Back to news

January 7, 2022 | International, Naval, C4ISR

Despite delay, 'mixed reality' goggle for soldiers, Marines on schedule for 2022

On the same subject

  • Contract Awards by US Department of Defense - March 24, 2020

    March 25, 2020 | International, Aerospace, Naval, C4ISR, Security

    Contract Awards by US Department of Defense - March 24, 2020

    MISSILE DEFENSE AGENCY Lockheed Martin Corp., Missiles and Fire Control, Dallas, Texas, is being awarded a $932,836,737 modification (P00026) to previously-awarded contract HQ0147-17-C-0032 to exercise an option for the production of Terminal High Altitude Area Defense (THAAD) interceptors and associated one-shot devices to support the U.S. government (USG) and the Kingdom of Saudi Arabia (KSA) Foreign Military Sales (FMS) case requirements. The THAAD interceptors and associated one-shot devices will be procured under fixed-price incentive (firm target) contract line items. The value of this contract is increased from $5,366,947,800 to $6,299,784,537. The work will be performed in Dallas, Texas; Sunnyvale, California; Huntsville, Alabama; Camden, Arkansas; and Troy, Alabama, with an expected completion date of April 1, 2026. Fiscal 2020 USG procurement funds in the amount of $327,498,097; and KSA FMS funds in the amount of $605,338,640 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. NAVY CACI Inc. - Federal, Chantilly, Virginia, is awarded $180,336,750 for a single award, indefinite-delivery/indefinite-quantity, performance based, cost-plus-fixed-fee, level-of-effort contract (N65236-20-D-8003) to provide special operations communications systems, satellite communications (SATCOM) and network support services. Work will be performed in Fayetteville, North Carolina (65%); continental U.S. (20%); outside continental U.S. (10%); and Tampa, Florida (5%). This contract will require command, control, communications, computers, combat systems, intelligence, surveillance and reconnaissance to exercise planning and evaluation, systems integration, operational systems, fielding, training, certification, maintenance, logistics, configuration management, systems engineering, network engineering, documentation and graphics support, program management, quality assurance and life-cycle sustainment management and support of deployable tactical SATCOM systems and military information, support operations and equipment for various joint warfighting customers at multiple locations within the global area of responsibility. Work is expected to be complete by March 2025. If the option is exercised, work may continue until September 2025. The contract includes a five-year ordering period and one six-month option with the cumulative value (ceiling) of this contract being $199,486,199. Fiscal 2019 procurement defense agency funding in the amount of $10,000 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. The contract was competitively procured by full and open competition via the Naval Information Warfare Systems Command E-Commerce Central website and two offers were received. The Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. VT Halter Marine Inc., Pascagoula, Mississippi, is awarded a $39,906,609 firm-fixed-price modification to previously awarded contract N00024-18-C-2230 to exercise an option for the detail design and construction of an Auxiliary Personnel Lighter – Small (APL(S)). Work will be performed in Pascagoula, Mississippi (58%); Boca Raton, Florida (25%); Mandeville, Louisiana (5%); Metairie, Louisiana (5%); Gautier, Mississippi (4%); and Billerica, Massachusetts (3%), and is expected to be complete by May 2021. The initial contract was for the detail design and construction of the lead and second craft in the APL(S) 67 class; this option exercise is for the fourth craft. Construction of all APL(S) craft is firm-fixed-price. The contract also includes options for associated support efforts related to the craft design and construction for deployment spare parts, crew familiarization, international delivery and production-level technical data package and rights. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $39,906,609 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. Honeywell International Inc., Minneapolis, Minnesota, is awarded a $10,340,614 cost-plus-fixed-fee job order under basic ordering agreement N00164-18-G-GM66 for engineering sustainment support services of the strategic radiation-hardened microelectronics facility and production capability. Work will be performed in Plymouth, Minnesota, and is expected to be complete by March 2022. The sustainment services under the job order cover engineering efforts to sustain Honeywell International's strategic radiation-hardened microelectronics capability through researching extensions of existing products and technology, radiation testing and analysis, and sustaining existing application specific integrated circuit product support and multi-project wafer test/modeling capability. The services are required to maintain a domestic, trusted source for strategic radiation-hardened microelectronics to meet the Department of Defense certification to Congress, as stipulated by the fiscal 2018 National Defense Authorization Act Section 1670. Defense Production Act Title III funding in the amount of $10,340,614 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)(3), and was awarded to a particular source in order to maintain a facility, producer, manufacturer or other supplier available for furnishing property or services to achieve industrial mobilization. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-20-F-G001). Pratt and Whitney - United Technologies Corp., Hartford, Connecticut, is awarded a $7,681,734 firm-fixed-price delivery order (N00019-20-F-0658) against a previously issued basic ordering agreement (N00019-17-G-8008). This order provides for the production and delivery of seven Lift Fan Inter Stage Vane (LF ISV) kits for the Marine Corps in support of the Joint Strike Fighter program. Work will be performed in Indianapolis, Indiana. The new LF ISV will provide lift fan operations over an increased temperature range, improved trailing edge angle conformance and will address vibration and flutter concerns. Work is expected to be complete by July 2021. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $7,681,734 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 Ceradyne Inc., Irvine, California, has been awarded a maximum $111,100,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for enhanced small arms protective inserts. This was a competitive acquisition with two responses received. This is an 18-month base contract with two one-year option periods. Location of performance is California, with a Dec. 30, 2021, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1242). SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $75,000,000 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 Illinois, with a Sept. 24, 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-0008). TW Metals Inc., Carol Stream, Illinois, has been awarded a maximum $62,000,000 firm-fixed-price with economic-price-adjustment contract for commercial metal products. 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. Locations of performance are Connecticut, Delaware, District of Columbia, Maine, Maryland, Massachusetts, New Hampshire, New Jersey, New York, Ohio, Pennsylvania, Rhode Island, Vermont, Illinois and West Virginia, with a Sept. 24, 2021, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E5-20-D-0001). AIR FORCE L-3 Communications Integrated Systems, Greenville, Texas, has been awarded a not-to-exceed $85,000,005 firm-fixed-price, undefinitized contract for engineering, procurement and fabrication which will result in Phase One modification to the mission aircraft. Work will be performed in Greenville, Texas, and is expected to be completed by October 2022. This contract involves 100% foreign military sales and is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $41,600,000 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-20-F-4837). JW Clark Enterprises Inc., Chesapeake, Virginia, has been awarded a $16,000,000 modification (P00006) to previously awarded contract FA4800-16-D-0001 to exercise Option Year Four. This modification provides simplified acquisition of Base Civil Engineer Requirements support for Joint Base Langley-Eustis, Virginia. The contract provides all labor, tools, equipment, transportation, materials, supervision and all other necessary supplies and services required to perform a broad range of maintenance, repair, minor and new construction work on real property on Joint Base Langley-Eustis. Fiscal 2020 operations and maintenance funds will be used to fund individual task orders awarded. Zero funds will be obligated at time of exercising this option year modification. This modification brings the total cumulative face value of the contract to $75,000,000. Work will be performed on Fort Eustis and Langley Air Force Base, and is expected to be complete by March 24, 2021. The 633 Contracting Squadron, Joint Base Langley-Eustis, Virginia, is the contracting activity. The Boeing Co., Layton, Utah, has been awarded an $8,330,128 firm-fixed-price contract modification (P00011) to previously award contract FA8204-19-C-0001 for the Intercontinental Ballistic Missile Cryptography Upgrade Increment II production. This modification exercises production Lot 3, Options 2, 4, 8 and 9, and provides the government 176 A-4 drawers. Work will be performed in Huntsville, Alabama; Huntington Beach, California; and Layton, Utah, and is expected to be completed by Feb. 17, 2023. The total cumulative face value is $112,543,853. Fiscal 2019 missiles procurement funds in the amount of $1,639,817; and fiscal 2020 missiles procurement funds in the amount of $6,690,311 are being obligated at the time of award. The Air Force Nuclear Weapons Center, ICBM (intercontinental ballistic missile) Contracting Division, Hill Air Force Base, Utah, is the contracting activity. (Awarded March 23, 2020) ARMY Vali Cooper International LLC,* Covington, Louisiana, was awarded a $30,000,000 firm-fixed-price contract for architect-engineer technical support services for the U.S. Department of Veterans Affairs Health Care System. Bids were solicited via the internet with received. Work locations and funding will be determined with each order, with an estimated completion date of March 23, 2030. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0027). CORRECTION: A $19,940,157 firm-fixed-price contract announced yesterday, March 23, 2020, to SGS LLC,* Yukon, Oklahoma (W912BV-20-C-0005), for design-build construction of a fire rescue center, was actually awarded today, March 24, 2020. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2123763/source/GovDelivery/

  • Contract Awards by US Department of Defense - August 19, 2019

    August 20, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 19, 2019

    ARMY Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $133,162,809 firm-fixed-price contract for Savannah inner harbor dredging. Bids were solicited via the internet with four received. Work will be performed in Savannah, Georgia, with an estimated completion date of Sept. 6, 2021. Fiscal 2019 civil construction; operations and maintenance civil; and river and harbor contributed funds in the amount of $133,162,809 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-5004). Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $124,460,600 firm-fixed-price contract for Charleston harbor dredging. Bids were solicited via the internet with five received. Work will be performed in Charleston, South Carolina, with an estimated completion date of July 5, 2022. Fiscal 2019 civil construction funds in the amount of $124,460,600 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-19-C-0003). WHH Nisqually-Garco JV 2,* Olympia, Washington, was awarded a $22,252,000 firm-fixed-price contract for construction of a hot refueling system at Gray Army Airfield at Joint Base Lewis-McChord, Washington. Bids were solicited via the internet with three received. Work will be performed in Joint Base Lewis-McChord, Washington, with an estimated completion date of Feb. 22, 2021. Fiscal 2019 military construction funds in the amount of $22,252,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-19-C-0017). L3 Technologies Inc., Salt Lake City, Utah, was awarded a $7,868,630 firm-fixed-price contract for the production of Dual Output Battery Eliminator retrofits and Ku Band Directional Antennas On the Move upgrades. Bids were solicited via the internet with one received. Work will be performed in Salt Lake City, Utah, with an estimated completion date of Aug. 31, 2021. Fiscal 2019 aircraft procurement, Army funds in the amount of $7,868,630 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-F-0636). AIR FORCE Radiance Technologies Inc., Huntsville, Alabama,* has been awarded a $99,997,251 cost-plus-fixed-fee contract for distributed, automated and intelligent hardware and software security. The scope of this effort is the design, development, integration and delivery of an adaptable set of models and tools, which can be used to provide next-generation detailed, comprehensive and automated cyber vulnerability assessment capabilities, which can also be tailored towards multiple application spaces and Department of Defense missions. This set of models and tools will provide optimized system configurations and countermeasure placement in order to perform vulnerability assessments on complex, distributed systems, which include Internet of Things components in an automated fashion. Work will be performed in Huntsville, Alabama, and is expected to be completed by Aug. 19, 2024. This award is the result of a competitive acquisition and two offers were received. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1508). Flatter Inc., Fredericksburg, Virginia, and Washington, District of Columbia, has been awarded a $39,559,613 indefinite-delivery/indefinite-quantity contract for the Air Force Senior Leadership Development Program (AFSLDP). This contract provides for the full range of technical, functional and managerial expertise to further support the continual development, enhancement, sustainment and facilitation of the AFSLDP by providing analysis, subject matter expertise, guidance and support to the Force Development and Senior Leadership trainings as well as systems. Work will be performed in the National Capital Region and the estimated completion date is Aug. 16, 2024. This award is the result of a competitive acquisition and six offers were received. Fiscal 2019 operations and maintenance funds in the amount of $136,000 are being obligated at the time of award. The contracting directorate is Air Force, District of Washington, Acquisitions, and the contracting activity is Joint Base Andrews, Maryland (FA701419DA003). BAE Systems, Nashua, New Hampshire, has been awarded a $19,197,676 cost-plus-fixed-fee for sustainment services associated with the AN/ALQ-239 Digital Electronics Warfare Systems (DEWS) and AN/AAR-57A(V) Common Missile Warning System (CMWS) hardware/software. This contract provides for the repair and return indefinite-delivery/indefinite-quantity in support of DEWS/CMWS line replaceable units and line replaceable modules for the Foreign Military Sales customer. Work will be performed at Nashua, New Hampshire, and is expected to be completed by Aug. 13, 2022. This contract involves foreign military sales to the Royal Saudi Air Force. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $9,054,261 are being obligated at the time of the award via order FA8523-19-F-0056. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-19-D-0001). CORRECTION: The Aug. 8, 2019, announcement that BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, was awarded a $369,000,000 ceiling increase modification (P00013) to contract FA2521-16-D-0010 for serviceable components and subsystems for instrumentation tracking systems is incorrect. The correct award amount was $90,500,000. All other information in the announcement is correct. NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $32,111,547 for modification P00005 to delivery order N00019-19-F-2512 under previously issued against basic ordering agreement (N00019-14-G-0020). This award procures modification kits and special tooling for modification and retrofit of delivered F-35 Lightning II Joint Strike Fighters for the Air Force, Marine Corps, Navy, non-Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2025. Fiscal 2019 aircraft procurement (Air Force, Marine Corps, and Navy); non-DoD partners; and FMS funds in the amount of $32,111,547 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 Air Force ($16,510,522; 51%); Marine Corps ($7,693,130; 24%); Navy ($275,849; 1%); non-DoD participants ($4,698,676; 15%); and FMS customers ($2,933,370; 9%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Detyens Shipyards Inc., North Charleston, South Carolina, is awarded a $21,316,067 firm-fixed-price contract for a 75-calendar day shipyard availability for the regular overhaul and dry-docking of USNS Sacagawea (T-AKE 2). The contract includes options, which, if exercised, would bring the total contract value to $21,942,075. Work will be performed in North Charleston, South Carolina, and is expected to be completed by Dec. 20, 2019. Working capital funds (Navy) in the amount of $21,942,075 will be obligated in fiscal 2020. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-C-6006). Reyes Construction Inc., Pomona, California, is awarded $20,368,000 for firm-fixed-price task order N62473-19-F-4995 under a previously awarded multiple award construction contract (N62473-18-D-5862) for the design-bid-build construction of missile magazines at Naval Weapons Station, Seal Beach. The work to be performed provides for new magazines that are needed to provide adequate storage for vertical launch missile systems, missile variants and for assembled missile storage. The contractor shall provide all labor, supervision, materials and equipment to perform all work described in the request for proposal. The task order also contains five unexercised options, which, if exercised, would increase the cumulative task order value to $20,479,300. Work will be performed in Seal Beach, California, and is expected to be completed by April 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $20,368,000 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. The Lockheed Martin Corp., Rotary and Mission Systems, Mitchel Field, New York, is awarded $13,350,351 for cost-plus-incentive-fee modification P00008 for new scope under previously awarded contract N-00030-19-C-0045 to provide U.S. Trident II (D5) Strategic Weapon System efforts for the navigation subsystem. Work will be performed in Mitchel Field, New York, with an expected completion date of Dec. 31, 2022. Fiscal 2019 other procurement (Navy) funds in the amount of $13,350,351 are being obligated on this award. Funds will not expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $12,031,145 for modification P00001 to delivery order 5503 under previously issued against basic ordering agreement (N00019-14-G-0020). This award procures modification kits for modification and retrofit of delivered F-35 Lightning II Joint Strike Fighters for the Air Force and Marine Corps. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2021. Fiscal 2019 aircraft procurement (Air Force and Marine Corps) funds in the amount of $12,031,145 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 Air Force ($6,927,023; 58%); and the Marine Corps ($5,104,122; 42%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Unified Business Technologies Inc.,* Troy, Michigan, is awarded $7,379,877 for firm-fixed-price task order N40085-19-F-3500 under a previously awarded SeaPort Next Generation contract for engineering and program management for capital improvement requirements with various design and construction periods at Marine Corps Air Station, Cherry Point, North Carolina; and Marine Base Camp Lejeune, Jacksonville, North Carolina. The work to be performed provides for various construction engineering disciplines and administrative support services to assist in completing various capital improvement projects. The task order also contains four unexercised options, which, if exercised, would increase cumulative task order value to $37,651,276. Work will be performed in Jacksonville, North Carolina (67%); and Havelock, North Carolina (33%), and is expected to be completed by August 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $7,379,877 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N00178-19-D-8762). DEFENSE LOGISTICS AGENCY Bremen-Bowdon Investments Co., Bowdon, Georgia, has been awarded a maximum $7,966,345 modification (P00008) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-1085) with four one-year option periods for men's blue trousers. This is a firm-fixed-price contract. Location of performance is Georgia, with an Aug. 23, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1938044/source/GovDelivery/

  • Le Rafale plus favori que jamais en Inde face au Super Hornet

    August 29, 2022 | International, Aerospace

    Le Rafale plus favori que jamais en Inde face au Super Hornet

All news