Back to news

September 22, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense – September 21, 2020

NAVY

Heffler Contracting Group,* El Cajon, California (N62473-20-D-1122); HHI Corp.,* Ogden, Utah (N62473-20-D-1123); I.E.-Pacific Inc.,* Escondido, California (N62473-20-D-1124); Peter Vander Werff Construction Inc.,* El Cajon, California (N62473-20-D-1125); and R. A. Burch Construction Co., Inc., Ramona, California (N62473-20-D-1126), are each being awarded an indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, renovation and repair of general building construction at various government installations located in California, Arizona, Nevada, Utah, Colorado and New Mexico. The maximum dollar value including the base period and one option period for all five contracts combined is $495,000,000. The work to be performed provides for new construction, renovation and repair of administration buildings, armories, auditoriums, bachelor enlisted quarters, child care centers, fire stations, gymnasiums, hangars, hospitals, maintenance/repair facilities, warehouses and other similar facilities. The initial task orders will be to issue minimum guarantees in the amount of $5,000 for all five offerors. All work on these contracts will be performed at various government installations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility including, but not limited to, California (90%); Arizona (6%); Nevada (1%); Utah (1%); Colorado (1%); and New Mexico (1%). The terms of the contracts are not to exceed 60 months, with an expected completion date of September 2025. Fiscal 2020 operations and maintenance (O&M) (Navy) contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M (Navy); O&M (Marine Corps); and Navy working capital funds. This contract was competitively procured as a small business set-aside procurement via the Navy Electronic Commerce Online website with 16 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contracts. NAVFAC Southwest, San Diego, California, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $351,810,277 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-4314 for the USS Boise (SSN 764) early production period that encompasses continued advance planning, execution services, production and availability preparations for the USS Boise engineered overhaul. This contract modification includes options, which if exercised, will bring the cumulative value of this action to $355,015,496. Work will be performed in Newport News, Virginia, and is expected to be completed by May 2023. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $351,810,277 will be obligated at time of award, of which, funds in the amount of $351,810,277 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Vertex Aerospace LLC, Madison, Mississippi, is awarded a $21,747,155 modification (P00014) to previously awarded firm-fixed-price, cost reimbursable, indefinite-delivery/indefinite-quantity contract N61340-17-D-0005. This modification exercises options to provide intermediate-level maintenance, repair and logistics support services to include labor, direct and indirect material for Chief of Naval Air Training aircraft. Additionally, this modification procures tooling and equipment required to support and maintain four aircraft intermediate maintenance departments and related support equipment. Work will be performed in Pensacola, Florida (47%); Corpus Christi, Texas (40%); Whiting Field, Florida (10%); and Meridian, Mississippi (3%), and is expected to be completed in September 2021. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

USA Waste of California Inc., doing business as Waste Management, Los Angeles, California, is awarded a maximum amount of $21,658,159 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for integrated solid waste management services at various Navy and Marine Corps installations within the San Diego metropolitan and San Diego County areas. The work to be performed provides for labor, supervision, management and materials to perform various integrated solid waste management service functions as follows: refuse and recycling collection and disposal services. An initial task order is being awarded at $2,317,525 for integrated solid waste management services at Naval Base, San Diego, California (45%); Marine Corps Air Station, Miramar, California (24%); Naval Base Point, Loma, California (24%); Marine Corps Recruit Depot, California (6%); Camp Michael, Monsoor, California (less than 1%); Remote Survival, Evasion, Resistance, and Escape Camp, Warner Springs, California (less than 1%); and Camp Morena, California (less than 1%). Work for this task order is expected to be completed by September 2021. The term of the contract is not to exceed 96 months with an expected completion date of September 2028. Fiscal 2021 operations and maintenance Navy (O&M, N); operations and maintenance Defense Health Program (O&M, DHP); and Navy working capital funds (NWCF) in the amount of $2,317,525 will be obligated at the beginning of the fiscal year and will expire at the end of that fiscal year. Future task orders will be primarily funded by O&M, N; O&M, DHP; and NWCF contract funds. This contract was competitively procured via the Federal Business Opportunities website with two proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-1128).

Management Services Group Inc., doing business as Global Technical Systems,* Virginia Beach, Virginia, is awarded a $21,580,941 firm-fixed-priced modification to previously awarded contract N63394-19-C-0008 to exercise options for the production of ordnance alteration kits, on-board allowance spares and installation and checkout kits for Technical Insertion 12H of the Common Processing System. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by April 2021. Fiscal 2019 other procurement (Navy); fiscal 2019 procurement (defense-wide) funding; and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $21,580,941 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Lockheed Martin Corp., Marietta, Georgia, is awarded a $12,772,525 modification (P00012) to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract N00019-19-D-0014. This modification exercises options to procure consumable parts and material in support of the C/KC-130J aircraft for the Marine Corps, Marine Corps Reserves, Coast Guard and the government of Kuwait. Work will be performed in Marietta, Georgia (66.5%); Palmdale, California (15.5%); Abdullah Al-Mubarak Air Base, Kuwait (2.5%); Iwakuni, Japan (2.5%); Miramar, California (2.5%); Cherry Point, North Carolina (2.5%); Elizabeth City, North Carolina (2.5%); Fort Worth, Texas (2.5%), Newburgh, New York (2.5%); and Greenville, South Carolina (0.5%), and is expected to be completed by December 2023. No funds are being obligated at 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.

Alexandra Construction Inc.,* Newton, Massachusetts, is awarded an $11,213,400 firm-fixed-price contract for the renovation of the communications building at Portsmouth Naval Shipyard, Kittery, Maine. The work to be performed will consist of a total interior and partial exterior renovation of Building 13, including abating hazardous materials; a new stair and elevator tower; upgrading the building's structural support system; restoring original window openings; providing offices, conference and break areas; providing accessibility via ramp and elevator; and completely overhauling the building's mechanical, electrical, data and fire protection systems. Work will be performed in Kittery, Maine, and is expected to be completed by November 2021. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $11,213,400 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Contract Opportunities website with three proposals received. Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0071).

L3Harris Technologies Inc., North Amityville, New York, is awarded a $7,363,788 firm-fixed-price contract that continues efforts associated with Small Business Innovation Research Phase III Topic Number 9895 titled “MIL-STD-1760A Compatible Multiple Smart Weapon Employment Mechanism.” This contract provides for the production and delivery of 1,168 umbilical cables and attaching hardware for use on the Bomb Rack Unit (BRU)-55. Work will be performed in Brighton, United Kingdom (79.13%); Franklin, Pennsylvania (10.51%); and Amityville, New York (10.36%), and is expected to be completed by May 2022. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $7,363,788 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(5). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-C-0368).

Delphinus Engineering Inc.,* Eddystone, Pennsylvania (N55236-18-D-0001); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N55236-18-D-0002); Epsilon Systems Solutions Inc.,* National City, California (N55236-18-D-0003); Tecnico Corp.,* Chesapeake, Virginia (N55236-18-D-0004); Southcoast Welding and Manufacturing LLC,* Chula Vista, California (N55236-18-D-0005); Bay City Marine Inc.,* National City, California (N55236-18-D-0006); Pacific Ship Repair and Fabrications Inc.,* San Diego, California (N55236-18-D-0007); and Miller Marine Inc.,* San Diego, California (N55236-18-D-0008), are each awarded firm-fixed-price contract modifications with a combined overall ceiling increase of $7,208,259 to exercise Option Year Three of their respective previously awarded indefinite-delivery/indefinite-quantity, multiple award contracts to provide depot level repairs, interior and exterior preservation, barge modernization upgrades, dockside and dry dock services for Navy barges. Work will be performed in San Diego, California, and is expected to be completed by October 2021. No funding is being obligated at time of award. Each contractor was awarded one contract and subsequently will compete for each delivery order when a requirement is identified. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

AIR FORCE

The MITRE Corp., Bedford, Massachusetts, has been awarded a $463,002,062 cost reimbursement option contract for support to the Air Force from MITRE as the administrator of the National Security Engineering Center Federally-Funded Research and Development Center. Work will be performed in Bedford, Massachusetts; McLean, Virginia; and various locations throughout the continental U.S. and outside the continental U.S., and is expected to be completed by Sept. 30, 2021. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $158,100 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8702-19-C-0001).

L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $119,172,657 cost-plus-incentive-fee modification (P00007) to contract FA8823-20-C-0004 for the Ground-Based Electro Optical Deep Space Surveillance (GEODSS) System upgrade on Ground-Based Optical Sensor System (GBOSS) engineering and manufacturing development (EMD) pre-priced option. This modification provides for the exercise of an option for the GBOSS EMD Phase to complete the design for the integrated system; develop and/or modify software required to support the system; design and build new European and Pacific sites and add an additional sensor tower enclosure to the GEODSS White Sands Missile Range site; upgrade and/or acquire, integrate, test and field the 12 GEODSS Enhanced Technology sensor towers; and design, develop and/or acquire, integrate, test and field the three Advanced Technology Sensor towers. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by June 27, 2024. Fiscal 2020 research, development, test and evaluation funds in the amount of $12,000,000 are being obligated at the time of award. Total cumulative face value of the contract is $218,167,008. The Space and Missile Systems Center Directorate of Contracting, Peterson Air Force Base, Colorado, is the contracting activity.

PAR Government Systems Corp., Rome, New York, has been awarded an $11,972,009 cost-plus-fixed-fee contract for software deliverables. This contract provides for the research, design, development, assembly, integration, demonstration, experimentation, analysis, testing and further development of innovative technologies, concepts, architectures, capabilities and a concept of operations using the Air Force Research Laboratory (AFRL) Integrated Information Management System Cyber Technology Maturation Framework Form, Fit, and Function prototype environment and other relevant frameworks. Work will be performed in Rome, New York, and is expected to be completed by October 2025. This award is the result of a competitive acquisition and two offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $190,000 are being obligated at the time of award. AFRL, Rome, New York, is the contracting activity (FA8750-20-C-1545).

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded an $8,714,641 cost-plus-fixed-fee contract for Software Programmable Agile Radio for Tactical Connected Ubiquitous Systems software/hardware system prototype. This contract provides for the communication challenges of multi-domain operation by combining the Software Programmable Agile Radio next program's true Software Defined Radio approach with low-cost, state-of-the-art, digital hardware and front-end modularity, to develop a low-cost, high-performance ground radio that supports multiple waveforms. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed Sept. by 21, 2023. This award is the result of a competitive acquisition and two offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $530,000 are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-1542).

DEFENSE LOGISTICS AGENCY

Alliant Enterprises LLC,* Grand Rapids, Michigan, has been awarded a maximum $225,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for patient monitoring and capital equipment systems and accessories. This was a competitive acquisition with 50 offers received. This is a five-year base contract with one five-year option period. Location of performance is Michigan, with a Sept. 20, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-20-D-0012).

ARMY

BAE Systems Ordnance Systems, Kingsport, Tennessee, was awarded a $17,470,393 modification (P00727) to contract DAAA09-98-E-0006 to complete the modernization of existing neutralization basins and upgrade clarifiers at the industrial wastewater treatment facility and complete facility maintenance at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of March 31, 2023. Fiscal 2020 procurement of ammunition (Army) funds in the amount of $17,470,393 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

BAE Systems Ordnance System, Kingsport, Tennessee, was awarded a $17,211,588 modification (P00716) to contract DAAA09-98-E-0006 to complete the design of the Filter Wash Facility Building E at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Oct. 31, 2021. Fiscal 2020 procurement of ammunition (Army) funds in the amount of $17,211,588 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2355497/source/GovDelivery/

On the same subject

  • Contract Awards by US Department of Defense - February 18, 2020

    February 19, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - February 18, 2020

    NAVY East Coast Repair & Fabrication LLC,* Norfolk, Virginia (N00024-20-D-4411; Lot 1) (N00024-20-D-4413; Lot 2); and Colonna's Shipyard Inc.,* Norfolk, Virginia (N00024-20-D-4412; Lot 1) (N00024-20-D-4414; Lot 2), are awarded firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contracts for ship repair, maintenance and modernization of non-nuclear surface ships assigned to or visiting Norfolk, Virginia, via the rolling admissions solicitation process. Awards reflecting the final option period under Lot 1 have a maximum ceiling value of $250,000,000; awards reflecting the final option period under Lot 2 have a maximum ceiling value of $100,000,000. At the time of the IDIQ awards, each awardee under both Lot 1 and Lot 2 will receive the $10,000 minimum guarantee via delivery order. These multiple award IDIQ contracts are for repair, maintenance and modernization of non-nuclear Navy surface ships undergoing Chief of Naval Operations-scheduled maintenance availabilities in Norfolk, Virginia. These availabilities can be docking or non-docking availabilities and will be procured via competitive delivery order solicitations amongst the IDIQ contract holder. Each awardee of a delivery order for an availability will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization. Work will be performed in Norfolk, Virginia, and is expected to be completed by February 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $10,000 per delivery order (four delivery orders total; $40,000 total) will be obligated at time of each IDIQ award and will expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with two offers received in response to solicitation N00024-19-R-4412. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $62,400,402 modification (P00016) to a previously awarded firm-fixed-price contract (N00019-17-C-0081). This modification exercises an option to procure 29 AE1107C engines for Navy V-22 aircraft. Work will be performed in Indianapolis, Indiana, and is expected to be completed December 2021. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $21,517,380; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $40,883,022 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. General Atomics, San Diego, California, is awarded a $25,200,747 cost-plus-fixed-fee delivery order (N00019-20-F-0521) against a previously issued basic ordering agreement (N00019-16-G-0006). This delivery order procures Electromagnetic Aircraft Launch System (EMALS) Depot Planning Phase II efforts, including depot level logistics support analysis, engineering support for logistics, supportability analysis, maintenance planning, reliability maintenance, technical manual development and engineering support as it directly correlates to depot planning for the USS Gerald Ford (CVN 78) and USS John F. Kennedy (CVN 79). Additional efforts include those required to complete the Depot Planning EMALS logistics products necessary in support of an in-service EMALS. Work will be performed in San Diego, California (99.9%); and Tupelo, Mississippi (0.1%), and is expected to be completed February 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $4,787,000 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. Boston Ship Repair LLC, Boston, Massachusetts, is awarded a $14,358,866 firm-fixed-price contract (N32205-20-C-4006) for a 90-calendar day shipyard availability for the overhaul dry-docking availability of USNS John Lenthall (T-AO 189). The $14,358,866 consists of the amounts listed in the following areas: category "A" work item cost, additional government requirement, other direct costs and the general and administrative costs. Work will include furnish general services, hull steel replacement, tank painting, stability testing, degaussing conduit removal from tanks and inserting bulkheads, diesel engine repair, structural steel gauging surveys, flight deck non-skid, flight deck safety net inspection and weight testing, steel replacement and underway replenishment systems repairs. The contract includes options, which, if exercised, would bring the total contract value to $16,867,699. Funds will be obligated Feb. 18, 2020. Work will be performed in Philadelphia, Pennsylvania, and is expected to begin on March 9, 2020, and is expected to be completed by June 6, 2020. Fiscal 2020 Navy working capital funds in the amount of $14,358,866 excluding options, are obligated at the time of the award and will expire at the end of the current fiscal year. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website and two offers were received. The Navy Military Sealift Command, Norfolk, Virginia, is the contracting activity. General Atomics, Electromagnetics Systems Group, San Diego, California, is awarded a $10,364,470 modification (P00047) to a previously awarded firm-fixed-price contract (N00019-14-C-0037). This modification procures hardware and installation support services for the System Functional Demonstrator and Shipset Control Lab sites for the Electromagnetic Aircraft Launch System. Work will be performed in San Diego, California (95%); and Tupelo, Mississippi (5%), and is expected to be completed December 2021. Fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $10,364,470 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. DEFENSE LOGISTICS AGENCY Coastal Pacific Food Distributors Inc., Stockton, California, has been awarded a maximum $246,750,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Locations of performance are California and Washington state, with a Feb. 15, 2025, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3259). Sysco Seattle Inc., Kent, Washington, has been awarded a maximum $176,250,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Washington state, with a Feb. 15, 2025, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3260). Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $90,000,000 firm-fixed-price contract for facilities maintenance, repair and operations items. 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 an 18-month bridge contract with no option periods. Location of performance is the Southwest Region Zone 2 of the U.S., with an Aug. 18, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-20-D-0007). SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $90,000,000 firm-fixed-price contract for facilities maintenance, repair and operations items. 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 an 18-month bridge contract with no option periods. Location of performance is the Southwest Region Zone 1 of the U.S., with an Aug. 18, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriate is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-20-D-0006). ARMY 313 Industries Inc.,* Warren, Michigan (W56HZV-20-D-L001); Mettle Craft Manufacturing LLC,* Sterling Heights, Michigan (W56HZV-20-D-L002); Milton Manufacturing Inc.,* Detroit, Michigan (W56HZV-20-D-L003); and Rose-A-Lee Technologies Inc.,* Sterling Heights, Michigan (W56HZV-20-D-L004), will compete for each order of the $19,000,000 firm-fixed-price contract to provide surge support for build-to-print component requirements through fabrication and manufacturing for the Combat Capabilities Development Command Ground Vehicle System Center. 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 Feb. 15, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Canco LLC,* Canton, Ohio, was awarded a $10,050,000 firm-fixed-price contract to replace an existing fire station. Bids were solicited via the internet with seven received. Work will be performed in Mansfield, Ohio, with an estimated completion date of Dec. 31, 2021. Fiscal 2019 -Air National Guard military construction funds in the amount of $10,050,000 were obligated at the time of the award. The United States Property and Fiscal Office, Columbus, Ohio, is the contracting activity (W50S8R-20-C-0003). U.S. TRANSPORTATION COMMAND Vane Line Bunkering Inc., Baltimore, Maryland, has been awarded contract modification P00040 on contract HTC711-13-C-W015 in the amount of $11,516,430. This modification provides continued transportation of bulk jet fuel and marine diesel fuel by barge for the Defense Logistics Agency-Energy in the Atlantic Region. Work will be performed in ports and points along the inland waterways and East Coast locations in the Atlantic Region. Period of performance is March 1, 2020, to Aug. 31, 2020. Fiscal 2020 defense working capital funds were obligated at award. This modification brings the total cumulative face value of the contract to $178,740,305 from $167,223,875. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Two Six Labs LLC,* Arlington, Virginia, has been awarded a $7,970,711 modification (P00008) to previously awarded contract HR0011-18-C-0134 for additional in-scope work under a Defense Advanced Research Projects Agency research project. Work will be performed in Arlington, Virginia, with an expected completion date of September 2022. Fiscal 2020 research, development, test and evaluation funding in the amount of $850,108 is being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2086591/source/GovDelivery/

  • KMW renews Dutch FENNEK fleet

    December 11, 2020 | International, Land

    KMW renews Dutch FENNEK fleet

    Munich/The Hague, December 9, 2020 – Krauss-Maffei Wegmann (KMW) and the Dutch procurement agency DMO (Defence Materiel Organisation) have signed a contract for the upgrading of 322 FENNEK vehicles. The MLU (Mid Life Update) order has a volume of over EUR 300 million and includes among others the integration of new observation and reconnaissance systems (BAA II NDL) and the integration of the C4I command and control system. The work is to be carried out at KMW in Germany as well as in the Netherlands, at the partner companies Van Halteren Defence and Nedinsco in cooperation with the army's Material Stock Logistic Command (MatLogCo). Delivery of the upgraded FENNEK systems will begin in 2021 and is expected to be completed in 2027. The FENNEK is a binational project between Germany and the Netherlands. There are other variants in addition to the FENNEK recon vehicles, ranging from an engineering vehicle to an anti-tank version and even one for high-mobility anti-aircraft defence. What they all have in common is a high off-road ability thanks to the special drive concept and robust chassis design. Downloadlink: https://www.kmweg.com/news-media/photos/press-kits/detail/kmw-renews-dutch-fennek-fleet/ Press contact Should you have any further questions, please contact: Christian Budde External Communications View source version on KMW: https://www.kmweg.com/news-media/press/detail/kmw-erneuert-niederlaendische-fennek-flotte/

  • Attackers Exploit Public .env Files to Breach Cloud Accounts in Extortion Campaign

    August 18, 2024 | International, C4ISR, Security

    Attackers Exploit Public .env Files to Breach Cloud Accounts in Extortion Campaign

    Massive extortion campaign exploits exposed .env files, compromising cloud and social media credentials. AWS environments used for large-scale scannin

All news