July 27, 2023 | International, Naval
AUKUS succeeds if US eases defense regulations for allies
The greater risk to our own national security is continuing to treat our technology as too precious to share.
August 7, 2019 | International, Aerospace, Naval, Land, C4ISR, Security
NAVY
Lockheed Martin Space, Littleton, Colorado, is awarded a maximum amount $405,770,000 un-priced letter contract modification PH0006 to a previously awarded and announced un-priced letter contract (N00030-19-C-0025) for the design, development, build and integration of large diameter rocket motors, associated missile body flight articles, and related support equipment for Army Intermediate Range Conventional Prompt Strike Weapon System flight test demonstrations. Work will be performed at Littleton, Colorado, with an expected completion date of Jan. 1, 2024. Fiscal 2019 research, development, test, and evaluation funds in the amount of $33,000,000 are being obligated on this award, which will not expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.
Brantley Construction Co. LLC,* Charleston, South Carolina (N69450-19-D-0916); CCI Group LLC,* Shalimar, Florida (N69450-19-D-0917); The Clement Group,* Montgomery, Alabama (N69450-19-D-0918); EG Designbuild LLC,* Germantown, Maryland (N69450-19-D-0919); GCB JV1,* Pensacola, Florida (N69450-19-D-0920); U-SMC DeMaria JV1 LLC,* Jacksonville, Florida (N69450-19-D-0921); and Windamir Development Inc.,* McDonough, Georgia (N69450-19-D-0922), are each awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build and design-bid-build construction contract for construction projects located within the Naval Facilities Engineering Command Southeast area of operations in north Florida/south Georgia. The maximum dollar value for the five-year ordering period for all seven contracts combined is $195,000,000. The work to be performed provides for, but is not limited to, general building type projects (new construction, renovation, alteration, demolition and repair work) including aviation and aircraft facilities; marine facilities; barracks and personnel housing facilities; administrative facilities; warehouses and supply facilities; training facilities; personnel support and service facilities, and security level facilities. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. Windamir Development Inc. is awarded the initial task order at $10,576,432 for P643 Reserve Training Building at Fort Benning. Work for this task order is expected to be completed by September 2021. All work on this contract will be performed in Florida (50%); and Georgia (50%). The term of the contract is not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 military construction (MILCON); and fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,582,432 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON (Navy); operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 40 proposals received. Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.
Lockheed Martin Corp., Marietta, Georgia, is awarded $16,465,887 for modification P00005 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-19-D-0014). This modification increases the ceiling of the contract to procure consumable parts and material, technical publications and engineering services in support of the C/KC-130J aircraft. Work will be performed in Marietta, Georgia (84.5%); Miramar, California (2.5%); Cherry Point, North Carolina (2.5%); Elizabeth City, North Carolina (2.5%); Fort Worth, Texas (2.5%); Abdullah Al-Mubarak Air Base, Kuwait (2.5%); Iwakuni, Japan (2.5%); and Greenville, South Carolina (0.5%), and is expected to be completed in December 2019. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Hydroid Inc., Pocasset, Massachusetts, is awarded a $15,826,493 indefinite-delivery/indefinite-quantity contract for engineering support and training services for the MK 18 Family of Systems– Unmanned Underwater Vehicle systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $84,024,996. Work will be performed in Pocasset, Massachusetts, and is expected to be complete by August 2020. If options are exercised, work will continue through August 2024. No funds are being obligated at this time. This contract is awarded on a sole-source basis in accordance with Federal Acquisition Regulation 6.302-1(a)(2) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-D-0010).
King Nutronics Corp.,* Woodland Hills, California, is awarded an $11,865,150 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for precision pressure standard systems to support the Naval Air Systems Command, Metrology and Calibration Program. The Naval Air Systems Command, Metrology and Calibration Program provides support to Navy depot level and intermediate calibration laboratories. The precision pressure standards systems provide the Naval Air Systems Command, Metrology and Calibration Program with the capability of providing inter-service calibration workload for the Air Force and Marine Corps. The precision pressure standards systems are used at intermediate level calibration laboratories afloat and ashore, as well as the depot level calibration laboratories to verify the accuracy and precision of test instruments such as dial pressure gauges and digital pressure measurement devices. Work will be performed in Woodland Hills, California, and is expected to be completed by August 2024. Fiscal 2019 aircraft procurement (Navy) funding in the amount of $263,670 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 in accordance with 10 U.S. Code 2304(c)(1) - only one source and no other supplies or services will satisfy agency requirements as implemented by Federal Acquisition Regulation 6.302-1. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-19-D-0003).
Raytheon Co., Keyport, Washington, is awarded $11,738,000 for firm-fixed-priced undefinitized delivery order N00024-19-F-6308 under indefinite-delivery/indefinite-quantity contract N61331-17-D-0001for deploy and retrieve systems in support of the AN/AQS-20 program. The highly specialized equipment under this contract will deploy, tow and retrieve the AN/AQS-20 sonar in support of mine hunting operations. The AN/AQS-20 is an advanced mine hunting sonar for the Littoral Combat Ship's Mine Countermeasures Mission package. Work will be performed in Keyport, Washington (90%); and Portsmouth, Rhode Island (10%), and is expected to be complete by October 2020. Fiscal 2019 other-procurement (Navy) funds in the amount of $5,751,620 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 in accordance with 10 U.S. Code 2304(c)(1): only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.
ARMY
ECS Federal LLC, Fairfax, Virginia, was awarded a $78,725,114 modification (P00003) to contract W911QX-18-C-0037 for machine learning and computer vision engineering. Work will be performed in Fairfax, Virginia, with an estimated completion date of July 16, 2022. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $35,847,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Hyman Brickle & Son,* doing business as Northwest Woolen Mills, Woonsocket, Rhode Island, has been awarded a maximum of $8,198,835 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This was a competitive acquisition with two responses received. This is a one-year base contract with two one-year option periods. Locations of performance are Rhode Island, Massachusetts, and North Carolina, with an Aug. 5, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1180).
Raytheon Co., Marlborough, Massachusetts, has been awarded a maximum $7,756,450 firm-fixed-price contract for multiple radio equipment components. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-time procurement contract with no option periods. Locations of performance are Virginia and Massachusetts, with a Nov. 17, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-19-F-DK0Q).
CORRECTION: The $49,019,871 contract announced on Aug. 1, 2019, for Sysco Raleigh LLC, Selma, North Carolina (SPE300-19-D-3230), included an incorrect award date. The correct award date is Aug. 2, 2019.
*Small Business
https://www.defense.gov/Newsroom/Contracts/Contract/Article/1927732/
July 27, 2023 | International, Naval
The greater risk to our own national security is continuing to treat our technology as too precious to share.
November 5, 2019 | International, Aerospace, Naval, Land, C4ISR, Security
DEFENSE LOGISTICS AGENCY Brothers Produce Inc.,* Friendswood, Texas, has been awarded a maximum $202,500,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with one response received. This is a 60-month contract with no option periods. Location of performance is Texas, with a Nov. 3, 2024, performance completion date. Using customers are Department of Agriculture schools. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-S736). Hesco Bastion Inc., North Charleston, South Carolina, has been awarded a maximum $24,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Expeditionary Barrier System. This is a 10-month, 300-day bridge contract. Locations of performance are South Carolina and the United Kingdom with a Sept. 1, 2020, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E6-20-D-0001). Frank Gargiulo & Son Inc.,* Hillside, New Jersey, has been awarded a maximum $16,483,500 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with one response received. This is a 54-month contract with no option periods. Locations of performance are New Jersey and New York, with a May 3, 2024, performance completion date. Using customers are Department of Agriculture schools. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-S737). NAVY Bell-Boeing Joint Project Office, Amarillo, Texas, is awarded a $146,039,547 modification (P00025) to a previously awarded cost-plus-fixed-fee, fixed-price-incentive-firm-target and firm-fixed-price contract (N00019-17-C-0015). This modification exercises the option to upgrade nine MV-22 aircraft from the Block B to the Block C configuration, as well as planned maintenance intervals for eight MV-22 aircraft, in support of the Common Configuration-Readiness and Modernization (CC-RAM) program. Work will be performed in Ridley Park, Pennsylvania (91%); and Fort Worth, Texas (9%), and is expected to be completed in March 2022. Fiscal 2018 and 2020 aircraft procurement (Navy - AP, N); and fiscal 2020 operation and maintenance (Navy – OM, N) funds in the amount of $146,039,547 will be obligated at time of award, $6,049,632 of which will expire at the end of the current fiscal year (Funding: fiscal 2018 AP, N $5,654,683; fiscal 2020 AP, N $139,989,915; and fiscal 2020 OM, N $394,949). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Space, Titusville, Florida, is awarded a $40,304,886 cost-plus-incentive-fee and cost-plus-fixed-fee modification (P00002) to exercise options under a previously awarded contract (N00030-19-C-0100) for TRIDENT II (D5) missile production and deployed systems support. Work will be performed in Denver, Colorado (28%); Sunnyvale, California (25.2%); Biddeford, Maine (14.7%); Cape Canaveral, Florida (12.5%); Clearwater, Florida (9.8%); Oak Ridge, Tennessee (4.4%); Scottsdale, Arizona (2.2%); and other various locations (less than 1% each, 3.2% total). Work is expected to be completed Sept. 30, 2024. Fiscal 2020 weapons procurement (Navy) funds in the amount of $32,016,540; and fiscal 2020 other procurement (Navy) funds for $8,288,346 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was awarded to the contractor on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $34,230,269 firm-fixed-price delivery order (N00019-20-F-0331) against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides for the non-recurring engineering, logistics product data, 28 Group A-1 retrofit kits, 28 Group A-2 retrofit kits, and 28 Group B retrofit kits for incorporation of the Distributed Targeting Processor-Network into the F/A-18 aircraft for the Navy and the Government of Australia. 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 2019 aircraft procurement (Navy) funds in the amount of $33,816,097; and Foreign Military Sales funds in the amount of $414,172 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. Lockheed Martin Corp., Orlando, Florida, is awarded a $20,700,000 firm-fixed price contract for the design, fabrication, procurement, delivery, installation, integration, configuration, technical documentation, test, modernization and concurrency of the Littoral Combat Ship Freedom Variant Integrated Tactical Trainer devices installed at Naval Station Mayport, Florida; and Naval Station San Diego, California. Work will be performed in Orlando, Florida (51%); Moorestown, New Jersey (35%); Baltimore, Maryland (8%); Clearwater, Florida (3%); and Marion, Massachusetts (3%), and is expected to be completed in March 2022. Fiscal 2019 other procurement (Navy) funds in the amount of $20,700,000 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 U.S. Code 2304(c)(1). The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-C-0003). Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded a $20,324,973 modification (P00272) to a previously awarded cost-plus-incentive-fee contract (N00019-06-C-0081) to provide System Demonstration Test Article Aircraft (SDTA) to support various test requirements under the System Development and Demonstration (SDD) program. The purpose of this contract modification is to definitize the costs associated with the instrumentation and transition of the aircraft between SDD and SDTA. Work will be performed in Stratford, Connecticut, and is expected to be completed in February 2021. No funding is included in this contract modification; this requirement will be incrementally funded. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. ARMY High Desert Support Services, Alexandria, Virginia, was awarded a $30,000,000 modification (P00019) to contract W9124B-18-C-0004 for installation support services. Work will be performed in Fort Irwin, California, with an estimated completion date of Oct. 31, 2020. Fiscal 2020 operation and maintenance, Army funds in the amount of $2,968,096 were obligated at the time of the award. U.S. Army Mission Installation Contracting Command, Fort Irwin, California, is the contracting activity. (Awarded Oct. 31, 2019) *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2008047/source/GovDelivery/
September 17, 2024 | International, Land