Back to news

September 21, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense - September 20, 2018

DEFENSE LOGISTICS AGENCY

United Technologies Corp., East Hartford, Connecticut, has been awarded a maximum $2,460,000,000 modification (P00024) exercising the five-year option period of a five-year base contract (SPE4AX-15-D-9436), with one five-year option period for the Defense Logistics Agency to supply the Air Force depot level repairables and consumable parts. The modification brings the total cumulative face value of the contract to $4,930,000,000 from $2,460,000,000. This is a fixed-price prospective redetermination, multiple-year requirements contract. The location of performance is Connecticut, with a Sept. 26, 2023, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia.

American Purchasing Services LLC, doing business as American Medical Depot, Miramar, Florida, has been awarded a maximum $49,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories. This was a competitive acquisition with 52 responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a Sept. 19, 2023, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-18-D-0012).

Accent Controls Inc.,* Kansas City, Missouri, has been awarded a maximum $7,694,857 modification (P00055) exercising the fourth one-year option period of a one-year base contract (SP3300-14-C-5005), with four one-year option periods for warehousing and distribution support services. This is a fixed-price incentive firm, cost-reimbursement contract. This was a small business set-aside acquisition with five offers received. Locations of performance are Missouri and Florida, with a Sept. 30, 2019, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

ARMY

Hensel Phelps Construction Co., Austin, Texas, was awarded a $143,158,000 firm-fixed-price contract for Bureau of Engraving and Printing Western Currency facility expansion project. Bids were solicited via the internet with two received. Work will be performed in Fort Worth, Texas, with an estimated completion date of Jan. 11, 2022. Fiscal 2018 non-appropriated funds in the amount of $143,158,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0061).

Colt's Manufacturing Co. LLC, West Hartford, Connecticut, was awarded a $57,722,819 firm-fixed-price Foreign Military Sales (Jordan, Morocco, Afghanistan, Senegal, Tunisia and Pakistan) contract for procurement of up to 10,000 additional M4 and M4A1 5.56mm carbine rifles. One bid was solicited with one bid received. Work will be performed in West Hartford, Connecticut, with an estimated completion date of Sept. 20, 2019. Fiscal 2018 foreign military sales funds in the amount of $57,722,819 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-F-0115).

J. Kokolakis Contracting Inc., Bohemia, New York, was awarded a $52,494,000 firm-fixed-price contract for renovation of Grant Barracks building. Bids were solicited via the internet with two received. Work will be performed in West Point, New York, with an estimated completion date of Sept. 30, 2019. Fiscal 2018 military construction funds in the amount of $52,494,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-18-C-0015).

AECOM Energy & Construction Inc., Greenwood Village, Colorado, was awarded a $40,648,775 modification (P00005) to contract W912P5-17-C-0007 for lock chamber replacement, foundation preparation for both the land wall and river wall, and construction of the upstream river wall. Work will be performed in Chattanooga, Tennessee, with an estimated completion date of Jan. 1, 2020. Fiscal 2018 inland waterway trust funding and civil works funds in the amount of $40,648,775 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity.

Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $27,595,202 modification (P00119) to Foreign Military Sales (Australia, Estonia, Lithuania, Turkey, Taiwan and Ukraine) contract W31P4Q-13-C-0129 for Javelin weapons system full-rate production. Work will be performed in Tucson, Arizona, with an estimated completion date of Aug. 31, 2021. Fiscal 2018 other procurement, Army funds in the amount of $27,595,202 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

R8I Cabrera Remediation and Construction LLC,* Elizabeth, Colorado, was awarded a $25,000,000 cost-plus-fixed-fee contract for labor, equipment, operators, supervision, supplies, materials and incidentals necessary in providing continued support of environmental remediation program. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 19, 2023. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-18-D-0023).

Weeks Marine Inc., Covington, Louisiana, was awarded a $19,884,400 firm-fixed-price contract for maintenance pipeline dredging. Bids were solicited via the internet with one received. Work will be performed in Houston, Texas, with an estimated completion date of July, 7, 2019. Fiscal 2014 and 2018 operations and maintenance Army; and general construction funds in the combined amount of $19,884,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0073).

Bering Straits Technical Services LLC, Anchorage, Alaska, was awarded a $13,335,173 firm-fixed-price contract for operations, maintenance, and sustainment of training areas. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 19, 2022. 413th Combat Support Battalion, Fort Wainwright, Alaska, is the contracting activity (W912D0-18-D-0008).

Cray Inc., Seattle, Washington, was awarded a $12,500,000 firm-fixed-price contract to increase the processing capability of the current Cray XC 40 High Performance Supercomputer and purchase of 2083 additional nodes compatible with the existing system architecture. Bids were solicited via the internet with one received. Work will be performed in Vicksburg, Mississippi, with an estimated completion date of Oct. 31, 2018. Fiscal 2018 other procurement, Army funds in the amount of $12,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912HZ-18-C-0027).

KZF Design Inc.,* Cincinnati, Ohio, was awarded a $10,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 19, 2023. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-18-D-0009).

Messer Construction Co., Dayton, Ohio, was awarded an $8,650,000 firm-fixed-price contract for design and replacement of a process cooling tower (Building 18 Complex). Bids were solicited via the internet with two received. Work will be performed in Wright-Patterson Air Force Base, Ohio, with an estimated completion date of June 30, 2020. Fiscal 2017 and 2018 research, development, test and evaluation funds in the amount of $8,650,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-18-C-0032).

NAVY

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded $58,395,297 for firm-fixed-price delivery order N0001918F0567 against a previously issued basic ordering agreement (N00019-14-G-0004). This delivery order provides for the procurement of 866 interim spare parts necessary to support the repair and maintenance of CH-53K low-rate initial production, Lot 2 configuration aircraft. Work will be performed in Stratford, Connecticut (26 percent); Longueuil, Quebec, Canada (10 percent); Redmond, Washington (9 percent); Cudahy, Wisconsin (5 percent); various locations within the continental U.S. (42 percent); and various locations outside the continental U.S. (8 percent), and is expected to be completed in January 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $58,395,297 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $40,323,606 modification to a previously awarded firm-fixed-price contract (N00019-17-C-0003) for the procurement of aircraft armament equipment in support of 12 F/A-18E/F and 14 EA-18G Lot 40 and 41 aircraft for the Navy. Work will be performed in Meza, Arizona (26 percent); St. Louis, Missouri (20 percent); Grand Rapids, Michigan (15 percent); El Segundo, California (11 percent); Grove, Oklahoma (6 percent); Minneapolis, Minnesota (4 percent); Placentia, California (4 percent); and various locations within the continental U.S. (14 percent), and is expected to be completed in November 2022. Fiscal 2016 and 2017 aircraft procurement (Navy) funds in the amount of $40,323,606 are obligated at time of award, $18,258,354 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Summit Technologies Inc., Winter Park, Florida (N00189-18-D-Z075); Analytic Services Inc., Falls Church, Virginia (N00189-18-D-Z076); The Tauri Group, Alexandria, Virginia (N00189-18-D-Z077); Information International Associates, Oak Ridge, Tennessee (N00189-18-D-Z078); and Battelle Memorial Institute, Columbus, Ohio (N00189-18-D-Z079), are awarded a combined estimated $27,866,679 multiple award of cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide professional services in the areas of chemical, biological, radiological and nuclear defense and countering weapons of mass destruction operational and risk analysis. The contracts will run concurrently and will include a 60-month base ordering period. Work will be performed at various contractor locations throughout the U.S. (85 percent) and percentage of work at each of those locations cannot be determined at this time. Work will also be performed at government facilities in Arlington, Virginia (15 percent). The base ordering period of the contract is expected to be completed by September 2023. Fiscal 2018 research, development, test, and evaluation (Navy) funds in the amount of $50,000 will be obligated ($10,000 on each of the five contracts to fund the contracts' minimum amounts), and funds will expire at the end of the current fiscal year. This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was solicited through the Federal Business Opportunities website, with five offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity.

L-3 Communications EOTech Inc., Ann Arbor, Michigan, is awarded a $23,637,320 firm-fixed-price, indefinite delivery/indefinite quantity contract for the procurement of Miniature Aiming System – Day Optics close quarter combat sights and clip-on magnifiers in support of U.S. Special Operations Command. Work will be performed in Ann Arbor, Michigan, and is expected to be completed by September 2028. Fiscal 2018 procurement (Defense-wide) funding in the amount of $308,570 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured pursuant of 10 U.S. Code 2304(a). This contract was competitively procured via the Federal Business Opportunities website, with four offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-18-D-JQ26).

TFS-APTIM JV,* Wasilla, Alaska, is awarded a $21,445,996 firm-fixed-price contract for construction of a fuel truck offload facility at Andersen Air Force Base, Guam. The basic project components include the fuel truck offload facility and associated piping and equipment. Additional supporting infrastructure includes a building for a generator and electrical service, petroleum, oil, and lubricants fuel truck parking, and site improvements. Work will be performed in Yigo, Guam, and is expected to be completed by December 2019. Fiscal 2018 military construction (Defense-wide) contract funds in the amount of $21,445,996 are obligated on this award, of which $3,696,512 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with one proposal received. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-18-C-1300).

Rolls-Royce Corp., Indianapolis, Indiana, is awarded a not-to-exceed $17,599,557 for modification P00008 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-15-D-0033). This modification exercises an option to procure T56-A-427A engines, power section modules and reduction gearbox modules for the E-2D aircraft. Work will be performed in Indianapolis, Indiana, and is expected to be completed in September 2019. No funds will be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is being awarded a $16,310,246 cost-plus-incentive-fee, firm-fixed-price contract for AN/BVY-1 Integrated Submarine Imaging System (ISIS) Technical Insertion 20-24 production and engineering services. The ISIS provides visual and other capabilities for Navy submarines. This contract includes options which, if exercised, would bring the cumulative value of this contract to $753,086,000. Work will be performed in Manassas, Virginia (66 percent); Chantilly, Virginia (18 percent); Marion, Massachusetts (10 percent); and Newport, Rhode Island (6 percent), and is expected to be completed by September 2028. Fiscal 2018 other procurement (Navy) funding in the amount of $250,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-6258).

Coffman Specialties Inc., San Diego, California, is awarded $15,845,000 for firm-fixed-price task order N6247318F5362 under a previously awarded multiple award construction contract (N62473-15-D-2442) for airfield pavement repairs at March Air Reserve Base. The work to be performed provides for repairs to the portland concrete cement on Runway 14/32 Keel, Taxiway A and Taxiway C. The airfield areas must be repaired to facilitate use by currently assigned KC-135, C-17 and other transient aircraft. Adjacent asphalt concrete and airfield lighting may be impacted. Work will be performed in Moreno Valley, California, and is expected to be completed by October 2020. Fiscal 2018 operations and maintenance (Air Force Reserve) contract funds in the amount of $15,845,000 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, Southwest, San Diego, California, is the contracting activity.

General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded $12,880,531 for modification P00027 to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00030-16-C-0005), for sustainment of the U.S. and United Kingdom (UK) SSBN Fire Control System, the U.S. SSGN Attack Weapon Control System, including training and support equipment. Also included is the Missile Fire Control for the U.S. Columbia-class and UK Dreadnought-class Common Missile Compartment program development, through first unit UK production, and Strategic Weapon Interface Simulator. Work will be performed in Pittsfield Massachusetts (90.5 percent); Bremerton, Washington (3.6 percent); Kings Bay, Georgia (2.7 percent); Dahlgren, Virginia (1 percent); Cape Canaveral, Florida (0.9 percent); Portsmouth, Virginia (0.9 percent); and the United Kingdom (0.4 percent), with an expected completion date of Sept. 30, 2023. Fiscal 2018 research, development, test and evaluation funds in the amount of $2,944,140; United Kingdom funds in the amount of $1,015,493; and fiscal 2018 operations and maintenance (Navy) funds in the amount of $498,006 are being obligated on this award. Funds in the amount of $498,006 will expire at the end of the current fiscal year. Subject to the availability of funding, fiscal 2019 operations and maintenance (Navy) funds in the amount of $7,192,842; and United Kingdom funds in the amount of $1,230,050 will be obligated. Funds in the amount of $7,192,842 will expire at the end of fiscal 2019. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

FlightFab Inc.,* Baltimore, Maryland, is awarded a $12,620,604 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of solid waste processing equipment for naval ships. This contract provides production, testing and delivery of solid waste processing equipment in the form of plastic shredders, metal glass shredders, large pulpers, small pulpers and control valves for small and large pulpers. Work will be performed in Baltimore, Maryland. This action will contain a five-year ordering period and is expected to be completed by September 2023. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $423,825 will be obligated immediately after contract award via the first delivery order and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-18-D-4010).

Alliant Techsystems Operations LLC, Northridge, California, is awarded a $12,072,734 ceiling-priced indefinite-delivery/indefinite-quantity contract for the procurement of up to 60 Common Munitions Built-In Test Reprogramming Equipment test sets; up to 22 ADU-891(V)1/E adaptor units; up to one lot of spares; and up to two ADU-891(V)3/E adaptor units in support of the Navy, Air Force, and the governments of Morocco, Belgium, Australia, Japan, and Oman. Work will be performed in Northridge, California, and is expected to be completed in May 2020. Fiscal 2018 research, development, test and evaluation (Navy and Air Force); fiscal 2016 missile procurement (Air Force); fiscal 2018 operation and maintenance (Navy); fiscal 2018 other procurement (Navy); and fiscal 2016 weapons procurement (Navy), as well as foreign military sales funds in the amount of $10,021,938, will be obligated at time of award, $2,600,972 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893618D0037).

APTIM Federal Services Inc., Alexandria, Virginia, is awarded a $12,022,779 firm-fixed-price modification to previously awarded contract (N62473-17-D-0006) to increase the maximum dollar value of a firm-fixed-price contract task order for the Parcel G Radiological Characterization at Hunters Point Naval Shipyard. The work to be performed provides new data to replace suspect radiological removal action data used to support a radiological unrestricted release recommendation for the sanitary sewer and storm drain lines, and impacted former building sites in Parcel G. After award of this modification, the total cumulative task order value will be $18,395,960. Work will be performed in San Francisco, California, and is expected to be completed by February 2020. Fiscal 2018 base realignment and closure environmental, (Navy) contract funds in the amount of $12,022,779 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Huntron Inc.,* Mill Creek, Washington, is awarded an $11,956,849 firm-fixed-price, indefinite-delivery/indefinite quantity contract for Model 32 test instruments, accessory kits and transit cases. Work will be performed in Mill Creek, Washington, and is expected to be completed by September 2023. Fiscal 2018 other procurement (Navy); fiscal 2018 shipbuilding and conversion (Navy); fiscal 2018 Navy working capital funding; fiscal 2018 operations and maintenance (Homeland Security/Coast Guard); and foreign military sales funding in the amount of $137,228 will be obligated at time of award, of which Navy working capital funding in the amount of $29,097 will 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 Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-18-D-H800).

Pacific Commercial Services LLC,* Kapolei, Hawaii, is awarded a maximum amount $10,000,000 indefinite-delivery/indefinite-quantity contract for all services necessary for the final treatment/disposal of hazardous waste in accordance with all local, state, and Federal regulations, to include Department of Defense (DOD) component directives within the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR). The work to be performed provides for services that shall include all necessary personnel, including applicable subcontractors, transportation, packaging and equipment to remove and properly dispose of hazardous and non-hazardous wastes. The contractor is required to meet all Department of Transportation requirements to include packaging of the wastes. The contractor must also comply with all Occupational Safety and Health Administration and DOD safety regulations and procedures, including State of Hawaii regulations and procedures. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific AOR, including, but not limited to Hawaii (75 percent); Guam (15 percent); and other DOD locations within the NAVFAC Pacific AOR (10 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2023. Fiscal 2018 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. Future task orders will be primarily funded by operations and maintenance (Navy) funds. This contract was competitively procured via the Federal Business Opportunities website, with one proposal received. The Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-18-D-1801).

Raytheon Co., El Segundo, California, is awarded a not-to-exceed $8,127,897 for a ceiling-priced, undefinitized contract action delivery order N00383-18-F-HA04 under previously awarded basic ordering agreement (N00383-15-G-003H) for the repair of 193 units across weapon repairable assemblies used in support of the F-18 active electronically scanned array radar system. Work will be performed in Forest, Mississippi, and will be completed by September 2019. Fiscal 2018 working capital funds (Navy) in the amount of $6,095,923 will be obligated at time of award, and will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), in accordance with Federal Acquisition Regulation 6.302-1. The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

AIR FORCE

Pacific Defense Solutions LLC, Kihei, Hawaii, has been awarded a $39,894,065 cost-reimbursement type contract for spacecraft object tracking and characterization capabilities. This contract award is the result of a competitive acquisition and five offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $ 3,601,646 will be obligated at the time of award. Work will be performed in Kihei, Hawaii, and is expected to be completed December 2023. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico is the contracting activity (FA9451-18-C-0035).

The Johns Hopkins University Applied Physics Laboratory LLC, Laurel, Maryland, has been awarded a $23,848,171 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee completion task order. The contractor will provide the technical and program support of Tactical Space and small satellite portfolio's core competencies and mission lifecycle to include support of the mission phases from concept through design, implementation, operations, and transition of space assets. Work will be performed in Laurel, Maryland, and is expected to be completed Sept. 29, 2023. Fiscal 2018 research and development funds in the amount of $500,000 are being obligated at time of award. This award is the result of a sole-source acquisition and one offer was received. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-18-D-0018 TASK ORDER FA9453-18-F-0007).

The Boeing Co., St. Louis, Missouri, has been awarded a $15,186,972 modification (P00042) to contract FA8634-16-C-2653 for APG-82 Radar Modernization Program test requirements document. This contract provides for test requirements documents that lay the foundation for organic depot repair. Work will be performed in St. Louis, and is expected to be completed by Dec. 31, 2020. Fiscal 2016 and 2017 procurement funds in the amount of $15,186,972 are being obligated at the time of award. Total cumulative face value of the contract is $1,363,368,877. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (Awarded Sept. 17, 2018)

International Business Machines Corp., San Jose, California, has been awarded a $14,863,208 cost-reimbursable contract for NorthPole software/hardware. This contract provides for the study, design, development, implementation, test, integration, document and delivery of the software and hardware specification for NorthPole, the next generation neural inference machine. Work will be performed in San Jose, California, and is expected to be completed by June 20, 2019. This award is the result of a competitive acquisition, and two offers were received. Fiscal 2017 research, development, test and evaluation funds in the amount of $893,208; and fiscal 2018 research, development, test and evaluation funds in the amount of $13,970,000 are being obligated at the time of award. Air Force Research Laboratory Rome, New York, is the contracting activity (FA8750-18-C-0015).

Honeywell International Inc., Phoenix, Arizona, has been awarded a $10,080,902 firm-fixed-price contract for Jet Fuel Starter repair components for the RC-135 aircraft. This contract provides the remaining stock of Jet Fuel Starter components necessary to sustain the RC-135 fleet through the year 2040. Work will be performed in Phoenix, Arizona, and is expected to be complete by Dec. 31, 2021. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $10,080,902 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8620-18-C-4004).

DEFENSE COMMISSARY AGENCY

EMR Inc., Niceville, Florida, is awarded $15,990,000 for a firm-fixed-price contract for an addition/alteration to an existing commissary at Naval Air Station Pensacola, Florida. The contract is for a 539 calendar day period based on the issuance of the notice to proceed which is expected in November 2018. Offers were solicited via full and open competition, and three offers were received. The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio, Lackland, Texas (HDEC03-18-C-0003).

MISSILE DEFENSE AGENCY

L.C. Wright Inc.,* McLean, Virginia, is being awarded an $8,497,407 competitive firm-fixed-price contract with a two-year base value of $3,384,136 for Protocol Support. Protocol professionals provide support for the director and general officer/Senior Executive Service members that are geographically dispersed throughout the U.S. The work will be performed in the National Capital Region; Dahlgren, Virginia; Huntsville, Alabama; Fort Greely, Alaska; Vandenberg Air Force Base, California; Colorado Springs, Colorado; and other locations as directed, with an estimated completion date of October 2023. This contract was competitively procured via publication on the Federal Business Opportunities website with three proposals received. Fiscal 2018 research, development, test and evaluation funds in the amount of $223,000 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-18-R-0007).

U.S. SPECIAL OPERATIONS COMMAND

Hardwire LLC, Pocomoke City, Maryland, has been awarded an estimated $8,000,000 indefinite-delivery, indefinite-quantity, firm-fixed-price contract (H92403-18-D-0007) for the purchase of Special Operations Forces personal equipment advanced requirements (SPEAR) soft body armor ballistic inserts in support of U.S. Special Operations Command (USSOCOM) procurement division. Fiscal 2018 operations and maintenance funds in the amount of $100,000 are being obligated at the time of award. The majority of work will be performed in Pocomoke City, and work is expected to be completed by September 2023. This contract was awarded through full and open competition with six proposals received. USSOCOM, Tampa, Florida, is the contracting activity.

DEFENSE THREAT REDUCTION AGENCY

Raytheon Technical Services Company LLC, Dulles, Virginia, has been awarded a $7,542,049 modification #17 to previously awarded contract HDTRA1-11-D-0007, Task Order 12 Weapons of Mass Destruction Proliferation Prevention Program on the Jordan Border Security Project. The modification brings the total cumulative face value of the contract to $58,317,910.57 from $50,775,861.57. Work will be performed in Jordan, with an expected completion date of Nov. 30, 2020. This contract involves fiscal 2018 Cooperative Threat Reduction funds in the amount of $2,675,182 are being obligated at time of award. The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

DirectViz Solutions LLC, Chantilly, Virginia, is being awarded a $7,429,544 firm-fixed-price contract. This contract will to provide Joint Service Provider with technical, analytical, management, and professional support services for Identity Protection Management Services. Work will be performed at the Pentagon, Mark Center, and Crystal City, Virginia, with an expected completion date of Sept. 29, 2022. Fiscal 2018 operations and maintenance funds in the amount of $7,429,544 are being obligated at time of award. This contract was competitively procured, with three proposals received. The Washington Headquarters Services, Acquisition Directorate, Arlington, Virginia, is the contracting activity (HQ0034-17-C-0093).

*Small Business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1641072/source/GovDelivery/

On the same subject

  • Reaper : des équipages espagnols viennent se former en France

    March 20, 2020 | International, Aerospace

    Reaper : des équipages espagnols viennent se former en France

    L'Armée de l'air a accueilli deux équipages de Reaper venus d'Espagne, à l'occasion de leur stage de requalification. 33e escadre de surveillance, de reconnaissance et d'attaque. Le 13 mars, l'Armée de l'air française a annoncé avoir participé à la formation de deux équipages de drones Reaper espagnols. Il s'agissait en fait d'un stage de requalification, une procédure courante pour les pilotes de drones, qui s'est déroulé au sein de la base 709 de Cognac-Chateaubernard, qui accueille la 33e escadre de surveillance, de reconnaissance et d'attaque. La 33e ESRA est celle qui met en œuvre les drones Reaper français et forment les équipages à travers l'Escadron de transformation opérationnelle drone (ETOD) 3/33 « Moselle ». Coopération franco-espagnole. Les deux équipages espagnols ont ainsi pu suivre ce stage du 3 au 14 février. Le capitaine Redondo, de l'Ejercito del Aire, a déclaré à cette occasion : « c'est une grande chance pour nous de pouvoir bénéficier du retour d'expérience des pilotes et instructeurs français qui travaillent sur ces drones depuis plus longtemps. Nous avons pu échanger sur nos connaissances et nos missions respectives et sommes reconnaissants d'avoir pu apprendre de leur vécu », rapporte l'armée de l'Air. En effet, la livraison du premier système de drones Reaper à la France remonte à 2013, lequel a immédiatement été employé en Opex, dans le cadre de l'opération Barkhane. Un dispositif différent. La France a ainsi accompagné les deux pilotes et les deux opérateurs capteurs espagnols dans ce stage de requalification, qu'ils ont pu valider à l'issue de deux semaines de formation. Les équipages ont particulièrement travaillé sur les procédures de décollage et d'atterrissage de l'aéronef, sur l'emploi du radar ainsi que sur les différentes procédures d'urgence. Mais alors que les équipages espagnols s'articulent autour de deux personnes, la France adopte une approche différente dans ce domaine, avec un équipage à quatre. « Nous travaillons en équipage de deux personnes et les informations recueillies sont envoyées par satellite pour traitement. L'Armée de l'air française forme quant à elle deux personnes de plus qui intègrent l'équipage : un officier renseignement et un opérateur qui traitent les informations instantanément et sont en liaison directe avec leur commandement », met en avant l'Ejercito del Aire. Une distinction dont la France est fière et qui lui permet de transmettre rapidement un renseignement enrichi auprès des décideurs et du C2 lors des missions Reaper. https://www.air-cosmos.com/article/reaper-des-quipages-espagnols-viennent-se-former-en-france-22777

  • Contract Awards by US Department of Defense - March 22, 2019

    March 26, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - March 22, 2019

    MISSLE DEFENSE AGENCY The Boeing Co., Huntsville, Alabama, was awarded $4,141,315,338 (contract modification HQ0147-19-C-0004 P00001), partially definitizing the $6,560,000,000 undefinitized contract action (UCA) issued Jan. 31, 2018, on contract HQ0147-12-C-0004, Ground-based Midcourse Defense (GMD) Development and Sustainment Contract (DSC). The UCA extended the DSC period of performance from January 2018 through December 2023, and added the requirements to execute the GMD portion of the presidential mandated and congressionally enacted Missile Defeat and Defense Enhancements. This effort includes delivery of a new missile field with 20 silos and two additional silos in a previously constructed missile field at Fort Greely, Alaska. The MDA is deferring the production of the 20 additional Ground Based Interceptors (GBIs) (estimated not to exceed (NTE) value of $1,300,000,000) at this time due to the delay associated with not meeting the entrance criteria for the Redesigned Kill Vehicle (RKV) critical design review. A portion of the effort to deliver 11 boost vehicles for flight tests and spares (estimated NTE value of $474,000,000) will remain under the UCA at this time. This modification brings the total cumulative value of the contract, including options, to $10,799,794,123. The definitized scope of work includes technical capabilities to expand and improve a state-of-the-art missile defense system to ensure defensive capabilities remain both relevant and current, to include but not limited to: Boost Vehicle (BV) development; providing GBI assets for labs and test events; development, integration, testing and deployment of ground systems software builds to address emerging threats; development and fielding of upgraded launch support equipment; expanded systems testing through all ground and flight testing; cyber security support and testing; and, operations and support via performance based logistics approach. Work will be performed at multiple locations, including Huntsville, Alabama; Fort Greely, Alaska; Vandenberg Air Force Base, California; Schriever AFB, Colorado; Peterson AFB, Colorado; Cheyenne Mountain Air Station, Colorado; Colorado Springs, Colorado; Tucson, Arizona; other contractor designated prime, subcontractor, and supplier operating locations; and other government designated sites. The definitized effort will be performed by an industry team consisting of The Boeing Co., Northrop Grumman Innovation Systems, Northrop Grumman Systems Corp., Raytheon Co., and many other subcontractors. This acquisition was executed on a sole-source basis under the statutory authority of 10 U.S. Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Boeing, as the GMD DSC prime contractor, along with its subcontractors, collectively have demonstrated special capabilities and/or expertise and that no other companies would have been able to satisfactorily perform the required services without unacceptable delays in fulfilling the agency's requirements. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $26,951,213 were obligated at the time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. U.S. TRANSPORTATION COMMAND Twenty-five companies have been awarded a firm-fixed-price contract under the following Global Heavyweight Service, indefinite-delivery/indefinite-quantity, fixed-price contracts with an estimated value of $284,932,621: ABX Air Inc., Wilmington, Ohio (HTC71119DC002); Air Transport International Inc., Wilmington, Ohio (HTC71119DC003); Alaska Airlines Inc., Seattle, Washington (HTC71119DC004); Allegiant Air LLC, Las Vegas, Nevada (HTC71119DC005); American Airlines, Fort Worth, Texas (HTC71119DC006); Amerijet International Inc., Fort Lauderdale, Florida (HTC71119DC007); Atlas Air Inc., Purchase, New York (HTC71119DC008;) Delta Air Lines Inc., Atlanta, Georgia (HTC71119DC009); Federal Express Corp., Washington, District of Columbia (HTC71119DC010); Hawaiian Airlines, Honolulu, Hawaii (HTC71119DC011); Jet Blue, Long Island City, New York (HTC71119DC012); Kalitta Air LLC, Ypsilanti, Michigan (HTC71119DC013); Lynden Air Cargo LLC, Anchorage, Alaska (HTC71119DC014); Miami Air International Inc., Miami, Florida (HTC71119DC015); MN Airlines, doing business as Sun Country, Eagan, Minnesota (HTC71119DC016); National Air Cargo Group Inc., Orlando, Florida (HTC71119DC017); Northern Air Cargo Inc., Anchorage, Alaska (HTC71119DC018); Omni Air International LLC, Tulsa, Oklahoma (HTC71119DC019); Polar Air Cargo Worldwide Inc., Purchase, New York (HTC71119DC020); Southwest Airlines, Dallas, Texas (HTC71119DC021); Tantonduk Outfitters Ltd., Fairbanks, Alaska (HTC71119DC022); United Airlines Inc., Chicago, Illinois (HTC71119DC023); United Parcel Service Co. (UPS), Louisville, Kentucky (HTC71119DC024); USA Jet Airlines, Belleville, Michigan (HTC71119DC025); and Western Global Airlines (WGA), Estero, Florida (HTC71119DC026). This contract provides heavyweight delivery services for domestic and international shipments. Services shall be provided for the Department of Defense, other federal government agencies, and contractors who have a cost-reimbursable contract line item number under another government contract which includes transportation of freight (cost-reimbursable contractors). Services required include door-to-door, time-definite, pick-up and delivery, transportation, timely and accurate shipment tracking, government Third Party Payment System participation, customs clearance processing (if applicable) and shipment data reporting. Work will be performed internationally and domestically, with an expected completion date of Sept. 30, 2022. Ordering is decentralized and funding is provided by multiple government agencies. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded March 19, 2019) AAR Airlift Group Inc., Palm Bay, Florida, has been awarded a task order modification (HTC711-18-F-R029 P00005) on contract HTC711-17-D-R016 in the amount of $34,093,983. This modification provides continued support of NATO Air Command-Afghanistan/Combined Security Transition Command. The services provide dedicated rotary wing air transportation to move passengers, cargo, and human remains as well as perform casualty evacuation in support of the Afghan Air Force within the borders of the government of the Islamic Republic of Afghanistan. The option period of performance is from March 19, 2019, to March 18, 2020. Type of appropriation is fiscal 2018 and 2019 Afghanistan Security Force Funds (Army). This modification brings the total cumulative face value of the task order to $67,575,617 from $33,481,634. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded March 19, 2019) NAVY Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $245,048,211 firm-fixed-price modification to previously awarded contract N00024-17-C-6327 to exercise options for the Joint Counter-Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) Increment 1 Block 1 (I1B1) systems full-rate production in support of the Expeditionary Warfare Program Office. CREW systems are designed to provide protection for foot soldiers, vehicles and permanent structures. The JCREW I1B1 system is the first-generation system that develops a common open architecture across all three capabilities and provides protection for worldwide military operations. This integrated design maximizes commonality across all capabilities, reduces life cycle costs and provides increased protection against worldwide threats. Work will be performed in San Diego, California, and is expected to be completed by January 2021. Foreign military sales funding from the government of Australia in the amount of $2,159,560 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Patriot Contract Services LLC, Concord, California, is awarded a $77,030,190 modification for the fixed-price portion of a previously awarded contract (N0003314C3210). This modification is for a 12-month bridge contract for the operation and maintenance of eight government-owned Watson-class large medium-speed roll-on/roll-off ships. The ships will continue to support Military Sealift Command's worldwide prepositioning requirements. Work will be performed at sea worldwide beginning April 1, 2019, and is expected to be completed by March 31, 2020. Working capital funds (Navy and Transportation) funds in the amount of $77,030,190 are obligated at the time of award and will not expire at the end of the current fiscal year. This contract extension was not competitively procured. The contract was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code 2304(c)(1). The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. L-3 Chesapeake Sciences Corp., Millersville, Maryland, is being awarded a $43,094,331 fixed-price-incentive, firm-fixed-price, cost-plus-fixed-fee, cost-type modification to previously-awarded contract N00024-16-C-6251 to exercise options for the production of TB-29C towed arrays. Work will be performed in Liverpool, New York (48 percent); Millersville, Maryland (32 percent); and Ashaway, Rhode Island (20 percent), and is expected to be completed by January 2022. Fiscal 2018 and 2019 other procurement (Navy); and fiscal 2016 and 2017 shipbuilding and conversion (Navy) funding in the amount of $43,094,331 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Rolls-Royce Marine North America Inc., Walpole, Massachusetts, is being awarded a $32,462,990 firm-fixed-price delivery order (N0002419F4123) under previously-awarded contract N00024-19-G-4108 for two spare MT30 and one MT5S Marine Gas Turbine Engines (MGTEs). The material procured under this basic ordering agreement will build a rotatable pool of spare MT30 and MT5S MGTEs and related material. These MGTEs are installed in LCS 1-variant littoral combat ships (hulls 5 through 25 only) and DDG 1000-class destroyers. Work will be performed in Bristol, United Kingdom (93 percent); and Indianapolis, Indiana (7 percent), and is expected to be completed by March 2021. Fiscal 2018 other procurement (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $32,462,990 will be obligated at 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 Sea Systems Command, Washington, District of Columbia, is the contracting activity. Bell Boeing Joint Program Office, Amarillo, Texas, is being awarded an $18,663,905 modification (P00003) to a firm-fixed-price delivery order (N0001919F0305) against a previously issued basic ordering agreement (N00019-17-G-0002). This modification exercises an option to procure 60 MV-22 Proprotor Hub spring and drive link kits for the Marine Corps; and 10 CV-22 Proprotor Hub spring and drive link kits and six CV-22 Hub Spring Mod spare kits for the Air Force. Additionally, this modification provides for the procurement of 12 interim spare drive links, three interim spare hub springs and nine proprotor hub spring and drive link kits in support of the government of Japan. Work will be performed in Amarillo, Texas, and is expected to be completed in March 2021. Fiscal 2019 aircraft procurement (Navy and Air Force); and Foreign Military Sales funds in the amount of $18,663,905 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps ($13,355,718; 72 percent), the Air Force ($2,891,600; 15 percent); and the government of Japan ($2,416,587; 13 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY SRI International, Menlo Park, California, has been awarded a maximum $87,707,816 long-term, indefinite-delivery, hybrid cost-plus-fixed-fee, firm-fixed-price, requirements type contract for the generalized emulation of microcircuits production program. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with one six-month option period. Locations of performance are New Jersey and California, with a Jan. 31, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriations are fiscal 2019 through 2024 operations and maintenance; and defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-19-D-0025). Moog Inc., Elma, New York, has been awarded a maximum $18,618,768 firm-fixed-price requirements-type contract in support of the F/A-18 aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. Locations of performance are New York and California, with a March 21, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPE4AX-17-D-9415). Top Flight Aerostructures Inc.,* Dallas, Georgia, has been awarded a maximum $10,000,000 modification (P00006) exercising the two-year option period of a three-year base contract (SPRWA1-16-D-0007) with one two-year option period for consumable and depot-level repairables for C5 panels. This is a firm-fixed-price contract. Location of performance is Georgia, with a March 22, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia. Aero Components Inc.,* Fort Worth, Texas, has been awarded a maximum $10,000,000 modification (P00008) exercising the two-year option period of a three-year base contract (SPRWA1-16-D-0002) with one two-year option period for consumable and depot-level repairables for C5 panels. This is a firm-fixed-price contract. Location of performance is Texas, with a March 22, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia. Truman Arnold Companies, doing business as TAC Air, Fort Smith, Arkansas, has been awarded a minimum $7,376,860 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 47-month contract with a six-month option period. Location of performance is Arkansas, 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-0026). The Boeing Co., Seattle, Washington, has been awarded a maximum $7,123,294 firm-fixed-price delivery order (SPRPA1-19-F-MQ03) against a five-year basic ordering agreement (SPE4A1-19-G-0013) with no option periods for turret drive units for the P-8 aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year, two-month contract with no option periods. Location of performance is Washington, with a May 30, 2024, performance completion date. Using customers are Navy and Foreign Military Sales to the United Kingdom. Type of appropriation is fiscal 2019 through 2024 Navy working capital funds and foreign military sales funding. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. AIR FORCE Range Generation Next, LLC (RGNext), Sterling, Virginia, has been awarded an $81,597,046 fixed-price-incentive-firm modification (P00231) to previously awarded contract FA8806-15-C-0001 for Launch and Test Range System Integrated Support Contract operations, maintenance, and sustainment. This modification provides for support of an increase in operational requirements. Work will be performed primarily at the Western Range at Vandenberg Air Force Base, California; and the Eastern Range at Patrick Air Force Base, Florida. Work is expected to be complete by Sept. 30, 2022. No funds are being obligated at the time of award. Space and Missile Systems Center, Peterson AFB, Colorado, is the contracting activity (FA8806-15-C-0001). L-3 Communications, Greenville, Texas, has been awarded a $48,417,986 cost-plus-fixed-fee modification (P00005) to previously to previously awarded delivery order FA8620-18-F-4801, against basic ordering agreement FA8620-16-G-3027, for an additional engineering effort. This modification provides for non-recurring engineering for the design effort of the ground system. Work will be performed in Greenville, Texas, and is expected to be complete by Dec. 24, 2021. This award is the result of a sole-source acquisition, and contract involves 100 percent foreign military sales. Foreign military sales funds in the full amount are being obligated at the time of award. This modification brings the total cumulative face value of the contract to $258,236,191. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity. General Dynamics, Ordnance and Tactical Systems, Niceville, Florida, has been awarded a $27,600,096 firm-fixed-price modification (P00012) to previously awarded contract FA8681-16-C-0002 for the BLU-134/B Improved Lethality Warhead. This modification provides for the exercise of an option for a quantity of BLU-134/B warheads produced under the basic development contract. Work will be performed in Niceville, Florida, and is expected to be complete by Sept. 30, 2020. Fiscal year 2019 procurement funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. Atmospheric and Environmental Research (AER), Lexington, Massachusetts, has been awarded a $21,559,320 cost-plus-fixed-fee contract for research and development. This contract will provide for comprehensive, next-generation space environment model development, verification and validation, space environment related product development support, and design/prototyping of advanced space weather sensors. Work will be performed in Lexington, Massachusetts; and Kirtland Air Force Base, New Mexico, and is expected to be complete by July 1, 2024. The award is the result of a competitive acquisition and four offers were received. Research and development funds in the amount of $2,107,785 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-19-C-0400). The Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $20,000,000 indefinite-delivery/indefinite-quantity contract for Advanced Turbine Technologies for Affordable Mission-Capability Phase I. This contract provides for the development, demonstration, and transition of advanced turbine propulsion, power and thermal technologies that provide improvement in affordable mission capability. Work will be performed in St. Louis, Missouri, and is expected to be complete by March 2027. This award is the result of a competitive acquisition and 54 offers were received. Fiscal 2018 and 2019 research and development funds in the amounts of $5,000 and $315,000, respectively, are being obligated on the first task order at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Dayton Ohio, is the contracting activity (FA8650-19-D-2055). Boston College, Institute for Scientific Research, Boston, Massachusetts, has been awarded a $10,632,835 cost reimbursable contract for research and development. This contract provides for extending and exploiting existing tools, assets and information to maximize near-term benefits to the government, while simultaneously generating new ideas, innovations and basic research for next-generation technologies promising new, in some cases revolutionary, capabilities for the warfighter. Work will be performed at Boston College, Massachusetts; and Kirtland Air Force Base, New Mexico; and a few other locations in the U.S., and is expected to be complete by April 1, 2024. The award is the result of a competitive acquisition and four offers were received. Fiscal 2019 research and development funds in the amount of $681,932 are being obligated at the time of award. Air Force Research Laboratory, Kirtland AFB, New Mexico, is the contracting activity (FA9453-19-C-0401). Lockheed Martin Corp. Rotary and Mission Systems, King of Prussia, Pennsylvania, been awarded a $9,127,496 cost-plus-fixed-fee contract for Joint Air-to-Surface Standoff Missile (JASSM) Enterprise Management System 8.0. This contract provides for enhancements to the software package known as the JASSM Enterprise Management System. Work will be performed in King of Prussia, Pennsylvania, and is expected to be complete by March 21, 2020. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $7,950,826 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin, Air Force Base, Florida, is the contracting activity (FA8682-19-C-0012). General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a not-to-exceed $8,925,748 undefinitized contract action for the France MQ-9 Block 1 Weapons integration effort. This contract provides for the production and integration of weapons kits onto the French Air Force MQ-9 Block 1 aircraft. Work will be performed in Poway, California, and is expected to be complete by Sept. 30, 2020. This contract involves 100 percent foreign military sales to France. Foreign military sales funds in the amount of $4,373,617 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-F-2388). Summit Technical Solutions LLC, Colorado Springs, Colorado, has been awarded a $7,399,030 modification (P00024) to previously awarded contract FA2517-17-C-8000 for the Perimeter Acquisition Radar Attack Characterization System (PARCS). This modification provides for the exercise of Option Year Two and the management, operation, maintenance and logistical support of PARCS. Work will be performed at Cavalier Air Force Station, North Dakota, and is expected to be complete by April 30, 2020. Fiscal 2019 operational and maintenance funds in the amount of $6,825,574; and fiscal 2018 other procurement funds in the amount of $882,912 are being obligated at the time of award. This modification brings the total cumulative face value of the contract to $46,920,785. The 21st Contracting Squadron, Peterson Air Force Base, Colorado, is the contracting activity. ARMY U.S. Facilities Inc., Philadelphia, Pennsylvania, was awarded a $20,047,415 firm-fixed-price contract for Atlantic Intracoastal Waterway facilities operations and maintenance. Bids were solicited via the internet with one received. Work will be performed in Chesapeake, Virginia, with an estimated completion date of April 1, 2024. Fiscal 2019 operations and maintenance Army funds in the amount of $3,792,940 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-C-0008). The Urban Collaborative LLC,* Eugene, Oregon (W912BV-19-D-0004); HB&A - The Schreifer Group JV,* Colorado Springs, Colorado (W912BV-19-D-0005); and Onyx of Alexandria Inc.,* Alexandria, Virginia (W912BV-19-D-0006), will compete for each order of the $20,000,000 firm-fixed-price contract for investigative studies, design services and other support services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of March 21, 2024. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity. Valley Foods Inc.,* Youngstown, Ohio, was awarded a $10,000,000 firm-fixed-price contract for subsistence items and meals for the Virginia National Guard. 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 Feb. 29, 2024. U.S. Property and Fiscal Office Virginia is the contracting activity (W912LQ-19-D-0001). Goodfellow Bros. Inc., Wenatchee, Washington, was awarded a $6,917,330 modification (P00001) to contract W912CN-18-D-0008 for rock crushing services at Pohakuloa Training Area, Hawaii. 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 April 23, 2023. 413th Combat Support Brigade, Hawaii, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1793336/

  • Drones Deployed for Maritime Surveillance off France

    October 8, 2020 | International, Aerospace, Naval, C4ISR, Security

    Drones Deployed for Maritime Surveillance off France

    Aiming to test the use of Remotely Piloted Aircraft Systems (RPAS) in enhancing the maritime awareness picture in the French Mediterranean Sea, Secrétariat Général de la Mer requested the European Maritime Safety Agency (EMSA) set up a multipurpose maritime surveillance operation, having the Navy (Marine Nationale) and customs (Douanes) as the operation's strategic and tactical leaders. Operational missions started on September 23 for an initial period of three months. The RPAS service will consist of general maritime surveillance over waters under French sovereignty and jurisdiction in the Mediterranean Sea, encompassing maritime monitoring and surveillance in support of coast-guard functions. This includes maritime safety and security, supporting further maritime domain situational awareness, fisheries control and law enforcement. The operation will also focus on maritime environmental protection, namely oil spill detection and characterization, identification of targets possibly connected and where needed offering support to oil spill response. Marine Nationale and Douanes will command and monitor the missions remotely from Toulon and Marseille respectively and the RPAS will be operated from the French Air Force Base (BA125) of Istres. The contractor operating the RPAS is the consortium REACT (with partners CLS and TEKEVER) and the aircraft to be used is the AR-5 unmanned fixed wing aircraft. This asset has a payload comprising a maritime radar, electro-optical and infra-red cameras, AIS receiver and EPIRB antenna. It is ready to fly under SATCOM and can perform night and day operations. https://www.marinelink.com/news/drones-deployed-maritime-surveillance-off-482264

All news