Back to news

October 19, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense – October 16, 2020

U.S. SPECIAL OPERATIONS COMMAND

Barbaricum LLC, Washington, D.C. (H92401-21-D-0001); iGov Technologies Inc., Reston, Virginia (H92401-21-D-0002); and NexTech Solutions LLC, Orange Park, Florida (H92401-21-D-0003), were awarded three indefinite-delivery/indefinite-quantity contracts with a maximum combined ceiling of $780,000,000 under the Targeted Requirement Execution multiple award contract for intelligence, surveillance and reconnaissance related equipment solutions as well as related incidental development and/or other services in the following four categories: system integration, hardware and modifications, specialized communications solutions, and networks and signal processing capabilities. Fiscal 2020 procurement funds in the amount of $2,500 are being obligated for each contract at the time of award. The majority of the work will be performed at the contractors' facilities and is expected to be completed by October 2025. The contracts were competitively awarded using Federal Acquisition Regulation Part 15 procedures. U.S. Special Operations Command, Tampa, Florida, is the contracting activity.

ARMY

Navistar Defense, Melrose Park, Illinois, was awarded a $44,817,631 modification (P00013) to contract W56HZV-15-D-0037 for technical support services for Mine Resistant Ambush Protected MaxxPro family of vehicles. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2023. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity is the contracting activity.

NAVY

BAE Systems Land & Armaments L.P., Armament Systems Division, Louisville, Kentucky, is being awarded a $33,673,319 firm-fixed-price, cost-plus-fixed-fee modification to previously awarded contract N00174-19-C-0004 for two overhauled/upgraded MK45 Mod 4 gun mounts, and their associated components, to include Mk63 Mod 1 weather shields, Mod 4 manufacture kits, and Mod 0 gun barrels. Work will be performed in Louisville, Kentucky, and is expected to be completed by October 2025. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $33,673,319 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Maryland, is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $25,053,891 cost-plus-fixed-fee modification to previously awarded contract N00024-20-C-2120 for additional fiscal 2021 development studies and design efforts for Virginia-class submarines. Work will be performed in McLeansville, North Carolina, and is expected to be completed by September 2021. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $15,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2385079/

On the same subject

  • Contract Awards by US Department of Defense - September 18, 2019

    September 19, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 18, 2019

    AIR FORCE Altamira Technologies Corp., McLean, Virginia (FA7146-19-D-0700); Booz Allen Hamilton, McLean, Virginia (FA7146-19-D-0710); Deloitte Consulting LLP, Arlington, Virginia (FA7146-19-D-0720); Fulcrum IT Services, Centreville, Virginia (FA7146-19-D-0730); ManTech Advanced Systems International Inc., Herndon, Virginia (FA7146-19-D-0740); MCR Federal LLC, McLean, Virginia (FA7146-19-D-0750); Novetta Inc., McLean, Virginia (FA7146-19-D-0760); and SAIC, Reston, Virginia (FA7146-19-D-0770), have been awarded a not-to-exceed $950,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for analytical and technical services. This contract vehicle provides for analytical and technical services for the Secretary of the Air Force's Concepts, Development, and Management Office. Work will be performed as indicated in each order and is expected to be completed by September 2029. This award is the result of a competitive acquisition and 10 offers received. Fiscal 2019 operations and maintenance funds in the amount of $5,000 are being obligated to each of the eight initial task orders. The Secretary of the Air Force's Concepts, Development, and Management Office, Fairfax, Virginia, is the contracting activity. Range Generation Next LLC, Sterling, Virginia, has been awarded a $122,345,824 fixed-price-incentive-firm target modification (P00262) for the previously awarded contract FA8806-15-C-0001 in support of operations, maintenance and sustainment on the Launch and Test Range System. The modification exercises the fifth option period effective Oct. 1, 2019. Work will be performed at the Western Range, Vandenberg Air Force Base, California; and the Eastern Range, Patrick Air Force Base, Florida, and is expected to be completed by Sept. 30, 2020. No funds are being obligated at time of award. The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. Thales Air Traffic Management Inc., Clarksburg, Maryland, was awarded a $21,818,801 modification (P00012) to contract FA8730-18-C-0034 for the purchase of six additional deployable instrumental landing systems. Work will be performed in Clarksburg, Maryland, and is expected to be completed by June 30, 2022. This sole source award is the result of a priced option of the contract previously mentioned. Fiscal 2017 and fiscal 2019 other production funds in the amount of $21,818,801 are being obligated at the time of the award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $12,880,167 cost-plus-incentive-fee contract modification (P01000) to a previously awarded contract F19628-02-C-0010 for fiscal 2020 Eglin sustainment support. This modification provides sustainment support for the Eglin AN/FPS (Army, Navy/Fixed Ground Detecting/Range and Bearing Search)-85 Radar. The Eglin AN/FPS-85 Radar is a computer-controlled, phased-array radar set operating as a functional entity in the Air Force Space Command Space Surveillance Network. The radar set concurrently performs the functions of detection, target recognition, acquisition and track of many space objects. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by June 30, 2020. Total cumulative face value is $12,880,167. Fiscal 2020 operations and maintenance funds are being used and no funds are being obligated at time of award. The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. M1 Support Services, Denton, Texas, has been awarded a $12,366,227 modification (A00038) to contract FA3002-15-C-0006 for Trainer Maintenance Services. This action is to exercise Option Period Five. Work will be performed at Sheppard Air Force Base, Texas; and satellite site at Naval Air Station, Pensacola, Florida, and is expected to be completed by Sept. 30, 2020. The total cumulative face value of the contract is $76,725,152. Fiscal 2020 operations and maintenance funds will be used and no funds are being obligated at the time of the award. The 82d Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity. ARMY BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $148,271,911 modification (P00018) to contract W56HZV-17-C-0242 for M88A2 Heavy Equipment Recovery Combat Utility Lift and Evacuation System vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of May 31, 2022. Fiscal 2019 procurement of weapons and tracked combat vehicles, Army funds in the amount of $148,271,911 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Knight Construction & Supply Inc.,* Deer Park, Washington, was awarded an $18,326,100 firm-fixed-price contract for Dalles 480 ton Intake Gantry Crane replacement. Bids were solicited via the internet with five received. Work will be performed in Dalles, Oregon, with an estimated completion date of Jan. 31, 2023. Fiscal 2019 Bonneville Power Administration; and operations and maintenance, civil funds in the amount of $517,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-19-C-0024). Affolter Contracting Co. Inc.,* La Marque, Texas, was awarded a $9,089,400 firm-fixed-price contract for Peggy Lake Placement Area dewatering and dike raise. Bids were solicited via the internet with one received. Work will be performed in Houston, Texas, with an estimated completion date of Dec. 21, 2020. Fiscal 2019 operations and maintenance, civil funds in the amount of $9,089,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0017). NAVY J. Walter Thompson U.S.A. LLC, doing business as Wunderman Thompson, of Atlanta, Georgia, is being awarded a $79,169,854 firm-fixed-price, one year contract for full service advertising agency support to furnish supplies and services to enhance the Marine Corps' recruiting efforts. This contract includes four one-year option periods which, if exercised, could bring the cumulative value of this contract to $529,904,636. Work will be performed in Atlanta, Georgia, and is expected to be completed December 2020. If all options are exercised, work will continue through December 2024. This award is subject to the availability of funds. Fiscal 2020 operation and maintenance (Marine Corps) funds in the amount of $79,169,854 will be obligated when funding becomes available and will expire Sept. 30, 2020. This contract was competitively procured via solicitation on the Federal Business Opportunities website, with three proposals received. The Marine Corps Installations Command Contracting Office, Arlington, Virginia, is the contracting activity (M95494-19-C-0020). The Boeing Co., St. Louis, Missouri, is being awarded a $30,880,590 cost-plus-fixed-fee contract to establish organic depot and intermediate level maintenance repair capability of the Consolidated Automated Support System Operational Test Program Sets for Stores Management System components in support of the P-8A Poseidon Multi-mission Maritime Aircraft. Work will be performed in St. Louis, Missouri (80%); and Grand Rapids, Michigan (20%), and is expected to be completed in September 2024. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $30,880,590 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-C-0543). Raytheon Missile Systems, Tucson, Arizona, is being awarded a $25,493,505 cost-plus-fixed fee contract for critical design review of the Tomahawk Weapons System Military Code, to include studies, analysis, design, development, integration and test of hardware and software solutions. In addition, this contract provides for identification of the kit bill of materials, fabrication, assembly, integration, test and documentation of an AGR5 kit. Work will be performed in El Segundo, California (55.6%); and Tucson, Arizona (44.4%), and is expected to be completed in March 2021. Fiscal 2018 and 2019 research, development, test and evaluation (Navy) funds in the amount of $7,558,963 will be obligated at time of award, $1,883,848 of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Forcepoint Federal LLC, Salt Lake City, Utah, is being awarded an estimated $13,462,622 indefinite-delivery/indefinite-quantity, firm-fixed-price and time and materials contract for the purchase of software and associated technical support services. Work will be performed in San Diego, California, and at contractor facilities in northern Virginia. Work is expected to be completed by 2024. The contract includes a single five year ordering period. No funding is being placed on contract at time of award. Contract funds will be obligated on individual delivery orders. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $414,895 will be obligated on the first delivery order. Funds will expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) – only one responsible source, and no other supplies or services will satisfy agency requirements (Federal Acquisition Regulation subpart 6.302-1(a)). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-19-D-0034). SCI Technology Inc., Huntsville, Alabama, is being awarded a $13,345,676 firm-fixed-fee, indefinite-delivery/indefinite-quantity contract for Tactical Operation Center Network (TOCNET) Generation 4 Ground Mobility Vehicle 1.1 kits and TOCNET G4 Mine Resistant Ambush Protected (MRAP) kits. These kits are in support of the U.S. Special Operations Command family of operations vehicles production sparing efforts for the GMV 1.1 and MRAP system variants. Work will be performed in Huntsville, Alabama, and is expected to be completed in September 2023. No funds will be obligated at time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0151). Alliant Techsystems Operations LLC (a wholly-owned subsidiary of Northrop Grumman Innovation Systems Inc.), Northridge, California, is being awarded a $10,640,798 modification (P00001) to a previously awarded firm-fixed-price (N00019-19-C-0049) for the full rate production Lot 8 Advanced Anti-Radiation Guided Missile (AARGM). This modification provides for conversion of government-provided AGM-88B High Speed Anti-Radiation Missiles (HARMs) into 4 AGM-88E AARGM all up rounds (AURs) for the Navy; and 11 AGM-88E AARGM AURs for the government of Italy, to include related supplies and services necessary for their manufacture, sparing, and fleet deployment. Work will be performed in Northridge, California (80%); Ridgecrest, California (10%); and Sanguinetto, Italy (10%), and is expected to be completed in March 2022. Fiscal 2017 weapons procurement (Navy) funds; and cooperate partner funds in the amount of $10,640,798 will be obligated at time of award, $2,334,813 of which will expire at the end of the current fiscal year. This contract combines purchase for the Navy ($2,334,813; 22%); and the government of Italy ($8,305,985; 78%) under a cooperative agreement. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. MBF Architects PA,* New Bern, North Carolina, is being awarded a maximum amount $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract for a multi-discipline A-E services for Marine Corps Air Station (MCAS), Cherry Point, North Carolina in Naval Facilities Engineering Command Mid-Atlantic area of responsibility. The work to be performed provides for comprehensive A-E services required for planning, design and construction services in support of new construction, repair, replacement, demolition, alteration and/or improvement of military and other governmental facilities. Facility types may include, but are not limited to, personnel housing facilities (bachelor enlisted quarters and bachelor officers' quarters, hospitality); office facilities (medical, training, secure facilities); training facilities (operational, maintenance and classroom); industrial maintenance facilities (vehicle maintenance shops, shore intermediate maintenance activities, aircraft maintenance hangars, public works shops and warehouses); and related utilities (steam, natural gas, potable water industrial wastewater, sanitary sewer, storm water, compressed air, fire suppression and alarm systems, electrical distribution, control systems, lighting, energy management and communications). Projects may involve single or multiple disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, landscape design, fire protection and interior design. Task order 0001 is being issued in the amount of $5,000 for the minimum guarantee. All work on this contract will be performed at MCAS, Cherry Point, North Carolina. The term of the contract is not to exceed 60 months with an expected completion date of September 2024. Supervision, inspection and overhead funds in the amount of $5,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction, (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with 15 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9247). Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $9,179,045 cost-plus-fixed-fee delivery order (N00019-19-F-2789) against a previously issued basic ordering agreement (N00019-12-G-0012) in support of the H-1 Upgrade helicopter. This order provides for five aircraft wiring and integration remote terminal/cockpit wiring and integration remote terminal/flight control computer/flight controller computer refreshed test stations. Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2022. Fiscal 2017 and 2018 aircraft procurement (Navy) funds in the amount of $9,179,045 will be obligated at time of award, $7,631,175 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Weldin Construction LLC,* Palmer, Alaska , is being awarded an $8,374,300 firm-fixed-price task order N44255-19-F-4422 under a multiple award construction contract for a special project to install new oily wastewater treatment system and associated utilities at Naval Base Kitsap, Bremerton, Washington. Work will be performed in Bremerton, Washington, and is expected to be completed by October 2020. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $8,374,300 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4008). Frawner Corp.,* Anchorage, Alaska, is being awarded an $8,114,000 firm-fixed-price task order N62473-19-F-5330 at under a multiple award construction contract for repair of Zone one (3rd Street) high temperature hot water at the Marine Corps Air Ground Combat Center. This project is for the removal, replacement and new high temperature hot water piping, valves, insulation and incidental related work including, but not limited to, modifications and expansion of associated pipe. This project will provide for the installation of a new high temperature hot water supply and return lines in the existing underground utility corridor. Work will be performed in Twentynine Palms, California, and is expected to be completed by March 2021. Fiscal 2019 operation and maintenance, (Marine Corps) contract funds in the amount of $8,114,000 are 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 Southwest, Facilities Engineering Acquisition Division, Twentynine Palms, California, is the contracting activity (N62473-19-D-1202). Meggitt Defense Systems Inc., Irvine, California, is being awarded an $8,089,578 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for nine liquid palletized system units in support of Lot 8 full rate production P-8A aircraft. Work will be performed in Irvine, California (78%); Sumner, Washington (8%); Niagara, New York (4%); and various locations within the continental U.S. (10%), and is expected to be completed in April 2024. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $8,089,578 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0039). WASHINGTON HEADQUARTERS SERVICES John Hopkins University Applied Physics Lab, Laurel, Maryland, has been awarded a $11,442,418 cost-plus-fixed-fee contract. This contract is to support the government with development of prototypes, test plans, rapid fielding, operational experiments and changes in existing acquisition programs with a focus on identification and reduction of programmatic and technical risk provides for applied research. Work performance will take place primarily in Laurel, Maryland. Fiscal 2019 operations and maintenance funds in the amount of $607,000; fiscal 2019 research, development, test, and evaluation funds in the amount of $8,835,418; and fiscal 2019 procurement funds in the amount of $2,000,000 are being obligated on this award. The expected completion date is May 30, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-D0006). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1964752/source/GovDelivery/

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

    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/

  • La filière aéro va recruter à tour de bras

    June 10, 2022 | International, Aerospace, Naval, Land, C4ISR, Security

    La filière aéro va recruter à tour de bras

    La filière aéro voit le bout du tunnel. Enfin, elle veut l'espérer, même si le trafic aérien mondial n'a pas encore retrouvé son niveau...-aero-spatial

All news