Back to news

October 25, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - October 22, 2018

DEFENSE LOGISTICS AGENCY

Loffredo Fresh Produce Co. Inc.,* Des Moines, Iowa (SPE300-19-DP-341; $9,000,000); and Greenberg Fruit Co.,* Omaha, Nebraska (SPE300-19-DS-731; $27,000,000), have each been awarded a firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quality contract under solicitation SPE300-16-R-0042 for fresh fruits and vegetables. This was a competitive acquisition with two responses received. These are 54-month contracts with no option periods. Locations of performance are Iowa and Nebraska, with an April 22, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and non-DoD schools and tribes. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Contitech USA Inc., Fairlawn, Ohio, has been awarded a maximum $20,151,800 firm-fixed-price contract for M109 vehicle tracks. This is a one-year base contract with one-year option that is being exercised at time of award. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Ohio, with a July 8, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0022).

Synergy Logistics Services LLC,** North Kansas City, Missouri, has been awarded a $17,754,019 hybrid fixed-price-incentive-firm, indefinite-delivery/indefinite-quantity contract for government-owned/contractor-operated warehouse and distribution operation services. This is a five-year task order contract with no option periods, inclusive of a three-month transition period. This is a small business set-aside with two responses received. Location of performance is Guam, with an Oct. 31, 2023, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. In this ordering period, $2,864,945 will be obligated using fiscal 2019 funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300-19-D-5001).

National Industries for the Blind,*** Alexandria, Virginia, has been awarded a $13,144,298 modification (P00008) exercising the second option period of a one-year base contract (SPE1C1-17-D-B003) with four one-year option periods for the advanced combat helmet pad suspension system. This is a firm-fixed price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Virginia, Pennsylvania and North Carolina, with an Oct. 26, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

NAVY

Alliant Techsystems Operations (ATK), Northridge, California, is awarded $12,792,480 for modification P00007 to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N68936-15-D-0019). This modification provides additional funding for the design and development studies and engineering services for rapid technology development of Orbital ATK products. Work will be performed in China Lake, California, and is expected to be completed in June 2020. No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.

Railroad Construction Co. Inc., Paterson, New Jersey, is awarded a $9,095,206 indefinite-delivery/indefinite-quantity contract for maintenance and repair of railroad trackage services at the Naval Weapon Station, Earle and Naval Station Activity, Mechanicsburg. The work to be performed provides for, but is not limited to, all labor, management, supervision, tools, material, and equipment required to provide maintenance, repair, alteration, demolition and minor construction for installation trackage. The maximum dollar value including the base period and four option years is $48,933,014. Work will be performed in Colts Neck, New Jersey (63 percent); and Mechanicsburg, Pennsylvania (37 percent). The term of the contract is not to exceed 60 months, with an expected completion date of October 2023. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $1,770,200 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9024).

Colonna's Shipyard Inc.,* Norfolk, Virginia, is awarded a $7,966,158 firm-fixed-price contract for a 67-calendar day shipyard availability for the regular overhaul and dry docking of USNS Spearhead (T-EPF 1). Work will include furnishing general services for the ship; physical security at private contractor's facility; clean and gas-free tanks, voids, cofferdams and spaces, heater exchangers; structural inspection and weld repair; aluminum hull repair and structural repairs; support for main propulsion engine overhauls and support for generator overhauls; reduction gear maintenance; annual stern ramp maintenance; communication and navigation annuals; lifesaving equipment annuals; annual ride control maintenance; stern ramp control system and extension swap; tunnel paint expansion and underwater hull paint touch up; and docking and undocking of the vessel. The contract includes options which, if exercised, would bring the cumulative value of this contract to $9,162,956. Work will be performed in Norfolk, Virginia, and is expected to be completed by Jan. 10, 2019. Fiscal 2019 operations and maintenance funds in the amount of $9,162,956 are obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as a small business set-aside, with more than two companies solicited via the Federal Business Opportunities website, with three offers received, with two found to be in the competitive range. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C6700).

* Small business

** Woman-owned small business

*** Mandatory source

https://dod.defense.gov/News/Contracts/Contract-View/Article/1668500/

On the same subject

  • Turkey develops AI-based simulator for light fighter jet

    September 9, 2020 | International, Aerospace

    Turkey develops AI-based simulator for light fighter jet

    Burak Ege Bekdil ANKARA, Turkey — Turkish Aerospace Industries says it has developed Turkey's first artificial intelligence-based simulator, which will be used in the design and development phases of Hurjet, a locally designed light assault aircraft. TAI said the engineering simulator, Hurjet 270, is designed to collect feedback from test pilots to make the design of Hurjet “better, more solid and more efficient.” The simulator is also meant to detect design faults at the development stage. Company officials said the simulator will feature “human eye-level resolution.” Atilla Dogan, TAI's deputy general manager for aircraft design, told the state news agency Anadolu that Hurjet 270 will help engineers improve designing flight control algorithms and avionics software based on feedback from test pilots. The armed trainer Hurjet is a jet engine version of the turboprop Hurkus, Turkey's first indigenous basic trainer aircraft. TAI launched the Hurjet program in 2018, with a target of having the aircraft's maiden flight in 2022. The Hurjet will have a maximum speed of Mach 1.2 and can fly at a maximum altitude of 45,000 feet. The aircraft will have a maximum payload of 3,000 kilograms, including ammunition, radar and camera. Hurkus-C, the armed version of the base variant of Hurkus, features locally developed ammunition including CIRIT, TEBER, HGK and LGK. It can also use INS/GPS-guided bombs, conventional bombs, non-guided rockets and machine guns. Hurkus-C also features armored body parts, a self-protection system, a data link, laser tacking, an electro-optical and infrared pod, an external fuel tank, and advanced avionics. With a 1,500-kilogram payload that can be used through seven external hardpoints, the Hurkus-C can perform light-attack and armed reconnaissance missions. https://www.c4isrnet.com/artificial-intelligence/2020/09/08/turkey-develops-ai-based-simulator-for-light-fighter-jet/

  • British government clears sensitive Ultra Electronics sale to US-based Advent

    July 9, 2022 | International, C4ISR

    British government clears sensitive Ultra Electronics sale to US-based Advent

    Media reports said U.S. officials had threatened to limit intelligence cooperation if the sale was blocked by London.

  • Contract Awards by US Department of Defense - August 9, 2019

    August 12, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 9, 2019

    NAVY Lockheed Martin Corp., Moorestown, New Jersey, is awarded a $176,339,634 firm-fixed-priced, performance-based logistics contract for the repair of 1,672 different head-of-family part numbers in support of the AEGIS SPY-1 Weapon System. The contract is a five-year contract with no option periods. Work will be performed in Moorestown, New Jersey, and is expected to be completed by August 2024. No funds are obligated at the time of award. Working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source, non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304(c)(1) and in accordance with Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-VM01). Raytheon Co., Goleta, California, is awarded $29,790,677 for modification PZ0001 to a previously awarded firm-fixed-price contract (N00019-18-C-1055). This modification provides for Lot 14 full-rate production of 82 F/A18 CD-108B/ALE-50(V) Control, Dispenser, Decoy, Countermeasures Integrated Multi-platform Launch Controllers. Work will be performed in Forrest, Mississippi (45%); Andover, Massachusetts (25%); Goleta, California (20%); and various locations within the continental U.S. (10%), and is expected to be completed in February 2022. Fiscal 2017 and 2019 aircraft procurement (Navy) funds in the amount of $29,790,677 will be obligated at time of award, $26,850,000 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Swift River Versar JV,* Anchorage, Alaska, is awarded a maximum amount $18,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for mission sustainment and coastal resilience and related environmental planning services. The work to be performed provides for professional services that will support the study and implementation of mission sustainment and coastal readiness measures, including hardened structures and green infrastructure, which will ensure Navy and Marine Corps readiness of installations, ranges and operation areas. This contract will support environmental, asset management and expeditionary support services that will assist Department of Navy and Department of Defense commands in ensuring mission sustainability. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the Naval Facilities Engineering Command Atlantic area of responsibility including, but not limited to Virginia (28%); North Carolina (22%); South Carolina (22%); Connecticut (7%); Florida (7%); Maine (7%); and Maryland (7%). The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was procured on a sole source basis pursuant to Federal Acquisition Regulation 19.805-1(b)(2). Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4004). General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded $15,200,000 for delivery order N62789-19-F-0019 under previously awarded, multiple award, indefinite-delivery/indefinite-quantity contract N00024-16-D-4300 for the planning, material procurement, and repair work for USS Washington (SSN 787). Work will be performed in Groton, Connecticut, and is expected to be complete by December 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $7,600,000 will be obligated at time of award and will expire at the end of the current fiscal year. A Fair Opportunity Notice was issued to both multiple award contract indefinite-delivery/indefinite-quantity holders on July 18, 2019, in accordance with 10 U.S. Code 2304(c)(1). The Supervisor of Shipbuilding, Conversion and Repair, Groton, Connecticut, is the contracting activity. MN&DPI JV LLC, Honolulu, Hawaii, is awarded a $15,000,000 firm-fixed-price modification to increase the maximum dollar value of previously awarded indefinite-delivery/indefinite-quantity contract (N62742-18-D-0001) for architect-engineering services for various structural and waterfront projects and other projects under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific. The work to be performed provides for design and engineering services for the execution and delivery of engineering studies; plans, specifications, and cost estimates/parametric cost estimates, including preparation of design-build contract documents or design-bid-build contract documents; and post construction award services. After award of this modification, the total cumulative contract value will be $55,000,000. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific Area of Responsibility, including Guam (69%); and Hawaii (13%). The term of the contract is not to exceed 60 months, with an expected completion date of December 2022. No funds will be obligated at time of award; funds will be obligated on individual task orders and task order modifications as they are issued. Task orders will be primarily funded by military construction (planning and design). Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. ARMY Federal Contracting Inc., doing business as Bryan Construction Inc., Colorado Springs, Colorado, was awarded a $69,146,753 firm-fixed-price contract for construction of a tactical equipment maintenance facility and ancillary buildings. Bids were solicited via the internet with six received. Work will be performed in Fort Carson, Colorado, with an estimated completion date of April 24, 2021. Fiscal 2019 military construction funds in the amount of $69,146,753 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-19-C-0029). TekSynap Corp.,* Reston, Virginia, was awarded a $31,657,006 firm-fixed-price contract for general program management, technical, research, analytical, and administrative support. 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 Aug. 8, 2024. U.S. Army Mission Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0015). Digital Management LLC, Bethesda, Maryland, was awarded an $19,141,206 modification (P00007) to contract W52P1J-17-F-4020 for interactive Personnel Electronic Record Management System. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 9, 2022. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Dumey Contracting Inc.,* Benton, Missouri, was awarded a $14,714,782 firm-fixed-price contract for construction, and degrading an existing levee and levee with berms and ditches. Bids were solicited via the internet with seven received. Work will be performed in Hornersville, Missouri, with an estimated completion date of Dec. 1, 2021. Fiscal 2019 civil works funds in the amount of $14,714,782 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-19-C-0008). Manson Construction, Seattle, Washington, was awarded a $13,655,300 firm-fixed-price contract for unrestricted procurement for Houston Ship Channel hopper dredging. Bids were solicited via the internet with three received. Work will be performed in Galveston, Texas, with an estimated completion date of March 27, 2020. Fiscal 2019 civil operations and maintenance funds in the amount of $13,655,300 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0008). RLB Contracting Inc.,* Port Lavaca, Texas, was awarded a $13,584,500 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Port Arthur, Texas, with an estimated completion date of March 10, 2020. Fiscal 2019 civil operations and maintenance funds in the amount of $13,584,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0011). Cottrell Contracting Corp.,* Chesapeake, Virginia, was awarded a $10,437,490 firm-fixed-price contract for Norfolk Harbor Channel maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Norfolk, Virginia, with an estimated completion date of Jan. 11, 2020. Fiscal 2019 civil construction funds in the amount of $10,437,490 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-C-0019). Yaeger Architecture Inc.,* Lenexa, Kansas, was awarded a $10,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 8, 2025. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4011). Morrish-Wallace Construction Inc.,* Cheboygan, Michigan, was awarded an $8,243,527 firm-fixed-price contract for repairs and stone revetment along Lake Erie. Bids were solicited via the internet with two received. Work will be performed in Hamburg, New York, with an estimated completion date of April 30, 2021. Fiscal 2010 civil construction funds in the amount of $8,243,527 were obligated at the time of the award. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-19-C-0019). AIR FORCE Radiant Geospatial Solutions LLC,* Ypsilanti, Michigan, has been awarded a $14,226,474 cost-plus-fixed-fee contract for Red Wing Next Generation Geospatial Intelligence (GEOINT) Cloud. The objective of this effort is to deliver an automated and efficient workflow for National System of GEOINT analysis by reducing latency for product generation, exploitation and intelligence gathering. This effort will expand the use of Amazon managed services through careful assessment of emerging offerings with the goal of improving resiliency, reducing cost and reducing exposure to cyber threats. Work will be performed at Ypsilanti, Michigan; and Herndon, Virginia, and is expected to be completed by Aug. 7, 2021. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation in the amount of $3,713,188 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1502). Kearney & Co. P.C., Alexandria, Virginia, has been awarded a $13,031,667 firm-fixed-price contract for advisory and assistance services support for the Air Force Warfighting Integration Capability missions. This contract will provide for future and concepts analysis, design blueprints, capability development strategic integration, capability development implementation analysis, assessment of opportunities for new capability, workflow management, strategic communication, special access program integration, simulation studies, war gaming support, decision analytics and strategy, planning, programming, budgeting and execution analysis. Work will be performed at Washington, District of Columbia, and is expected to be completed by Aug. 8, 2020. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,994,101 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-19-F-A162). Kearney & Co. P.C., Alexandria, Virginia, has been awarded a $9,620,685 firm fixed price contract modification (P00005) to previously awarded contract FA7014-18-F-1022 for the exercise of Option Period One for advisory and assistance services to support Total Force analysis. This contract modification includes capability and capacity analysis of Air Force mission areas; linking results to the strategy, planning, and programming process; performing planning, programming, and budgeting study excursions; analytically supporting Total Force initiatives, strategy review and assessment and planning support. Work will be performed at Arlington, Virginia, and is expected to be completed by July 31, 2020. Fiscal 2019 operations and maintenance funds in the amount of $9,237,252 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity. Midwest Air Traffic Control Service Inc., Overland Park, Kansas, has been awarded an $8,410,622 cost-plus-fixed-fee modification (P00013) to previously awarded contract N65236-14-D-4984 for aviation command and control operations and maintenance services. The contract modification adds five months and 20 days to the current task order. Work will be performed in the Air Force Central Command's area of responsibility and expected to be completed by Feb. 29, 2020. Fiscal 2019 operations and maintenance funds are being obligated in the amount of $8,410,622 at the time of the award. The Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. *Small Business

All news