Back to news

May 24, 2023 | International, Aerospace

Factbox: Ukraine wants F-16 jets - how is coalition developing for training pilots?

President Volodymyr Zelenskiy renewed his appeal on Wednesday for U.S.-built F-16 fighter jets, saying their appearance with Ukrainian pilots would be a sure signal from the world that Russia's invasion would end in defeat.

https://www.reuters.com/world/europe/ukraine-wants-f-16-jets-how-is-coalition-developing-training-pilots-2023-05-25/

On the same subject

  • U.S. Fifth-Generation Fighters Will Return To UAE

    February 3, 2022 | International, Aerospace

    U.S. Fifth-Generation Fighters Will Return To UAE

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

    March 23, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

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

    NAVY Raytheon Missile Systems, Tucson, Arizona, is awarded a $392,412,665 modification (P00009) to a previously awarded fixed-price-incentive-firm contract (N00019-18-C-1068). This modification exercises options for the production and delivery of tactical missiles (Lot 20 AIM-9X, Block II and Block II plus), captive air training missiles, plus all up round tactical missiles, captive test missiles, special air training missiles, advanced optical target detectors, Block II and II plus guidance units (live battery), captive air training missile guidance units (inert battery), Block I and II propulsion steering sections, electronic units, multiple purpose training missiles, tail caps, maintenance, sectionalization kits, containers and spares for the Air Force, Navy and the governments of Australia, Bahrain, Belgium, Bulgaria, Denmark, Finland, Israel, Japan, Morocco, the Netherlands, Norway, Oman, Poland, Qatar, Romania, Singapore, Slovakia, South Korea, Switzerland, Taiwan, Turkey and the United Arab Emirates. Work will be performed in Tucson, Arizona (31%); Andover, Massachusetts (10%); Keyser, West Virginia (9%); Santa Clarita, California (8%); Hillsboro, Oregon (5%); Ottawa, Ontario, Canada (5%); Goleta, California (4%); Cheshire, Connecticut (4%); Heilbronn, Germany (3%); Simsbury, Connecticut (2%); San Jose, California (2%); Valencia, California (2%); Anaheim, California (2%); Cajon, California (2%); Cincinnati, Ohio (1%); Anniston, Alabama (1%); San Diego, California (1%); Chatsworth, California (1%); Amesbury, Massachusetts (1%); Claremont, California (1%); Sumner, Washington (1%); and various locations within the continental U.S. (4%), and is expected to be completed in July 2023. In addition, this modification provides for material in support of repairs, depot maintenance and refurbishment. The following funds will be obligated at the time of award: fiscal 2020 weapons procurement (Navy) funds in the amount of $135,790,070; fiscal 2020 missile procurement (Air Force) funds in the amount of $129,267,647; fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $8,172,170; fiscal 2020 operations and maintenance (Navy) funds in the amount of $2,999,656; fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $800,197; fiscal 2019 missile procurement (Air Force) funds in the amount of $6,189,530; fiscal 2019 weapons procurement (Navy) funds in the amount of $3,262,027; fiscal 2019 research, development, test and evaluation (Air Force) in the amount of $598,896; fiscal 2018 missile procurement (Air Force) in the amount of $503,814; fiscal 2018 weapons procurement (Navy) funds in the amount of $267,280 and Foreign Military Sales (FMS) funds in the amount of $104,561,378. $4,369,646 of the funds obligated at contract award will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($144,732,057; 36.88%); Navy ($143,119,230; 36.47%); and FMS customers ($104,561,378; 26.65%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Alberici-Mortenson JV, St. Louis, Missouri, is awarded a $191,900,391 fixed-price award-fee contract for design-bid-build recapitalization of the dry dock at Naval Submarine Base Kings Bay. Work will be performed in Kings Bay, Georgia, and is expected to be complete by July 2023. The work to be performed provides for concrete repairs in various locations throughout the dry dock, overhaul and repair of the steel caisson, upgrade power distribution, chilled water and a fire detection and alarm system. The project will also repair corroded steel members of the dry dock superstructure, re-coat the entire superstructure and replace roof and wall panels. The project will remove one bridge crane and overhaul two other bridge cranes. The scope also includes effort to rebuild or replace sluice gates and actuators, roller gate rails, flap valves and frames, all piping, and will upgrade control systems, electronic components and the auxiliary seawater system. The contract also contains nine unexercised options, which if exercised will increase the cumulative contract value to $592,343,628. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $191,900,391 are obligated on this 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 proposals received. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-C-0016). Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $98,674,505 cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price and cost contract for sustainment of the Littoral Combat Ship Component Based Total Ship System – 21st Century -(LCS COMBATSS-21); and associated combat system elements. Work will be performed in Moorestown, New Jersey (84%); Camden, New Jersey (5%); Virginia Beach, Virginia (5%); Deer Creek, Colorado (2%); Manassas, Virginia (1%); Orlando, Florida (1%); and various other locations (under 1% - 2% total). The work executed under this contract will include maintenance and evolution of the LCS COMBATSS-21 (the backbone of the ship's mission system) and associated combat system elements in support of operational LCS ships. The work includes development, integration, test and delivery of future combat system baseline upgrades for in-service ships, supporting ship integration, installation and checkout, developmental test/operational test, developing training and logistics products, providing field technical support for combat systems, providing hardware engineering, equipment procurement and providing life-cycle supportability engineering and fleet support for fielded baselines. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $1,817,298 was obligated at the time of award and will expire at the end of the current fiscal year. This contract includes options, which if exercised will bring the cumulative value of this contract to $789,584,127. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1). This contract was not competitively procured and only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-5601). (Awarded March 16, 2020) CACI Inc. - Federal, Chantilly, Virginia, is awarded a $13,222,827 cost-plus-fixed-fee task order for engineering, technical, administrative and managerial (support) services in support of the Ships Availability Planning and Engineering Center and non-nuclear waterfront and deep submergence system programs at Portsmouth Naval Shipyard (PNS). Work will be performed in Kittery, Maine, and is expected to be complete by March 2021. The purpose of this service contract is to provide technical work, engineering services, quality assurance, process development, consulting and content management support to the PNS departments, with frequent interface with other PNS departments and outside activities such as other private and naval shipyards, submarine maintenance engineering, planning and procurement. Naval Sea Systems Command (NAVSEA) support will be in the areas of engineering, technical, planning, deficiency resolution and administration as outlined. This contract includes options, which if exercised, will bring the cumulative value of this contract to $83,189,359. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $3,803,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the SeaPort-NxG Navy.mil website, with one offer received. The Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity (N39040-20-F-3000). BAE Systems Land & Armaments LP, Phoenix, Arizona, is awarded an $8,568,715 modification (P00001) to previously awarded firm-fixed-price delivery order N00019-19-F-4133 against basic ordering agreement N00019-18-G-0018. This modification provides for the procurement of 20 E-2 parachute survival ensemble units and 130 FLU-10 inflators for the Navy, in addition to 60 E-2 parachute survival ensemble units and 70 FLU-10 inflators for the government of Japan. Work will be performed in Phoenix, Arizona (89%); and Orchard Park, New York (11%), and is expected to be completed in November 2023. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $2,620,920; fiscal 2019 aircraft procurement (Navy) funds in the amount of $889,322; fiscal 2018 aircraft procurement (Navy) funds in the amount of $156,147; and Foreign Military Sales funds in the amount of $4,902,326 will be obligated at time of award, $156,147 of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($3,666,389; 43%); and the government of Japan ($4,902,326; 57%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. U.S. SPECIAL OPERATIONS COMMAND Lukos LLC, Tampa, Florida (H92240-20-D-0011); People, Technology & Processes, Tampa, Florida (H92240-20-D-0012); RMGS Inc., Virginia Beach, Virginia (H92240-20-D-0013); and SPATHE Systems LLC, Tampa, Florida (H92240-20-D-0014), were awarded a $245,000,000 maximum multiple award, indefinite-delivery/indefinite-quantity contract for logistics support, equipment related and knowledge based services in support of Naval Special Warfare Command (NSWC) enterprise requirements. Fiscal 2020 operations and maintenance funds in the amount of $2,500 are being obligated at the time of award for each contract. The work will be performed in various locations in the U.S. and overseas and is expected to continue through fiscal 2025. The contract was awarded competitively using Federal Acquisition Regulation Part 15 procedures with 13 proposals received. NSWC headquarters, Coronado, California, is the contracting activity. DEFENSE INFORMATION SYSTEMS AGENCY DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a competitive single award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the production of Army installation kits. The contract ceiling is approximately $205,998,367, and the minimum guarantee is $2,000,000. The total value of delivery order 0001 is $16,884,194, funded by fiscal 2020 other procurement (Army) funds. Proposals were solicited via FedBizOpps, now beta.SAM.gov, and three proposals were received. The place of performance will be at the contractor's facility until the installation kits are delivered to the U.S. government at Red River Army Depot. The period of performance for the base period is March 20, 2020, to March 19, 2023; if all options are exercised, the contract performance will end March 19, 2030. The period of performance is a three-year base with seven one-year options. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-20-D-0006). ARMY Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $104,770,422 modification (P00071) to contract W15QKN-13-C-0074 for precision guidance kits. Work will be performed in Plymouth, Minnesota, with an estimated completion date of Feb. 26, 2024. Fiscal 2020 other procurement, Army funds in the amount of $104,770,422 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting agency. Raytheon Co., Dulles, Virginia, was awarded a $64,751,190 modification (P00006) to contract W56KGY-16-D-0006 to provide operations and sustainment support for Persistent Surveillance Dissemination System of Systems in support of Product Manager Force Protection Systems. 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 31, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. ID Technologies LLC,* Ashburn, Virginia, was awarded a $46,579,188 firm-fixed-price contract to purchase information technology equipment and accessories. Bids were solicited via the internet with two received. Work will be performed in Ashburn, Virginia, with an estimated completion date of March 24, 2021. Fiscal 2020 revolving funds in the amount of $46,579,188 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-20-F-0193). L3 Fuzing and Ordnance Systems, Cincinnati, Ohio, was awarded a $19,381,064 modification (P00005) to contract W15QKN-19-C-0040 for the procurement of application specific integrated circuit chips. Work will be performed in Cincinnati, Ohio, with an estimated completion date of June 30, 2021. Fiscal 2020 procurement of ammunition, Army funds in the amount of $19,381,064 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting agency. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $17,405,696 modification (P00295) to contract W56HZV-15-C-0095 to exercise an option covering priced man-hours, labor, material and fees on material for the Joint Light Tactical Vehicle (JLTV) system technical support JLTV retrofit efforts. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Dec. 30, 2020. Fiscal 2019 other procurement, Army; and 2020 Marine Corps procurement funds in the amount of $17,405,696 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $16,754,161 modification (P00344) to contract W56HZV-15-C-0095 to exercise options for packaged kits for the Joint Light Tactical Vehicle family of vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Nov. 30, 2023. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $16,754,161 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Stantec Consulting Services Inc., New Orleans, Louisiana, was awarded a $14,143,940 firm-fixed-price contract for the design of pump stations and drainage structures. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of March 20, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-D-00004). SI2 Technologies Inc.,* North Billerica, Massachusetts, was awarded a $13,491,546 firm-fixed-price contract for protection of Army and Department of Defense assets and weapon systems from emerging threats. 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 April 28, 2023. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-20-D-0023). Flick Lumber Co. Inc.,* Galion, Ohio, was awarded a $9,340,523 firm-fixed-price contract for the procurement of performance oriented packaging (POP) boxes. Bids were solicited via the internet with ten received. Work locations and funding will be determined with each order, with an estimated completion date of March 22, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-D-0021). Texas Dewatering LLC,* Bellville, Texas, was awarded an $8,502,179 firm-fixed-price contract for improvements in the Houston Ship Channel. Bids were solicited via the internet with five received. Work will be performed in Houston, Texas, with an estimated completion date of Aug. 30, 2021. Fiscal 2020 civil operations and maintenance funds in the amount of $8,502,179 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-C-0010). DEFENSE FINANCE AND ACCOUNTING SERVICE Guidehouse LLP, McLean, Virginia, is being awarded a labor-hour contract option with a maximum value of $10,449,089 for audit finding remediation support services for the Office of the Under Secretary of Defense (Comptroller). Work will be performed in McLean, Virginia, with an expected completion date of March 31, 2021. Fiscal 2020 Defense-wide operating and maintenance funds in the amount of $10,449,089 are being obligated at the time of this option award. This award brings the total cumulative value of the contract to $34,766,166. This contract is the result of a competitive acquisition for which two quotes were received. The contract had a 12-month base period plus four individual one-year option periods, with a maximum value of $49,839,283. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-18-F-0055). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY RadiaBeam Technologies LLC,* Santa Monica, California, has been awarded a $10,202,941 cost-plus-fixed-fee contract for Defense Advanced Research Projects Agency's Gamma Ray Inspection Technology (GRIT) program. In Phase I, RadiaBeam Technologies LLC proposes a Laser-Compton approach for meeting GRIT program objectives and carrying out relevant system demonstrations. Work will be performed in Santa Monica, California (80%); Menlo Park, California (9%); Los Angeles, California (7%); and Paris, France (4%), with an estimated completion date of March 2021. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $3,718,701 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0072). DEFENSE LOGISTICS AGENCY Chartwell RX LLC, Congers, New York, has been awarded a maximum $7,074,642 indefinite-delivery/indefinite-quantity contract for numerous pharmaceutical products in support of the Corporate Exigency Contracts program. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is New York, with a March 18, 2021, performance completion date. Using customers are Army, Navy, Air Force Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 defense warstopper funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0005). UPDATE: Navistar Defense LLC, Melrose Park, Illinois (SPE8EC-20-D-0057), has been added as an awardee to the multiple award contract for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008 and announced Jan. 9, 2018. (Awarded March 19, 2020) *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2120442/source/GovDelivery/

  • Contract Awards by US Department of Defense - November 21, 2019

    November 22, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 21, 2019

    NAVY United Technologies Corp., Pratt and Whitney Engines, East Hartford, Connecticut, is awarded a $762,486,023 modification (P00014) to a previously awarded fixed-price-incentive-fee contract (N00019-18-C-1021). This modification exercises options for the Lot 14 production and delivery of 48 F135-PW-100 propulsion systems for the Air Force and 10 F135-PW-600 propulsion systems for the Marine Corps. Work will be performed in East Hartford, Connecticut (85.3%); Indianapolis, Indiana (11.8%); and Bristol, United Kingdom (2.9%), and is expected to be completed in April 2022. Fiscal 2020 aircraft procurement (Air Force and Marine Corps) funds in the amount of $762,486,023 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($521,507,748; 68%); and the Marine Corps ($240,978,275; 32%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Cianbro Corp., Pittsfield, Maine, is awarded a $157,949,610 firm-fixed-price contract for construction of a super flood basin and extending portal crane rails for Dry Dock #1 located at the Portsmouth Naval Shipyard (PNS). Work will be performed in Kittery, Maine, and is expected to be completed by March 2022. Fiscal 2019 military construction, (Navy) contract funds in the amount of $157,949,610 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 one proposal received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-8500). Huntington Ingalls Inc., Newport News, Virginia, was awarded a $136,000,000 cost-plus-fixed-fee modification to previously awarded contract N00024-15-C-4301 to continue performance of the repair, maintenance, upgrades and modernization efforts on the USS Columbus (SSN 762) Engineered Overhaul. Work will be performed in Newport News, Virginia, and is expected to be complete by November 2020. Fiscal 2020 operation and maintenance (Navy) funds in the amount of $136,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, USN, Newport News, Virginia, is the contracting activity. (Awarded Nov. 20, 2019) J.F. Taylor Inc.,* Lexington Park, Maryland, is awarded an $83,563,471 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract will provide engineering, technical and project management support for developmental test and evaluation in the areas of test planning, test conduct, data analysis, test reporting, technical documentation, test project management and systems engineering through utilization of command and program test and evaluation toolsets. Work will be performed in Patuxent River, Maryland (96%); Point Mugu, California (2%); and China Lake, California (2%), and is expected to be completed in January 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was a small business set-aside competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0001). New Direction Technologies Inc.,* Ridgecrest, California, is awarded a $68,712,640 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides engineering, program, operational and maintenance support as well as technical administrative services to improve and maintain Airborne Threat Simulation Organization capabilities in a dynamic electronic warfare environment. Work will be performed in Point Mugu, California (87%); Victoria, British Columbia, Canada (10%); Halifax, Nova Scotia, Canada (3%), and is expected to be completed in November 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was a small business set-aside competitively procured via an electronic request for proposal; four offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-20-D-0005). The Boeing Co., St. Louis, Missouri, is awarded a $43,783,296 firm-fixed-incentive delivery order (N00019-19-F-2412) against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides for the manufacture, test and delivery of 48 Trailing Edge Flap retrofit redesign kits in support of the F/A-18E/F aircraft. Work will be performed in St. Louis, Missouri (72%); Lucerne, Switzerland (20%); Paramount, California (5%); and Hot Springs, Arkansas (3%), and is expected to be completed in June 2022. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $43,783,296 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. The Boeing Co., St. Louis, Missouri, is awarded a $24,068,180 modification to a firm-fixed-price delivery order (N00019-20-F-0331) against a previously issued basic ordering agreement (N00019-16-G-0001). This order exercises the option to procure 34 Group A-1 retrofit kits, 34 Group A-2 retrofit kits, and 34 Group B retrofit kits for incorporation of the Distributed Targeting Processor-Network into the EA-18G aircraft for the Navy. Work will be performed in St. Louis, Missouri (99%); China Lake, California (0.5%); and Whidbey Island, Washington (0.5%), and is expected to be completed in June 2022. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $24,068,180 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. IAP Worldwide Services Inc., Cape Canaveral, Florida, is awarded an $18,301,899 recurring/non-recurring services type contract for base operating services at Naval Support Activity, Annapolis. The work to be performed provides for all management, supervision, labor hours, training, equipment and supplies necessary to perform base operating services to include, but not limited to, facility investment, service calls, pest control, operation of utility plants, refuse collection, special events and snow and ice removal. Work will be performed in Annapolis, Maryland, with the contract period of Dec. 1, 2019, to May 31, 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance in the amount of $12,025,901 for recurring work will be obligated on individual task orders issued during the contract period. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-20-D-0500). Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $15,387,971 cost, cost-plus-fixed-fee, firm-fixed-price task order (N00019-20-F-0429) against a previously awarded indefinite-delivery/indefinite quantity contract (N00019-16-D-1000). This task order provides for security, project engineering, integrated logistics support, material support, sustainment engineering, training and program support for the VH-3D/VH-60N executive helicopter special progressive aircraft rework. Work will be performed in Stratford, Connecticut (88%); and Quantico, Virginia (12%), and is expected to be completed in November 2020. Fiscal 2020 operation and maintenance (Navy) funds in the amount of $3,846,993 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $14,323,100 firm-fixed-price order (N61340-20-F-7000) against a previously issued basic ordering agreement (N00019-17-G-0002). This order provides for the design, fabrication, installation, test and delivery of four Navy CMV-22 flight training devices. Work will be performed in Chantilly, Virginia (64.29%); and Hurst, Texas (35.71%), and is expected to be completed in November 2021. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $14,323,100 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 Training Systems Division, Orlando, Florida, is the contracting activity. L3 Harris Corp., Van Nuys, California, is awarded a $9,630,900 modification (P00008) to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N68335-16-D-0019). This modification increases the ceiling of the contract to procure additional lightening protection, Moving Target Indicator (MTI) reflectors, refurbished MTI feedhorns, and operator workstations for Precision Approach Radar systems in support of all Navy, Air Force and Marine Corps manned aircraft. Work will be performed in Van Nuys, California, and is expected to be completed in May 2024. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Iridium Satellite LLC, Tempe, Arizona, is awarded a $9,378,867 cost-plus-fixed-fee option to support commercial satellite-based network services for the Department of Defense in the areas of satellite, ground node, user equipment/terminal software and hardware development, integration and testing. Work will be performed in McLean, Virginia (50%); and Tempe, Arizona (50%), and is expected to be complete in November 2021. This contract includes a base year and options which, if exercised, would bring the cumulative value of this contract to $45,807,778 and be complete in November 2021. Fiscal 2019 research, development, training and evaluation funding in the amount of $75,000 will be obligated at time of the option exercise. This funding will not expire at the end of the current fiscal year. This contract was solicited on a sole source basis via a synopsis posted in FedBizOpps. The Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-17-C-0001). Raytheon Co., Tewksbury, Massachusetts, is awarded a $9,339,316 cost-plus-fixed-fee and cost-plus-incentive-fee modification to previously awarded contract N00024-17-C-5145 to exercise options for DDG 1000 ship class integrated logistics support and engineering services. Work will be performed in San Diego, California (42%); Portsmouth, Rhode Island (26%); Tewksbury, Massachusetts (16%); Bath, Maine (14%); Fort Wayne, Indiana (1%); and Marlboro, Massachusetts (1%), and is expected to be complete by October 2020. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $4,560,339; and fiscal 2020 operation and maintenance (Navy) funding in the amount of $755,161 will be obligated at time of award, and funds in the amount of $755,161 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. ARMY Pegasus Support Services LLC,* Woodstock, Georgia, was awarded a $176,853,950 firm-fixed-price contract for sustainment, restoration and modernization services for the full spectrum of facility types to include ranges, barracks, warehouse, administrative buildings, bridges, worship centers, gyms and airfields. 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. 30, 2024. U.S. Army Mission and Installation Contracting Command, Fort Bragg, North Carolina, is the contracting activity (W9124M-20-D-0001). The Boeing Co., Mesa, Arizona, was awarded a $128,682,150 modification (P00041) to Foreign Military Sales (Netherlands) W58RGZ-16-C-0023 for the Royal Netherlands Air Force uniqueness on 11 Apache Attack Helicopter (AH)-64E aircraft, recurring and non-recurring scope, version six integration, integrated logistics support, product assurance, longbow crew trainers and initial peculiar ground support equipment. Bids were solicited via the internet with one received. Work will be performed in Mesa, Arizona, with an estimated completion date of June 30, 2025. Fiscal 2010 Foreign Military Sales funds in the combined amount of $26,265,052 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Kipper Tool Co.,* Gainesville, Georgia, was awarded a $43,030,677 firm-fixed-price contract for Hydraulic, Electric, Pneumatic, Operated Equipment kits consisting of low technology equipment, which provides the military construction engineer with the tools that it takes to perform the most common type of engineer tasks encountered during the execution of construction missions in a theater of operations or during contingency operations. 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 Nov. 21, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-D-0015). DEFENSE HEALTH AGENCY Logistics Health Inc., La Crosse, Wisconsin, was awarded a $161,999,999 modification to their current indefinite-delivery bridge contract (HT0011-19-D-0002). This award, titled "Reserve Health Readiness Program," provides health readiness support services to the military service components to meet medical and dental standards essential in maintaining a deployable force. This extension to the current bridge contract will permit time to complete evaluations and award of a competitive follow-on to this requirement. Services include immunizations, physical examinations, periodic health assessments, post-deployment health reassessments, mental health assessments, dental examinations, dental treatment, laboratory services and other services as required to satisfy military service component health readiness needs. Services are delivered at military service component designated sites during group events, through the contractor's call center and within an integrated network. The work will be performed in every U.S. state, U.S. territory, the District of Columbia and Germany, with period of performance from Dec. 1, 2019, to Nov. 30, 2020. Fiscal 2020 operations and maintenance funds will be obligated on task orders issued under this award. This contract was awarded on an other-than-full and open competition basis; pursuant to the authority of 10 U.S. Code 2304(c)(1). The Defense Health Agency, Falls Church, Virginia, is the contracting activity. AIR FORCE Infoscitex Corp., Dayton, Ohio (FA8650-20-D-6207); and Ball Aerospace & Technologies Corp., Beavercreek, Ohio (FA8650-20-D-6203), have each been awarded a shared ceiling of $135,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for research and development of the Airman Decision Making and Interface Research. This program provides for basic, applied and advanced research, development and demonstration to understand and deliver persistent situation awareness and improved warfighter decision making for integrated and synchronized Air Force operations in five technical areas: (1) Battlespace Acoustics; (2) Supervisory Control and Cognition; (3) Aerospace Physiology; (4) Battlespace Visualization; and (5) Applied Neuroscience. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Feb. 23, 2026. This award is the result of a competitive acquisition, and five offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $263,500 and $200,000 will be obligated at the time of award. The Air Force Research Laboratory Wright Site, Wright-Patterson AFB, Ohio, is the contracting activity. The Lockheed Martin Corp., Orlando, Florida, has been awarded a not-to-exceed $87,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity single award contract for a multi-country C-130J aircrew and maintenance simulator training. The contractor will provide C-130J aircrew and maintenance training to support the U.S. government and Air Force Security Assistance Training international partners' mission objectives. Work will be performed at Marietta, Georgia, and is expected to be completed by December 2023. This award is the result of a sole source acquisition. The minimum guarantee of $2,500 in security cooperation funds are being obligated at the time of award. The Air Force Installation Contracting Agency, 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-20-D-0003). Kratos RT Logic, Colorado Springs, Colorado, has been awarded a $39,110,705 firm-fixed-price contract for Global Geolocation Support Service (GGSS). GGSS is to provide Combined Space Operations Center (CSpOC) Electromagnetic Interference (EMI) Managers with EMI Resolution Services. These services include bandwidth monitoring, EMI notification, geolocation, aid in resolution and space situational awareness. The contractor shall be capable of providing 24 hours/7 days per week, 365 days per year services in C (4 – 8 GHz) and Ku (12 – 18 GHz), bands for all global areas between 70 degrees north latitude and 70 degrees south latitude. The contractor will accomplish continuous bandwidth monitoring services for government leased bandwidth on commercial satellites and bandwidth on Military Satellite Communication including bandwidth identified by the CSpOC. The contractor will provide timely EMI notifications and responses to assist the government in resolving interference events. Additionally, the contractor is required to operate and maintain an approved Secret Internet Protocol Router Network voice and data system, as well as other Combined Force Space Component Command (CFSCC)-approved secure voice and data systems to achieve timely transmission of classified data. The contractor will provide a Hyper Text Transfer Protocol Secure web portal capable of providing CFSCC timely and complete unclassified situation awareness of all assets being monitored to accommodate contractor and government real time communication and sharing of digital data products. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Nov. 30, 2020. This award is the result of a sole source acquisition. Fiscal 2020 operations and maintenance funds in the amount of $6,856,126 are being obligated at the time of the award. The 30th Contracting Squadron, Vandenberg Air Force Base, California, is the contracting activity (FA4610-20-C-0003). DEFENSE FINANCE AND ACCOUNTING SERVICE Ernst & Young LLP, Washington, District of Columbia, is being awarded a labor-hour contract option with a maximum value of $33,509,737 for audit services of the Department of the Air Force General Fund and Working Capital Fund Financial Statements and Examination. Work will be performed in Washington, District of Columbia, with an expected completion date of Dec. 31, 2020. This contract is the result of a competitive acquisition for which one quote was received. The contract had a 16-month base period plus three individual one-year option periods, with a maximum value of $135,006,112. This award brings the total cumulative value of the contract to $95,764,075. Fiscal 2020 operations and maintenance, Air Force funds in the amount of $33,509,737 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-17-F-0148). WASHINGTON HEADQUARTERS SERVICES Boston Consulting Group, Bethesda, Maryland, has been awarded a $9,134,199 firm-fixed-price contract. The contract will provide cost transparency to facilitate the design of an optimized maintenance program, including design of governance processes (working within the construct) of the Reliability Control Board, the data environment (working within the existing systems), and the specific algorithms and methodologies for evaluating and assessing the maintenance program via Cost Decision framework. Work performance will take place at the Mark Center, Alexandria, Virginia. Fiscal 2020 operations and maintenance funds in the amount of $9,134,199 are being obligated on this award. The expected completion date is July 20, 2020. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-16-A-0003). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2023490/source/GovDelivery/

All news