Back to news

September 3, 2019 | International, Land

Here’s who will build and integrate the first hypersonic weapon system prototype

By: Jen Judson

WASHINGTON — Dynetics Technical Solutions will be the first to manufacture a set of hypersonic glide body prototypes while Lockheed Martin will serve as the weapon system integrator, according to a U.S. Army announcement.

The other transaction authority, or OTA, contract awards mark an important step forward in getting a prototype of the Army's Long Range Hypersonic Weapon, or LRHW — capable of flying at five times the speed of sound — that will launch from a mobile ground platform fielded by fiscal 2023.

An OTA is a congressionally mandated contracting mechanism that makes it easier to prototype capabilities.

The Army's No. 1 modernization priority is Long-Range Precision Fires, and hypersonic development falls into that category.

“Delivering hypersonics to a unit of action will provide a critical combat capability for the Army in support of the National Defense Strategy,” Lt. Gen. L. Neil Thurgood, director of hypersonics, directed energy, space and rapid acquisition, said in an Aug. 30 statement. “With a collaborative effort by our partners in industry and the Department of Defense, we will advance this strategic weapon system and fulfill a critical mission for our nation.”

Dynetics, based in Huntsville, Alabama, will get $351.6 million to produce the “first commercially manufactured set of prototype Common-Hypersonic Glide Body (C-HGB) systems,” according to the statement.

This means the company will get the first crack at building the C-HGB, but it is likely others will subsequently receive awards to learn how to manufacture the C-HGB developed by the federally funded Sandia National Laboratories in an effort to build up the currently nonexistent hypersonic industrial base in the United States. Dynetics and future award winners will work with the lab to learn how to build the C-HGB.

As hypersonic missiles become a reality, industry must relearn how to effectively, efficiently and economically produce them. While companies have developed warheads, glide bodies and other components, there is no industrial base equipped to manufacture hypersonic weapons.

By giving multiple companies a chance to learn how to build the glide body, the hope is the process will build that vital industrial base.

Lockheed Martin will integrate a launcher that can accommodate the C-HGB onto a mobile truck. That contract is worth $347 million.

The OTA awards cover the design, integration and production work that will bring about a series of flight tests starting in 2020, which will lead to a fielding of a prototype LRHW battery, consisting of four trucks, launchers, hypersonic missile rounds and a command and control system.

The Army is in charge of producing the LRHW C-HGB as part of a collaboration with the other services.

"Dynetics has been developing enabling technologies for many years,” Steve Cook, the company's president, said in a statement. “Our team is pleased the Army saw that our highly-skilled engineers and technicians can bring this technology rapidly and affordably to the warfighter.”

DTS will lead “a world-class team for the project, including established and proven defense industry contractors” like General Atomics Electromagnetic Systems, Lockheed Martin and Raytheon.

“Each of these companies will bring decades of experience and will join science and technological capabilities to make a modern prototype and eventually become a program of record,” Cook said.

General Atomics Electromagnetic Systems will provide cable, electrical and mechanical manufacturing. Lockheed will support the manufacturing, assembly, integration, testing, systems engineering and analysis.

And as a principal subcontractor, Raytheon will provide its “extensive experience” in advanced hypersonic technology to build control, actuation and power-conditioning sub-assemblies that control flight, and it will help assemble and test the prototype.

Lockheed Martin's integration team also includes Dynetics, which will develop launchers with hydraulics, outriggers, power generation and distribution for the ground platform.

Other members of Lockheed's team are Integration Innovation Inc., Verity Integrated Systems, Martinez & Turek, and Penta Research.

“We believe our relationships offer the Army unmatched expertise and puts us in the best position to deliver this critical capability to the nation," Eric Scherff, vice president for hypersonic strike programs for Lockheed Martin Space, said in a statement.

Lockheed Martin's hypersonic strike contract awards already exceed $2.5 billion.

The Army plans to deliver a hypersonic missile and launcher to a unit in the fourth quarter of fiscal 2021. The unit will train for an entire year without live rounds, Thurgood said earlier this month at the Space and Missile Defense Symposium in Huntsville, Alabama. He noted that the canisters the unit will use will be filled with cement to match the weight.

The first live-round test will take place in FY22 and will be conducted by a battery led by a captain.

https://www.defensenews.com/land/2019/08/30/heres-who-will-build-and-integrate-the-first-hypersonic-weapon-system-prototype

On the same subject

  • Contract Awards by US Department of Defense - June 15, 2020

    June 16, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 15, 2020

    ARMY Shimmick Construction Co. Inc., Oakland, California, was awarded a $78,801,484 modification (P00012) to contract W912P5-17-C-0007 for Chickamauga Lock chamber replacement. Work will be performed in Chattanooga, Tennessee, with an estimated completion date of June 23, 2023. Fiscal 2020 civil construction funds in the amount of $78,801,484 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity. Heil Trailer International LLC, Gatesville, Texas, was awarded a $37,063,855 firm-fixed-price contract for mobile tactical retail refueling systems, authorized stockage list kits, production qualification testing (PQT) assets, log assets, support for PQT testing, refurbishment of PQT assets, refurbishment of integrated product support systems and contract data requirements lists. 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 June 14, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0047). Cashman/Dutra JV, Quincy, Massachusetts, was awarded an $18,027,778 modification (P00009) to contract W912WJ-18-C-0010 for improvement dredging. Work will be performed in Boston, Massachusetts, with an estimated completion date of June 16, 2021. Fiscal 2019 and 2020 civil construction funds and 2020 non-federal funds in the amount of $18,027,778 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity. Versar Inc., Springfield, Virginia, was awarded a $10,200,664 firm-fixed-price contract to provide technical services including, but not limited to, inspections, assessments, repairs, testing, reports, training for facilities and operations-related projects within the U.S. Central Command area of responsibility. Bids were solicited via the internet with six received. Work will be performed in Camp Arifjan, Kuwait, with an estimated completion date of Dec. 14, 2022. Fiscal 2020 operations and maintenance (Army) funds in the amount of $10,200,664 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-20-F-0262). Kleinfelder Inc., Rancho Cordova, California, was awarded a $9,476,096 firm-fixed-price contract for civil and geotechnical engineering related design and construction services. Bids were solicited via the internet with one received. Work will be performed in Sacramento, California, with an estimated completion date of April 22, 2023. Fiscal 2018 civil construction funds in the amount of $9,476,096 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-F-0080). Moog Inc., Blacksburg, Virginia, was awarded a $9,360,000 firm-fixed-price contract for 180 slip rings. Bids were solicited via the internet with one received. Work will be performed in Blacksburg, Virginia, with an estimated completion date of June 16, 2021. Fiscal 2020 procurement, defense-wide funds in the amount of $4,212,000 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-C-0121). AIR FORCE AECOM International Inc., Neu-Isenburg, Germany (FA5613-20-D-0008); Buchard-Horn GmbH, Frankfurt am Main, Germany (FA5613-20-D-0009); Dorsch Gruppe International GmbH, Weisbaden, Germany (FA5613-20-D-0010); igr AG, Rockenhausen, Germany (FA5613-20-D-0011); Jacobs Engineering Group Inc., Arlington, Virginia (FA5613-20-D-0012); and Peschla + Rochmes GmbH, Kaiserslautern, Germany (FA5613-20-D-0013), have been awarded a $49,000,000 indefinite-delivery/indefinite-quantity contract for architecture-engineer (A-E) services. This contract provides multi-disciplined A-E services for design of various U.S. military buildings, structures and facilities in Europe. Work will be performed primarily at Headquarters U.S. Air Force in Europe (USAFE); Ramstein Air Base, Germany; and USAFE geographically separated units in Germany. Work is expected to be completed June 14, 2027. This contract is the result of a competitive acquisition and seven offers were received. Fiscal 2020 operations and maintenance funds in the amount of $582 are being obligated for each awardee at the time of the award. The 700th Contracting Squadron, Ramstein Air Base, Germany, is the contracting activity. HDT Global, Salon, Ohio, has been awarded a $17,581,114 fixed-price, incentive-firm modification (P00055) to contract FA8204-13-C-0010 for Transporter Erector Replacement Program (TERP) production. This modification exercises Lot Three, Option Three and provides the government five TERP units. Work will be performed at Cincinnati, Ohio; and Florence, Kentucky, and is expected to be completed Jan. 20, 2022. The total cumulative face value is $83,751,189. Fiscal 2020 missile procurement funds in the amount of $17,581,114 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity. The Boeing Co., St. Louis, Missouri, has been awarded a $13,000,000 indefinite-delivery/indefinite-quantity contract for the research and development for adaptive and robust control for hypersonic engagement research effort. The five-year contract will support research and development to comprehend and address impacts of complex flight environments on advanced weapon systems. Work will be performed in St. Louis, and is expected to be completed March 2025 for the initial task order. This award is the result of a competitive acquisition and one offer was received. Fiscal 2020 research, development, test and evaluation funds in the amount of $760,000 are being obligated at the time of award. Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity (FA8651-20-D-0036). Lockheed Martin Corp., King of Prussia, Pennsylvania, has been awarded a $7,329,960 cost-plus-fixed-fee contract for Joint Air-to-Surface Standoff Missile (JASSM) Operational Realtime Combat Analysis (ORCA) Increment Two. This contract provides for enhancements to the software package known as the JASSM ORCA Increment Two. Work will be performed in King of Prussia, Pennsylvania, and is expected to be complete by June 14, 2021. This award is the result of a sole-source acquisition. Fiscal 2020 operations and maintenance funds in the amount of $3,299,806 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin, Air Force Base, Florida, is the contracting activity (FA8682-20-C-0007). NAVY Vigor Marine LLC, Portland, Oregon, is awarded a $30,269,098 firm-fixed-price contract (N32205-20-C-4037) for a 120-calendar day shipyard availability for the post shakedown availability of the expeditionary sea base U.S. Ship Miguel Keith (T-ESB 5). The $30,269,098 consists of the amounts listed in the following areas: Category “A” work item costs, additional government requirement, other direct costs, and the general and administrative costs. Work will be performed in Portland, Oregon. Work will include the furnishing of general services, shipboard access, clean and gas free tank voids and cofferdams, machinery room to pump room watertight door, machinery space deck utilization plan, hull perimeter lighting, machinery space closed circuit television monitoring system and bow camera, install of the third air condition plant in forward house, aft house grey water system isolation, segregate grey and black water transfer line, forward main fire loop installation, aft house habitability mods and engineering control room No. 1 deck head install. Work is expected to be complete by December 2020. The contract includes options which, if exercised, will bring the total contract value to $30,985,070. Funds will be obligated on June 15, 2020. Contract completion will be December 2020. Contract funds in the amount of $30,269,098, excluding options, are obligated for fiscal 2021 using operations and maintenance (Navy) funds. This contract was competitively procured with proposals solicited via the beta.sam.gov website and one offer was received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-4037). Summer Consultants Inc.,* McLean, Virginia, is awarded a $30,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $30,000,000 for multi-discipline architect-engineer services for mechanical, electrical, plumbing and fire-protection within the Naval Facilities Engineering Command (NAVFAC), Washington area of operations (AO). All work on this contract will be performed at various Navy and Marine Corps facilities and other facilities within the NAVFAC Washington AO including, but not limited to, Maryland (40%); Virginia (40%); and Washington, D.C. (20%). The work primarily includes design and engineering services for new construction, major repairs, renovations and alterations. Design services may include, design and engineering concepts, contract documents, construction cost estimates, surveys, shop drawing reviews, construction consultation and inspection and the preparation of construction record drawings. Engineering services may include technical reports and studies, site investigations and programming concepts. Work is expected to be complete by June 2025. The term of the contract is not to exceed 60 months. No task orders are being issued at this time and no funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operations and maintenance. This contract was competitively procured via Navy Electronic Commerce Online website and 10 proposals were received. NAVFAC Washington, Washington, D.C., is the contracting activity (N40080-20-D-0017). BAE Systems Jacksonville Ship Repair, Jacksonville, Florida, is awarded a $20,447,455 cost-plus-award-fee modification to previously awarded contract N00024-19-C-2317 to exercise options for the U.S. Ship Delbert D. Black (DDG 119) post shakedown availability (PSA). Work will be performed in Jacksonville, Florida. The work to be performed will include correction of government-responsible trial card deficiencies, new work identified between custody transfers at the time of PSA. The incorporation of approved engineering changes will be included that were not incorporated during the construction period, which are not otherwise the building yard's responsibility under the ship construction contract. The PSA is accomplished within a period of approximately 16 weeks between the time of ship custody transfer to the Navy and the shipbuilding and conversion (Navy), obligation work limiting date. The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA. Work is expected to be complete by July 2021. Fiscal 2014 and fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $12,902,625 will be obligated at time of award. Funding will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. The University of California San Diego, San Diego, California, is awarded a $16,542,048 cost-plus-fixed-fee contract for the development of state-of-the-art improvements to unmanned systems and in situ ocean sampling. Work will be performed at the Scripps Institution of Oceanography, University of California San Diego, San Diego, California. The lines of effort will improve and implement new oceanographic sampling techniques and methods. Experimentation events will enable data collections to support the next generation of federated oceanographic data tasking, processing and dissemination for future warfighting and oceanographic applications. Work is expected to be completed by June 2025. The total cumulative value of this contract is $16,542,048. The base period is $16,542,048 and there are no proposed option periods. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $7,100,000 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under N00014-20-S-B001, “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science & Technology.” Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-20-C-2039). DEFENSE LOGISTICS AGENCY Honeywell International, doing business as Honeywell Aerospace-Tucson, Tucson, Arizona, has been awarded a maximum $27,243,370 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aircraft generator auxiliary power units in support of the Blackhawk helicopter platform. This was a limited acquisition as stated in Federal Acquisition Regulation 6.302-1 (a)(2). This is a five-year base contract with no option periods. Location of performance is Arizona, with a June 15, 2025, ordering period end date. Using military service is the Army. Type of appropriation is fiscal 2020 (Army) working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0054). Dixie Chemical Co. Inc., Pasadena, Texas, has been awarded a maximum $12,619,380 firm-fixed-price, requirements-type contract for high-density synthetic hydrocarbon jet propellant and priming fluid. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Locations of performance are Texas, Oklahoma, Utah, Michigan, Alabama, Virginia, California, Arizona, Louisiana, Connecticut, Florida, Tennessee and Colorado, with a June 15, 2025, performance completion date. Using military services are Air Force and Navy. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy – Aerospace Energy, San Antonio, Texas (SPE601-20-D-1510). U.S. TRANSPORTATION COMMAND UPDATE: Two additional companies, Eastern Airlines LLC., Wayne, Pennsylvania (HTC711-20-D-CC03); and USA Jet Airlines Inc., Belleville, Michigan (HTC711-20-D-CC04), have been awarded firm-fixed-price contracts under the Domestic Airlift Charter Services, Federal Aviation Administration Part 121, indefinite-delivery/indefinite-quantity, fixed price Contract at an estimated overall program value of $697,000,000. These funds were obligated on individual task orders issued among sixteen contracts. The program initially began in October 2018. The contracts provide domestic air cargo and passenger charter services. Services shall be provided for the Department of Defense and other federal government agencies. Work will be performed within the continental U.S., all U.S. territories, Mexico, Canada, and the Caribbean Islands. Performance is from June 15, 2020, to Sept. 30, 2023. Ordering is decentralized and will be determined at the task order level. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2220903/source/GovDelivery/

  • Space Force issues $47.5 million for prototype data transport service

    September 29, 2021 | International, C4ISR

    Space Force issues $47.5 million for prototype data transport service

    The U.S. Space Force believes its prototype network could serve as a foundation for future Joint All-Domain Command and Control capabilities.

  • Contract Awards by US Department of Defense - December 12, 2019

    December 13, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 12, 2019

    NAVY Ameresco Select Inc., Framingham, Massachusetts, is awarded a firm-fixed-price task order (N39430-19-F-9901) at $402,833,556, under a multiple award indefinite-delivery/indefinite-quantity contract for energy conservation measures at Norfolk Naval Shipyard, Portsmouth, Virginia. The work to be performed provides for the construction, operations and maintenance of energy conservations to improve energy efficiency and reliability, which include steam distribution upgrades to decrease steam energy loss, energy security upgrades for energy related process improvements, replacement of transformers to improve equipment reliability and water treatment plant improvements to reduce operational and safety risks. Work will be performed at Norfolk Naval Shipyard, Portsmouth, Virginia, and is expected to be completed by January 2043. No funds will be obligated with this award as private financing obtained by the contractor, will be used for the 36-month construction (i.e. implementation) phase of the project. Two proposals were received for this task order. The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity for the task order. Department of Energy, Office of Energy Efficiency & Renewable Energy, Golden, Colorado, is the contracting activity for the basic contract (DE-AM36-09GO29029). Lightforce USA Inc., doing business as Nightforce Optics,* Orofino, Idaho, is awarded a $53,735,930 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for Precision-Variable Power Scopes (P-VPS). This procurement is for the P-VPS Standard and the P-VPS Standard, Long Range. The P-VPS is a precision direct view optic with continuously variable magnification ranging from 3x to less than or equal to 7x and greater than or equal to 25x continuous zoom for U.S. Special Operations Command. Work will be performed in Orofino, Idaho, and is expected to be complete by December 2024. Fiscal 2020 defense procurement funding in the amount of $2,351,124 will be obligated at the time of award and will expire at the end of the current continuing resolution period. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-20-D-JQ57). Orion Construction Corp.,* Vista, California, is awarded a $32,363,000 firm-fixed-price contract for the construction of potable water distribution improvements at Marine Corps Base Camp Pendleton, California. The work to be performed provides for the construction of potable water supply pipelines to transport potable water from the 24 Area to the 20 Area potable water storage tanks on Marine Corps Base Camp Pendleton. This project provides necessary waterline valves, appurtenances and tie-ins to meet operational needs of the Southern Water System and meet applicable standards and codes. The contract also contains one unexercised deductive option, which, if exercised, would decrease cumulative contract value to $30,893,000. Work will be performed in Oceanside, California, and is expected to be completed by May 2022. Fiscal 2019 military construction, (Navy) contract funds in the amount of $32,363,000 are obligated on this award and the funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-C-0612). Jacobs Technology Inc., Tullahoma, Tennessee, is awarded a $30,429,224 indefinite-delivery/indefinite-quantity modification for the exercise of Option One to extend services for base operations support services at Naval Station Mayport, Marine Corps Support Facility, Blount Island, and outlying areas. The work to be performed provides for base operations support services to include port operations, facility investment, custodial, pest control, integrated solid waste management, other (swimming pools), grounds maintenance and landscaping, utilities management, electrical, wastewater, steam, water, base support vehicles and equipment and environmental. After award of this option, the total cumulative contract value will be $61,139,761. Work will be performed in Jacksonville, Florida, Naval Station Mayport (62%); Blount Island (37%); and outlying areas (1%). This option period is from January 2020 to December 2020. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) (O&M,N); fiscal 2020 operations and maintenance (Marine Corps); fiscal 2020 Navy working capital funds; and fiscal 2020 family housing O&M,N contract funds in the amount of $24,895,628 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-D-1800). VLJM LLC,* Fullerton, California, is awarded a maximum $25,000,000 indefinite-delivery/indefinite-quantity contract for paving construction alterations, renovations and repair projects at Naval Bases Ventura County, Port Hueneme, California. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of road paving projects. Work will be performed in Port Hueneme (50%); and Point Mugu (50%), California. The term of the contract is not to exceed 60 months with an expected completion date of December 2024. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-0014). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $18,055,674 modification (P00055) to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0004). This modification provides for the maintenance and operation of the Australia, Canada, United Kingdom Reprogramming Laboratory (ACURL). This effort includes sustainment support for all ACURL systems to include consumables for the F-35 aircraft in support of the governments of Australia, Canada and the United Kingdom. Work will be performed in Eglin, Florida, and is expected to be completed in February 2021. Non-U.S. Department of Defense participant funds in the amount of $18,055,674 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. Northrop Grumman, Charlottesville, Virginia, is awarded a $16,055,006 indefinite-delivery/indefinite-quantity (IDIQ), cost-plus-fixed-fee and firm-fixed-price delivery order for engineering and technical services for the design, development, testing, integration and system support of the AN/BPS-16(V)5 radar system. The work will be performed in Charlottesville, Virginia, and is expected to be completed by December 2020. The IDIQ ordering vehicle includes options, which, if exercised, would bring the cumulative value of this contract to $83,253,974 and expire in December 2024. Fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $410,000 will be obligated at time of award and will expire on Aug. 30, 2020. Fiscal 2019 other procurement (Navy) funding in the amount of $300,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured under the authority of 10 U.S Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1(a)(2)(ii), only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity (N00024-20-D-6203). Zero Waste Solutions Inc.,* Concord, California, is awarded a maximum $14,288,305 indefinite-delivery/indefinite-quantity firm-fixed-price contract for integrated solid waste management services at various Navy and Marine Corps installations within the San Diego metropolitan area, as well as three outlying naval training installations in the San Diego County area. The work to be performed provides for labor, supervision, management and materials (except those specified as government furnished), to perform various integrated solid waste management service functions as follows: refuse and recycling collection and disposal services. Initial task order is being awarded at $371,768 for integrated solid waste management services at Naval Base San Diego (45%); Marine Corps Air Station Miramar (24.2%); Naval Base Point Loma (23.7%); Marine Corps Recruit Depot (5.8%); Camp Michael Monsoor (0.6%); Remote Survival, Evasion, Resistance and Escape Camp Warner Springs (0.4%); and Camp Morena, California (0.3%). Work for this task order is expected to be completed by December 2020. The term of the contract is not to exceed 60 months with an expected completion date of December 2024. Fiscal 2020 operations and maintenance, Navy (O&M,N); operations and maintenance, Defense Health Program (O&M, DHP); and Navy working capital (NWC) contract funds in the amount of $371,768 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N; O&M, DHP; and NWC contract funds. This contract was competitively procured via the Federal Business Opportunities website with four proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-D-0015). DMR Consulting Inc.,* Panama City Beach, Florida, is awarded an $8,991,202 firm-fixed-price modification to previously awarded contract N61331-19-D-0002 to exercise the option for the depot level repair, overhaul and modification for the MK-105 Magnetic Minesweeping Gear. This option exercise is for depot level repair and maintenance of the MK105 Magnetic Minesweeping Gear. The MK105 Magnetic Influence Minesweeping System, better known as the "sled," is a high-speed catamaran hydrofoil platform, which is towed behind the MH-53E helicopter and is used to sweep magnetic influence mines. Work will be performed in Panama City, Florida, and is expected to be completed by December 2020. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity. ARMY HDR Architecture Inc., Seattle, Washington, was awarded a $25,000,000 firm-fixed-price contract for architectural and engineering. One bid was solicited with five bids received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 11, 2024. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-20-D-0001). Weeks Marine Inc., Covington, Louisiana, was awarded a $13,071,000 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in Plaquemines, Louisiana, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 Recovery Act; civil works and operation and maintenance funds in the amount of $13,071,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0007). AIR FORCE The Boeing Co., Seattle, Washington, has been awarded a $12,011,819 firm-fixed-price contract modification (P00047) to previously-awarded contract FA8625-16-C-6599 for the incorporation of two engine Airworthiness Directives (ADs) and 29 engine service bulletins (SBs) on the program's eight Genx-2B engines. This contract modification will allow for VC-25B operational benefits and cost efficiencies with the work being performed concurrently with the VC-25B-specific modifications to the program's 747-8 aircraft engines under the engineering and manufacturing development activity. This contract modification will allow for the avoidance of increased costs and operational capability interruptions to the presidential aircraft by allowing for the incorporation of the ADs and SBs prior to final delivery of the VC-25B aircraft. Work will be performed at San Antonio, Texas; and Peebles, Ohio, and is expected to be completed by November 2021. This award is the result of a sole-source acquisition. Fiscal 2019 research and development funds in the amount of $7,831,032 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2039244/source/GovDelivery/

All news