Back to news

January 26, 2022 | International, Aerospace, Naval, Land, C4ISR, Security

Defense industry frets as funding talks crawl

Despite repeated warnings from lawmakers and uniformed Pentagon leaders that a full-year continuing resolution will hurt national security, some in the defense industry are still worried that budgetary route is a possibility.

https://www.defensenews.com/congress/budget/2022/01/21/defense-industry-frets-as-funding-talks-crawl/

On the same subject

  • Contract Awards by US Department of Defense - July 17, 2019

    July 19, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 17, 2019

    NAVY HII Fleet Support Group LLC, Virginia Beach, Virginia (N00039-19-D-0020); General Dynamics Information Technology Inc., Fairfax, Virginia (N00039-19-D-0021); M.C. Dean Inc., Tysons, Virginia (N00039-19-D-0022); Prism Maritime LLC,* Chesapeake, Virginia (N00039-19-D-0023); Serco Inc., Herndon, Virginia (N00039-19-D-0024); and VT Milcom Inc., Virginia Beach, Virginia (N00039-19-D-0025), are awarded a combined $2,450,000,000 indefinite-delivery/indefinite-quantity, cost-plus-incentive fee, fixed-price-incentive-firm-target, cost-plus-fixed-fee, firm-fixed-price multiple award contract to provide worldwide installation services for all afloat command, control, communications, computer, intelligence, surveillance and reconnaissance (C4ISR) and supporting systems, current and future, under the cognizance of the Naval Information Warfare Systems Command (NAVWAR). C4ISR installation services include decommissioning and modernization of existing platforms, as well as installation design and installation of integrated C4ISR systems, program and project management, engineering design, industrial work, troubleshooting, operational verification, end-user training and other installation services and material necessary to accomplish NAVWAR C4ISR maintenance, modernization and new system installation. Work will be performed in various worldwide locations based on the requirement for each task order placed, and work is expected to be completed July 2024. If the option is exercised, ordering could continue until July 2029. No contract funds will be obligated at the time of award. Contract funds in the amount of $5,000 will be obligated on the first task order under each contract utilizing fiscal 2019 operations and maintenance (Navy). All awardees will have the opportunity to compete for task orders during the ordering period. The types of funding to be obligated include fiscal 2019 operations and maintenance (Navy); fiscal 2019 other procurement (Navy); fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2019 research, development, test and evaluation (Navy). Contract funds will not expire at the end of the current fiscal year. This requirement was solicited using full and open competition via the NAVWAR e-Commerce Central website and the Federal Business Opportunities website, with seven offers received. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Data Link Solutions LLC, Cedar Rapids, Iowa, is awarded a $235,566,335 modification to its current indefinite-delivery/indefinite-quantity contract (N00039-15-D-0007) to increase the ceiling of the existing production contract line item number (CLIN), spares CLIN, and systems engineering and integration CLIN of the referenced contract. This ceiling increase will implement the capabilities identified in the Joint Requirements Oversight Council (JROC) Memorandum dated Aug. 20, 2018, wherein the JROC endorsed the advanced capabilities of Concurrent Multi-Netting-4 (CMN-4), Concurrent Contention Receive, and Enhanced Throughput as the Department of Defense baseline for all future upgrades to any platform requiring Link-16. In response to the JROC memorandum, current Link-16 platform users identified the need for the procurement and/or retrofit of 3,370 additional Multifunctional Information Distribution System Joint Tactical Radio System (MIDS JTRS) CMN-4, F-22 Falcon, Tactical Targeting Network Technology (TTNT) terminals. This increase in scope will be in addition to the current scope in the original Class Justification and Approval (CJ&A) No. 17,226 approved April 25, 2014, for the MIDS JTRS; the amended CJ&A No. 18,012 approved Jan. 18, 2017, for the addition of the MIDS JTRS TTNT development effort; and CJ&A No. 18,415 approved Sept. 11, 2018, for the addition of MIDS Modernization Increment 2, retrofits and additional MIDS JTRS terminals, not including F-22s. The modification will increase the contract value to $1,224,529,670. This contract combines purchases for the Navy, Air Force and MIDS Program Office, as well as to the governments of Austria, Chile, Finland, Israel, Jordan, Japan, Kuwait, Malaysia, Morocco, Oman, Pakistan, Qatar, South Korea, Saudi Arabia, Singapore, Sweden, Switzerland, Taiwan, Thailand, United Arab Emirates, Australia, Canada, New Zealand and the United Kingdom. This contract also includes purchases to NATO and all NATO nations under the Foreign Military Sales program. Work will be performed in Cedar Rapids, Iowa (50%); and Wayne, New Jersey (50%), and is expected to be completed June 2020. No additional funding will be placed on contract or obligated at the time of modification award. Existing contract funds will not expire at the end of the current fiscal year. Future contract actions will be issued and funds obligated as individual delivery orders. This contract modification was not competitively procured because it is a follow-on sole-source, multiple-award procurement pursuant to the authority of Title 10 U.S. Code 2304(c)(1): only one or a limited number of responsible sources (Federal Acquisition Regulation subpart 6.302-1(a)(2)). Non-competitive procedures were approved for this modification under CJ&A 19,415. Naval Information Warfare System Command, San Diego, California, is the contracting activity. ViaSat Inc., Carlsbad, California, is awarded a $90,768,631 modification to its current indefinite-delivery/indefinite-quantity contract (N00039-15-D-0008) to increase the ceiling of the existing production contract line item number (CLIN) of the referenced contract. This ceiling increase will implement the capabilities identified in the Joint Requirements Oversight Council (JROC) Memorandum dated Aug. 20, 2018, wherein the JROC endorsed the advanced capabilities of Concurrent Multi-Netting-4 (CMN-4), Concurrent Contention Receive, and Enhanced Throughput as the Department of Defense baseline for all future upgrades to any platform requiring Link-16. In response to the JROC memorandum, current Link-16 platform users identified the need for the procurement and/or retrofit of 3,370 additional Multifunctional Information Distribution System Joint Tactical Radio System (MIDS JTRS) CMN-4, F-22 Raptor, Tactical Targeting Network Technology (TTNT) terminals. This increase in scope will be in addition to the current scope in the original Class Justification and Approval (CJ&A) No. 17,226 approved April 25, 2014 for the MIDS JTRS; the amended CJ&A No. 18,012 approved Jan. 18, 2017, for the addition of the MIDS JTRS TTNT development effort; and CJ&A No. 18,415 approved on Sept. 11, 2018, for the addition of MIDS Modernization Increment 2, retrofits, and additional MIDS JTRS terminals, not including F-22s. The modification will increase the contract value to $789,000,000. This contract combines purchases for the Navy, Air Force and MIDS Program Office, as well as to the governments of Austria, Chile, Finland, Israel, Jordan, Japan, Kuwait, Malaysia, Morocco, Oman, Pakistan, Qatar, South Korea, Saudi Arabia, Singapore, Sweden, Switzerland, Taiwan, Thailand, United Arab Emirates, Australia, Canada, New Zealand and the United Kingdom. This contract also includes purchases to NATO and all NATO nations under the Foreign Military Sales program. Work will be performed in Carlsbad, California, and work is expected to be completed May 2020. No additional funding will be placed on contract or obligated at the time of modification award. Existing contract funds will not expire at the end of the current fiscal year. Future contract actions will be issued and funds obligated as individual delivery orders. This contract modification was not competitively procured because it is a follow-on sole-source, multiple-award procurement pursuant to the authority of Title 10 U.S. Code 2304(c)(1): only one or a limited number of responsible sources (Federal Acquisition Regulation subpart 6.302-1(a)(2)). Non-competitive procedures were approved for this modification under CJ&A 19,415. Naval Information Warfare System Command, San Diego, California, is the contracting activity. Raytheon Co., Marlborough, Massachusetts, is awarded an $87,793,895 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price ordering provisions for engineering and program support services in support of the relocatable over-the-horizon radar at the Forces Surveillance Support Center in Chesapeake, Virginia. The contract will include a 60-month base period with no option periods. Work will be performed in Chesapeake, Virginia (60%); Marlborough, Massachusetts (20%); New Kent, Virginia (6%); Corpus Christi, Texas (3%); San Juan, Puerto Rico (3%); England (2%); Adelaide, Australia (1%); Dayton, Ohio (1%); Colorado Springs, Colorado (1%); Washington, District of Columbia (1%); Arlington, Virginia (1%); and Key West, Florida (1%). Work is expected to be completed by August 2024. Fiscal year 2019 operations and maintenance (Navy) funds in the amount of $2,000,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. This contract was a sole-sourced requirement pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-19-D-Z030). Paradigm Mechanical Corp.,* Lemon Grove, California, is awarded a maximum amount $49,000,000 indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction alterations, renovations, and repair projects at Marine Corps Air Ground Combat Center, Twentynine Palms, Marine Corps Logistics Base, Barstow, and Mountain Warfare Training Center, Bridgeport. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. Work will be performed in Twentynine Palms, California (36%); Barstow, California (36%); and Bridgeport, California (28%). The term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2624). Sapper West – Spectrum Service Group JV,* Sacramento, California, is awarded a maximum amount $49,000,000 indefinite-delivery/indefinite-quantity contract for other specialty trade contractors construction alterations, renovations and repair projects at Naval Weapons Station, Seal Beach; and Marine Corps Base, Camp Pendleton. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, heating, ventilation, and air conditioning, and fire suppression/protection system installation projects. Work will be performed in Seal Beach, California (50%); and Oceanside, California (50%), and the term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2622). Sapper West – Spectrum Service Group JV,* Sacramento, California, is awarded a maximum amount $49,000,000 indefinite-delivery/indefinite-quantity contract for other specialty trade contractors construction alterations, renovations, and repair projects at Naval Base, Ventura County. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, heating, ventilation, and air conditioning, and fire suppression/protection system installation projects. Work will be performed in Port Hueneme, California (50%); and Point Mugu, California (50%), and the term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2618). Management and Technology Solutions Inc., doing business as MTS Group, Dumfries, Virginia, is awarded a $39,300,000 firm-fixed-priced contract for general warehousing services at Navy Expeditionary Medical Support Command, Cheatham Annex, Williamsburg, Virginia, and is expected to be completed by Sept. 30, 2024. Fiscal 2020 Defense Health Program operations and maintenance funds in the amount of $4,830,490 will be obligated on an initial task order at the time of award and will not expire at the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-D-5008). Bristol General Contractors LLC, Anchorage, Alaska, is awarded $24,496,240 for firm-fixed-price task order N69450-19-F-0857 under a previously awarded multiple award construction contract (N69450-13-D-1771) for P-5000 consolidated communications facility at Barksdale Air Force Base. The work to be performed provides for design-build construction of a new three-story consolidated communications facility. The facility will include all required demolition, utilities construction and site improvements. Work will be performed in Barksdale, Louisiana, and is expected to be completed by January 2022. Fiscal 2017 and 2018 military construction (Air Force) contract funds in the amount of $21,000,000 and $3,496,240 are obligated on this award and will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Naval Systems Inc., Lexington Park, Maryland, is awarded a $23,043,905 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides cost estimating and analysis support. Specifically, to provide analyses including acquisition and logistics estimating, independent evaluations, case studies and recommendations, along with associated data in support of cost estimating and analysis that spans all phases of the life cycle (i.e., material solution analysis, technology demonstration, engineering and manufacturing development, production and deployment, and operations and support). Work will be performed in Lexington Park, Maryland (56%); Patuxent River, Maryland (30%); Lakehurst, New Jersey (7%); and Orlando, Florida (7%), and is expected to be completed in August 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal, with two offers received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0075). Sig Sauer Inc., Newington, New Hampshire, is awarded a $9,338,800 firm-fixed-price modification under previously-awarded contract N00164-18-D-JQ30 for an in-scope change to the internal reticle of the SU-293/PVS Second Focal Plane (SFP) Squad-Variable Powered Scope (S-VPS) to add a glass etched reticle. This modification is to a highly competitive procurement for the SFP S-VPS system. The S-VPSs to be procured are in support of the U.S. Special Operations Command Visual Augmentation Systems Weapons Accessories S-VPS Program. Work will be performed in Newington, New Hampshire, and is expected to be completed by July 2029. No funding will be obligated at time of award. In accordance with 10 U.S. Code 2304(c)(1), this modification was not competitively procured (only one source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity. Lockheed Martin Corp., Rotary and Mission Systems, Riviera Beach, Florida, is awarded a $9,620,135 cost-plus-fixed-fee modification to previously awarded contract (N00024-17-C-6308) for engineering support services in support of Unmanned Undersea Vehicle (UUV) subsystem development. Engineering services will be used to develop and study UUV subsystems and concepts initially developed under the Extra Large Unmanned Undersea Vehicle (XLUUV) program, including navigational capabilities, autonomy, and payload deployment. Work will be performed in Riviera Beach, Florida, and is expected to be completed by June 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $3,025,163 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. General Dynamics Missions Systems Inc., McLeansville, North Carolina, is awarded a $9,207,817 cost-plus-fixed-fee modification to previously awarded contract N61331-11-C-0017 for engineering services in support of ongoing development, test, and production of the Surface Mine Countermeasure Unmanned Undersea Vehicle (UUV) program, also known as Knifefish. The Knifefish program is an ongoing effort to provide a UUV that will provide persistent mine hunting ability in a contested environment. Engineering services hours are used for a number of efforts, including test and evaluation, engineering change proposal development, and pre-planned product improvement initiatives. Work will be performed in Quincy, Massachusetts (52%); McLeansville, North Carolina (27%); Braintree, Massachusetts (10%); Hanover, Maryland (5%); Reston, Virginia (5%); and Ann Arbor, Michigan (1%), and is expected to be completed by July 2020. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $150,000 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. AIR FORCE Group W Inc., Vienna, Virginia, has been awarded a $24,553,592 indefinite-delivery/indefinite-quantity, firm-fixed-price and cost-plus-fixed-fee contract for professional technical support of the Air Force's synthetic theater operations research module. This contract provides for system maintenance, system help-desk support, and development of additional capabilities for the Air Force's campaign modeling software suite. Work will be performed at Air Force's Studies and Analyses Directorate and the Air Force Warfighting Integration Capability office, Arlington, Virginia, and, if all options are exercised, is expected to be completed by Nov. 28, 2023. This award is the result of a competitive source acquisition and one offer was received. Fiscal 2019 operations and maintenance funding in the amount of $747,060 was obligated on the task order coinciding with contract award. Air Force District Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-19-D-A001). (Awarded Nov. 28, 2018) Lockheed Martin Corp., Orlando, Florida, has been awarded a $23,637,880 cost-plus-incentive-fee modification (P00004) to previously awarded contract FA8682-18-C-0009 for providing a replacement joint air to surface standoff missile (JASSM) anti-jam GPS receiver with a new JASSM Anti-Jam GPS Receiver (JAGR) due to obsolescence. This contract provides replacement for the current JAGR due to obsolescence. Work will be performed at Orlando, Florida, and is expected to be completed by March 31, 2023. Fiscal 2019 procurement funds in the amount of $23,637,880 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. AX Enterprize LLC., Yorkville, New York,* has been awarded a $7,753,015 modification to previously awarded contract FA8750-16-C-0293 for collaborative low-altitude Unmanned Aircraft Systems (UAS) integration effort. The objective of this effort is to research the needs and challenges of the integration of unmanned aircraft operations in the UAS Traffic Management (UTM) as well as the relevance and impact of UTM on manned and unmanned aircraft operations. Work will be performed at Yorkville, New York, and is expected to be completed by Sept. 30, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $7,753,015 are being obligated at the time of award. The Air Force Research Laboratory – Information Directorate's Information Grid and Systems Contracting Branch, Rome Research Site, Rome, New York, is the contracting activity. ARMY NIC4 Inc.,* Tampa, Florida, was awarded a $13,418,364 firm-fixed-price contract for Very Small Aperture Terminals services and equipment. One bid was solicited via the internet with one bid received. Work locations and functions will be determined with each order, with an estimated completion date of July 31, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-5001). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1908210/source/GovDelivery/

  • US Cyber Command’s training platform can now use operational cyber tools

    August 21, 2020 | International, C4ISR, Security

    US Cyber Command’s training platform can now use operational cyber tools

    Mark Pomerleau WASHINGTON — The Pentagon's virtual cyber-training platform has been successfully integrated with operational tools that will be used during missions, according to Col. Tanya Trout, the outgoing director of the Joint Cyber Training Enterprise. The Persistent Cyber Training Environment, or PCTE, is an online client that allows U.S. Cyber Command's warriors to log on from anywhere in the world to conduct individual or collective cyber training as well as mission rehearsal on par with the National Training Center, which did not previously exist for cyber warriors. The Army runs the program on behalf of the joint cyber force and Cyber Command. Given the inherent need for such a platform, U.S. Cyber Command and the subordinate service cyber components have actively sought the technology. The program office in charge of the effort delivered the first version in February. Prior to that, the office was creating prototypes to incrementally test the system. After the platform was first used in a large-scale, tier-one exercise in June, it joined an integration pilot program in July with the program offices of the Unified Platform system and the Joint Cyber Command and Control system, according to Trout, who spoke during a virtual industry day for PCTE on Aug. 19. Trout's Joint Cyber Training Enterprise is the nonmaterial component to PCTE at Cyber Command. It coordinates training of personnel through the platform. The Unified Platform system will consolidate and standardize the variety of big-data tools used by Cyber Command and its subordinate commands to allow forces to more easily share information, build common tools, and conduct mission planning and analysis. Joint Cyber Command and Control, or JCC2, currently in its nascent and amorphous stages, will help command cyber forces and plan their missions. Both programs are managed by the Air Force on behalf of Cyber Command and the joint cyber force. Unified Platform and JCC2, as well as PCTE, are components of the Joint Cyber Warfighting Architecture. JCWA includes five capability categories and guides their development priorities. “This integration allowed for execution of small team tactics while performing active hunt of advanced persistent threat within a post-compromised range environment,” she said. Trout added that the pilot demonstrated PCTE's ability to integrate existing operational tools into training scenarios. “PCTE will integrate and be interoperable with these other five elements [of the JCWA] to enable teams to train and rehearse using available JCWA operational tools and capabilities, [which] gives us really the ability to train as we fight,” she said. Due to the ongoing pandemic and the need to practice social distancing while maintaining readiness, Trout said, there has been increased demand for PCTE. From March to May, the number of new accounts for PCTE doubled. Trout also explained that PCTE — which, since its delivery to Cyber Command, is used daily by the cyber mission force — participated in another pilot focused on mission rehearsal. Members of the Cyber National Mission Force, one of Cyber Command's elite units aligned against specific threat actors and charged with defending the nation in cyberspace, were able to expand their mission rehearsal scope, scale and fidelity in a virtualized adversarial network, which will help determine future requirements, she said. Lt. Gen. Stephen Fogarty, commander of Army Cyber Command, told the industry day audience that the advantage the virtual cyber-training environment has over the National Training Center is its ability to replicate an actual opponent. The mission rehearsal capability allows users to input prior operations, such as those used against the Islamic State group, or to train against or upload malware discovered in operations. https://www.c4isrnet.com/cyber/2020/08/20/us-cyber-commands-training-platform-can-now-use-operational-cyber-tools/

  • Contract Awards by US Department of Defense - October 17, 2018

    October 18, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 17, 2018

    NAVY Northrop Grumman Systems Corp., doing business as Northrop Grumman Mission Systems Sector, Bethpage, New York, is awarded a $697,029,788 indefinite-delivery/indefinite-quantity contract for system upgrades for the EA-18G system configuration sets, Airborne Electronic Attack and Electronic Warfare systems and final upgrades for the EA-6B system for the Navy and the government of Australia under the Foreign Military Sales program. Work will be performed in Pt. Mugu, California (50 percent); Baltimore, Maryland (29 percent); Bethpage, New York (20 percent); and Rolling Meadows, Illinois (1 percent), and is expected to be completed in October 2023. Fiscal 2019 operations and maintenance (Navy) funds in amount of $996,902 are being obligated at time of award, all 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, Point Mugu, California, is the contracting activity (N68936-19-D-0007). LGS Innovations LLC, Westminster, Colorado, is awarded a $15,528,008 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price contract for engineering services, materials, training, and testing to support integration and operation of information operations payloads into unmanned aerial vehicles used by the U.S. Special Operations Command and the Navy. This two-year contract includes a three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $34,996,905. Work will be performed across three geographic zones in the areas of Westminster, Colorado (40 percent); Florham Park, New Jersey (40 percent); and Jessup, Maryland (20 percent). The work is expected to be completed Oct. 16, 2020. If the option is exercised, the period of performance would extend through Oct. 16, 2023. No funds will be obligated at the time of award. Funding will be obligated via task/delivery orders using anticipated types of funding to include: operations and maintenance (Navy); other procurement (Navy); and research, development, test and evaluation (Navy). Contract funds will not expire at the end of the current fiscal year. This sole-source procurement is issued using other than full and open competition in accordance with Federal Acquisition Regulation Subpart 6.302-1 and 10 U.S. Code 2304(c)(1) - only one responsible source. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3401). Wiley Wilson Burns and McDonnell JV, Alexandria, Virginia, is awarded $15,000,000 firm-fixed-price modification under a previously awarded indefinite-quantity architect-engineering contract (N40080-15-D-0452) to exercise option four for engineering and design services for general and administrative facilities within the Naval Facilities Engineering Command. The total contract amount after exercise of this option will be is $75,000,000. No task orders are being issued at this time. Work will be performed at various administrative facilities within the Naval Facilities Engineering Command Washington area of responsibility, including but not limited to, Maryland (45 percent); Washington, District of Columbia (30 percent); and Virginia (20 percent). Work may also be performed in the remainder of the U.S. (5 percent), and is expected to be completed in October 2019. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by fiscal 2019 operations and maintenance (Navy and Marine Corps); and fiscal 2019 Navy working capital funds. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity. Rockwell Collins Inc. Government Systems Division, Cedar Rapids, Iowa, is awarded a $7,062,238 five-year long-term contract for repair of 22 various navigation and communication items that are a part of the KC-130J, H-1, E-2C, P-3, common systems and other aircraft. Work will be performed at contractor facilities in Atlanta, Georgia; Cedar Rapids, Iowa; Calexico, California; and Wichita, Kansas. The percentage of work at each of those locations cannot be determined at this time, and work is expected to be completed by October 2023. Working capital (Navy) funds will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1) and 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 (N00383-19-D-PS01). General Electric Co., Lynn, Massachusetts, was awarded $7,041,528 for modification P00012 to a previously awarded firm-fixed-price contract (N00019-17-C-0047) for the procurement of 24 F414-GE-400 engine devices for Lot 42 F/A-18 aircraft. Work will be performed in Evendale, Ohio, and is expected to be completed in February 2019. Fiscal 2018 aircraft procurement (Navy) funds in the amount $7,041,528 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. (Awarded Oct. 15, 2018) AIR FORCE The Boeing Co., Layton, Utah, has been awarded a $55,567,613 undefinitized, firm-price incentive-fee contract, for Intercontinental Ballistic Missile Cryptography Upgrade Increment II production. This contract provides for the government's minimum requirement of the production of 75 message processor drawers; 8 digital components; and program management support. Work will be performed in Huntsville, Alabama; and Huntington Beach, California, and is expected to be completed by Feb. 11, 2019. This award is the result of a sole-source acquisition and one offer was received. Fiscal 2018 missile procurement funds in the amount of $17,864,050 are being obligated at the time of award. Intercontinental Ballistic Missile Contracting Division, Hill Air Force Base, Utah, is the contracting activity (FA8204-19-C-0001). ARMY TGS USA,* McLean, Virginia, was awarded a $39,543,009 firm-fixed-price Foreign Military Sales (Iraq) contract for Toyota Land Cruisers and spare parts. 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 Oct. 16, 2018. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0010). DEFENSE LOGISTICS AGENCY UPDATE: US Eco Products Corp., Haverhill, Massachusetts (SPE8EC-19-D-0030), has been added as an awardee to the multiple-award contract for commercial snow removal equipment, issued against solicitation SPE8EC-17-R-0009, announced May 5, 2017. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1664968/source/GovDelivery/

All news