Back to news

October 18, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - October 16, 2018

DEFENSE INFORMATION SYSTEMS AGENCY

ViON Corp., Herndon, Virginia, was awarded a competitive, single award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for SPARC processor capacity services with a total lifecycle contract amount of $329,586,627. The minimum guarantee for this effort, which is being met by the first delivery order under HC1084-19-D-0001, is $630,000, funded by fiscal 2019 research, development, test and evaluation funds. Performance will be at current Defense Information Systems Agency (DISA) data centers or future DISA centers in the continental U.S. (CONUS); DISA outside CONUS data centers; and other DISA or DISA-approved locations worldwide in which DISA may acquire an operational responsibility. Proposals were solicited via the Federal Business Opportunities website (FEDBIZOPPS), and two proposals were received. The period of performance is for a base period of five years beginning Oct. 17, 2018, and five one-year option periods through Oct. 16, 2028. The Defense Information Technology Contracting Organization, Scott AFB, Illinois, is the contracting activity (HC1084-19-D-0001).

NAVY

The Boeing Co., Seattle, Washington, is awarded $136,999,356 for modification P00002 to a previously awarded firm-fixed-price, time and material, indefinite-delivery/indefinite-quantity contract (N00019-18-D-0113). This modification provides CFM56-7B27A/3 and CFM56-7B27AE engine depot maintenance and repair, field assessment, maintenance repair and overhaul engine repair, and technical assistance for removal and replacement of engines for the P-8A Poseidon aircraft in support of the Navy and the government of Australia. Work will be performed in Atlanta, Georgia (94 percent); and Seattle, Washington (6 percent), and is expected to be completed in October 2019. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics National Steel and Shipbuilding Co., San Diego, California, is awarded a $136,753,425 undefinitized contract action on a not-to-exceed basis for the procurement of long lead time material, pre-production and engineering support for the Expeditionary Sea Base 6. This action allows the procurement of ship sets of the purchase specifications supporting integrated propulsion, main diesel generator engines, propeller and shafting, integrated bridge electronics, centrifugal pumps, fuel and lube oil purifiers and steering gear components. Work will be performed in San Diego, California (21 percent); Beloit, Wisconsin (19 percent); Pittsburgh, Pennsylvania (17 percent); various cities in Alabama and Iowa (9 percent); Chula Vista, California (5 percent); Chesapeake, Virginia (5 percent); Iron Mountain, Michigan (4 percent); Busan, Korea (3 percent); and various other locations totaling 17 percent, and is expected to be completed by May 2019. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $65,876,713 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with U.S. Code 2304(c) (1) – 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.

StandardAero Inc., San Antonio, Texas, is being awarded $121,890,824 for modification P00002 to a previously awarded firm-fixed-price, time and material, indefinite-delivery/indefinite-quantity contract (N00019-18-D-0110). This modification provides CFM56-7B27A/3 and CFM56-7B27AE engine depot maintenance and repair, field assessment, maintenance repair and overhaul engine repair, and technical assistance for removal and replacement of engines for the P-8A Poseidon aircraft in support of the Navy and the government of Australia. Work will be performed in Winnipeg, Manitoba, Canada (93 percent); and San Antonia, Texas (7 percent), and is expected to be completed in October 2019. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., Seattle, Washington, is awarded $33,025,575 for modification P00003 to a previously awarded firm-fixed-price, time and material, indefinite-delivery/indefinite-quantity multiple award contract (N00019-18-D-0112). This modification provides P-8A Poseidon aircraft depot scheduled and unscheduled maintenance, depot in-service repair planner and estimator requirements, technical directive incorporation, airframe modifications, ground support and removal and replacement of engines in support of the Navy and the government of Australia. Work will be performed in Atlanta, Georgia (94 percent); and Seattle, Washington (6 percent), and is expected to be completed in October 2019. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AAR Aircraft Services Inc., Indianapolis, Indiana, is awarded $32,784,405 for modification P00003 to a previously awarded firm-fixed-price, time and material, indefinite-delivery/indefinite-quantity multiple award contract (N00019-18-D-0111). This modification provides P-8A Poseidon aircraft depot scheduled and unscheduled maintenance, depot in-service repair planner and estimator requirements, technical directive incorporation, airframe modifications, ground support and removal and replacement of engines in support of the Navy and the government of Australia. Work will be performed in Indianapolis, Indiana, and is expected to be completed in October 2019. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, is awarded $28,694,621 for firm-fixed-price task order N6945019F0500 under a previously awarded global contingency service multiple award contract (N62742-16-D-3552) for base operations support services at Naval Station, Guantanamo Bay. The work to be performed provides for base operations support services to include family housing, facility management, facility investment, custodial, pest control, integrated solid waste management, other (swimming pools), grounds maintenance and landscaping, utilities management, electrical, wastewater, water, and base support vehicles and equipment. The task order also contains two unexercised six-month option periods, which if exercised would increase the cumulative task order value to $59,727,709. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by November 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy, Army and Defense Agencies); fiscal 2019 Navy working capital funds; and fiscal 2019 Defense Health Program contract funds in the amount of $21,483,790 for recurring work will be obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

EDO LLC, Amityville, New York, is awarded $7,751,952 for modification P00009 to a previously awarded cost-plus-fixed-fee, firm-fixed-price, cost reimbursable contract (N00019-17-C-0029). This modification provides for the procurement of four carriage system simulators, nine BRU-55B/A engineering change proposal kits, 30 joint miniature munition interface / universal armament interface capable umbilical cables, and non-recurring engineering for the universal armament interface to include parts, testing, labor and travel in support of the Precision Strike Weapons program office. Work will be performed in Amityville, New York, and is expected to be completed in June 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,751,952 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.

DEFENSE LOGISTICS AGENCY

Aseptico Inc.,* Woodinville, Washington, has been awarded a maximum $28,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This is a five-year contract with no option periods. This was a competitive acquisition with 53 responses received; 16 contracts have been awarded to date. Using customers are Department of Defense and other federal organizations. Location of performance is Washington, with an Oct. 15, 2023, performance completion date. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0004).

*Small Business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1663723/source/GovDelivery/

On the same subject

  • Contract Awards by US Department of Defense - January 06, 2020

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

    Contract Awards by US Department of Defense - January 06, 2020

    ARMY Adams Communication & Engineering Technology Inc.,* Reston, Virginia (W15P7T-20-D-0001); Advanced Technology Systems Co.,* McLean, Virginia (W15P7T-20--D0003); The Boeing Co., Ridley Park, Pennsylvania (W15P7T-20-D-0004); CopaSat LLC,* Tampa, Florida (W15P7T-20-D-0005); GATR Technologies Inc., Huntsville, Alabama (W15P7T-20-D-0006); DataPath Inc., Duluth, Georgia (W15P7T-20-D-0007); Envistacom LLC, Atlanta, Georgia (W15P7T-20-D-0008); Fairwinds Technologies LLC,* Annapolis, Maryland (W15P7T-20-D-0009); General Dynamics One Source LLC, Fairfax, Virginia (W15P7T-20-D-0010); Globecomm Systems Inc., Hauppauge, New York (W15P7T-20-D-0011); Kratos Technology & Training Solutions Inc., San Diego, California (W15P7T-20-D-0012); NewSat North America LLC, Indian Harbour Beach, Florida (W15P7T-20-D-0013); Nexagen Network Inc.,* Morganville, New Jersey (W15P7T-20-D-0014); PAE National Security Solutions LLC, Fredericksburg, Virginia (W15P7T-20-D-0015); Quantum Research International Inc., Huntsville, Alabama (W15P7T-20-D-0016); Serco Inc., Herndon, Virginia (W15P7T-20-D-0017); STS International Inc.,* Berkeley Springs, West Virginia (W15P7T-20-D-0018); Telecommunication Systems Inc., Annapolis, Maryland (W15P7T-20-D-0019); TMC Design Corp.,* Las Cruces, New Mexico (W15P7T-20-D-0020); Trace Systems Inc.,* Vienna, Virginia (W15P7T-20-D-0021); Tribalco LLC, Bethesda, Maryland (W15P7T-20-D-0022); and Ultisat Inc., Gaithersburg, Maryland (W15P7T-20-D-0023), will compete for each order of the $5,100,000,000 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for the Global Tactical Advanced Communication Systems (GTACS II) and services. Bids were solicited via the internet with 24 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 5, 2030. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. IOEI-EQM JV,* San Diego, California, was awarded a $35,000,000 fixed-price level-of-effort contract to provide emergency, immediate or rapid-response environmental remediation services at contaminated sites. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 11, 2022. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0020). Young's General Contracting Inc.,* Poplar Bluff, Missouri, was awarded a $9,199,326 firm-fixed-price contract for flood rehabilitation of the Clear Creek-Platte River Right Bank Levee System. Bids were solicited via the internet with four received. Work will be performed in Omaha, Nebraska, with an estimated completion date of Sept. 7, 2020. Fiscal 2020 civil construction funds in the amount of $9,199,326 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-C-0007). Manson Construction Co., Seattle, Washington, was awarded an $8,396,000 firm-fixed-price contract for dredging of the Mississippi River. Bids were solicited via the internet with two received. Work will be performed in Plaquemines, Louisiana, with an estimated completion date of Oct. 12, 2020. Fiscal 2020 operations and maintenance-Recovery Act and civil works funds in the amount of $8,396,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0010). Indtai Inc., Vienna, Virginia, was awarded a $7,640,269 modification (P00016) to contract W9124J-17-C-0018 to deliver adult education programs and services. Work will be performed at Fort Sam Houston, Texas, with an estimated completion date of July 27, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,640,269 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity. NAVY Ace Electronics Defense Systems LLC,* Aberdeen Proving Ground, Maryland, is awarded a $64,405,123 single-award, indefinite-delivery/indefinite-quantity contract with firm-fixed-price delivery orders for the production and delivery of manufacturing kits, spare parts and first article testing for the hardware component refresh of the Tactical Tomahawk Weapons Control System (AN/SWG-5(V)6). The AN/SWG-5(V)6 upgrade offers new offensive capabilities to upgraded ships in support of the Maritime Strike Tomahawk, addresses obsolescence risks and improves the operability and maintainability of the system hardware. This single-award, indefinite-delivery/indefinite-quantity contract has a five-year ordering period, which, if all line item quantities are ordered, would bring the cumulative value of this contract to $64,405,123, with an ordering period to January 2025. Work will be performed in Aberdeen Proving Ground, Maryland, and is expected to be complete by January 2025. Fiscal 2019 other procurement (Navy) funding in the amount of $259,118 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one proposal received. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-20-D-0002). Engineered Coil Co., doing business as DRS Marlo Coil, High Ridge, Missouri, is awarded an $11,007,314 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for up to 103 modular refrigeration systems in support of Naval Surface Warfare Center, Philadelphia Division (NSWCPD). The supplies under this contract cover the Air Conditioning Refrigeration and Thermal Management Control System Branch (Code 411) and the Auxiliary Machinery Systems Division (Code 41) of the NSWCPD. These supplies are in support of CVN 68, CVN 69, CVN 74, CVN 75 and CVN 77. Work will be performed in High Ridge, Missouri, and is expected to be complete by December 2023. Fiscal 2020 shipbuilding and conversion (Navy) funding for $2,212,490 will be obligated at time of award via an individual task order and will not expire at the end of the current fiscal year. In accordance with Section 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). NSWCPD, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-0002). DEFENSE LOGISTICS AGENCY Conmed Corp., Utica, New York, has been awarded a maximum $36,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency Electronic Catalog. This was a competitive acquisition with 102 responses received. This is a five-year contract with no option periods. Location of performance is New York, with a Dec. 29, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0027). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2051251/source/GovDelivery/

  • Wittman lukewarm on Air Force plan to ‘quickstart’ programs

    October 5, 2023 | International, Aerospace

    Wittman lukewarm on Air Force plan to ‘quickstart’ programs

    "Congress needs to do its job" and pass budgets on time, Rep. Rob Wittman, R-Va., said. “If we did our jobs, you wouldn’t need quickstart provisions.”

  • Un rapport du Sénat appelle à sauver la BITD

    July 15, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Un rapport du Sénat appelle à sauver la BITD

    Un rapport du Sénat appelle le gouvernement à maintenir un effort de défense substantiel sous peine de voir disparaître des pans de la base industrielle et technologique de défense, la BITD. Celle-ci « joue dans les cinq ans qui viennent sa survie », estiment les auteurs, deux sénateurs de la commission des affaires étrangères et de la défense, Pascal Allizard (Les Républicains) et Michel Boutant (PS). Le nouveau gouvernement devrait annoncer après l'été un plan de relance. « Il est fondamental que ce plan comporte un volet spécifique pour la BITD, soulignent Pascal Allizard et Michel Boutant. Les entreprises de la BITD qui disparaîtraient faute de relance ne seront pas remplacées ». La Tribune du 14 juillet 2020

All news