Back to news

June 2, 2024 | International, Land

European Union weighs creation of air defense shield

A Greek-Polish proposal for a bloc-funded program is looking for takers.

https://www.defensenews.com/global/europe/2024/05/31/european-union-weighs-creation-of-air-defense-shield/

On the same subject

  • Contract Awards by US Department of Defense - April 28, 2020

    April 29, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - April 28, 2020

    AIR FORCE General Electric Co., Cincinnati, Ohio, has been awarded $707,274,997 for four undefinitized contract actions under an existing F110 indefinite-delivery/indefinite-quantity contract, for F110-GE-129 engine production. These actions provide for F110 engine production, including installs and spares and modernized engine management system computers. Work will be performed in Cincinnati, Ohio, and is expected to be completed by Dec. 31, 2026. These actions involve Foreign Military Sales to Slovakia, Bulgaria, Taiwan and Qatar. This award is the result of country-directed, sole-source acquisitions. Foreign Military Sales funds in the amount of $353,637,499 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8626-18-D-0029). NAVY Doyon Project Services LLC,* Federal Way, Washington, is awarded $30,831,632 for firm-fixed-price task order N-44255-20-F4095 under a multiple award construction contract for repair of Shipyard Electrical Backbone Substation A, Puget Sound Naval Shipyard, Bremerton, Washington. Work will be performed in Bremerton, Washington, and includes removal and disposal of select electrical components; repairing electrical cabling and distribution lines; repairing the switching and routing equipment; repairing substation components to include but not limited to: electrical boards, circuit breakers, tie breakers, conductors, cabling, terminations, grounds transformers, motor operators and repair of the supervisory control and data acquisition system at Shipyard Electrical Backbone Substation A to restore the system to its customary state of operation. Inspection, testing and commissioning will be performed on the electrical distribution system and at three substations following repairs. Hazardous material disposal and station support is included in the project. Work is expected to be complete by April 2023. Fiscal 2020 operations and maintenance (Navy); and contract funds in the amount of $30,831,632 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, Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4036). Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $13,227,000 engineering services, cost-plus-incentive-fee modification to previously awarded delivery order N00024-19-F-6201 under indefinite-delivery/indefinite-quantity contract N00024-19-D-6200 for the design, prototyping and qualification testing for the TI-20 AN/BLQ-10. Work will be performed in Syracuse, New York, and is expected to be complete by February 2021. Fiscal 2020 other procurement (Navy) funding in the amount of $7,227,000; and 2020 shipbuilding and conversion (Navy) funding in the amount of $6,000,000 will be obligated at time of award and not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity. Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is awarded a $13,034,943 cost-plus award-fee order (N62786-20-F-0013) against the previously awarded basic ordering agreement N00024-19-G-2313 to provide engineering and management services for Littoral Combat Ship (LCS)-19 Post Shakedown Availability (PSA). Work will be performed in Moorestown, New Jersey (53%); Mayport, Florida (23%); Hampton, Virginia (15%); and Washington, District of Colombia (9%). Lockheed Martin will provide engineering and management services in support of the following: 45,070 man-hours level of effort; and to provide the work specification, pre-fabrication and material for LCS-19 PSA. Work is expected to be complete by September 2021. Fiscal 2014 shipbuilding and conversion (Navy); and 2020 shipbuilding and conversion (Navy) funding in the amount of $11,408,580 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Bath, Maine, is the contracting activity. AECOM Technical Services Inc., Los Angeles, California (N62470-19-D-8022); Aptim Federal Services LLC, Alexandria, Virginia (N62470-19-D-8023); CH2M Hill Constructors Inc., Englewood, Colorado (N62470-19-D-8024); Environmental Chemical Corp., Burlingame, California (N62470-19-D-8025); Fluor Intercontinental Inc., Greensville, South Carolina (N62470-19-D-8026); and Perini Management Services Inc., Framingham, Massachusetts (N62470-19-D-8027), are awarded a $10,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award contract for global contingency construction projects worldwide. The work to be performed provides for the Navy; the Navy on behalf of the Department of Defense; the Navy on behalf of other federal agencies; and when authorized, an immediate response for construction services. The construction and related engineering services will respond to natural disasters, humanitarian assistance, conflict or projects with similar characteristics. Work will be predominately construction. The contractor may be required to provide initial base operating support services in support of the construction effort, which will be incidental to construction efforts. Work is expected to be complete by March 2024, and the term of the contract is not to exceed 60 months. After award of this modification, the total cumulative contract value will be $1,081,443,694. No funds will be obligated at time of award; funds will be obligated on subsequent modifications for work on existing individual task orders. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $9,669,789 cost-plus-fixed-fee modification (P00034) to previously awarded contract N00019-16-C-0032. This modification provides engineering, manufacturing and development support to integrate BRR3.1 software to the Next Generation Jammer on Boeing EA-18G Growler carrier-based electronic warfare aircraft, resulting in BRR3.1 software initial operating capability. Work will be performed in St. Louis, Missouri, and is expected to be complete by December 2020. Fiscal 2020 research, development, test and evaluation funds in the amount of $3,000,000 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. Risk Mitigation Consulting Inc.,* Destin, Florida, is awarded an $8,860,412 modification to task order N62470-20-F-4016 under an indefinite-delivery/indefinite-quantity contract. The task order is for mission assurance (MA) assessments for various locations within the Naval Facilities Engineering Command (NAVFAC) area of operations worldwide. Work will be performed in Florida (15%); Virginia (11%); Georgia (10%); California (7%); Maryland (6%); and Louisiana (6%). Work will also be performed outside of the U.S. in the following locations: Bahrain (11%); Souda Bay, Greece (10%), Guantanamo Bay, Cuba (9%); Sasebo and Okinawa, Japan (8%); and Deveselu, Romania (7%). The MA assessments to be performed include assessments of installation infrastructure, industrial control systems and energy/utility management control systems. Work is expected to be complete by January of 2021. The maximum dollar value for this task order as a result of this modification will increase from $5,172,574 to $8,860,412. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $3,687,838 will be obligated on a modification to the above referenced task order. The base contract was competitively procured via the Navy Electronic Commerce Online website with six proposals received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-2002). Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $7,730,297 cost-plus-incentive-fee contract modification to previously awarded contract N00024-17-C-6259 to exercise and fund options for Navy equipment, long-lead material and spares. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be complete by August 2030. Fiscal 2020 other procurement, (Navy) funding in the amount of $7,730,297 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. ARMY Martin Baker, Johnstown, Pennsylvania, was awarded a $25,517,707 modification (P00003) to contract W58RGZ-17-D-0046 for incorporation of new side-facing multi-function operator seats and retrofit modification kits in support of the UH-60M Blackhawk helicopter. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 11, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Yorktown Systems Group Inc.,* Huntsville, Alabama, was awarded a $20,383,541 modification (P00038) to contract W911S0-17-C-0007 for operations support services including conducting and providing predictive modeling and trend analyses concerning global asymmetric threats. Work will be performed at Fort Meade, Maryland, with an estimated completion date of May 14, 2021. Fiscal 2020 operations and maintenance, Army funds in the amount of $20,383,541 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity. Amentum, Germantown, Maryland, was awarded a $12,000,000 modification (000266) to contract W52P1J-12-G-0028 for Army prepositioned stock logistics support services in support of maintenance, supply and transportation at Mannheim and Dulmen, Germany. Work will be performed in Mannheim, Germany, with an estimated completion date of Nov. 20, 2020. Fiscal 2020 operations and maintenance, Army funds in the amount of $12,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Meggitt Training Systems Inc., Suwanee, Georgia, was awarded a $9,000,000 modification (P00004) to blanket purchase agreement W911SA-16-A-0002 for delivery of live fire target system parts to Fort McCoy, Wisconsin. Funding will be obligated by individual orders. Bids were solicited via the internet with one received. Work will be performed in Suwanee, Georgia, with an estimated completion date of April 30, 2021. The 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity. Associated Aircraft Manufacturing & Sales Inc.,* Fort Lauderdale, Florida, was awarded an $8,439,750 firm-fixed-price contract for landing gear maintenance and overhaul. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of April 28, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0341). WASHINGTON HEADQUARTERS SERVICES Leidos Inc., Reston, Virginia, was awarded a $13,428,125 firm-fixed-price contract. This contract is for a team of experts to provide translation, transcription and interpretation services to the Office of the Chief Prosecutor. Work performance will take place in Guantanamo Bay, Cuba. Fiscal 2020 operations and maintenance funds in the amount of $13,428,125 were awarded. The expected completion date is April 15, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-20-C-0073). (Awarded April 15, 2020) Redhorse Corp., San Diego, California, was awarded a $9,385,703 firm-fixed-price contract. This contract supports the coordination of department-wide efforts advising senior leaders regarding national programs and policy support (NPPS) under the direct guidance of the director of NPPS. This includes advising senior leaders regarding global intelligence, surveillance, and reconnaissance (ISR) operations and/or resulting in the rapid production of ISR capability from concept initiation to specialized modification to deployment into the operational theater. Work performance will take place in the Pentagon Reservation, Arlington, Virginia. Fiscal 2020 operations and maintenance funds in the amount of $4,579,209; and fiscal 2020 research, development, test and evaluation funds in the amount of $4,806,494 were awarded. The expected completion date is Jan. 31, 2025. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-20-F-00223). (Awarded April 23, 2020) DEFENSE LOGISTICS AGENCY Hardigg Industries Inc., South Deerfield, Massachusetts, has been awarded a maximum $10,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 115 responses received. This is a five-year contract with no option periods. Location of performance is Massachusetts, with an April 27, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0036). Federal Prison Industries Inc.,** Washington, District of Columbia., has been awarded a $9,558,000 modification (P00003) exercising the first one-year option of a one-year base contract (SPE1C1-19-D-F024) with two one-year option periods for working parkas. This is a firm-fixed-price contract. Locations of performance are Kentucky and Washington, District of Columbia, with a May 2, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small business **Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2168478/source/GovDelivery/

  • Contract Awards by US Department of Defense - January 25, 2019

    January 28, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - January 25, 2019

    NAVY The Boeing Co., Seattle, Washington, is awarded a $2,458,707,154 modification to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-14-C-0067). This modification provides for the production and delivery of 19 P-8A lot 10 aircraft to include 10 for the Navy, four for the government of the U.K. and five for the government of Norway. In addition, this modification includes engineering change proposal 4 SilverBlock for the government of the U.K. and Lot 10 segregable efforts consisting of unknown obsolescence, Class I change assessments and obsolescence monitoring. Work will be performed in Seattle, Washington (80.6 percent); Baltimore, Maryland (2.6 percent); Greenlawn, New York (2.4 percent); Cambridge, U.K. (1.6 percent); and various locations within and outside the continental U.S. (12.8 percent),and is expected to be completed in March 2022. Fiscal 2019 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds in the amount of $2,458,707,154 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 Navy ($1,256,865,203; 51 percent); the government of Norway ($694,971,086; 28 percent); and the government of the U.K. ($506,870,865; 21 percent), under the FMS program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. BAE Systems San Diego Ship Repair, San Diego, California (N00024-16-D-4416); Huntington Ingalls Industries Inc., San Diego, California (N00024-16-D-4417); and General Dynamics, National Steel and Shipbuilding Co., San Diego, California (N00024-16-D-4418), are each awarded firm-fixed-price modifications under previously-awarded indefinite-delivery/indefinite-quantity multiple-award contracts to exercise Option Period Three for complex, emergent and continuous maintenance and Chief of Naval Operations (CNO) availabilities on surface combatants (DDG and CG) homeported in San Diego, California. These three contractors will have the opportunity to provide offers for individual delivery orders during option period three, with an estimated cumulative value of $90,275,086. Exercising these options ensures continued facilities and human resources capable of completing complex, emergent and continuous maintenance, repair, modernization and CNO availabilities on surface combatant ships assigned to or visiting the port of San Diego, California. Work will be performed in San Diego, California, and is expected to be completed by March 2020. No funding will be obligated at time of award. Operations and maintenance (Navy) funds will be obligated as the delivery orders are issued. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $26,332,225 firm-fixed-price requirements contract for the depot repair of T56-A-427 engines, utilized on E-2 Hawkeye aircraft, including the repair of the power section, torque meter, gearbox, and accessories in accordance with Navy depot manuals and approved repair practices. Work will be performed in San Antonio, Texas (55 percent); Winnipeg, Canada (25 percent); Indianapolis, Indiana (15 percent); and Oakland, California (5 percent), and is expected to be completed in January 2020. No funds will be obligated at time of award; funds will be issued against individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals; two offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0024). Ocean Ships Inc., Houston, Texas, is awarded a $20,800,875 firm-fixed-price contract for the operation and maintenance of Expeditionary Transfer Dock (ESD) vessels. This contract includes a 12-month base period, four 12-month option periods and a six-month option under Federal Acquistion Regulation 52.217-8, which, if exercised, would bring the cumulative value of this contract to $118,985,659. Work will be performed at sea worldwide and is expected to be completed, if all options are exercised, by November 2024. Working capital contract funds in the amount of $20,800,875 are obligated for the base period, and will not expire. The Navy's Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220519C3003). Northrop Grumman Systems Corp., San Diego, California, is awarded a $19,590,756 modification (P00020) to a previously awarded cost-plus-fixed-fee contract (N00019-17-C-0033). This modification provides for the procurement of software design and system integration, qualification testing, and cybersecurity activities as well as engineering services in support the MQ-8 Fire Scout Unmanned Air System. Work will be performed in San Diego, California, and is expected to be completed in December 2019. Fiscal 2019 operations and maintenance; and aircraft procurement (Navy) funds in the amount of $19,590,756 will be obligated at time of award, $12,080,557 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is being awarded a $13,930,396 cost-plus-fixed-fee, cost indefinite-delivery, indefinite-quantity contract for engineering, training, integrated logistics support, installation/checkout of developed systems and support services for Harpoon Ship Command Launch Control Set, Encapsulated Harpoon Command and Launch Systems, and Advanced Harpoon Weapon Control System, Standoff Land Attack Missile Expanded Response, and Harpoon missiles. These efforts are in support of the Navy and the governments of Brazil, Chile, Israel, Korea, Japan, Australia, Canada, Turkey, U.K., Malaysia, Taiwan, Singapore, Bahrain, Egypt, Kuwait, Oman, Saudi Arabia, United Arab Emirates, Denmark, Germany, India, Netherlands, Portugal, Spain, Mexico, Thailand, Greece, Qatar, and Belgium. Work will be performed in St. Charles, Missouri, and locations inside and outside the continental U.S., and is expected to be completed in December 2021. No funds will be obligated at time of award; funds will be issued against individual task orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0010). Joyce & Associates Construction Inc.,* Newport, North Carolina, is awarded $9,058,945 for firm-fixed-price task order N4008519F4580 under a previously awarded multiple award construction contract (N40085-16-D-6302) for repairs to waste water collection system core area at Marine Corps Air Station Cherry Point, North Carolina. The work to be performed provides for various repairs to the sanitary and industrial waste water system including gravity lines, force mains, lift stations and appurtenances and incidental related work. Work will be performed in Havelock, North Carolina, and is expected to be completed by April 2020. Fiscal 2019 operations and maintenance, (Marine Corps) contract funds in the amount of $9,058,945 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-16-D-6302). Lyon Shipyard, Inc.,* Norfolk, Virginia, is awarded a $7,994,140 firm-fixed-price, single-award contract for the repair, maintenance and modernization of USNS Prevail (TSV 1) during the ship's docking phased maintenance availability. The work of this contract consists of temporary services, structural repairs, hull gauging, electrical, mechanical, piping and other miscellaneous repair work. Work will be performed in Norfolk, Virginia, and is expected to be completed by July 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $7,994,140 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. This contract was procured as a competitive small business set-aside under the North American Industry Classification 336611 for shipbuilding and repair. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity (N50054-19-C-0002). DEFENSE COMMISSARY AGENCY Military Produce Group LLC, Norfolk, Virginia, is being awarded an indefinite-delivery, requirements type contract to provide fresh fruits and vegetable products for commissaries located in the east areas of the continental U.S. The award amount is estimated at $146,066,237 for the base year. Actual obligations using Resale Stock Activity Group, Defense Working Capital Funds will occur upon issuance of delivery orders during the period of performance. Contract funds will not expire at the end of the current fiscal year. The contract is for a 24-month base period beginning Feb. 11, 2019, through Feb. 7, 2021. The contract includes three one-year option periods. If all three option periods are exercised, the contract will be completed Feb. 4, 2024. The Defense Commissary Agency, Fort Lee, Virginia, is the contracting activity (HDEC02-19-D-0001). AIR FORCE Robbins-Gioia LLC, Alexandria, Virginia (FA7014-19-D-5001); and Synergy Solutions and Innovations, Arlington, Virginia (FA7014-19-D-5000), have been awarded a ceiling $50,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-priced with time and material elements, multiple award contract for the Business Capability Lifecycle Management Projects. This contract is for exploring more effective and efficient ways to support Air Force business operations and refine the development of Defense Business System requirements supporting the business mission area information technology by leveraging existing technologies owned by the Air Force, streamlining and standardizing business processes across the Air Force, and developing integrated solutions that are achievable in a constrained fiscal environment. This contract shall also be used for technical and engineering; information and data management, process engineering, performance assessment, change management, facilitation, project management, and scheduling. Work will be performed primarily in Washington, District of Columbia., and is expected to be completed Jan. 24, 2024. This award is the result of a competitive acquisition and seven offers were received. A total of two task orders using fiscal 2019 operations and maintenance funds in the amount of $27,405 are being obligated at the time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity. Lockheed Martin Aeronautics Corp., Marietta, Georgia, has been awarded a $33,732,110 ceiling requirements contract for C-130J long-term sustainment support for the Royal Norwegian Air Force. The estimated value of the first order is $6,155,584. Contractor will provide the Royal Norwegian Air Force with return and repair support, spares support, engineering support, and in-country representative support for their C-130J aircraft platform. Work will be performed in Marietta, Georgia, and Gardermoen Air Station, Norway, and is expected to be completed by Dec. 31, 2019. This award is the result of a sole-source acquisition and is 100 percent Foreign Military Sales for Norway. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8553-19-D-0001). Gulfstream Aerospace Corp., Savannah, Georgia, has been awarded a maximum $18,728,697 modification (P00007) to exercise an option on contract FA8106-16-D-0006 for engineering services to provide support the C-20 and C-37 fleet for Air Force, Army, Navy, and Marine Corps. This modification adds the third increment of the five-year, multi-year basic contract. Work will be performed in Savannah, Georgia, and is expected to be completed by Jan. 31, 2020. Fiscal 2019 Air Force, Army, and Navy operations and maintenance funds in the amount of $10,495,503 are being obligated at the time of award. Total cumulative face value of the contract is $83,700,000. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. Space Dynamics Laboratory, North Logan, Utah, has been awarded a not-to-exceed $18,295,163 undefinitized contract action for the tasking, collecting, processing, exploitation, and dissemination (TCPED) capability to support the Republic of Korea Global Hawk program. This contract provides for the procurement of the TCPED system, spares and support equipment, sustainment support, and system familiarization. Work will be performed at North Logan, Utah, and is expected to be completed by May 2020. This contract involves Foreign Military Sales to the Republic of Korea. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $9,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-C-1002). ARMY Pate Construction Company Inc.,* Pueblo West, Colorado, was awarded a $23,978,896 firm-fixed-price contract for a procurement project consisting of 8,100 feet of reinforced concrete lined channel or concrete box culvert for the existing McKinley ditch. Bids were solicited via the internet with four received. Work will be performed in Alamogordo, New Mexico, with an estimated completion date of Nov. 15, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $23,978,896 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-19-C-0014). Vertex Aerospace, Madison, Mississippi, was awarded a $9,086,502 modification (P00300) to contract W58RGZ-13-C-0044 for aviation field maintenance services. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of July 31, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,086,502 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Shilog LTD,* McAlester, Oklahoma, was awarded a $7,777,536 firm-fixed-price contract for Polybutadiene, Liquid, Hydroxyl-Terminated, Type II. 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 Jan. 31, 2022. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-3015). DEFENSE LOGISTICS AGENCY Bren-Tronics Inc.,* Commack, New York, has been awarded a maximum $9,832,972 firm-fixed-price contract for storage batteries. This is a six-month base contract with a five-month option that is being exercised at the time of award. This was a competitive acquisition with three responses received. Location of performance is New York, with a Dec. 23, 2019, performance completion date. Using military services are Army and Navy. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7L719C0005). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1741001/source/GovDelivery/

  • Contract Awards by US Department of Defense - May 20, 2020

    May 21, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - May 20, 2020

    NAVY General Dynamics Ordnance and Tactical Systems, Williston, Vermont, is awarded a $58,590,570 firm-fixed-price modification to previously-awarded contract N00024-20-D-5109 to exercise Option Year One for the production and shipping of Mk 82 guided-missile directors and Mk 200 director control units. Work will be performed in Williston, Vermont (50%); and Saco, Maine (50%). The Mk 82 director serves to position the fire control system antenna to a commanded and stabilized position in space for the purpose of illuminating the target. The director has two axes of motion and has slip rings and a dual radio frequency rotary joint to allow unlimited rotation in train. The Mk 200 director control houses the elevation and train servo-amplifiers for its associated director. Within the director control, solid-state servo-amplifiers provide the servo drive signals that position the director to the desired target position. These components are part of the Mk 99 missile fire control system framework, which is a critical component of the Aegis Weapon System. Work is expected to be complete by December 2025. Fiscal 2020 shipbuilding and conversion (Navy); and Foreign Military Sales funding in the amount of $58,590,570 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, D.C., is the contracting activity. A-VET/MGC JV LLC,* Warner Robins, Georgia (N69450-20-D-0028); CYE Enterprises Inc.,* Jacksonville, Florida (N69450-20-D-0029); and Pacific Tech Construction Inc., Kelso, Washington (N69450-20-D-0030), are awarded $30,000,000 for a design-build and design-bid-build, indefinite-delivery/indefinite-quantity, multiple award roofing construction contract for projects located primarily within the Florida Panhandle area of responsibility managed by the Naval Facilities Engineering Command Southeast. Work will be performed in Pensacola, Florida (34%); Whiting Field, Florida (33%); and Panama City, Florida (33%), and primarily consists of roof system replacements, repairs and maintenance of various types of existing low-slope and steep slope roofing. This includes but not be limited to: modified bitumen; built-up; metal roofing; waterproof roof coatings; asphalt shingles; roof systems flashings and drainage components; and abatement and handling of hazardous/regulated materials (including and not limited to asbestos, lead paint, mold remediation and polychlorinated biphenyl). Single ply roof systems, slate roofing systems and tile roof systems may be included. Projects can be based on design-build, modified design-build or full plans and specifications format. Work is expected to be complete by January 2021. The maximum dollar value for the five-year ordering period for all three contracts combined is $30,000,000. A-VET/MGC JV LLC* is awarded the initial task order at $194,733 for Building 3748 roof replacement located at Corry Station, Pensacola, Florida. The term of the contract is not to exceed 60 months, with an expected completion date of April 2025. Fiscal 2020 operations and maintenance (Navy) (O&M, N) contract funds in the amount of $196,733 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Federal Business Opportunities website, and nine proposals were received. These three contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity. Detyens Shipyards Inc., Charleston, South Carolina, is awarded a $24,235,291 firm-fixed-price contract (N32205-20-C-4003) for a 120-calendar day shipyard availability for the regular overhaul dry-docking of the U.S. Navy Ship Patuxent (T-AO 201). The $24,235,291 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 be performed in North Charleston, South Carolina. Work will include main and emergency switchboard cleaning, lifeboat and rescue boat davit maintenance and testing, 6,000 hour overhaul of port and starboard main engine exhaust valves, port and starboard main engine fuel injection pumps, annual firefighting inspection and certification, inspection and overhaul of shaft brakes, ship's service diesel generator #3 overhaul, prep and paint saltwater ballast tanks 10 port and starboard, prep and paint fore peak tank, prep and paint diesel fuel marine cargo tank 7 port, prep and paint jet propellant 5 contaminated tank, prep and paint diesel fuel marine contaminated tank, tank deck non-skid renewal frames 40-50, miscellaneous steel repairs, shower panel and flooring renewals, control reversible pitch propeller system and propeller blade seal maintenance, stern tube seal maintenance, underwater hull cleaning and recoating, freeboard blast and preservation, tail shaft removal and survey, carpet, tile and terrazzo replacement, bi-annual gauge calibration, blast and paint 02 level lifeboats, pump room bilge preservation, starboard capstan overhaul, reefer plant groom, tank deck sprinkler system flush, inspection and painting of diesel fuel marine piping, sea valve and waster piece overhaul, davit modifications and installation of new lifeboats, various pump overhauls, underway replenishment station permanent repairs stations 3 and 4, various steel deck renewals, miscellaneous pipe repair, underway replenishment gear maintenance, stability test, kingpost repairs (partial) trans-alternation, trash chute removal trans-alternation, Gaylord booster heater replacement trans-alternation and fire detection and alarm system replacement trans-alternation. Work is expected to be complete by October 2020. The contract includes options which, if exercised, would bring the total contract value to $27,416,444. Funds will be obligated on May 20, 2020. Contract completion will be Oct. 26, 2020. Contract funds in the amount of $24,235,291, excluding options, are obligated for fiscal 2020 using Navy working capital funds. This contract was competitively procured, with proposals solicited via the beta.sam.gov website and two offers were received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-4003). Vet Industrial Inc.,* Bremerton, Washington, is awarded $17,305,016 for a firm-fixed-price task order (N44255-20-F-4204) under a multiple award construction contract for seismic upgrades to Building 431 at Puget Sound Naval Shipyard, Bremerton, Washington. Work will be performed in Bremerton, Washington. The work to be performed provides all labor, materials and equipment to construct seismic upgrades to Building 431, and also includes the installation of a fire suppression system throughout Building 431. Work is expected to be complete by August 2021. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $17,305,016 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4007). The Boeing Co., Huntington Beach, California, is awarded a $13,211,471 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-18-C-4103, to exercise options in support of the AN/USQ-82(V) program for DDG-51 class new construction, DDG-51 class modernization, operations and maintenance, research and development and Foreign Military Sales (FMS). This contract combines purchases for the Navy (91%); the government of Japan (5%); the government of the Republic of Korea (3%); and the government of Australia (1%), under the FMS program. Work will be performed in Huntington Beach, California. AN/USQ-82(V) program is a control system network. Its purpose is to transfer mission critical data to and from users associated with combat, navigation, aviation, power, propulsion, steering, damage control systems and alarms and indicating. Work is expected to be complete by May 2021. Fiscal 2019 and 2020 other procurement (Navy) funding; 2013-2019 shipbuilding and conversion (Navy) funding; 2020 operations and maintenance (Navy) funding; 2020 research, development, test and evaluation (Navy) funding; and FMS funding in the amount of $13,211,471 will be obligated at the time of award. Funds in the amount of $400,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Raytheon Co., Keyport, Washington, is awarded a $10,480,184 modification to previously awarded indefinite-delivery/indefinite-quantity requirements contract N61331-17-D-0001 to exercise options for maintenance and support for the AN/AQS-20 Sonar Mine Detecting Set. The AN/AQS-20 is a towed, mine hunting and identification system for program executive office, unmanned and small combatants. Work will be performed in Portsmouth, Rhode Island (65%); Keyport, Washington (30%); and Panama City, Florida (5%). This option exercise extends the period of performance and allows for continuing support including but not limited to: repair; overhauls and other scheduled maintenance; hardware and software maintenance; tracking and resolution of obsolescence issues; technology improvements; reliability and maintainability improvements; development and incorporation of change notices and engineering change proposals; test support; engineering services; spares and repair parts; design efforts and hardware upgrades to improve system performance, sustainability, reliability, and other activities in support of the program. Work is expected to be complete by May 2021. No funding will be obligated at the time of award. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity. Austal USA, Mobile, Alabama, is awarded an $8,229,522 cost-plus-fixed-fee modification to previously-awarded contract N00024-11-C-2301 for Littoral Combat Ship (LCS) industrial post-delivery support for LCS 26. Work will be performed in Mobile, Alabama (80%); and Pittsfield, Massachusetts (20%). Austal USA will provide shipboard support to implement approved engineering change proposals, approved government-responsible deficiencies identified during test and trials, crew-related activities and preventative maintenance. Austal will also provide program management support and logistics support for technical documentation affected by the work performed. Work is expected to be complete by March 2021. Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $3,970,000 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, D.C., is the contracting activity. ARMY B.L. Harbert International LLC, Birmingham, Alabama, was awarded a $37,142,044 firm-fixed-price contract for construction of a general purpose maintenance shop. Bids were solicited via the internet with seven received. Work will be performed in Clarksville, Tennessee, with an estimated completion date of July 29, 2022. Fiscal 2020 military construction (Army) funds in the amount of $37,142,044 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0022). Benaka,* New Brunswick, New Jersey, was awarded a $15,883,000 firm-fixed-price contract to construct a security forces and communications flight facility. Bids were solicited via the internet with six received. Work will be performed in Westhampton Beach, New York, with an estimated completion date of Nov. 30, 2021. Fiscal 2020 military construction (Army) National Guard funds in the amount of $15,883,000 were obligated at the time of the award. U.S. Property and Fiscal Office, New York, is the contracting activity (W50S8E-20-C-0001). Raptor Training Services LLC,* Oviedo, Florida, was awarded a $13,500,000 modification (P00012) to contract W900KK-14-D-0001 to accommodate known and emerging critical Special Operations Forces requirements. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 11, 2021. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity. Systems Products and Solutions Inc., Huntsville, Alabama, was awarded a $13,475,295 modification (000103) to blanket purchase agreement W31P4Q-18-A-0094 for logistical support services for U.S. Army Material Command. Work will be performed in Huntsville, Alabama, with an estimated completion date of May 20, 2021. Fiscal 2020 Army working capital and operations and maintenance (Army) funds in the amount of $13,475,295 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. B&K Construction,* Mandeville, Louisiana, was awarded a $7,941,412 modification (P00001) to contract W912P8-19-C-0071 for drainage canal work. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Dec. 13, 2022. Fiscal 2020 civil operations and maintenance funds in the amount of $7,941,412 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity. (Awarded May 18, 2020) U.S. TRANSPORTATION COMMAND Vane Line Bunkering Inc., Baltimore, Maryland, has been awarded a firm fixed-price contract, HTC711-20-C-W003, in the estimated amount of $26,662,956. The contract provides transportation of bulk jet fuel and marine diesel by tug and barge for the Defense Logistics Agency-Energy in the Atlantic and Gulf Coast regions. The location of performance is ports and points along the coast as well as inland and coastal waterways from Texas to Maine. It includes support to Guantanamo Bay, Cuba. The Air Force and Navy use this fuel for cargo and passenger aircraft delivering supplies to the warfighters conducting overseas contingency operations as well as routine operations. Further, the fuel supports aircrew training, crisis action response for natural disasters and threats to the homeland, and ultimately readiness which directly correlates to the nation's warfighting capabilities. Additionally, fuel provided under this contract supports the Presidential Airlift Group at Joint Base Andrews, Maryland. The contract base period of performance is from Sept. 1, 2020, to Aug. 31, 2021. Fiscal 2020 defense working capital funds were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY Fresh Pack Produce,* Denver, Colorado, has been awarded a maximum $12,600,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for produce. This was a competitive acquisition with two responses received. This is a four-year, six-month contract with no option periods. Locations of performance are Colorado and Wyoming, with a Nov. 19, 2024, performance completion date. Using customers are Army, Air Force and Air National Guard. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-P354). Propper International Inc., Cabo Rojo, Puerto Rico, has been awarded a maximum $11,965,427 modification (P00007) exercising the first one-year option period of a one-year base contract (SPE1C1-19-D-1168) with two one-year option periods for hydration system and corpsman assault packs. This is a firm-fixed price, indefinite-quantity contract. Location of performance is Puerto Rico, with a May 31, 2021, performance completion date. Using military service is 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 (SPE1C1-19-D-1168). Rocky Brands Inc., Nelsonville, Ohio, has been awarded a maximum $9,075,661 modification (P00003) exercising the first one-year option period of a one-year base contract (SPE1C1-19-D-1150) with two one-year option periods for certified safety boots. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Ohio and Puerto Rico, with a May 20, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Creighton AB Inc.,* Reidsville, North Carolina, has been awarded a maximum $8,256,325 modification (P00007) exercising the first one-year option period of a one-year base contract (SPE1C1-20-D-1211) with four one-year option periods for dress trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are New York and North Carolina, with a May 22, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. AIR FORCE Dataminr Inc., New York, New York, has been awarded a $12,180,000 firm-fixed-price contract to provide web-based, mobile and email alerting of events and breaking news based on global sources of publically available information (PAI) to all Department of Defense (DOD) authorized users for force protection and first response via a commercially-available subscription license with 24/7/365 access to alerting for DOD authorized users and maintain compliance with the terms of service and data use policies of all third party PAI data sources that are used to create news alerts. Work will be performed in New York, New York, and is expected to be completed Aug. 18, 2020. Fiscal 2020 operations and maintenance funds in the amount of $4,000,000 will be obligated at the time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity (FA7014-20-C-0022). Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded an $11,916,073 firm-fixed-price and cost-reimbursable modification (P00101) to exercise the contractor logistics support (CLS) and contractor logistics support performance based incentive options previously awarded on contract FA8678-10-C-0058 to support the sustainment of the Common Range Integrated Instrumentation System (CRIIS) for upgrading the test and evaluation instrumentation at Air Force, Navy and Army test ranges. The objective of the CRIIS CLS is to provide repairs and sustainment management for the CRIIS equipment while verifying sustainment system performance specification requirements. CLS will ensure availability and maintainability of CRIIS equipment at Eglin Air Force Base, Florida; Edwards AFB, California; Naval Air Station, Patuxent River, Maryland; White Sands Missile Range, New Mexico; Nevada Test and Training Range, Nevada; Naval Air Weapons Station, China Lake, California; and Naval Air Station, Point Mugu, California. The contracting action is the result of a competitive acquisition and two offers were received. Work will be performed at Rockwell Collins facilities; Cedar Rapids, Iowa; and Richardson, Texas, and is expected to be completed by May 31, 2025. Fiscal 2020 and 2021 Department of Defense Central Test and Evaluation Investment Program research, development, test, and evaluation funds in the amount of $1,279,875 are being obligated at the time of award. Total cumulative face value of the contract is $340,594,567. Air Force Life Cycle Management Center, Eglin AFB, Florida, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2193451/source/GovDelivery/

All news