Back to news

August 10, 2018 | International, Aerospace, Naval, Land, C4ISR

Experiment over: Pentagon’s tech hub gets a vote of confidence

By:

WASHINGTON — In the early days of the Pentagon's Defense Innovation Unit Experimental, then-Defense Secretary Ash Carter stressed that the “experimental” part of the unit was vital, a sign that the Silicon Valley outreach hub could remain flexible.

“DIUx is, after all, an experiment, as well as a pathfinder,” Carter said in 2016, following a relaunch of the group after a frustrating first year. “We created it so we could try new approaches, learn what works and what doesn't, and iterate until we get it right. And we'll keep iterating together and learning from each other as we go forward.”

Now, three years after its founding, it appears the experiment is over.

Deputy Secretary of Defense Patrick Shanahan on Thursday announced that the office will now be known only as the Defense Innovation Unit, formally dropping the “experimental” part of the title.

In a memo, Shanahan called the group a “proven, valuable asset” for the department and said the name change is a testament to my commitment to the importance of its mission.”

“Removing ‘experimental' reflects DIU's permanence within the DoD. Though DIU will continue to experiment with new ways of delivering capability to the warfighter, the organization itself is no longer an experiment,” Shanahan wrote. “DIU remains vital to fostering innovation across the Department and transforming the way DoD builds a more lethal force.”

It's a vote of confidence that will be welcomed by the now-DIU team and its supporters, after a year where many wondered about the future of the office.

Since its creation, DIUx reported directly to the defense secretary — until February of this year, when it was rolled under the undersecretary of defense for research and engineering. Raj Shah, who led the group for the last two years, stepped down earlier this year as the office's leader; a search for his full-time replacement is ongoing. And three years after the office was formed, some have questioned what exactly the group has accomplished.

Full article: https://www.defensenews.com/pentagon/2018/08/09/experiment-over-pentagons-tech-hub-gets-a-vote-of-confidence/

On the same subject

  • Contract Awards by US Department of Defense - October 3, 2018

    October 4, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 3, 2018

    AIR FORCE SAFRAN Landing Systems, Vellzyvillacoublay, France, has been awarded a $220,154,652 firm-fixed-price requirements contract for landing systems remanufacture and supply. This contract provides for a 10-year strategic remanufacture/supply for the KC-135 heat shields, main wheel, carbon brake, torque tube adjustor, assembly, and piston housing. Work will be performed in Vellzyvillacoublay, France, and is expected to be complete by September 2028. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8203-19-D-0001). The Boeing Co., St. Louis, Missouri, has been awarded a $45,000,000 modification (P00011) to contract FA8681-14-D-0028 for Joint Direct Attack Munition (JDAM) technical support and integration. Boeing will provide JDAM support for studies and analysis, product improvement, upgrades and integration. Work will be performed in St. Louis, Missouri, and is expected to be completed by March 31, 2019. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. Industries for the Blind Inc., Milwaukee, Wisconsin, has been awarded a $10,795,849 task order for sales promotional items. This task order provides for customization and distribution of Air Force sales promotional items. Work will be performed in Milwaukee, Wisconsin, and is expected to be complete by March 29, 2019. This task order is the result of a sole-source Ability-One requirements acquisition. Fiscal 2018 operational funds in the amount of $10,795,849 are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio, Texas, is the contracting activity (FA3002-18-F-0085). (Awarded Sept. 28, 2018) DEFENSE LOGISTICS AGENCY H. Brooks and Co. LLC,* New Brighton, Minnesota, has been awarded a maximum $67,500,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quality contract for fresh fruit and vegetables. This was a competitive acquisition with two response received. This is 54-month base contract with three 18-month tier periods. Location of performance is Minnesota, with an April 24, 2023, performance completion date. Using customers are non-Department of Defense schools and tribes. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-S730). Allied Tube and Conduit Corp., Harvey, Illinois, has been awarded a maximum $37,000,000 firm-fixed-price with economic-price-adjustment contract for non-reinforced concertina razor wire. This is a two-year base contract with three one-year option periods. This was a competitive acquisition with one response received. Maximum dollar amount is for the life of the contract. Locations of performance are Illinois and Ohio, with an Oct. 2, 2023, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E6-19-D-0001). NAVY The Boeing Co., Jacksonville, Florida, is awarded a $62,719,985 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides for F/A-18 E/F and EA-18G aircraft inspections, modifications and repairs as well as F/A-18 E/F and EA-18G Inner Wing Panel (IWP) modifications and repairs. The remanufacturing efforts for the F/A-18 E/F and EA-18G will restore aircraft and IWP service life projections to new design specifications. Work will be performed in Jacksonville, Florida (77 percent); St. Louis, Missouri (13 percent); and Lemoore, California (10 percent), and is expected to be completed in September 2019. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-3. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0003). Chugach Federal Solutions Inc.,* Anchorage, Alaska, was awarded a $67,433,703 modification under a previously awarded, indefinite-delivery/indefinite-quantity contract (N44255-14-D-9000) to exercise Option Five for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for all management and administration, visual services, security, fire and emergency, facilities management and investment, pest control, integrated solid waste, pavement clearance, utilities services, base support vehicles and equipment, and environmental services for base operations support services. After award of this option, the total cumulative contract value will be $332,825,487. Work will be performed at various installations in the NAVFAC Northwest AOR, including but not limited to, Washington (90 percent); Alaska (1 percent); Idaho (1 percent); Iowa (1 percent); Minnesota (1 percent); Montana (1 percent); Nebraska (1 percent); Oregon (1 percent); North Dakota (1 percent); South Dakota (1 percent); and Wyoming (1 percent). This option period is from October 2018 to September 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 Navy working capital funds; and fiscal 2019 Defense Health Program contract funds in the amount of $32,975,017 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity. (Awarded Sept. 29, 2018) CDM Constructors Inc., Carlsbad, California, was awarded a $49,118,094 firm-fixed-price contract for design and construction of a potable water treatment/blending facility at Marine Corps Air Ground Combat Center Twentynine Palms. The project includes the following main elements: new potable water treatment blending facility (treatment plant), new holding tank, new wells to extract water from the deadman aquifer, connect surprise springs existing wells to new plant, evaporation ponds, new pipelines, new and associated fiber optic cabling, widening of the access road to the water treatment plant. The contract also contains five unexercised options, which if exercised, would increase cumulative contract value to $55,482,027. Work will be performed in Twentynine Palms, California, and is expected to be completed by September 2021. Fiscal 2018 military construction (Navy)contract funds in the amount of $49,118,094 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-C-4602). (Awarded Sept. 29, 2018) Syte Paschen JV,* Chicago, Illinois, was awarded a maximum amount $45,000,000 indefinite-delivery/indefinite-quantity contract for minor construction, alteration and repair of real property and utilities at Naval Submarine Base (NSB) Kings Bay. Work will primarily consist of general building type projects including industrial, administrative, training, dormitory, and community support facilities, as well as wharfs, piers, dry docks and other waterfront facilities activities. Initial task order was awarded at $96,581 for Building 3046 siding replacement within the limited area at NSB Kings Bay. Work for this task order is expected to be completed by March 2019. Work will be performed in Kings Bay, Georgia. The term of the contract is not to exceed 60 months with an expected completion date of September 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $96,581 are obligated on this award and expired at the end of fiscal 2018. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Federal Business Opportunities website, with 10 proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-D-0902). (Awarded Sept. 29, 2018) Skookum Educational Programs, Bremerton, Washington, was awarded a $34,403,068 indefinite-delivery/indefinite-quantity contract for base operating support services at Naval Facilities Engineering Command, Northwest. The work to be performed provides for janitorial services, grounds maintenance, facility investment, pest control, integrated solid waste, chemical toilets, pavement clearance and warehousing services. The maximum dollar value including the base period and five option yearsis $227,382,385. Work will be performed at Naval Base Kitsap (73 percent); Naval Air Station Whidbey Island (17 percent); and Naval Station Everett (7 percent) in Washington; the Acoustic Research Detachmentin Idaho (1 percent); as well as Navy Operational Support Centers in Oregon (1 percent); and Montana (1 percent), and is expected to be completed by September 2024. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $28,489,905 for recurring work will be obligated on individual task orders issued during the base period. This contract was awarded under the AbilityOne Program, Federal Acquisition Regulation Part 8.7, Acquisition from Nonprofit Agencies Employing People Who Are Blind or Severely Handicapped. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-18-D-5009). (Awarded Sept. 30, 2018) Johnson Controls Government Systems LLC, Gaithersburg, Maryland, was awarded a $30,419,226 firm-fixed-price modification to increase the maximum dollar value of a previously awarded indefinite-delivery/indefinite-quantity contract task order (DACA87-97-D-0069-EJP3) to upgrade, improve, or replace cogeneration plant utility monitoring control systems (UMCS) within the Naval Facilities Engineering Command Southwest area of responsibility. The work to be performed provides for contractor-installed computer systems and networked building control devices to bring the UCMS into compliance with current Department of Navy risk management framework requirements by ensuring critical upgrades to legacy hardware and software; switchgear communications processors to ethernet; and complete commissioning of the cogeneration plant facilities and programmable logic controller after migration from the legacy system. After award of this modification, the total cumulative task order value will be $186,268,118. Work will be performed in Twentynine Palms, California, and is expected to be completed by November 2025. For this project, Marine Corps Air Ground Combat Center has agreed to pay for the costs of services/construction from project financing which will be obtained by Johnson Controls Government Systems LLC. The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity. (Awarded Sept. 29, 2018) Industria Inc.,* Des Plaines, Illinois, was awarded a maximum amount $25,000,000 indefinite-delivery/indefinite-quantity contract for exterior building envelope repairs for the James A. Lovell Federal Health Care Center and Naval Station Great Lakes. This project includes tuck-pointing for all exterior mortar joints and replacement of brickwork that is damaged, cracked, spalled, missing or unsound. Mortar and brick replacement shall match existing and shall be properly sealed. Replace existing weeps and weep holes with new and include cell vents. Replace exterior gutters, downspouts, louvers, wall vents and gutter flashing as needed. Repair roof as needed. Repair foundation as needed. Replace windows as needed. Initial task order was awarded at $7,190,979, inclusive of options, for masonry tuck-pointing and exterior repairs at building 4VA at James A. Lovell Federal Health Care Center. Work for this task order is expected to be completed by March 2019. All work on this contract will be performed in North Chicago (80 percent); and Great Lakes (20 percent), Illinois. The term of the contract is not to exceed 60 months with an expected completion date of September 2023. Fiscal 2018 Joint Department of Defense/Veteran's Affairs Medical Facility Demonstration funds in the amount of $2,030,650 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance, (Navy); and Joint Department of Defense/Veteran's Affairs Medical Facility Demonstration. This contract was competitively procured via the Federal Business Opportunities website, with three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-3019). (Awarded Sept. 30, 2018) Environmental Chemical Corp., Burlingame, California, was awarded $15,848,403 for firm-fixed-price task order N6945018F0086 under a previously awarded, multiple award construction contract (N62470-13-D-6020) for construction of Hurricane Matthew Phase 4C repairs at Atlantic Underwater Testing and Evaluation Center, Andros Islands. The work to be performed provides for construction, alteration, and repair of real property and utilities. Work also includes any and all ancillary and incidental mechanical and electrical support services needed to accomplish required work including, but not limited to, disconnects, temporary reconnects, removals, extensions, modifications, alterations, reinstalls, new components, and permanent reconnects necessary for functional operation. Work will be performed in Andros Islands, Bahamas, and is expected to be completed by December 2019. Fiscal 2017 and fiscal 2018 research, development, test and evaluation(Navy) in the amount of $15,848,403 are obligated on this award, of which $15,061,888 expired at the end of fiscal 2018. One proposal was received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. (Awarded Sept. 30, 2018) BB&E Inc.,* Northville, Michigan, was awarded $10,090,253for firm-fixed-price task order N4008518F9965 under a General Services Administration One Acquisition Solution For Integrated Services (OASIS) small business contract for professional support services at various locations within the Naval Facilities Engineering Command, Mid-Atlantic area of responsibility. The work to be performed provides for professional support services to assist in completing various capital improvement projects through contracted design and construction support in the areas of architecture, design (including various engineering disciplines) and construction management. Work will be performed at various installations in the Hampton Roads area, Virginia (74 percent); Albany, Georgia (8 percent); Jacksonville, North Carolina (5 percent); Havelock, North Carolina (3 percent); Parris Island, South Carolina (3 percent); Crane, Indiana (3 percent); Great Lakes, Illinois (2 percent); and Philadelphia, Pennsylvania (2 percent), and is expected to be completed by September 2022. Fiscal 2018 operations and maintenance, (Navy) contract funds in the amount of $9,295,220 are obligated on this award, of which $8,595,220 expired at the end of fiscal 2018. Five proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-F-9965). (Awarded Sept. 30, 2018) Coastal Enterprises of Jacksonville Inc., Jacksonville, North Carolina, was awarded an $8,008,489 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Naval Hospital custodial services at Marine Corps Base Camp Lejeune. The work provides for various custodial services including, but not limited to, emptying trash cans, sweeping, dusting, mopping, cleaning toilets, and medical waste disposal for the naval hospital, medical clinics, dental clinics, and wounded warrior barracks. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by September 2019. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $7,760,087 are obligated on this award and will expire at the end of the current fiscal year. This contract was procured via AbilityOne in accordance with Federal Acquisition Regulation 8.603. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-6161). (Awarded Sept. 30, 2018) DEFENSE HEALTH AGENCY M2 Technology, San Antonio, Texas, was awarded an $8,419,560 firm-fixed-price contract (HT0015-18-F-0136) providing replacement computer server hardware parts for the Defense Health Agency (DHA). This is a one-time purchase order for hardware placed against National Aeronautics and Space Administration Solution enterprise-wide supporting Military Health System operations. This contract award differs from previous contract awards because this procurement is for the replacement parts for end-of-life computer server hardware currently in use by the Military Health System. This contract is a small business competitive set-aside and received five quotes. This contract is funded by fiscal 2018 procurement funds. The Contracting Office-Health Information Technology, San Antonio, Texas, is the contracting activity. (Awarded Sept. 29, 2018) *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1652198/source/GovDelivery/

  • Contract Awards by US Department of Defense – October 19, 2020

    October 21, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense – October 19, 2020

    ARMY Brockington and Associates,* Atlanta, Georgia (W912P9-21-D-0001); New South Associates Inc.,* Stone Mountain, Georgia (W912P9-21-D-0002); Southeastern Archaeological Research Inc.,* Orlando, Florida (W912P9-21-D-0003); and Environmental Solutions and Innovations Inc.,* Cincinnati, Ohio (W912P9-21-D-0004), will compete for each order of the $83,000,000 hybrid (firm-fixed-price, labor-hours) contract for providing multidisciplinary cultural resource-related services for projects undertaken by the U.S. Army Corps of Engineers St. Louis District. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 21, 2025. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity. NAVY Yahata Marine K.K., Yokohama, Japan, is awarded an estimated $61,000,000 under previously awarded Request for Proposal N68171-20-R-0001 multiple award of firm-fixed-price, indefinite-delivery/indefinite-quantity contracts to provide husbanding, management and integration services consisting of general charter and hire, utilities, force protection, communications and land transportation services to support maritime forces of the Department of Defense, other U.S. government agencies, and other nations to include Navy ships, Marine Corps, Military Sealift Command (MSC), Air Force, Army, Coast Guard, North Atlantic Treaty Organization (NATO), and other foreign vessels participating in U.S. military or NATO exercises and missions. The contracts on the multiple award will run concurrently and will include a five-year base ordering period with one five-year option with individual requirements performed under task orders when specific dates and locations are identified. If the option period is exercised, the total estimated value of the contracts combined will have a ceiling value of $2,122,000,000. The ordering period of the contract is expected to be completed by October 2025; if all options are exercised, the ordering period will be completed by October 2030. This company will perform work in three geographic regions: Southeastern Asia 1 (49%); Oceania (26%); and Japan (25%). Due to the fact that the specific requirements for husbanding support cannot be predicted at this time, more specific information about where the work will be performed cannot be currently provided. Fiscal 2021 operations and maintenance (Navy) funds in the amount of $3,000 will be obligated to fund the contract's minimum amount, and funds will expire at the end of the current fiscal year. Additional funds will be obligated at the task order level with the appropriate fiscal year funding as issued by the main type commanders for each area of responsibility. Typical funding issued by each of the customers include operations and maintenance (Navy) funds from U.S. Fleet Forces Command; and working capital funds (Navy) from MSC. The requirement was competitively procured for the award of multiple contracts with the solicitation posted on beta.SAM.gov, Navy Electronic Commerce Online (NECO) and Euro NECO with 36 offers received. The Naval Supply Systems Command Fleet Logistics Center, Sigonella, Naples Detachment, Italy, is the contracting activity (N68171-21-D-0036). Alabama Shipyard LLC, Mobile, Alabama, is awarded a $17,902,644 firm-fixed-price contract (N32205-21-C-4010) for a 76-calendar day shipyard availability for the regular overhaul and dry-docking of USNS Washington Chambers (T-AKE 11). The contract includes options which, if exercised, would bring the total contract value to $19,278,302. Work will be performed in Mobile, Alabama, and is expected to be completed by March 20, 2021. Funds in the amount of $17,902,644 are obligated in fiscal 2021 using working capital funds (Navy). 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. DEFENSE LOGISTICS AGENCY The National Industries for the Blind,** Alexandria, Virginia, has been awarded a maximum $8,728,339 modification (P00008) exercising the second one-year option period of a one-year base contract (SPE1C1-19-D-B043) with four one-year option periods for moisture wicking t-shirts. This is an indefinite-delivery contract. Locations of performance are Virginia, North Carolina, and Arkansas, with an Oct. 30, 2021, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2021 through 2022 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/2386753/source/GovDelivery/

  • Contract Awards by US Department of Defense - October 30, 2019

    October 31, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 30, 2019

    ARMY General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $162,403,915 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to procure small multipurpose equipment transport systems; support hardware including authorized stockage list kits and prescribed load list kits; and services for refurbishment, user training, field service representative, system technical support, program management support for pre-production meetings, and storage. Four bids were solicited with four received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 29, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-D-0002). The Boeing Co., Mesa, Arizona, was awarded a $62,294,566 modification (PZ0005) to contract W58RGZ-19-C-0024 for performance-based logistics support for the AH-64D/E Apache Attack helicopter. Work will be performed in Mesa, Arizona, with an estimated completion date of April 30, 2024. Fiscal 2019 Army working capital funds in the amount of $62,294,566 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AGCM Inc.,* Corpus Christi, Texas (W912DY-20-D-0002); Alliance Consulting Group Inc.,* Alexandria, Virginia (W912DY-20-D-0003); PCS and MOCA JV LLC,* Decatur, Georgia (W912DY-20-D-0004); Professional Project Services Inc., Oak Ridge, Tennessee (W912DY-20-D-0005); Project Time and Cost LLC, Atlanta, Georgia (W912DY-20-D-0006); and Michael Baker International Inc., Alexandria, Virginia (W912DY-20-D-0007), will compete for each order of the $49,000,000 firm-fixed-price contract for architect-engineering services. 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 Nov. 18, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. NAVY BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $69,247,177 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for up to 931,200 man hours of installation and certification technical support to the Combat Integration and Identification Systems Division, Naval Air Warfare Center, Aircraft Division (NAWCAD) Webster Outlying Field and Patuxent River in support of the Navy and the governments of Japan, South Korea and Australia. Work will be performed in St. Inigoes, Maryland (80%); and Rockville, Maryland (20%), and is expected to be completed in April 2025. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals; one offer was received. The NAWCAD, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0003). Aircraft Readiness Alliance LLC,* Anchorage, Alaska, is awarded a $55,170,944 modification (P00012) to a previously awarded cost-plus-fixed-fee contract (N68936-17-C-0081). This modification exercises an option to provide depot level maintenance services in support of the Fleet Readiness Center Southwest mission. Work will be performed in San Diego, California (79.5%); Lemoore, California (8.5%) Camp Pendleton, California (3.4%); Yuma, Arizona (2.4%); Miramar, California (2.2%); Whidbey Island, Washington (1.7%); Kaneohe Bay, Hawaii (1%); Nellis, Nevada (1%); and Fallon, Nevada (0.3%), and is expected to be completed in October 2020. Fiscal 2020 working capital (Navy) funds in the amount of $19,062,893 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity. AUSTAL USA LLC, Mobile, Alabama, is awarded a $21,529,121 cost-plus-fixed-fee task order N69316-20-F-4000 against a previously awarded basic ordering agreement N00024-19-G-2318 to accomplish advance planning, material procurement and work in support of the post shakedown availability (PSA) of the littoral combat ship USS Charleston (LCS 18). This effort encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the USS Charleston (LCS 18) PSA. The work to be performed will include correction of government responsible trial card deficiencies, new work identified between custody transfer and the time of PSA, and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. Work will be performed in Seattle, Washington, and is expected to be completed by September 2020. Fiscal 2020 operation and maintenance (Navy); fiscal 2014 shipbuilding and conversion (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $14,700,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Funding: fiscal 2020 operation and maintenance, Navy (75%); fiscal 2014 shipbuilding and conversion (20%); and fiscal 2019 other procurement, Navy (5%). This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity. The Boeing Co., Seattle, Washington, is awarded a $17,630,211 modification (05) to a cost-plus-fixed-fee delivery order (N00019-17-F-2017) against a previously issued basic ordering agreement (N00019-16-G-0001). This modification exercises an option to perform 27 modifications in support of the Increment 3 Block 1 retrofit requirement for P-8A aircraft for the Navy and the government of Australia. Work will be performed in Seattle, Washington (64.9%); Edinburgh, Australia (33.8%); and Meza, Arizona (1.3%), and is expected to be completed in September 2021. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $11,362,276; and cooperative engagement agreement funds in the amount of $6,267,935 are being obligated on this 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. Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $10,571,178 modification (P00015) to a previously awarded cost-plus-incentive-fee contract (N00019-14-C-0040). This modification provides for the development and delivery of an enhanced simulator database and project management support for the F-35 aircraft in support of the government of Japan. Work will be performed in Orlando, Florida (70%); and Fort Worth, Texas (30%), and is expected to be completed in July 2021. Foreign Military Sales funds in the amount of $10,311,534 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 Allison Transmission, Indianapolis, Indiana, has been awarded a maximum $35,266,682 firm-fixed-price contract for transmissions. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year base contract with one, one-year option period being awarded at the time of award. Location of performance is Indiana, with a March 31, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-C-0023). Alliant Healthcare, Grand Rapids, Michigan, has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical/surgical supplies. This was a competitive acquisition with 16 responses received. This is a five-year contract with no options. Location of performance is Michigan, with an Oct. 29, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0004). Propper International, Cabo Rojo, Puerto Rico, has been awarded a maximum $13,099,478 firm-fixed-price, indefinite-quantity contract for Improved Combat Vehicle Crewmen's coveralls with the operational camouflage pattern. This is a one-year base contract with four one-year option periods. This was a competitive acquisition with two responses received. Location of performance is Puerto Rico, with an Oct. 29, 2020, performance completion date. Using military service is Army. 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-1205). AIR FORCE Lockheed Martin Co., Space Systems Co., King of Prussia, Pennsylvania, has been awarded a $7,325,831 contract modification (P00031) to previously awarded contract FA8823-17-C-0003 for the AN/UMQ-13 Meteorological Data Station MARK IV-B System sustainment. The MARK IV-B is a web enabled client-server system that receives, processes, disseminates and stores real time imagery and mission sensor data from polar orbiting and geostationary satellites. Data from multiple satellites can be processed simultaneously. Using approved network protocols the system disseminates environmental imagery and sensor data to internal/external modeling systems and provides stored environmental imagery and sensor data to forecaster users. The MARK IV-B Forecaster client software is fully interrogatable and enables weather personnel to manipulate and transform environmental data. The MARK IV-B provides both automatic and semiautomatic dissemination of products to other approved external systems. Work will be performed at King of Prussia, Pennsylvania, and is expected to be completed by Oct. 31, 2020. The total cumulative face value is $27,313,202. Fiscal 2020 operations and maintenance funds in the amount of $3,438,207; and spectrum relocation funds in the amount of $644,391 are being obligated at the time of option award. The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. *Small Business

All news