Back to news

October 9, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - October 5, 2018

AIR FORCE

Lockheed Martin Corp., Orlando, Florida, has been awarded a $390,792,959 firm-fixed-price, fixed-price-incentive-fee contract for Joint Air-to-Surface Standoff Missile (JASSM) lot 16 production for 360 JASSM-extended range, three foreign military sales (FMS) separation text vehicles, one FMS flight test vehicle-live fire and tooling and test equipment. Work will be performed in Orlando, Florida, and is expected to be completed by Oct. 31, 2021. This award is the result of a sole-source acquisition. This award uses fiscal 2018 missile procurement funds and FMS funds. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-19-C-0009).

Applied Defense Solutions Inc., Columbia, Maryland, has been awarded a $7,526,650 fixed-price and cost-reimbursement modification (P00015) to contract FA255017C8002 for non-governmental space situational awareness services. This modification provides for the exercise of an option for an additional quantity of 12 months of services under the basic contract. Work will be performed at Schriever Air Force Base, Colorado, and is expected to be completed by Oct. 18, 2019. No funds are being obligated at the time of award. Total cumulative face value of the contract is $26,458,756. The 50th Contracting Squadron, Schriever Air Force Base, Colorado, is the contracting activity. (Awarded Oct. 4, 2018).

CORRECTION: The contract announced on Oct. 4, 2018, to General Atomics Aeronautical Systems Inc., Poway, California, (FA8620-18-F-2365) for $19,446,593 has not awarded.

ARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $366,852,050 modification (0002 04) to contract W56HZV-17-D-B020 for upgrade of Stryker flat-bottom vehicles to the Double V-Hull Engineering Change Proposal 1 configuration. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of April 30, 2021. Fiscal 2018 and 2019 procurement of weapons and tracked vehicle funds in the amount of $366,852,050 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

The Boeing Co., Mesa, Arizona, was awarded a $242,109,170 modification (P00021) to foreign military sales (United Arab Emirates) contract W58RGZ-16-C-0023 for the remanufacture of eight, and procurement of nine new-build Apache AH-64E aircraft. Work will be performed in Mesa, Arizona, with an estimated completion date of Feb. 28, 2023. Fiscal 2010 foreign military sales funds in the amount of $242,109,170 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Federal Contracting Inc., doing business as Bryan Construction, Colorado Springs, Colorado, was awarded a $52,812,678 firm-fixed-price contract for design and construction of a squadron operations facility and associated operational training facilities at Cannon Air Force Base, New Mexico. Bids were solicited via the internet with 15 received. Work will be performed in Cannon Air Force Base, New Mexico, with an estimated completion date of April 1, 2021. Fiscal 2015 and 2016 military construction funds in the amount of $52,812,678 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-19-C-0001).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $24,957,920 modification (0001 19) to contract W56HZV-17-D-B020 for upgrade of Stryker flat-bottom vehicles to the Double V-Hull Engineering Change Proposal 1 configuration. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of April 30, 2021. Fiscal 2018 and 2019 procurement of weapons and tracked vehicle funds in the amount of $24,957,920 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

M.R. Pittman Group LLC,* Saint Rose, Louisiana, was awarded a $17,255,645 firm-fixed-price contract for interim closure structure demolition. Bids were solicited via the internet with three received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of May 8, 2020. Fiscal 2014 other procurement (Army) funds in the amount of $17,255,645 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0001).

Short-Elliott-Hendrickson Inc., Lacrosse, Wisconsin, was awarded a $19,500,000 firm-fixed-price contract for architect and engineering services for the Fort McCoy, Wisconsin, Department of Public Works. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 5, 2023. U.S. Army Mission and Installation Contracting Command, Fort McCoy, Wisconsin, is the contracting activity (W911SA-19-D-2001).

Keysight Technologies, Englewood, Colorado, was awarded an $8,977,287 firm-fixed-price contract for Oscilloscopes 307/U. Two 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 Sept. 28, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-18-D-0081).

NAVY

Donjon Marine Co. Inc., Hillside, New Jersey, was awarded a maximum value $215,000,000 cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract for salvage related towing, harbor clearance, ocean engineering project and point-to-point towing services. The primary purpose of this contract is to provide services to assist in the performance of salvage of ships, craft, cargo, and other items as tasked (e.g., aircraft, weaponry, equipment); salvage related towing, harbor clearance; and point-to-point towing; and ocean engineering projects in support of the Supervisor of Salvage. Work will be performed along the North and South American East Coast, and is expected to be completed by September 2023. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $50,000 was obligated at the time of award and expired at the end of the fiscal 2018. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-D-4307). (Awarded Sept. 28, 2018)

SMIT Salvage Americas LLC, Houston, Texas, was awarded a maximum value $215,000,000 cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract for salvage related towing, harbor clearance, ocean engineering project and point-to-point towing services. The primary purpose of this contract is to provide services to assist in the performance of salvage of ships, craft, cargo, and other items as tasked (e.g., aircraft, weaponry, equipment); salvage related towing, harbor clearance; and point-to-point towing; and ocean engineering projects in support of the Supervisor of Salvage, SEA. Work will be performed along the North and South American West Coast, and is expected to be completed by September 2023. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $5,000 was obligated at the time of award and expired at the end of the fiscal 2018. This contract was competitively procured via Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-D-4308). (Awarded Sept. 28, 2018)

SMIT Singapore PTE LTD, Singapore, was awarded a maximum value $215,000,000 cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract for salvage related towing, harbor clearance, ocean engineering project and point-to-point towing services. The primary purpose of this contract is to provide services to assist in the performance of salvage of ships, craft, cargo, and other items as tasked (e.g., aircraft, weaponry, equipment); salvage related towing, harbor clearance; and point-to-point towing; and ocean engineering projects in support of the Supervisor of Salvage. Work will be performed across the Western Pacific region, and is expected to be completed by September 2023. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $5,000 was obligated at the time of award and expired at the end of the fiscal 2018. This contract was competitively procured via Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-D-4309). (Awarded Sept. 28, 2018)

PAE Applied Technologies LLC, Arlington, Virginia, is awarded a $24,292,143 cost-plus-award-fee modification to previously-awarded contract (N66604-05-C-1277), increasing the cumulative total value of the contract for operation and maintenance services for the Atlantic Undersea Test and Evaluation Center (AUTEC). AUTEC is the U.S. Navy's large-area, deep-water, undersea test and evaluation range. Underwater research, testing and evaluation of anti-submarine weapons, sonar tracking and communications are the predominant activities conducted at AUTEC. The contractor performs services required to perform AUTEC range operations and maintenance of facilities and range systems. In addition, the contractor is responsible for operating a self-sufficient one-square-mile Navy outpost. This modification increases the total value of the contract to $788,075,722. Work will be performed on Andros Island, Commonwealth of the Bahamas (82 percent); West Palm Beach, Florida (18 percent); and is expected to be completed by September 2019. No contract funds are being obligated at this time. The Naval Undersea Warfare Center Newport Division, Newport, Rhode Island, is the contracting activity.

Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is awarded $8,020,809 for cost-plus-fixed-fee order N6339419F0003 under a previously awarded basic ordering agreement (N6339417G0001) for engineering services in support of land-based test site maintenance, inventory control, diminishing material source efforts, and program management for the Mk 92 fire control system. This order includes options which, if exercised, would bring the cumulative value of this order to $9,276,806. The order combines purchases for the Navy (16 percent); and the governments of Philippines (40 percent); Egypt (20 percent); Saudi Arabia (16 percent); Poland (4 percent); and Taiwan (2 percent). Work will be performed in Huntsville, Alabama (26 percent); Philippines (20 percent); Egypt (17 percent); Moorestown, New Jersey (13 percent); Saudi Arabia (13 percent); Port Hueneme, California (4 percent); Poland (3 percent); Taiwan (2 percent); and Nigeria (2 percent); and is expected to be completed by September 2022. Foreign military sales (other defense agencies) funding in the amount of $2,579,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme, California, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Jacobs Technology Inc., Tampa, Florida, has been awarded a contract modification P00017 on contract HTC711-17-C-D001 in the amount of $18,940,678. This modification provides continued Information Technology Service Management Enterprise support to the U.S. Transportation Command (US TRANSCOM). Work will be performed primarily on-site at Scott Air Force Base, Illinois, and other locations: DISA DECC, St Louis, Missouri; USTRANSCOM Office, Washington District of Columbia; JECC, Norfolk, Virginia; and the Pentagon. The option period of performance is from Oct. 1, 2018, to Sept. 30, 2019. Fiscal 2019 transportation working capital funds operations, operations and maintenance and Defense Health Program funds were obligated at award. This modification brings the total cumulative face value of the contract to $48,981,052 from $30,040,374. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Airtronics Inc.,* Tucson, Arizona, has been awarded a maximum $13,644,800 firm-fixed-price, indefinite-quantity contract for aviation cable assemblies. This was a competitive acquisition with three offers received. This is a two-year base contract with a one-year option period. Location of performance is Arizona, with an Oct. 16, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A619D0001).

DCX-CHOL Enterprises, Inc.,* Chatsworth, California, has been awarded a maximum $12,960,000 firm-fixed-price, indefinite-quantity contract for aviation cable assemblies. This was a competitive acquisition with three offers received. This is a two-year base contract with a one-year option period. Location of performance is California, with an Oct. 16, 2021, performance completion date. Using military service Army. The type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A619D0002).

*Small Business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1656310/source/GovDelivery/

On the same subject

  • How 5G factors in the Army's future | C4ISRNET Conference Highlight

    May 2, 2022 | International, C4ISR

    How 5G factors in the Army's future | C4ISRNET Conference Highlight

    Two top Army officials talk about they need to faster data speeds in a modern fighting force, and say resiliency and cybersecurity are critical to the service.

  • Contract Awards by US Department of Defense - June 27, 2019

    July 2, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 27, 2019

    ARMY Lockheed Martin Corp., Orlando, Florida, was awarded a $106,108,230 firm-fixed-price domestic and foreign military sales (Netherlands and United Kingdom) contract for Modernized Target Acquisition Designation Sight/Pilot Night Vision Sensor systems, subcomponent production and technical services for the Apache Attack Helicopter. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-17-D-0043). SRCTec LLC, Syracuse, New York, was awarded a $91,400,000 modification (P00013) to contract W15P7T-13-D-C702 for lightweight counter mortar radar systems, vehicle mounts, spare parts, retrofit kits and support services. Work locations and funding will be determined with each order, with an estimated completion date of July 16, 2021. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. The Boeing Co., Mesa, Arizona, was awarded a $47,684,233 modification (P00029) to contract W58RGZ-16-C-0023 for Version 6/Improved Drive System-enhancement cut-in on the Apache Attack Helicopter (AH)-64E production line and for the Apache Longbow Crew Trainers. Work will be performed in Mesa, Arizona, with an estimated completion date of March 31, 2022. Fiscal 2010, 2018 and 2019 foreign military sales, and aircraft procurement, Army funds in the combined amount of $23,365,274 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. General Atomics Aeronautical Systems Inc., was awarded a $21,954,252 modification (P00007) to contract W58RGZ-19-C-0027 for procurement of performance based logistics support services for the MQ-1C Gray Eagle Unmanned Aircraft System. Work will be performed in Poway, California, with an estimated completion date of June 30, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $9,733,334 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Morrish-Wallace Construction Co.,* Cheboygan, Michigan, was awarded an $18,000,000 firm-fixed-price contract for complete repairs on the Buffalo North Breakwater. 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 June 26, 2022. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-19-D-0002). Microsoft Corp., Redmond, Washington, was awarded a $14,079,784 firm-fixed-price contract for consulting services. One bid was solicited with one bid received. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of June 27, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $5,866,577 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91RUS-19-F-0235). Ross Island Sand & Gravel Co., Portland, Oregon, was awarded an $8,745,321 firm-fixed-price contract for annual maintenance dredging of the Sacramento and Stockton Deep Water Ship Channels. Bids were solicited via the internet with three received. Work will be performed in Sacramento and Stockton, California, with an estimated completion date of Jan. 15, 2020. Fiscal 2019 operations and maintenance, civil funds in the amount of $8,745,321 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-19-C-0011). AIR FORCE CACI Inc., Chantilly, Virginia, has been awarded a $45,992,341 firm-fixed-price task order (FA7014-19-F-A106) to the previously awarded indefinite-delivery, indefinite-quantity contract (47QTCK-18-D-0009) for the Secretary of the Air Force Financial Management Financial Information Systems Maintenance Support Services. This task order provides the Assistant Secretary of the Air Force Financial Management Budget Operations and the Office of the Assistant Secretary of the Army Financial Management & Comptroller IT maintenance and support services for their existing financial information systems: the automated schedule and reporting system; the exhibit automation system; the planning, programming, budget and execution portal and the data analysis reporting tool. These services are performance-based, and they provide maintenance via web portals and access via the internet. The tools assist the government by providing a myriad of analytical reports that allow budget analysts to identify program trends and discrepancies for improved program justification of program changes. Work will be performed in Washington, District of Columbia, and is expected to be complete by June 21, 2024. This award is the result of a sole-source acquisition. Fiscal 2019 operation and maintenance funds in the amount of $8,236,756 are being obligated at time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity. Dell Federal Systems LP., Round Rock, Texas, has been awarded a $35,800,000 firm-fixed-price contract for mobile interceptor platform and deployable interceptor platform. The contract provides for hardware refresh which cyber protection teams use to defend mission partner enclaves and platform information technology from cyber threats. Work will be performed in San Antonio, Texas, and is expected to be completed by Aug. 28, 2019. This award is the result of a competitive acquisition and three offers received. Fiscal 2019 procurement funds in the amount of $20,464,000 are being obligated at the time of award. The Air Force Installation Contracting Center, Lackland Air Force Base, Texas, is the contracting activity (FA8732-14-D-0002/FA8307-19-F-0095). Dataminr Inc., New York, New York, has been awarded a $35,766,667 firm-fixed-price modification (P0001) to previously awarded contract FA7014-19-C-A011 for First Alert proprietary alerting system. Worked will be performed in New York, New York, and is expected to be completed by Dec. 11, 2019. Fiscal 2019 operations and maintenance funds in the amount of $24,923,077 are being obligated at the time of the award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity. Exbon Development, Garden Grove, California (FA486117-17-D-A100); DSB-RLR JV, American Folk, Utah (FA4861-17-D-A101); North Star Construction, Yuba City, California (FA486117-17-D-A102); North Wind Construction, Las Vegas, Nevada (FA4861-17-D-A103); Kautaq-Northcon Team Tempe, Arizona (FA486117-17-D-A104); Sierra Range Construction of Visalia, California (FA4861-17-D-A105); West Point Contractors Inc., Tucson, Arizona (FA486117-17-D-A107), have been awarded a $30,000,000 ceiling increase modification (P00003) to previously awarded multiple award contract FA4861-17-D-A10X for a broad range of maintenance, repair and minor construction work on real property. This modification will increase the contract value from $40,000,000 to $70,000,000. Work will be performed at Nellis Air Force Base, Nevada, and Creech Air Force Base, Nevada, and is expected to be completed by May 2022. No funds are being obligated at the time of award. The 99th Contracting Squadron, Nellis Air Force Base, Nevada, is the contracting activity. Raytheon Co., Fullerton, California, has been awarded a $26,600,000, indefinite-delivery/indefinite-quantity, firm‐fixed-price, cost-plus fixed fee, cost‐reimbursable contract for the Situation Awareness Data Link program. This contract provides software maintenance and engineering services support services. Work will be performed in Fullerton, California, and is expected to be completed by Aug. 21, 2024. This award is the result of a sole‐source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $3,012,233 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contract activity (FA8574‐19‐D‐0001). Universal Technology Corp., Dayton, Ohio, has been awarded an $11,000,000 indefinite-delivery/indefinite-quantity contract for nondestructive evaluation exploratory development and inspection support for Air Force systems. This contract provides for quick reaction response support for failure analysis and materials and processes issues relating to nondestructive inspection in support of the systems support division of the Air Force Research Laboratory's materials and manufacturing directorate. Work will be performed at Wright Patterson Air Force Base, Ohio, and Dayton, Ohio, and is expected to be completed by Sep. 28, 2024. This contract was a competitive source acquisition, with one offer received. Fiscal 2019 research, development, test and evaluation funds in the amount of $200,000 are being obligated at the time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-5625). Barnett Paving & Sealing LLC,* Wichita Falls, Texas, has been awarded a $10,000,000 indefinite-delivery/indefinite-quantity task order contract for airfield pavements. This contract provides for the repair and sustainment of the airfield pavements along with restriping and rubber removal. Work will be performed at Little Rock Air Force Base, and is expected to be completed by June 2024. This award is the result of a competitive, hub zone small business acquisition and two offers were received. No funds are being obligated at the time of award, however, fiscal 2019 operations and maintenance funds in the amount of $164,659 will be obligated on the first task order immediately after award. The 19th Contracting Squadron, Little Rock Air Force Base, Arkansas, is the contracting activity (FA4460-19-D-A003). Lockheed Martin Corp., Sunnyvale, California, has been awarded a $7,085,068 cost reimbursement contract modification (P00153) to previously awarded contract (FA8810-08-C-0002) for Highly Elliptical Orbit (HEO) Operational Migration to Enterprise Ground Services (EGS) Step 1 development and test campaign support. The contract modification is for Lockheed Martin system engineering integration test support for our HOME RS test campaign, as well as anomaly response matrix validation, flight software validation, synchronized pre-deployment and operational tracker support, and a few minor HOME development efforts. Work will be performed at Aurora, Colorado; Azusa, California; Boulder, Colorado; and Sunnyvale, California, and is expected to be completed by March 6, 2020. Fiscal 2019 research and development funds in the amount of $7,085,068 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California is the contracting activity. NAVY Diversified Maintenance Systems Inc.,* Sandy, Utah, is awarded a maximum amount $40,000,000 indefinite-delivery/indefinite quantity contract for other specialty trade contractors construction alterations, renovations and repair projects at Naval Postgraduate School Monterey, Naval Air Weapons Station China Lake, and Naval Air Station Lemoore. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of electrical; mechanical; painting; engineering/design; paving (asphaltic and concrete); flooring (tile work/carpeting); roofing; structural repair; fencing; heating, ventilation and air conditioning and fire suppression/protection system installation projects. Work will be performed in Monterey, California (33%), China Lake, California (34%), and Lemoore, California (33%). The term of the contract is not to exceed 60 months with an expected completion date of June 2024. Fiscal 2019 operation 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. Future task orders will be primarily funded by operation and maintenance (Navy) funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2629). Advanced Crane Technologies LLC,* Reading, Pennsylvania (N62470-19-D-1006); Crane Technologies Group Inc.,* Rochester Hills, Michigan (N62470-19-D-1007); HECO-Pacific Manufacturing Inc.,* Union City, California (N62470-19-D-1008); Mid-Atlantic Crane,* Raleigh, North Carolina (N62470-19-D-1009); Piedmont Hoist and Crane Inc.,* Colfax, North Carolina (N62470-19-D-1010); and Sievert Crane and Hoist,* Forest Park, Illinois (N62470-19-D-1011) are each awarded an indefinite-delivery/indefinite-quantity multiple award contract for ordering new, and overhauling existing, weight handling equipment located primarily within Navy, Marine Corps and other federal activities worldwide. The maximum dollar value including the base period and four option years for all six contracts combined is $30,000,000. Piedmont Hoist and Crane Inc. is being awarded the initial delivery order at $241,700 for the design, fabrication, assembly, testing, delivery, installation and inspection of one two-ton, under-running, underhung, single girder electric traveling crane and one half-ton monorail trolley and hoist to be installed in Building 124 at Naval Air Warfare Center, Aircraft Division, in Lakehurst, New Jersey. Work for this delivery order is expected to be completed by December 2020. The term of the contract is not to exceed 60 months, with an expected completion date of June 2024. Fiscal 2019 Navy working capital funds in the amount of $241,700 are obligated on this award and will expire at the end of the current fiscal year. Future delivery orders will be primarily funded by military construction (Navy), operation and maintenance (Navy) and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. These six contractors may compete for delivery orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. McNally Industries LLC, Grantsburg, Wisconsin, is awarded a maximum value $21,246,166 cost-plus-fixed-fee delivery order N00174-19-F-0373 under previously-awarded basic ordering agreement N00024-17-G-5385 to overhaul Mk 6 Mod 19 ammunition hoist assemblies. This basic ordering agreement is to provide materials and services required to receive, inventory, stage, disassemble, inspect, convert, repair, overhaul, upgrade, manufacture, procure, assemble, test, preserve, package and ship Mk 6 Mod 19 ammunition hoist assemblies. Work will be performed in Grantsburg, Wisconsin, and is expected to be completed by May 2022. Fiscal 2015, 2016, 2017 and 2018 shipbuilding and conversion (Navy) funding in the amount of $7,843,136 will be obligated at time of award, and $980,392 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. POWER Engineers Inc., Hailey, Idaho, is awarded an $18,000,000 firm-fixed-price modification to increase the maximum dollar value of a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-16-D-0002) for architect-engineering services for various electrical engineering projects and related services at various locations in all areas under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific. After award of this modification, the total cumulative contract value will be $38,000,000. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific area of operations including, but not limited to Guam (70%), Hawaii (25%) and the Commonwealth of the Northern Marianas Islands (5%). The term of the contract is not to exceed 60 months, with an expected completion date of November 2020. No funds will be obligated at time of award; funds will be obligated on individual task orders 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. Raytheon Co., McKinney, Texas, is awarded $16,132,820 for job order 0012 under a previously awarded basic ordering agreement N00164-17-G-JQ02 for seven Multi-spectral Targeting Systems “B” AN/DAS-3. The Multi-spectral Targeting Systems “B” AN/DAS-3 are in support of the Low Rate Initial Production (LRIP 3 and 4) efforts of the MQ-4C Triton Program. Work will be performed in McKinney, Texas, and is expected to be complete by July 2021. Fiscal 2018 and 2019 aircraft procurement (Navy) funding in the amount of $16,132,820 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity. Didlake Inc., Manassas, Virginia, is awarded a $10,384,079 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-15-D-0083) to exercise option four for annual custodial services at Norfolk Naval Shipyard and Joint Expeditionary Base Little Creek – Fort Story. The work to be performed provides for annual custodial services, including, but not limited to, all management, supervision, tools, materials, supplies, labor and transportation services necessary to perform custodial services for office space, restrooms and other types of rooms at the Norfolk Naval Shipyard, Portsmouth, Virginia, and Joint Expeditionary Base Little Creek – Fort Story, Virginia Beach, Virginia. After award of this option, the total cumulative contract value will be $53,428,936. Work will be performed at various installations in Virginia Beach, Virginia (77%) and Portsmouth, Virginia (23%), and work is expected to be completed June 2020. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $10,250,107 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $7,823,461 for modification 11 to a firm-fixed-price delivery order 5306 against a previously issued basic ordering agreement (N00019-14-G-0004). This modification procures 36 Nacelles Production Kits in support of the H-53 aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in December 2020. Fiscal 2017 and 2018 aircraft procurement (Navy) funds in the amount of $7,823,461 will be obligated at time of award, $1,738,547 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY World Fuel Services Inc., Miami, Florida, has been awarded a maximum $9,289,995 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 45-month contract with one six-month option period. Location of performance is Florida, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0092). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1890122/source/GovDelivery/

  • Raytheon Intelligence and Space selected to participate in development of the Advanced Battle Management System

    June 17, 2020 | International, Aerospace, C4ISR

    Raytheon Intelligence and Space selected to participate in development of the Advanced Battle Management System

    Arlington, Va., June 15, 2020 /PRNewswire/ -- Raytheon Intelligence and Space, a Raytheon Technologies business (NYSE: RTX), was awarded a multiple award IDIQ to participate in the Air Force's development of the Advanced Battle Management System, a future command and control network that will connect military platforms across the globe, giving military commanders the ability to make decisions faster. Under a multiple award, IDIQ contract valued up to $950 million over the next five years with options beyond, RI&S will participate in the support of the maturation, demonstration and proliferation of capability across platforms and domains to enable Joint All Domain Command and Control (JADC2). "ABMS will transform the future battlespace for the U.S. Air Force by delivering the right data at the right time to the right people so they can make the right decisions fast," said Barbara Borgonovi, vice president of Intelligence, Surveillance and Reconnaissance Systems, at Raytheon Intelligence & Space. "This is the first step to delivering the Air Force's vision of JADC2, which will link capabilities across all domains – air, land, sea, cyber and space." To support this effort, RI&S has the opportunity to contribute open systems design, modern software and algorithm development for the future system. Under the terms of the multiple award contract, the Air Force will run competitions under each category that will be issued as task and delivery orders. RI&S will be supported by Raytheon Missiles & Defense. About Raytheon Intelligence & Space Raytheon Intelligence & Space delivers the disruptive technologies our customers need to succeed in any domain, against any challenge. A developer of advanced sensors, training, and cyber and software solutions, Raytheon Intelligence & Space provides a decisive advantage to civil, military and commercial customers in more than 40 countries around the world. Headquartered in Arlington, Virginia, the business generated $15 billion in pro forma annual revenue in 2019 and has 39,000 employees worldwide. Raytheon Intelligence & Space is one of four businesses that form Raytheon Technologies Corporation. About Raytheon Technologies Raytheon Technologies Corporation is an aerospace and defense company that provides advanced systems and services for commercial, military and government customers worldwide. It comprises four industry-leading businesses – Collins Aerospace Systems, Pratt & Whitney, Raytheon Intelligence & Space and Raytheon Missiles & Defense. Its 195,000 employees enable the company to operate at the edge of known science as they imagine and deliver solutions that push the boundaries in quantum physics, electric propulsion, directed energy, hypersonics, avionics and cybersecurity. The company, formed in 2020 through the combination of Raytheon Company and the United Technologies Corporation aerospace businesses, is headquartered in Waltham, Massachusetts. Media Contact Tamar Brill +1 520. 269.5697 Tamar.Brill@rtx.com SOURCE Raytheon Technologies View source version on Raytheon Company,: https://raytheon.mediaroom.com/2020-06-15-Raytheon-Intelligence-Space-selected-to-participate-in-development-of-the-Advanced-Battle-Management-System

All news