Back to news

October 21, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense – October 19, 2020

ARMY

Brockington and Associates,* Atlanta, Georgia (W912P9-21-D-0001); New South Associates Inc.,* Stone Mountain, Georgia (W912P9-21-D-0002); Southeastern Archaeological Research Inc.,* Orlando, Florida (W912P9-21-D-0003); and Environmental Solutions and Innovations Inc.,* Cincinnati, Ohio (W912P9-21-D-0004), will compete for each order of the $83,000,000 hybrid (firm-fixed-price, labor-hours) contract for providing multidisciplinary cultural resource-related services for projects undertaken by the U.S. Army Corps of Engineers St. Louis District. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 21, 2025. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity.

NAVY

Yahata Marine K.K., Yokohama, Japan, is awarded an estimated $61,000,000 under previously awarded Request for Proposal N68171-20-R-0001 multiple award of firm-fixed-price, indefinite-delivery/indefinite-quantity contracts to provide husbanding, management and integration services consisting of general charter and hire, utilities, force protection, communications and land transportation services to support maritime forces of the Department of Defense, other U.S. government agencies, and other nations to include Navy ships, Marine Corps, Military Sealift Command (MSC), Air Force, Army, Coast Guard, North Atlantic Treaty Organization (NATO), and other foreign vessels participating in U.S. military or NATO exercises and missions. The contracts on the multiple award will run concurrently and will include a five-year base ordering period with one five-year option with individual requirements performed under task orders when specific dates and locations are identified. If the option period is exercised, the total estimated value of the contracts combined will have a ceiling value of $2,122,000,000. The ordering period of the contract is expected to be completed by October 2025; if all options are exercised, the ordering period will be completed by October 2030. This company will perform work in three geographic regions: Southeastern Asia 1 (49%); Oceania (26%); and Japan (25%). Due to the fact that the specific requirements for husbanding support cannot be predicted at this time, more specific information about where the work will be performed cannot be currently provided. Fiscal 2021 operations and maintenance (Navy) funds in the amount of $3,000 will be obligated to fund the contract's minimum amount, and funds will expire at the end of the current fiscal year. Additional funds will be obligated at the task order level with the appropriate fiscal year funding as issued by the main type commanders for each area of responsibility. Typical funding issued by each of the customers include operations and maintenance (Navy) funds from U.S. Fleet Forces Command; and working capital funds (Navy) from MSC. The requirement was competitively procured for the award of multiple contracts with the solicitation posted on beta.SAM.gov, Navy Electronic Commerce Online (NECO) and Euro NECO with 36 offers received. The Naval Supply Systems Command Fleet Logistics Center, Sigonella, Naples Detachment, Italy, is the contracting activity (N68171-21-D-0036).

Alabama Shipyard LLC, Mobile, Alabama, is awarded a $17,902,644 firm-fixed-price contract (N32205-21-C-4010) for a 76-calendar day shipyard availability for the regular overhaul and dry-docking of USNS Washington Chambers (T-AKE 11). The contract includes options which, if exercised, would bring the total contract value to $19,278,302. Work will be performed in Mobile, Alabama, and is expected to be completed by March 20, 2021. Funds in the amount of $17,902,644 are obligated in fiscal 2021 using working capital funds (Navy). This contract was competitively procured with proposals solicited via the beta.SAM.gov website and two offers were received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

The National Industries for the Blind,** Alexandria, Virginia, has been awarded a maximum $8,728,339 modification (P00008) exercising the second one-year option period of a one-year base contract (SPE1C1-19-D-B043) with four one-year option periods for moisture wicking t-shirts. This is an indefinite-delivery contract. Locations of performance are Virginia, North Carolina, and Arkansas, with an Oct. 30, 2021, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania.

*Small business
**Mandatory source

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2386753/source/GovDelivery/

On the same subject

  • Sig Sauer nabs $10M Army contract for sniper rifle ammo

    January 16, 2020 | International, Land

    Sig Sauer nabs $10M Army contract for sniper rifle ammo

    Jan. 15 (UPI) -- The U.S. Army has awarded Sig Sauer a $10 million contract to manufacture ammunition for use in the branch's bolt-action sniper rifle. "This award by the U.S. Army is validation of our state-of-the-art manufacturing that has resulted in the highest quality, and most precise, ammunition delivering on-target accuracy for snipers in the field," said Ron Cohen, Sig Sauer president and CEO. The contractor will manufacture MOD 0 .300 Win Mag ammunition at its facility in Jacksonville, Ark. The contract also funds production of MK 248 MOD 1 ammunition for the military. In 2011, the Army transitioned from the 7.62mm to the .300 Win Mag round, providing the new round to sniper teams in Afghanistan. The new round allows snipers to engage targets from 1,200 meters as opposed to the 800-meter range of the older M24 sniper system. https://www.upi.com/Defense-News/2020/01/15/Sig-Sauer-nabs-10M-Army-contract-for-sniper-rifle-ammo/7371579124524/

  • Ozmen’s SNC selected as AC/MC-130J RFCM integrator by U.S Special Operations Command

    July 8, 2020 | International, C4ISR

    Ozmen’s SNC selected as AC/MC-130J RFCM integrator by U.S Special Operations Command

    Centennial, Colo., July 2, 2020 – Sierra Nevada Corporation (SNC), the global aerospace and national security company owned by Eren and Fatih Ozmen, was selected by the U.S. Special Operations Command (USSOCOM) as the supplier for the AC-130J and MC-130J Radio Frequency Countermeasure (RFCM) program. The RFCM suite will provide special operation forces (SOF) operators with accurate and timely situational awareness information and improve aircraft survivability. “We are excited to expand our solutions for SOF warfighters,” said Bob Horky, Senior Vice President for SNC's ISR, Aviation and Security business area. “The aircraft they operate need the protection RFCM provides.” SNC will incorporate Northrop Grumman Corporation's RFCM system on aircraft to provide threat detection, precision geolocation, and active countermeasure capabilities. Advanced system processing and robust spectrum support significantly improve aircraft survivability in the modern threat environment. SNC's approach to aircraft survivability emphasizes full platform integration leveraging platform datalinks, integrated processing, and common tactical display systems. SNC used its electromagnetic and aerodynamic modeling expertise to maximize the performance of the installed system. SNC is a leading integrator for special mission aircraft, including USSOCOM AC‑130J and MC‑130J aircraft. As a significant supplier to the AC-130J Ghostrider Precision Strike Package and the prime contractor for the MC-130J Commando II Airborne Mission Networking systems, SNC brings novel approaches to integrating innovative technology to airborne platforms. SNC is committed to providing customers with full usage rights, breaking original equipment manufacturer (OEM) vendor lock and supporting maximized innovation, enhanced competition and reduced system life-cycle costs. For more information, visit www.sncorp.com About Sierra Nevada Corporation (SNC) Owned by Chairwoman and President Eren Ozmen and CEO Fatih Ozmen, SNC is a trusted leader in solving the world's toughest challenges through best-of-breed, open architecture engineering in Space Systems, Commercial Solutions, and National Security and Defense. SNC is recognized among The Top 10 Most Innovative Companies in Space, as a Tier One Superior Supplier for the U.S. Air Force and is the only aerospace and defense firm selected as a 2020 US Best Managed Company. For nearly 60 years, SNC has delivered state-of-the-art civil, military and commercial solutions including more than 4,000 space systems, subsystems and components to customers worldwide, and participation in more than 450 missions to space, including to Mars. View source version on Sierra Nevada Corporation (SNC): https://www.sncorp.com/press-releases/snc-selected-as-acmc-130j-integrator-by-ussocom/

  • Contract Awards by US Department of Defense - November 11, 2019

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

    Contract Awards by US Department of Defense - November 11, 2019

    U.S. TRANSPORTATION COMMAND Seventeen companies have been awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contracts under the Worldwide Airlift Services Program, contracts with an estimated program value of $5,700,000,000: Air Center Helicopters, Burleson, Texas (HTC71120DR005); Berry Aviation Inc., San Marcos, Texas (HTC71120DR006); Bighorn Airways, Sheridan, Wyoming (HTC71120DR007); Careflight Ltd., Northmead, New South Wales, Australia (HTC71120DR009); CHI Aviation, Howell, Michigan (HTC71120DR010); Columbia Helicopters Inc., Aurora, Oregon (HTC71120DR011); Contour Aviation, Smyrna, Tennessee (HTC71120DR012); CSI Aviation Inc., Albuquerque, New Mexico (HTC71120DR013); East Coast Flight Services Inc., Easton, Maryland (HTC71120DR014); Erickson Helicopters Inc., Portland, Oregon (HTC71120DR015); Flightworks Inc., Kennesaw, Georgia (HTC71120DR016); Hillsboro Aviation, Hillsboro, Oregon (HTC71120DR017); Jet Logistics Inc., Charlotte, North Carolina (HTC71120DR018); Mountain Aviation Inc., Broomfield, Colorado (HTC71120DR019); Omni Air Transport, Tulsa, Oklahoma (HTC71120DR020); Phoenix Air Group Inc., Cartersville, Georgia (HTC71120DR021); and Rampart Aviation, Colorado Springs, Colorado (HTC71120DR022). This contract provides worldwide Federal Aviation Regulation (FAR) Part 135 airlift services utilizing fixed and/or rotary wing aircraft to transport Department of Defense (DoD) and other federal agency personnel and cargo for domestic and international shipments. Services shall be provided for DoD and other federal government agencies. Services required include aircrew, ground personnel, supplies, ancillary support services and equipment to perform dedicated and/or ad hoc FAR Part 135 or equivalent Civil Aviation Authority airlift operations (at both military and commercial airports/airfields/landing zones). Operations could include the movement of passengers and cargo (or combination thereof), air ambulance, medical evacuation, sling-load cargo operations, delivery of Class I-X supplies, and U.S. Mail and/or other like services. Work will be performed internationally and domestically, with an expected completion date of Nov. 11, 2024. Ordering may be centralized or decentralized and will be determined at the task order level. Funding is provided by multiple government agencies. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois. (Awarded Nov. 7, 2019) NAVY General Dynamics Mission Systems, Scottsdale, Arizona, is awarded a $731,876,547 cost-plus-award-fee and firm-fixed-price indefinite delivery/ indefinite quantity contract for Mobile User Objective System (MUOS) ground system sustainment. MUOS is a narrowband military satellite communications system that supports a worldwide, multiservice population of users, providing modern netcentric communications capabilities while supporting legacy terminals. Fiscal 2020-2029 weapons procurement (Navy); fiscal 2020-2029 research, development, test and evaluation (Navy); and fiscal 2020-2029 operation and maintenance (Navy) funding will be applied to task orders after the contract award. Contract funds will not expire at the end of the current fiscal year. Work will be performed in Scottsdale, Arizona (94%); Wahiawa, Hawaii (2%); San Diego, California (1%); Niscemi, Italy (1%); Chesapeake, Virginia (1%); and Geraldton, Australia (1%). Work is expected to be completed by November 2029. 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 (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-20-D-0146). L3/Harris Technologies, Clifton, New Jersey, is awarded a $51,852,571 cost-plus-fixed-fee order (N0001920F0394) against a previously issued basic ordering agreement (N00019-16-G-0003). This order procures modifications to the AN/ALQ-214A(V)4 Integrated Defensive Electronic Countermeasures System. This order provides non-recurring engineering to develop, integrate, test and deliver software and firmware as well as all technical data. In addition, this order provides engineering and technical support for test efforts including correction of deficiencies discovered during testing in support of a Foreign Military Sales (FMS) customer. Work will be performed in Clifton, New Jersey, and is expected to be completed in November 2022. FMS funds for $9,000,000 will be obligated at 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. BAE Systems Land & Armaments L.P., Sterling Heights, Michigan, is awarded a $27,100,050 modification to exercise an option for a fixed-price-incentive (firm target) contract line item number (CLIN) 4002 portion of a previously awarded contract (M67854-16-C-0006). This modification is for the purchase of other production costs, which includes program management, vehicle tooling, acceptance testing, and transportation, related to the low rate initial production Lot 3A Amphibious Combat Vehicles. Work will be performed in York, Pennsylvania (60%); Aiken, South Carolina (15 %); San Jose, California (15%); Sterling Heights, Michigan (5%); and Stafford, Virginia (5%), and is expected to be completed in January 2022. Fiscal 2020 procurement (Marine Corps) funds for $27,100,050 will be obligated at the time of award and will not expire at the end of the current fiscal year. The contract was based on full and open competition with the solicitation publicized on the Federal Business Opportunities website with five offers received. The option CLIN was included within that contract and is being exercised in accordance with Federal Acquisition Regulation 52.217-7 Option for Increased Quantity-Separately Priced Line Item. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-0006). Progeny Systems Corp,* Manassas, Virginia, is awarded a $9,653,476 fixed-price-incentive-firm target contract modification to previously awarded contract N00024-19-C-6201 to exercise options for Navy systems support. This effort will award the procurement of Navy equipment. Work will be performed in Manassas, Virginia (50%); and Charleroi, Pennsylvania (50%), and is expected to be completed by August 2021. Fiscal 2019 other procurement (Navy) funding for $9,653,476 will be obligated at time of award and funding will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity. DEFENSE LOGISTICS AGENCY UTS Systems LLC,* Fort Walton Beach, Florida, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for commercial shelters. This is a one-year base contract with three one-year option periods. Location of performance is Florida, with a Nov. 7, 2020, performance completion date. Using military services are Army, Air Force, Navy, and Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1210). DRS Network & Imaging Systems LLC, Melbourne, Florida, has been awarded a maximum $15,751,977 firm-fixed-price contract for 43 separate parts in support of the Direct Support Electrical System Test Set and Next Generation Automated Test System. This contract was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a two-year base contract with one one-year option period. Location of performance is Alabama, with a Nov. 30, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is Defense Logistics Agency Land, Warren, Michigan (SPRDL1-20-C-0005). The Boeing Co., St. Louis, Missouri, has been awarded an estimated $11,318,767 firm-fixed-priced delivery order (SPRPA1-20-F-QM0P) against a five-year basic ordering agreement (SPE4A1-19-G-0013) for aircraft movable canopies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year, four-month contract with no option periods. Location of performance is Missouri, with a March 20, 2025 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Knox County Association for Remarkable Citizens,** Vincennes, Indiana, has been awarded a maximum $9,351,147 modification (P00008) exercising the second one-year option of a one-year base contract (SPE1C1-18-D-N024) with two one-year option periods for the GEN III, Layer II, Mid-Weight Undershirt. This is a firm-fixed-price contract. Location of performance is Indiana, with a Nov. 12, 2020, performance completion date. Using services are Army and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Meggitt Polymers and Composites, Rockmart, Georgia, has been awarded a maximum $8,623,152 firm-fixed-price delivery order (SPRPA1-20-F-LW00) against a five-year basic ordering agreement (SPE4A1-19-G-0013) for F/A-18 fuel tanks. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in the Federal Acquisition Regulation 6.302-1. Location of performance is Georgia, with a Jan. 31, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. ARMY General Dynamic Land Systems Inc., Sterling Heights, Michigan, was awarded a $34,873,995 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to procure Improved Fire Control Electronics Units. Bids were solicited via the internet with one received. Work will be performed in Tallahassee, Florida, with an estimated completion date of Sept. 30, 2021. Fiscal 2020 procurement of weapons and tracked combat vehicles, Army funds in the amount of $2,245,559 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-F-0060). JSR Inc.,* Schertz, Texas, was awarded a $9,260,232 firm-fixed-price contract for renovation of Buildings 820 and 829. Bids were solicited via the internet with six received. Work will be performed in San Antonio, Texas, with an estimated completion date of May 22, 2021. Fiscal 2020 operations and maintenance funds in the amount of $9,260,232 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0004). AIR FORCE Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $32,134,563 modification (P00015) to the previously awarded cost-plus-fixed-fee task order FA8204-16-F-0020 for the Strategic Automated Command and Control System Replacement (SACCS-R). This modification is to definitize a change order and award the added scope for the Time Division Multiplexing to Internet Protocol (TDM-IP). This modification provides for TDM-IP to be implemented and develop a hardware solution to meet the OMNI sunset date using serial-to-IP Adapters to convert messages for transport over the Defense Information System Network. Work will be performed at Hill Air Force Base, Utah; Malmstrom AFB, Montana; Minot AFB, North Dakota; and F.E. Warren AFB, Wyoming, and is expected to be completed by July 31, 2023. The total cumulative face value of the contract is $52,706,639. Fiscal 2020 research, development, test and evaluation funds in the amount of $2,440,888 will be obligated at the time of the award. The Air Force Nuclear Weapons Center, Hill AFB, Utah, is the contracting activity. Lockheed Martin Corp., Ft. Worth, Texas, has been awarded a $15,746,610 cost-plus-fixed-fee contract for Universal Armament Interface. This contract provides for system engineering and program management for universal armament interface development. Work will be performed in Ft. Worth, Texas, and is expected to be completed by Nov. 19, 2024. This award is the result of a sole source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $780,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8628-20-C-2266). Anduril Industries Inc., Irvine, California, has been awarded a $12,000,000 firm-fixed-price Small Business Innovative Research (SBIR) contract for Advanced Battle Management System Sensing Network. This contract provides for an Advanced Battle Management System prototype to process vast quantities of data from thousands of sources to be accessible anywhere. Work will be performed at Irvine, California, and is expected to be complete by July 31, 2021. This award is the result of a sole source acquisition, sequential SBIR Phase 2 contract. Fiscal 2019 research and development SBIR funding; and fiscal 2019 research and development Rapid Capability Office funding in the amount of $12,000,000 are being obligated at the time of award. The Air Force Research Lab, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-C-9300). Quinn Construction, Rapid City, South Dakota (FA469020D0003); All American Contract Solutions, Rapid City, South Dakota (FA469020D0004); and Pedersen and Rangel, Spearfish, South Dakota (FA469020D0005), have each been awarded a $9,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a multiple award construction contract (MACC). This contract is a design-build, bid-build construction acquisition based on a general statement of work further defined with each individual task order. Work to be performed under the MACC will be the general construction category, to include maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving, and earthwork as well as industrial/office buildings on Ellsworth Air Force Base, South Dakota, including Military Family Housing. (NOTE: Extent of work to be accomplished under this contract concerning military family housing on Ellsworth AFB does not include normal maintenance, repair, painting heating, air conditioning, some mechanical, etc., which is covered under the Military Family Housing Maintenance contract). Work is to be completed as specified in each individual task order and the contract completion date is June 29, 2021. This award is the result of a competitive solicitation to small business HUB Zones, Service Disabled Veteran Owned Small Business, and concerns in the 8(a) program only and 11 offers were received. Fiscal 2019 operations and maintenance funds in the amount of $500 are being obligated to each contractor at the time of award. The 28th Contracting Squadron, Ellsworth AFB, South Dakota, is the contracting activity. *Small Business **Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2012852/source/GovDelivery/

All news