Back to news

September 10, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - September 09, 2020

NAVY

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $126,934,433 cost-plus-incentive-fee and cost only contract modification to previously awarded contract N00024-17-C-6259 to exercise and fund options for Navy engineering services, materials and spares. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by December 2021. Fiscal 2020 operations and maintenance, Navy (63%); and fiscal 2020 research development test and engineering, Navy (37%) funding in the amount of $1,400,676 will be obligated at time of award, of which $882,426 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Harper Construction Co., Inc., San Diego, California (N62473-16-D-1881); Hensel Phelps Construction Co., Irvine, California (N62473-16-D-1882); M. A. Mortenson Co. doing business as Mortenson Construction, Minneapolis, Minnesota (N62473-16-D-1883); R. A. Burch Construction Co., Inc.,* Ramona, California (N62473-16-D-1884); RQ Construction LLC, Carlsbad, California (N62473-16-D-1885); Solpac Construction, doing business as Soltek Pacific Construction Inc., San Diego, California (N62473-16-D-1886); and Straub Construction Inc., Fallbrook, California (N62473-16-D-1887), are awarded $92,000,000 to increase the aggregate capacity of the previously awarded suite of firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contracts. The maximum dollar value including the base year and four option years for all seven contracts combined is increased from $332,000,000 to $424,000,000. The contracts are for new commercial and institutional building construction projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility, including but not limited to California (90%); Arizona (6%); Colorado (1%); Nevada (1%); New Mexico (1%); and Utah (1%). All work will be performed at various federal sites within the NAVFAC Southwest area of responsibility. No funds are being obligated on this award and no funds will expire. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (O&M) (Navy); O&M (Marine Corps); and Navy working capital funds. The original contract was competitively procured via the Navy Electronic Commerce Online website, with 21 proposals received. The NAVFAC Southwest, San Diego, California, is the contracting activity.

Core Services Group Inc.,* Virginia Beach, Virginia, is awarded a $29,000,000 commercial firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide test and evaluation support services for Commander, Operational Test and Evaluation Force Aviation 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. The option to extend services, if exercised, will bring the total value to $32,000,000. 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 not 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 using commercial items procedures, with four offers received. Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-20-D-0020).

Science Application International Corp., Reston, Virginia, is awarded a $17,816,869 single-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide advanced technical training of shipboard communication and network systems in support of the Water Front Training Delivery Program for the Center for Information Warfare Training, Pensacola, Florida. The contract will include a five-year base ordering period with no options. Work will be performed in Pensacola, Florida (52%); San Diego, California (22%); Virginia Beach, Virginia (19%); and Groton, Connecticut (7%). Work is expected to be completed by September 2025. Fiscal 2021 operations and maintenance (Navy) funds in the amount of $100,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract resulted from a full and open competitive solicitation through the Federal Business Opportunities website, with two offers received. Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-20-D-Z032).

Bell Textron Inc., Fort Worth, Texas, is awarded an $8,941,785 firm-fixed-price modification (P00018) to previously awarded fixed-price-incentive-firm-target contract N00019-17-C-0030. This modification increases the total contract value to produce, deliver, install and integrate, in country, a fully assembled AH-1Z flight training device for the government of Bahrain. Work will be performed in Broken Bow, Oklahoma (50%); Fort Worth, Texas (30%); and St. Louis, Missouri (20%), and is expected to be completed in May 2022. Foreign Military Sales funds in the amount of $8,941,785 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.

Life Cycle Engineering Inc., North Charleston, South Carolina, is awarded an $8,364,504 firm fixed price modification to task order N32253-19-F-3000 against previously issued SeaPort-e multiple award contract N00178-07-D-4077. This modification exercises Option Period One for the accomplishment of the technical, engineering, management, programmatic and education support services at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility. Work will be performed in Hawaii, and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $8,364,504 will be obligated at time of modification award and expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity.

Sabre Systems, Inc.,* Warrington, Pennsylvania, is awarded an $8,174,314 cost-plus-fixed-fee order (N68335-20-F-0212) against previously issued basic ordering agreement N68335-16-G-0022. This order provides support for the rapid research, development, maturation, procurement, integration, training and sustainment of cyber resilient and full spectrum cyber warfighting capabilities for the Digital Analytics, Infrastructure and Technology Advancement Group. These solutions support various systems within the Naval Air Systems Command portfolio throughout all phases of acquisition, operational field demonstrations, prototyping, experiments, operational assessments, extended user evaluations and fleet/force deployments. Work will be performed in Patuxent River, Maryland, and is expected to be completed in September 2025. Fiscal 2020 research, development, test and evaluation (Defense wide) funds in the amount of $667,721; and fiscal 2020 operations and maintenance (Navy) funds in the amount of $52,000 will be obligated at time of award, $52,000 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

AIR FORCE

Raytheon Missiles Systems, Tucson, Arizona, has been awarded a ceiling $125,000,000 four-year, indefinite-delivery/indefinite-quantity contract (FA8675-20-D-0002) for the Advanced Medium Range Air-to-Air Missile (AMRAAM) system improvement program. This contract provides for delivery of software updates to the AMRAAM inventory. Software development activities are expected to use a recognized agile framework consisting of government/Prime collaboration through repeatable increments of study, development, integration, test and capability demonstration. Work will be performed in Tucson, Arizona, and is expected to be completed Sept. 30, 2026. An initial task order (FA8675-20-F-1026) will be awarded concurrently with the basic contract, for a total cost-plus-fixed-fee face value of $1,192,809. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $678,402 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

FPM Remediations Inc., Oneida, New York, has been awarded a ceiling $60,000,000 indefinite-delivery/indefinite-quantity contract for base realignment and closure (BRAC) environmental construction optimization services to support the Air Force Civil Engineer Center (AFCEC) Installations Directorate (CIB). These performance-based remediation efforts support the AFCEC BRAC mission and enhance BRAC program capabilities within AFCEC/CIB. The requirements support a variety of environmental restoration services and construction necessary to maintain regulatory selected remedies, implement optimization to enhance remedial progress and advance sites to completion in a cost-effective manner. The efforts will be executed in accordance with technical and regulatory requirements to ensure protection of human health and the environment. Work will be performed at the following deactivated Air Force bases: Bergstrom Air Force Base, Texas; Brooks AFB, Texas; Carswell AFB, Texas; Eaker AFB, Arkansas; England AFB, Louisiana; Kelly AFB, Texas; Myrtle Beach AFB, South Carolina; Reese AFB, Texas; Buckley Annex, Colorado; and Lowry AFB, Colorado. Work is expected to be completed Sept. 30, 2030. This award is the result of a competitive acquisition and four offers were received. Fiscal 2020 BRAC funds in the amount of $2,466,636 are being obligated at the time of award. Air Force Installation Contracting Center, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8903-20-D-0003).

DEFENSE LOGISTICS AGENCY

Valneva USA Inc.,* Gaithersburg, Maryland, has been awarded a maximum $60,601,800 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Japanese Encephalitis vaccines. This is a one-year base contract with two one-year option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Maryland and United Kingdom, with a Sept. 8, 2021, ordering period end date. Using military services are Army, Marine Corps, Navy 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 (SPE2DP-20-D-0005).

Vinyl Technology, Monrovia, California, has been awarded a maximum $10,996,200 modification (P00011) exercising the first one-year option period of a one-year base contract (SPE1C1-19-D-1188) with three one-year option periods for Advanced Technology Anti-G Suits. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is California, with a Sept.16, 2021, ordering period end date. Using military service is 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.

ARMY

Battelle Memorial Institute, Columbus, Ohio, was awarded a $49,525,698 modification (P00006) to contract W9132V-19-F-0005 for geospatial research, development, technology and evaluation of current and emerging geospatial technologies that will help characterize and measure phenomena within the physical and social environments encountered by the Army. Work will be performed in Washington, D.C., with an estimated completion date of Sept. 28, 2023. Fiscal 2020 revolving funds in the amount of $1,038,309 were obligated at the time of the award. The U.S. Army Corps of Engineers, Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity.

Moog Inc., Elma, New York, was awarded a $46,659,837 firm-fixed-price contract to overhaul and upgrade cylinder assembly actuators for UH-60 Blackhawk helicopters. 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. 9, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-D-0032).

Lockheed Martin, Orlando, Florida, was awarded a $22,335,977 modification (P00035) to contract W31P4Q-19-C-0071 for engineering services in support of the Hellfire and Joint-Air-to-Ground missiles. Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 2, 2022. Fiscal 2018 and 2020 missile procurement (Air Force) funds; 2019 research, development, test and evaluation (Navy) funds; 2020 operations and maintenance (Army) funds; and 2018 and 2020 missile procurement (Army) funds in the amount of $22,335,97 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Optimal GEO Inc.,* Athens, Georgia (W912P9-20-D-0027); and Surdex Corp., Chesterfield, Missouri (W912P9-20-D-0026), will compete for each order of the $16,000,000 firm-fixed-price contract for photogrammetric and lidar surveying and mapping. Bids were solicited via the internet with 38 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 3, 2025. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity.

David Boland Inc.,* Titusville, Florida, was awarded a $15,472,000 firm-fixed-price contract for renovation of Building 546 at Missile Command Headquarters. Bids were solicited via the internet with four received. Work will be performed at Minot Air Force Base, North Dakota, with an estimated completion date of Aug. 25, 2023. Fiscal 2020 operations and maintenance (Army) funds in the amount of $15,472,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-C-0036).

Speegle Construction,* Niceville, Florida, was awarded a $13,214,700 firm-fixed-price contract to construct a two-story, 39,500 square-foot facility with reinforced concrete foundation and floor slab, steel structure, masonry walls, metal roof, heating, ventilation, air conditioning, fire detection and protection and mass notification system. Bids were solicited via the internet with six received. Work will be performed at Hurlburt Field, Florida, with an estimated completion date of Sept. 16, 2022. Fiscal 2024 military construction (Defense-wide) funds in the amount of $13,214,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0028).

BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $10,457,946 modification (P00143) to contract W56HZV-15-C-0099 for Bradley Fighting Vehicle current fleet sustainment logistics management. Work will be performed in San Jose, California, with an estimated completion date of Dec. 9, 2022. Fiscal 2018 procurement (Defense-wide) funds in the amount of $10,457,946 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Limno-Tech Inc.,* Ann Arbor, Michigan, was awarded a $9,900,000 fixed-price-level-of-effort contract for research and development services for water quality and contaminant modeling. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 8, 2025. The U.S. Army Corps of Engineers, Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-20-D-0004).

Accenture Federal Services, Arlington, Virginia, was awarded an $8,293,896 modification (P00001) to contract W52P1J-20-C-0005 for unified enterprise resource planning capability support services. Work will be performed at Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 8, 2026. Fiscal 2020 operations and maintenance (Army) funds in the amount of $8,293,896 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

CORRECTION: The contract announced on Sept. 8, 2020, for Amentum Services Inc., Germantown, Maryland (W56HZV-20-F-0396), for $29,034,547, was announced with an incorrect award date. The correct award date is Sept. 9, 2020.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2341844/source/GovDelivery/

On the same subject

  • AUKUS succeeds if US eases defense regulations for allies

    July 27, 2023 | International, Naval

    AUKUS succeeds if US eases defense regulations for allies

    The greater risk to our own national security is continuing to treat our technology as too precious to share.

  • Contract Awards by US Department of Defense - July 15, 2020

    July 16, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - July 15, 2020

    ARMY General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $249,000,000 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed price) contract for Increment I of the Small Multipurpose Equipment Transport. 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 July 14, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-F-0382). Hensel Phelps, Phoenix, Arizona, was awarded a $91,819,195 firm-fixed-price contract for a ground based strategic deterrent mission integration facility at Hill Air Force Base. Bids were solicited via the internet with nine received. Work will be performed at Hill Air Force Base, Utah, with an estimated completion date of March 16, 2023. Fiscal 2020 military construction, defense-wide funds in the amount of $35,747,184 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0012). Burns and McDonnell Engineering Co. Inc., Kansas City, Missouri (W912HP-20-D-5000); Cromwell Architects Engineers Inc., Little Rock, Arkansas (W912HP-20-D-5001); and Exp Federal Inc., Chicago, Illinois (W912HP-20-D-5002), will compete for each order of the $49,900,000 firm-fixed-price contract for multidiscipline architect-engineer services. Bids were solicited via the internet with 19 received. Work locations and funding will be determined with each order, with an estimated completion date of July 14, 2025. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity. TeamGOV Inc.,* Hyattsville, Maryland, was awarded a $7,531,979 modification (P00003) to contract W912DY-19-F-1336 to maintain complete and functional access control point control systems. Bids were solicited via the internet with three received. Work will be performed in Killeen and Fort Bliss, Texas; McAlester and Fort Sill, Oklahoma; Fort Polk, Louisiana; White Hall, Arkansas; Camp Roberts and Fort Irwin, California; Dugway Proving Ground, Utah; Fort Huachuca, Arizona; and White Sands Missile Range, New Mexico, with an estimated completion date of July 14, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $3,183,862 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. A Finkl and Sons Finkl Steel-Chicago, Chicago, Illinois, was awarded a $7,181,165 firm-fixed-price contract for procurement of hollow preform forgings for Watervliet Arsenal, New York. Bids were solicited via the internet with three received. Work will be performed in Chicago, Illinois, with an estimated completion date of July 15, 2024. Fiscal 2020 revolving funds in the amount of $7,181,165 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W911PT-20-C-0022). NAVY Raytheon Technologies, Portsmouth, Rhode Island, is awarded an $88,050,510 modification to previously awarded contract N00024-16-C-6423 for the production of the MK54 Lightweight Torpedo MOD 0 and MOD 1 common part kits and spare torpedo components. This modification combines purchases for the Navy (18%); and the governments of Canada (72%); Republic of Korea (5%); Denmark (3%); Australia (1%); and Spain (1%), under the Foreign Military Sales (FMS) program. Work will be performed in Portsmouth, Rhode Island (95%); and Keyport, Washington (5%), and is expected to be completed by May 2023. FMS funding in the amount of $71,687,560; and fiscal 2020 and 2018 weapons procurement (Navy) funding in the amount of $16,145,556 and $217,394 respectively, will be obligated at time of award, of which $217,394 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. ERAPSCO JV, Sparton and USSI, Columbia City, Indiana, is awarded a $71,801,600 modification (P00005) to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This modification increases the ceiling of the contract to provide for the production and delivery of a maximum quantity of 20,000 AN/SSQ-125 Sonobuoys production. Sonobuoys are air launched expendable, electro-mechanical anti-submarine warfare acoustic sensors designed to relay underwater sounds associated with ships and submarines. Work will be performed in De Leon Spring, Florida (51%); and Columbia City, Indiana (49%), and is expected to be completed by July 2022. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Missiles and Defense, Marlborough, Massachusetts, is awarded a $26,463,116 cost-plus-fixed fee and cost only modification to previously awarded contract N00024-19-C-5501 to exercise options and realign level of effort ceiling for Air and Missile Defense Radar AN/SPY-6(V) integration and production support efforts. Work will be performed in Marlborough, Massachusetts (64%); Kauai, Hawaii (12%); Fair Lakes, Virginia (10%); Moorestown, New Jersey (8%); Portsmouth, Rhode Island (6%); and San Diego, California (less than 1%). This option exercise is for performance of the integration and production support for continued combat system integration and test, engineering, training, software, depot maintenance and field engineering in support of the Air and Missile Defense Radar AN/SPY-6(V). Work is expected to be completed by November 2020. Fiscal 2016, 2017, 2018, 2019 and 2020 shipbuilding and conversion (Navy); and fiscal 2019 and 2020 research, development, test and evaluation (Navy) funds in the amount of $35,960,832 will be obligated at time of award. Funds in the amount of $15,410 will expire at the end of the current fiscal year. This contract was procured under the statutory authority of 10 U.S. Code 2304(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Navy Yard, Washington, D.C., is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded $12,201,000 for ceiling-priced delivery order N00383-20-F-A341 under previously awarded basic ordering agreement N00383-17-G-A301 for the procurement of multiple flight control surfaces in support of the Boeing F/A-18 E-G Super Hornet aircraft. All work will be performed in St. Louis, Missouri, and is expected to be completed by May 2026. Kuwait funds in the amount of $5,978,490 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. Kuwait (100%) funds will be used under the Foreign Military Sales program. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1) and one offer was received. The Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. SJC-BVIL*, Montrose, Colorado, is awarded a $9,592,555 firm-fixed-price task order (N40084-20-F-4464) under a design-bid-build, indefinite delivery/indefinite quantity, unrestricted multiple awarded construction contract for commercial and institutional building construction contract to convert the overhead power and telephone lines to underground from wood power poles. The work is located from the Navy ammunition area to the Air Force ammunition area along DG1. The work will be performed at U.S. Naval Support Facility, Diego Garcia. All work will be performed in British Indian Ocean Territory. The work to be performed will replace the existing overhead feeder lines from technical feeder wood power poles (WPP) 26 to 82 and from non-technical feeder (WPP) 1013 to 1041 with underground loop-feed type system including conduits and conductors, pad-mounted transformer and switch, grounding system and related system appurtenances. End result is all referenced power and communication lines be underground and on the ocean side of the road. Work is expected to be completed by September 2022. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $9,592,555 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command Far East, Yokosuka, Japan, is the contracting activity (N40084-18-D-0068). DEFENSE LOGISTICS AGENCY Boeing Distribution Services Defense, O'Fallon, Missouri, has been awarded a maximum $81,000,000 modification (P00067) exercising the first three-year option period of a four-year base contract (SPE5EY-16-D-0547) with two, three-year option periods for broad supply chain management of industrial hardware relating to maintenance, repair and overhaul missions. This is a firm-fixed-price with economic-price-adjustment, indefinite-quantity contract. Locations of performance are Missouri and Texas, with a July 31, 2023, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Grasmick Produce Co.,* Boise, Idaho, has been awarded a maximum $20,304,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh fruit and vegetables. This was a competitive acquisition with three responses received. This is a four-year contract with no option periods. Location of performance is Idaho, with a July 14, 2024, performance completion date. Using military services are Air Force, Army, Marine Corps and Department of Agriculture schools and reservations. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-P357). AIR FORCE Northrop Grumman Systems Corp., McLean, Virginia, has been awarded a not-to-exceed $35,964,710 firm-fixed-price, undefinitized contract for repair of 174 B-52 Engine Nose Cowls for the B-52 Stratofortress Bomber jet. Work will be performed in Lake Charles, Louisiana, and is expected to be completed July 2021. This award is the result of a sole-source acquisition. Fiscal 2020 working capital funds in the full amount are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-20-C-0004). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2275570/source/GovDelivery/

  • SAIC Wins $49.5M U.S. Navy Contract for Saudi C4ISR Upgrades, Refurbishment

    October 13, 2020 | International, Naval, C4ISR

    SAIC Wins $49.5M U.S. Navy Contract for Saudi C4ISR Upgrades, Refurbishment

    Seapower Staff MCLEAN, Va. — The U.S. Navy awarded Science Applications International Corp. a $49.5 million single-award task order to continue to provide the Royal Saudi Naval Forces support services for command, control, communications, computers, and intelligence, surveillance and reconnaissance (C4ISR) upgrade and refurbishment, the company said in an Oct. 12 release. The work will take place in the Kingdom of Saudi Arabia. Under the cost-plus fixed-fee task order, awarded as part of the SeaPort-NxG contract, SAIC will leverage repeatable solutions such as engineering, design and integration, integrated product support and sustainment capabilities on critical networks. These networks fulfill the Naval Information Warfare Systems Command's requirement for Program Executive Office C4I International Integration Program Office (PMW 740) Royal Saudi Naval Forces (RSNF) In-Kingdom of Saudi Arabia (KSA) Support Services. “For more than 40 years, SAIC has supported the Navy's mission to help maintain the Royal Saudi Naval Forces' C4ISR capability modernization, engineering and logistics,” said Jim Scanlon, SAIC executive vice president and general manager of the Defense Systems Group. “As a leader in technology integration, SAIC is excited to continue its assistance to the Navy as it continues to build this strategic partnership with the Kingdom of Saudi Arabia.” SAIC will deliver solutions and services to include program management, systems engineering and integration, maintenance engineering, and integrated logistics for the modernization and refurbishment of RSNF systems. These services are enabled by SAIC's legacy of support to RSNF, and SAIC's investments in digital engineering and end-to-end logistics and supply chain solutions. The prime contract has a five-year base period of performance. https://seapowermagazine.org/saic-wins-49-5m-u-s-navy-contract-for-saudi-c4isr-upgrades-refurbishment/

All news