centennial, Colorado, and is expected to be completed Jan. 19, 2023. Fiscal 2021 U.S. Southern Command other procurement funds in the amount of $5,522,844; fiscal 2021 Air Force other procurement funds in the amount of $6,564,225; fiscal 2020 Air Force other procurement funds in the amount of $6,937,237; and fiscal 2019 other procurement funds in the amount of $10,767,001, are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. Collins Aerospace, Cedar Rapids, Iowa, has been awarded an estimated $27,000,000 firm-fixed-price contract for KC-135 Aero-I satellite communications replacement. This contract provides to identify, develop, integrate and test a commercial off the shelf Iridium Satellite Communication system to replace the current C/KC-135 International Marine/Maritime Satellite system. Work will be performed in Cedar Rapids, Iowa; and Tinker Air Force Base, Oklahoma, and is expected to be completed July 31, 2026. This contract involves optional Foreign Military Sales to Turkey and France. This award is the result of a competitive acquisition and seven offers received. Fiscal 2020 aircraft procurement funds in the amount of $3,800,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity (FA8105-21-D-0002). AAR Allen Service Inc., doing business as AAR Aircraft Component, Garden City, New York, has been awarded a $9,188,386 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for F-16 accessory drive gearbox (ADG) and jet fuel starter (JFS) repairs. This contract provides for the repair of both ADG and JFS, which are utilized in the secondary power system of the F-16 C/D aircraft. Work will be performed in Garden City, New York, and is expected to be completed by Jan. 26, 2026. This award is the result of a competitive acquisition and three offers were received. Defense working capital funds, a no year appropriation, in the amount of $1,498,440 are being obligated on the initial order. The Air Force Material Command, Hill Air Force Base, Utah, is the contracting activity (FA8251-21-D-0005). DEFENSE LOGISTICS AGENCY Genesis Vision,* doing business as Rochester Optical, Rochester, New York, has been awarded a maximum $29,700,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for optical lenses. This was a competitive acquisition with one response received. This is a three-year base contract with two one-year option periods. Location of performance is New York, with a Jan. 25, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-21-D-0015). ARMY Sikorsky Aircraft Cor., Stratford, Connecticut, was awarded a $26,009,930 modification (P00165) to contract W58RGZ-17-C-0009 to exercise an option for two Army Black Hawk Exchange and Sales Team UH-60M aircraft. Work will be performed in Stratford, Connecticut, with an estimated completion date of Nov. 30, 2021. Fiscal 2021 aircraft procurement (Army) funds in the amount of $26,009,930 were obligated at the time of the award. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AITC-Five Domains JV LLC, Winter Springs, Florida, was awarded a $19,803,618 firm-fixed-price contract to provide train, advise, assist and mentor services for the Kingdom of Saudi Arabia. Bids were solicited via the internet with one received. Work will be performed in Riyadh, Saudi Arabia, with an estimated completion date of Aug. 31, 2022. Fiscal 2021 Foreign Military Sales (Saudi Arabia) funds in the amount of $19,803,618 were obligated at the time of the award. The U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-21-C-0009). Perspecta Enterprise Solutions LLC, Herndon, Virginia, was awarded a $15,304,502 firm-fixed-price contract for an eight-month bridge to continue support to integrate, sustain, modernize and protect the information technology (IT) architecture, infrastructure and associated IT services of Human Resource Command. Bids were solicited via the internet with one received. Work will be performed in Fort Knox, Kentucky, with an estimated completion date of June 26, 2021. Fiscal 2021 operation and maintenance (Army) funds in the amount of $7,427,207 were obligated at the time of the award. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J21C2001). Eastman Aggregate Enterprises LLC, Lake Worth, Florida, was awarded a $14,040,069 firm-fixed-price contract for the Beach Erosion Control and Hurricane Protection Project beach renourishment. Bids were solicited via the internet with eight received. Work will be performed in Sunny Isles Beach, Florida, with an estimated completion date of Jan. 27, 2022. Fiscal 2018 civil construction funds in the amount of $14,040,069 were obligated at the time of the award. The U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-21-C-0006). Poseidon Barge Ltd., Berne, Indiana, was awarded an $8,379,000 modification (P00002) to contract W912BU-19-P-0051 for the purchase of and modification to the structure of pontoons. Work will be performed in Berne, Indiana, with an estimated completion date of May 26, 2022. Fiscal 2019 revolving funds in the amount of $8,379,000 were obligated at the time of the award. The U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2483503/source/GovDelivery/

  • Boeing’s Autonomous MQ-25 Completes First Test Flight with Aerial Refueling Store

    December 11, 2020 | International, Aerospace

    Boeing’s Autonomous MQ-25 Completes First Test Flight with Aerial Refueling Store

    St. Louis, December. 9, 2020 – Boeing [NYSE: BA] and the U.S. Navy have for the first time flown the MQ-25 T1 test asset with an aerial refueling store (ARS), a significant milestone informing development of the unmanned aerial refueler. The successful 2.5-hour flight with the Cobham ARS – the same ARS currently used by F/A-18s for air-to-air refueling – was designed to test the aircraft's aerodynamics with the ARS mounted under the wing. The flight was conducted by Boeing test pilots operating from a ground control station at MidAmerica St. Louis Airport in Mascoutah, Ill. “Having a test asset flying with an ARS gets us one big step closer in our evaluation of how MQ-25 will fulfill its primary mission in the fleet – aerial refueling,” said Capt. Chad Reed, the U.S. Navy's Unmanned Carrier Aviation program manager. “T1 will continue to yield valuable early insights as we begin flying with F/A-18s and conduct deck handling testing aboard a carrier.” Future flights will continue to test the aerodynamics of the aircraft and the ARS at various points of the flight envelope, eventually progressing to extension and retraction of the hose and drogue used for refueling. “To see T1 fly with the hardware and software that makes MQ-25 an aerial refueler this early in the program is a visible reminder of the capability we're bringing to the carrier deck,” said Dave Bujold, Boeing's MQ-25 program director. “We're ensuring the ARS and the software operating it will be ready to help MQ-25 extend the range of the carrier air wing.” The Boeing-owned T1 test asset is a predecessor to the engineering development model aircraft being produced under a 2018 contract award. T1 is being used for early learning and discovery, laying the foundation for moving rapidly into development and test of the MQ-25. Following its first flight last year, T1 accumulated approximately 30 hours in the air before the planned modification to install the ARS. Earlier this year the Navy exercised an option for three additional MQ-25 air vehicles, bringing the total aircraft Boeing is initially producing to seven. The Navy intends to procure more than 70 aircraft, which will assume the tanking role currently performed by F/A-18s, allowing for better use of the combat strike fighters. For more information on Boeing Defense, Space & Security, visit www.boeing.com. Follow us on Twitter: @BoeingDefense and @BoeingSpace. Boeing is the world's largest aerospace company and leading provider of commercial airplanes, defense, space and security systems, and global services. As the top U.S. exporter, the company supports commercial and government customers in more than 150 countries and leverages the talents of a global supplier base. Building on a legacy of aerospace leadership, Boeing continues to lead in technology and innovation, deliver for its customers and invest in its people and future growth. ### Contact: Ashlee Erwin Boeing Defense, Space & Security Mobile: +1 314-239-9944 ashlee.i.erwin@boeing.com Justin Gibson Boeing Defense, Space & Security Mobile: +1 314-708-6293 justin.l.gibson@boeing.com View source version on Saab: https://boeing.mediaroom.com/news-releases-statements?item=130780#assets_20295_130780-117:20857

All news