Back to news

October 9, 2018 | International, C4ISR

Google Drops Out of Pentagon's $10 Billion Cloud Competition

By

Alphabet Inc.'s Google has decided not to compete for the Pentagon's cloud-computing contract valued at as much as $10 billion, saying the project may conflict with its corporate values.

The project, known as the Joint Enterprise Defense Infrastructure cloud, or JEDI, involves transitioning massive amounts of Defense Department data to a commercially operated cloud system. Companies are due to submit bids for the contract, which could last as long as 10 years, on Oct. 12th.

Google's announcement on Monday came just months after the company decided not to renew its contract with a Pentagon artificial intelligence program, after extensive protests from employees of the internet giant about working with the military. The company then released a set of principles designed to evaluate what kind of artificial intelligence projects it would pursue.

“We are not bidding on the JEDI contract because first, we couldn't be assured that it would align with our AI Principles," a Google spokesman said in a statement. "And second, we determined that there were portions of the contract that were out of scope with our current government certifications.”

The spokesman added that Google is “working to support the U.S. government with our cloud in many ways.”

The Tech Workers Coalition, which advocates for giving employees a say in technology company decisions, said in a statement that Google's decision to withdraw from the cloud competition stemmed from “sustained” pressure from tech workers who “have significant power, and are increasingly willing to use it.”

Read more: Google Won't Renew Pentagon AI Drone Deal After Staff Backlash

Google is behind other technology companies such as Amazon.com Inc. and Microsoft Corp. in obtaining government cloud-security authorizations that depend on the sensitivity of data a service is hosting.

The JEDI contract attracted widespread interest from technology companies struggling to catch up with Amazon in the burgeoning federal government market for cloud services. Final requirements for the project were released in July after a months-long lobbying campaign in Washington by tech companies including Microsoft, International Business Machines Corp. and Oracle Corp. that opposed the Pentagon's plans to choose just one winner for the project instead of splitting the contract among a number of providers.

“Had the JEDI contract been open to multiple vendors, we would have submitted a compelling solution for portions of it,” the Google spokesman said. “Google Cloud believes that a multi-cloud approach is in the best interest of government agencies, because it allows them to choose the right cloud for the right workload.”

In a report to Congress, the Defense Department said making multiple awards under current acquisition law would be a slow process that “could prevent DoD from rapidly delivering new capabilities and improved effectiveness to the warfighter that enterprise-level cloud computing can enable.”

The department also said it expects “to maintain contracts with numerous cloud providers to access specialized capabilities not available under the JEDI Cloud contract.”

— With assistance by Ben Brody, and Josh Eidelson

https://www.bloomberg.com/news/articles/2018-10-08/google-drops-out-of-pentagon-s-10-billion-cloud-competition

On the same subject

  • Companies line up to deliver Turkey hundreds of micro drones

    November 8, 2018 | International, Aerospace

    Companies line up to deliver Turkey hundreds of micro drones

    By: Burak Ege Bekdil ANKARA — The Turkish government has launched a competition to buy hundreds of multi-rotor micro drones, with scores of local companies having already expressed interest. SSB, Turkey's procurement authority, has said that the planned drones would be used in homeland security missions like search and rescue, surveillance and reconnaissance, remote sensing and mapping. An SSB official said all drone programs come with a “priority” tag. Under the multi-rotor micro drone program, SSB will procure a total of 499 units. Twenty-two companies have replied to SSB's Request for Proposal (RfP). “The level of interest [in the contract] and potential competition during the race reflects the vibrancy of Turkey's fast-growing drone industry,” said Özgür Ekşi, an analyst with C4Defense.com, a defense industry specialist. “Especially when you think that only a decade ago there was not a single drone maker in the country.” Turkey has long prioritized developmental and operation of unmanned systems for its military and for export. The Turkish military was largely dependent on the Israeli-made Heron unmanned aerial vehicles in its fight with Kurdish insurgents in early 2000s when the government-controlled Tusas Turkish Aerospace Industries (TAI) started working on the Anka, Turkey's first indigenous drone. In 2013 TAI won a contract from the Turkish government to supply 10 Ankas and ground control stations. The Anka, a medium-altitude, long-endurance drone, can fly at an altitude of 30,000 feet for 24 hours and can carry up to 200 kg payload. TAI later developed the armed and satellite-controlled versions of the Anka as the country's dependency on drones in its asymmetrical warfare against Kurdish insurgency deepened. The Anka has paved the way for the entry into the market of private sector players. Kale-Baykar, a consortium, has successfully developed the Bayraktar TB-2, a drone system that comes in unarmed and armed versions, and delivered to the military six systems in 2017. The Bayraktar uses the MAM-L and MAM-C, two mini smart munitions developed and produced by state-controlled missile specialist Roketsan. Turkey's local industry also is developing BSI-101, a SIGINT system, for the Bayraktar to end Turkey's dependence on U.S.-made SIGINT systems for drones. The Bayraktar can fly at a maximum altitude of 24,000 feet. Its communications range is 150 kilometers. The aircraft can carry up to 55 kilograms of payload. “We encourage private companies to spend more on drone R&D and come up with solutions cut for our specific (mostly asymmetrical) requirements,” said one procurement official. “there is a lot of activity going on and the market will deepen in quantity and quality in the years ahead.” Ekşi from C4Defence.com said: “Twenty-two local bidders in a relatively small drone competition is a sign that the market, infant by age, will flourish soon.” https://www.defensenews.com/global/europe/2018/11/07/companies-line-up-to-deliver-turkey-hundreds-of-micro-drones

  • Contract Awards by US Department of Defense - November 16, 2018

    November 19, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 16, 2018

    AIR FORCE Space Vector Corp., Chatsworth, California (FA8818-19-D-0001); and OrbitalATK Inc., Chandler, Arizona (FA8818-19-D-0002), have been awarded a combined ceiling $424,000,000 multiple-award, indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee, firm-fixed-price and cost-plus-fixed-fee for Sounding Rocket Program-4 (SRP-4). The SRP-4 contract provides suborbital launch services and launch support services necessary to accomplish the Rocket Systems Launch Program's suborbital mission. This contract will be used to meet Department of Defense and other government agency requirements for sub-orbital research, development, and test launch services, including prototype demonstrations and missile defense targets. Work will primarily be performed in Chatsworth, California; Chandler, Arizona, and a variety of government launch sites, depending on mission requirements. This award is the result of a competitive acquisition with a seven-year ordering period. Space and Missile Systems Center, Kirtland Air Force Base, New Mexico, is the contracting activity. DEFENSE LOGISTICS AGENCY Labatt Food Service, San Antonio, Texas, has been awarded a maximum $295,636,225 firm-fixed-price, indefinite-delivery/indefinite-quantity with economic-price-adjustment contract for full line food distribution support for the San Antonio region. This was a competitive acquisition with three responses received. This is a two-year base contract with one one-year option period, and one two-year option period. Location of performance is Texas, with a Nov. 15, 2023, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3206). Allison Transmission, Indianapolis, Indiana, has been awarded a maximum $20,781,402 firm-fixed-price contract for transmission overhaul kits. 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 13-month contract with no option periods. Location of performance is Indiana, with a Dec. 31, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0057). Peckham Vocational Industries,** Lansing, Michigan, has been awarded an $8,609,660modification (P00003) exercising the first one-year option period of a one-year base contract (SPE1C1-18-D-N029) with two one-year option periods for drawers. This is a firm-fixed-price contract. Location of performance is Michigan, with a Nov. 21, 2019, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. NAVY Lockheed Martin Corp., Baltimore, Maryland, is awarded a $282,085,646 not-to-exceed undefinitized contract action modification to previously-awarded contract N00024-18-C-2301 for long-lead-time material and detail design in support of the construction of four Multi-Mission Surface Combatant ships (MMSC). The MMSC is a lethal and highly maneuverable surface combatant capable of littoral and open-ocean operation. This contract involves foreign military sales to the Kingdom of Saudi Arabia. Work will be performed in Marinette, Wisconsin (55 percent); Baltimore, Maryland (23 percent); Herndon, Virginia (11 percent); Moorestown, New Jersey (6 percent); Manassas, Virginia (1 percent); San Diego, California (1 percent); and various places below one percent (3 percent), and is expected to be completed by October 2025. Foreign military sales (Kingdom of Saudi Arabia) funding in the amount of $124,201,733 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(4) (international agreement). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Booz Allen Hamilton Inc., McLean, Virginia (N00189-19-D-Z012); Cydecor Inc., Arlington, Virginia (N00189-19-D-Z013); and Whitney, Bradley and Brown Inc., Reston, Virginia (N00189-19-D-Z014), are awarded an estimated $69,920,361 multiple award cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide management support services to facilitate warfighting, manpower and business transformation initiatives in support of the Deputy Chief of Naval Operations, Information Dominance. The contracts will run concurrently and will include a 60-month base ordering period with no additional options. Work will be performed at government facilities in Arlington, Virginia (90 percent), and at the various contractor locations in which the percentage of work at each of those locations cannot be determined at this time (10 percent). The ordering period will begin March 2019 and is expected to be completed by February 2024. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $100,000 will be obligated (approximately $33,333 on each of the three contracts to fund the contracts' minimum amounts) and funds will expire at the end of the current fiscal year. This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was posted to the Federal Business Opportunities website, with ten offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity. Kellogg Brown and Root Services Inc., Houston, Texas, is awarded $55,452,842 for task order A00011 under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62470-17-D-4012) to exercise the first option period for base operations support services at Camp Lemonnier, Djibouti, and other areas within Africa. The work to be performed provides for all management and administration, public safety, galley, ordnance, air operations, fire and emergency services, bachelor quarters, housing, pest control, integrated solid waste, base support vehicles and equipment, custodial, electrical, water, wastewater, port operations, supply, morale-welfare-recreation, facilities investment, and environmental services to provide base operations support services. After award of this option, the total cumulative contract value will be $122,263,227. Work will be performed at various installations in Territory of Djibouti, Africa and other areas within Africa, and work is expected to be completed November 2019. No funds will be obligated at time of award. The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity. Lockheed Martin Space, Sunnyvale, California is being awarded a cost-plus-fixed-fee, cost-plus-incentive-fee $49,069,660 modification (P00002) to a previously awarded contract (N00030-18-C-0100) for Trident II (D5) missile production and deployed system support. The work will be performed in Kings Bay, Georgia (22.25 percent); Bangor, Washington (22.80 percent); Cape Canaveral, Florida (22.22 percent); Sunnyvale, California (12.59 percent); Borgo San Dalmazzo, Italy (6.81 percent); Biddeford, Maine (3.70 percent); Denver, Colorado (2.06 percent); and other various locations (less than 1.00 percent each; 7.57 percent total), and work is expected to be completed Sept. 30, 2023. Fiscal 2019 weapons procurement (Navy) funds in the amount of $31,281,073; and fiscal 2019 research, development, test, and evaluation funds in the amount of $17,788,587 will be obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin Space, Sunnyvale, California, is awarded $41,329,513 for cost-plus-incentive-fee, cost-plus-fixed-fee modification P00016 to a previously awarded contract (N00030-17-C-0100) for Trident II (D5) missile production and deployed system support. The work will be performed in Sunnyvale, California (69.71 percent); Denver, Colorado (10.92 percent); Clearwater, Florida (8.78 percent); Cape Canaveral, Florida (3.04 percent); Valley Forge, Pennsylvania (1.99 percent); Santa Clara, California (1.06 percent); and other various locations (less than 1.00 percent each; 4.50 percent total) with work expected to be completed by Sept. 30, 2023. Fiscal 2019 research, development, test, and evaluation funds in the amount of $11,513,121; and fiscal 2019 weapons procurement (Navy) funds in the amount of $29,816,392 are being obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is being awarded $32,730,879 for modification P00003 to a previously awarded advance acquisition contract (N00019-18-C-1037) for long-lead items for Japan E-2D Aircraft JAA5 under the Foreign Military Sales program. Work will be performed in Syracuse, New York (22.04 percent); Potez, Aire-sur-l'Adour, France (11.50 percent); Edgewood, New York (8.42 percent); Menlo Park, California (6.12 percent); Woodland Hills, California (5.53 percent); Rolling Meadows, Illinois (5.01 percent); Marlborough, Massachusetts (4.59 percent); Greenlawn, New York (3.06 percent); Owego, New York (3.06 percent); Independence, Ohio (3.06 percent); Gardena, California (2.29 percent); Melbourne, Florida (2.09 percent); Clemmons, North Carolina (1.81 percent); Falls Church, Virginia (1.53 percent); Melville, New York (1.49 percent); Long Beach, California (1.17 percent); Laval, Quebec, Canada (0.04 percent); and various locations within the U.S. (17.19 percent), and is expected to be completed in August 2022. Foreign military sales funds in the amount of $32,730,879 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 a $20,881,626 contract modification for recurring/non-recurring services type contract for base operations 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, and work is expected to be completed July 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 Navy working capital funds in the amount of $14,629,883.85 for recurring work will be obligated on individual task orders issued during the contract period. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-18-D-0500). Triton Marine Construction Corp., Bremerton, Washington, is awarded a $17,914,200 firm-fixed-price contract for the repair of trestle box beams at Naval Weapons Station (NWS) Earle. The work to be performed provides for concrete spall repairs on the underside of Trestle 1A to the pile caps, beams, and deck; carbon fiber reinforced polymer strengthening of existing reinforced concrete box beams using the wet layup process; and installation of five new pile bents ten new piles will be driven on Trestle 1A to strengthen the existing box beams at NWS Earle waterfront complex. Work will be performed in Colts Neck, New Jersey, and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $17,914,200 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 six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9032). EMR Inc.,* Niceville, Florida, is awarded $16,897,000 for firm-fixed-price task order N6945019F1000 under a previously awarded multiple award construction contract (N69450-17-D-0507) for renovations to Colmer Dining Facility Building 367 at Naval Construction Battalion Center Gulfport. Renovations include expansion of cold storage areas, improvements to electrical and mechanical systems, updated parking and architectural components. In addition, a temporary kitchen facility composed of modular units will be placed in service at a separate location. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. Work will be performed in Gulfport, Mississippi, and is expected to be completed by Nov. 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $16,897,000 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Technology Unlimited Group,* San Diego, California, is awarded a $15,059,071 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $38,798,332. All work will be performed in San Diego, California. The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0005). Harmonia Holdings Group LLC,* Blacksburg, Virginia, is awarded a $15,028,289 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $39,540,512. Work will be performed at government facilities in San Diego, California (90 percent), and at contractor facilities in Blacksburg, Virginia (10 percent). The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0004). Effecture LLC,* San Diego, California, is awarded a $14,803,612 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $38,403,117. All work will be performed in San Diego, California. The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0002). Trabus Technologies Inc.,* San Diego, California, is awarded a $14,704,521 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $38,129,755. All work will be performed in San Diego, California. The period of performance of the base award is from Nov. 16, 2018 through Nov, 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0007). Grove Resource Solutions Inc.,* Frederick, Maryland, is awarded a $14,704,521 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $39,258,893. Work will be performed at Government facilities in San Diego (90 percent) and at contractor facilities in Frederick, Maryland (10 percent). The period of performance of the base award is from Nov. 16, 2018 through Nov.15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0003). Vigor Marine LLC, Portland, Oregon, is awarded an $11,668,324 firm-fixed-price contract for a 56-calendar day shipyard availability for the regular overhaul and dry docking of USNS Rappahannock (T-AO 204). Work includes general services, structural steel repairs, repair oil leaks in both port and starboard main engines, replace ballast tank level indicators, repairs to the emergency diesel generator, tank repairs and preservation to the marine sanitation device and vacuum collection holding and transfer tanks, renew valves for the ballast system, repairs to the main seawater piping, overhaul number one main seawater cooling, pump, overhaul number three ships service diesel generator turbocharger, repairs to staterooms, ship dry-docking and undocking, preservation to the ship's underwater hull and freeboard, refurbish the hauling winch assembly and motors on station number three, refurbishment of the rollers on the sliding block/transfer head/guide and refurbishment to the kingpost for station three. The contract includes options which, if exercised, would bring the total contract value to $13,586,233. Work will be performed in Portland, Oregon, and is expected to begin on Jan. 7, 2019 and is expected to be completed by March 3, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $11,668,324 will be obligated. Funds will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with one offer received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C4001). Trandes Corp.,* Lanham, Maryland, is awarded an estimated $11,619,097 contract modification to increase the ceiling of an existing indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee and cost-reimbursement contract (N66001-15-D-0146). Support includes removal of old and installation of new commercial-off-the-shelf precision approach radar; logistics and training support; remote landing site tower generator repair; tactical air navigation systems installation support; and Marine Air Traffic Control and Landing System, and Amphibious Assault Direction System sustainment support. This modification increases the estimated value of the contract from $19,226,946 to $30,846,043. This ceiling increase does not obligate funds. Funding will be obligated via task/delivery orders, which will be placed using operations and maintenance (Navy); and other procurement (Navy) funds. This modification is issued using other than full and open competition in accordance with Federal Acquisition Regulation Subpart 6.302-1 and 10 U.S. Code 2304(c)(1) - only one responsible source. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity. Data Intelligence LLC,* Marlton, New Jersey, is awarded a $11,314,171 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $28,840,430. Work will be performed at government facilities in San Diego, California (90 percent), and at contractor facilities in Marlton, New Jersey (10 percent). The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0006). Ratcliff Construction Inc.,* Orange Park, Florida, is awarded $9,990,000 for firm-fixed-price task order N6945019F0850 under a previously awarded multiple award construction contract (N69450-18-D-1315) for consolidation and repair of Aviation Hangar 600 at Naval Station Guantanamo Bay. The work to be performed provides for complete exterior and interior repairs consisting of underutilized space in the west “lean-to” two story structure. Remotely located areas will be consolidated into renovated spaces. This includes complete renovation of Aviation Hangar 600 to include demolition of structures and repair by replacement of mechanical, electrical, plumbing and fire protection systems. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by August 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $9,990,000 are obligated on this award and will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. ARMY DRS Sustainment Systems Inc., St. Louis, Missouri, was awarded a $30,439,974 firm-fixed-price contract for small enclosure kits to support production of the Chemical Biological Protective System. 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. 15, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-3009). General Dynamics Ordnance and Tactical Systems, St. Petersburg, Florida, was awarded a $14,413,028 firm-fixed-price contract for Army Ground Mobility Vehicles and associated kits. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 16, 2019. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0072). VSE Corp., Alexandria, Virginia, was awarded a $13,068,557 modification (P00014) to contract W911SA-16-C-0002 for labor, equipment and transportation necessary to provide logistics readiness support services to perform and assist with property accountability, vehicle operations and supporting functions, maintenance management services, field and sustainment level maintenance, storage site operations, hands-on-training mission support, and refurbishment support at various locations in Arizona, California, Texas, Oklahoma, Nevada, Arkansas and New Mexico. Work will be performed in Mountain View, California, with an estimated completion date of Aug. 29, 2019. Fiscal 2019 other funds in the amount of $11,715,802 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort McCoy, Wisconsin, is the contracting activity. *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1693147/source/GovDelivery/

  • Contract Awards by US Department of Defense - December 21, 2020

    December 22, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 21, 2020

    AIR FORCE Voly Defense Solutions LLC, Concord, California, has been awarded an indefinite-delivery/indefinite-quantity contract with a shared ceiling of $400,000,000 for all subsequent competitively selected delivery orders in support of the Skyborg Vanguard Program. The Skyborg prototyping, experimentation and autonomy development contract will be used to deliver missionized prototypes in support of operational experimentation and develop the first Skyborg air platform with modular hardware and software payloads that will incorporate the Skyborg autonomy core system and enable manned/unmanned teaming. The locations of performance are to be determined at the order level and are expected to be completed July 2026. These awards are being made as a result of a competitive acquisition and 18 offers were received. No funds are being obligated on the awards and funding will be provided on each individual order. The Air Force Life Cycle Management, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8694-21-D-1400). National Aerospace Solutions LLC, Arnold Air Force Base, Tennessee, has been awarded a $108,309,387 modification (P00127) to contract FA9101-15-C-0500 for test operations and sustainment. This modification provides for test operations, technology development, equipment and facility sustainment, capital improvements and some support services for the Arnold Engineering Development Complex. Work will be performed at Arnold Air Force Base, Tennessee, and is expected to be completed June 30, 2021. The overall value of the contract is $1,323,841,609. Fiscal 2021 operation and maintenance; and research, development, test and evaluation funds are being used and no funds are being obligated at the time of award. The Air Force Test Center, Arnold Air Force Base, Tennessee, is the contracting activity. General Electric Co., Cincinnati, Ohio, has been awarded a $20,049,879 indefinite-delivery/indefinite-quantity, requirements contract to provide contractor engineering and technical services engine support for Air National Guard and Foreign Military Sales (FMS) partners. Work will be performed in Bahrain, Egypt, Israel, Korea, Saudi Arabia, and Cincinnati, Ohio, and is expected to be completed Dec. 21, 2022. FMS funds will be used, with no funds being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8604-21-D-8004). Northrop Grumman, doing business as Alliant Techsystems Inc., Fort Worth, Texas, has been awarded a $15,152,856 firm-fixed-price modification (P00061) to contract FA8106-16-C-0004 for contractor logistic support for the Iraqi Air Force's Cessna 208 and 172 fleet. Work will be performed in Balad Airbase, Iraq, and is expected to be completed June 30, 2021. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the full amount are being obligated at the time of award. The total cumulative face value of the contract is $235,000,000. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. ARMY ASRC Federal Data Network Technologies, Beltsville, Maryland, was awarded a $249,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to support program management activities across the Department of Defense High Performance Computing Modernization program. 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 Dec. 21, 2025. The U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-21-D-0030). General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $15,509,730 cost-plus-fixed-fee contract for contractor logistics support services for M1A1SA Abrams tanks and M88A1/A2 recovery vehicles. Bids were solicited via the internet with one received. Work will be performed in Camp Taji, Iraq, with an estimated completion date of Dec. 31, 2022. Fiscal 2020 Foreign Military Sales (Iraq) funds in the amount of $15,509,730 were obligated at the time of the award. The U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-21-C-0072). Amentum Services Inc., Germantown, Maryland, was awarded an $11,622,300 modification (0001CG) to contract W52P1J-12-G-0028 for logistics support services. Work will be performed at Fort Polk, Louisiana, with an estimated completion date of Aug. 17, 2021. Fiscal 2021 operation and maintenance (Army) funds in the amount of $11,622,300 were obligated at the time of the award. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. MORSE Corp Inc.,* Cambridge, Massachusetts, was awarded a $10,861,000 modification (P00002) to contract W911NF-19-C-0101 to develop novel artificial intelligence/machine learning test, evaluation and algorithmic ensembling capabilities. Work will be performed in Cambridge, Massachusetts, with an estimated completion date of Sept. 30, 2021. Fiscal 2020 research, development, test and evaluation (Defense-wide) funds in the amount of $9,038,737 were obligated at the time of the award. The U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. New South Associates Inc.,* Stone Mountain, Georgia, was awarded a $10,000,000 firm-fixed-price contract for cultural resources services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 20, 2025. The U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-21-D-0017). NAVY AttainX Inc.,* Fairfax, Virginia (N39430-21-D-2305); Golden IT-JV,* Olathe, Kansas (N39430-21-D-2306); OM Group Inc.,* Piscataway, New Jersey (N39430-21-D-2307); Stellar Innovations & Solutions Inc.,* Moraine, Ohio (N39430-21-D-2308); and Yakshna Solutions Inc.,* Herndon, Virginia (N39430-21-D-2309), are awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $151,000,000 to provide full information technology (IT) lifecycle support to Naval Facilities Engineering Systems Command's (NAVFAC) core facilities management, construction management and installation management systems. The work to be performed is IT services and solutions through the performance of broad ranges of services across multiple functional areas, including but are not limited to, systems development lifecycle support, cybersecurity support, business systems operations and support, IT operations management and enterprise, cloud operations/migration/system development, secure infrastructure and analysis and management services. No task orders are being issued at this time. Work on this contract could be performed in the following sites, but is not limited to, Port Hueneme, California; San Diego, California; Washington, D.C.; Pearl Harbor, Hawaii; Norfolk, Virginia; Kansas City, Missouri; Bremerton, Washington; and Yokosuka, Japan. The term of the contract is not to exceed 66 months with an expected completion date of August 2026. Fiscal 2021 operation and maintenance (Navy) (O&M,N) contract funds in the amount of $10,000 minimums for each contractor 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; and military construction (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with 28 proposals received. NAVFAC Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Rotary and Mission System, Orlando, Florida, is awarded a $101,001,289 cost-plus-fixed-fee contract. This contract procures instructor services and associated administrative support including control account managers, functional managers, program managers, security, operational planning, contract, finance and lab support to meet integrated weapons systems and Aegis training requirements for Foreign Military Sales (FMS) customers. Work will be performed in Dahlgren, Virginia (35%); Moorestown, New Jersey (35%); Maizuru (2%), Sasebo (3%), and Yokosuka (10%), Japan; Sydney, Australia (10%); Busan (1%), Chinhae (1%), and Jeju Island (1%), South Korea; and Bergen, Norway (2%), and is expected to be completed December 2025. FMS incremental funds in the amount of $9,451,623 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-4. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity (N61340-21-C-0010). Raytheon Space and Airborne Systems, Marlborough, Massachusetts, is awarded a $48,773,600 modification to previously awarded firm-fixed-price contract N00039-16-C-0050 to produce, test and deliver fully integrated Navy multiband terminals (NMT) and spare parts. NMT is a multiband capable satellite communications terminal that provides protected and wideband communications. The total cumulative face value of the contract is $557,882,121. Work will be performed at Largo, Florida (54%); South Deerfield, Massachusetts (25%); Stow, Massachusetts (13%); and Marlborough, Massachusetts (8%), with an expected completion date of May 2022. Fiscal 2020 other procurement (Navy); fiscal 2021 other procurement (Navy); fiscal 2021 operation and maintenance (Navy); fiscal 2021 Navy working capital funds; fiscal 2020 shipbuilding and conversion (Navy); and fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $48,773,600 will be obligated at the time of award. Operation and maintenance (Navy) funds will expire at the end of the fiscal year; all other funds will not expire at the end of the fiscal year. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $29,396,312 firm-fixed-price, order (N00019-21-F-0038) against previously issued basic ordering agreement N00019-16-G-0001. This order procures various parts and quantities for main and nose landing gear critical components retrofit kits in support of F/A-18A-D aircraft modification efforts. Work will be performed in St. Louis, Missouri, and is expected to be completed in February 2024. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $19,675,745; and fiscal 2019 aircraft procurement (Navy) funds in the amount of $9,720,567 will be obligated at time of award, of which $9,720,567 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $27,986,162 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-19-C-6400 for systems engineering and integration on Navy submarines. Work will be performed in Manassas, Virginia (68%); Waterford, Connecticut (10%); Groton, Connecticut (10%); Middletown, Rhode Island (7%); and Newport, Rhode Island (5%), and is expected to be completed by December 2021. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $11,758,838 (95%); and 2021 research, development, test and evaluation (Navy) funds in the amount of $647,350 (5%), 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. Meggitt Defense Systems Inc., Irvine, California, is awarded a not-to-exceed $27,425,431 modification (P00002) to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract N00019-19-D-0039. This modification adds scope for the procurement of additional P-8A liquid palletized systems in ordering Years Two, Three and Four, with 10 units in Year Two, 11 units in Year Three and 11 units in Year Four, in support of the Navy P-8A aircraft. Work will be performed in Irvine, California (78%); Sumner, Washington (8%); Niagara, New York (4%); and various locations within the continental U.S. (10%), and is expected to be completed in November 2024. No funds will be obligated at the time of award and will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Technologies, Portsmouth, Rhode Island, is awarded a $26,686,060 firm-fixed-price modification to previously awarded contract N00024-16-C-6423 to exercise options for the production of the MK54 Lightweight Torpedo MOD 0 and MOD 1 common part kits and spare torpedo components. This contract combines purchases for the Navy (30%); and the governments of Belgium, Netherlands and New Zealand (70%), under the Foreign Military Sales (FMS) program. Work will be performed in Portsmouth, Rhode Island (95%); and Keyport, Washington (5%), and is expected to be completed by December 2023. Fiscal 2021 weapons procurement (Navy) funds in the amount of $8,122,692 (30%); and FMS funds in the amount of $18,563,368 (70%), 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. Saab Inc., East Syracuse, New York, is awarded an $18,182,043 firm-fixed-price and cost-plus-fixed-fee modification to previously awarded contract N00024-17-C-5381 to exercise options for production and engineering support of the Multi-Mode Radar (MMR) systems. Under this contract, Saab Inc. manufactures, inspects, tests and delivers MMR systems to be deployed on Navy Expeditionary Support Base ships and Coast Guard (USCG) Offshore Patrol Cutter (OPC) and provide engineering support of delivered MMR systems. The MMR serves as the primary sensor for air surveillance, surface surveillance and gun weapon system cueing for the USCG OPC. Work will be performed in East Syracuse, New York (64%); and Gothenburg, Sweden (36%), and is expected to be completed by April 2022. Fiscal 2021 other procurement (Navy); fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2020 other procurement (Navy) funding in the amount of $17,789,572 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 Navy Yard, Washington, D.C., is the contracting activity. Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $9,624,136 cost-plus-fixed-fee modification to previously awarded contract N00024-17-C-5405 to exercise Option Year Four for design agent engineering and technical support services for the Phalanx Close-In Weapon System, SeaRAM and land-based Phalanx Weapon System. This contract combines purchases for the Army (69%); and the governments of United Kingdom, Australia, Greece, South Korea, Taiwan, Japan, Egypt, Turkey, Bahrain, New Zealand and Saudi Arabia (31%) under the Foreign Military Sales (FMS) program. Work will be performed in Tucson, Arizona (68%); El Segundo, California (18%); Louisville, Kentucky (5%); Camarillo, California (2%); Minneapolis, Minnesota (2%); Dallas, Texas (1%); Bohemia, New York (1%); Melbourne, Florida (1%); and various locations with less than 1% each (2%), and is expected to be completed by January 2021. Fiscal 2021 operation and maintenance (Army) funds in the amount of $6,640,000 (69%); FMS (United Kingdom) funds in the amount of $724,655 (8%); FMS (Australia) funds in the amount of $200,000 (2%); FMS (Taiwan) funds in the amount of $605,000 (6%); FMS (Japan) funds in the amount of $406,996 (4%); FMS (New Zealand) funds in the amount of $299,485 (3%); and FMS (Saudi Arabia) funds in the amount of $784,000 (8%), will be obligated at time of award, of which funds in the amount of $6,640,000 will expire at the end of the current fiscal year, in accordance with 10 U.S. Code 2304(c)(1). This contract was not competitively procured, only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Bowhead Base Operations LLC,* Springfield, Virginia, is awarded a $9,178,182 firm-fixed-price contract. This contract procures logistics support services, including processing material and service requests, identifying alternative parts and sources of supply for materials and services, validating requirements utilizing technical publications, receiving and tracking all incoming materials and services, maintaining warehouse-stocking levels, receiving and transferring parts between Fleet Readiness Center Aviation Support Equipment locations. Work will be performed in Solomons Island, Maryland (80%); Portsmouth, Virginia (10%); and New Orleans, Louisiana (10%), and is expected to be completed in December 2024. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $566,849 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(5). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-21-C-0146). DEFENSE INFORMATION SYSTEMS AGENCY RKF Engineering Solutions, Washington, D.C., was awarded a competitive, single-award indefinite-delivery/indefinite-quantity contract with a ceiling value of $26,599,072 in support of the Defense Spectrum Organization, Electromagnetic Spectrum Services, Electromagnetic Environmental Effects program, Strategic Planning and Applied Engineering Support - Mobile Service Provider. The place of performance will be at the Defense Information Systems Agency headquarters, Fort Meade, Maryland; and the Mission Partner Defense Spectrum Organization, Annapolis, Maryland. The period of performance for the base period is Jan. 4, 2021, to Jan. 3, 2022, with four one-year option periods. Fiscal 2021 operation and maintenance funds will be used for the contract's $500 minimum guarantee. The Defense Information Technology Contracting Organization, National Capital Region, Fort Meade, Maryland, is the contracting activity (HC1047-21-D-0001). DEFENSE LOGISTICS AGENCY Epic Foods LLC,* Columbia, South Carolina, has been awarded a maximum $18,860,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for pouched bacon. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Locations of performance are South Carolina and North Carolina, with a Dec. 21, 2025, ordering period end date. Using military services are Army, Navy and Marine Corps. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-21-D-Z231). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Systems and Technology Research (STR), Woburn, Massachusetts, was awarded a $15,177,171 cost-plus-fixed-fee completion contract for a Defense Advanced Research Projects Agency research project for the Joint All-Domain Warfighting Software (JAWS) program. JAWS seeks to develop a software suite to maximize the effectiveness of military force through theater scale battle management command and control with automation and predictive analytics. This capability would develop the enabling software for the warfighter to adaptably set up and execute synchronized kill webs encompassing the undersea, sea surface, land, air, space and electromagnetic domains. Work will be performed in Woburn, Massachusetts (54%); Alexandria, Virginia (15%); Dayton, Ohio (14%); Menlo Park, California (13%); Columbia, Maryland (2%); and Fairfax, Virginia (2%), with an expected completion date of March 2022. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,420,486; and fiscal 2021 research, development, test and evaluation funds in the amount of $3,979,425 are being obligated at the time of award. This contract was a competitive acquisition in which 12 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-21-C-0011). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2454191/source/GovDelivery/

All news