Back to news

September 17, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Contract Awards by US Department of Defense – September 16, 2020

AIR FORCE

Northrop Grumman Aerospace Systems, Redondo Beach, California, has been awarded a $298,044,362 firm-fixed-price Evolved Strategic Satellite Communications contract. This contract provides a payload to develop hardware and software. Work will be performed in Redondo Beach, California, and is expected to be completed May 2025. This is a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $31,190,000 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8808-20-C-0049).

L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $13,534,278, fixed-price incentive firm modification (P00008) to contract FA8823-20-C-0004 for system sustainment services Option Year 1. This modification updates and revises the maintenance of space situational awareness integrated capabilities sustainment performance work statement requirements for the current option year. Work will be performed in Colorado Springs, Colorado; and Dahlgren, Virginia, and is expected to be completed Jan. 31, 2021. Fiscal 2020 operations and maintenance funds in the amount of $21,165,500 are being obligated at the time of award. Total cumulative face value of the contract is $98,994,351. The Space and Missile Systems Center, Peterson Air Force Base, Colorado Springs, Colorado, is the contracting activity.

NAVY

Core Tech-Hawaiian Dredging LLC, Tamuning, Guam, is awarded a $42,876,637 firm-fixed-price contract for design and construction of Munitions Storage Igloos Phase 3 at Andersen Air Force Base. The work to be performed includes construction of 20 adequately sized, configured, sited and protected munitions storage igloos required to support forward-positioned munitions at Andersen Air Force Base, Guam. The facilities will include reinforced concrete foundations, rated 7-bar construction, floor slabs, columns, beams, lighting and electrical support, fire protection systems, lightning protection systems, intruder detection systems and all necessary supporting utilities for complete and usable facilities. The contract also contains four unexercised options, which if exercised, would increase cumulative contract value to $49,677,730. Work will be performed in Yigo, Guam, and is expected to be completed by June 2023. Fiscal 2020 military construction (Air Force) contract funds in the amount of $42,876,637 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with seven proposals received. Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-20-C-1324).

The Boeing Co., St. Louis, Missouri, is awarded a $41,437,959 cost-plus-fixed-fee contract. This contract provides intermediate level repair capability at Fleet Readiness Centers. Additionally, it provides for the development of support equipment to test and troubleshoot aircraft armament equipment specifically pylons, bomb rack units, sonobuoy launchers, armament control panel and the aft pneumatic source in support of the P-8A Poseidon aircraft. Work will be performed in St. Louis, Missouri (60%); Indianapolis, Indiana (30%); Whidbey Island, Washington (5%); and Jacksonville, Florida (5%), and is expected to be completed in September 2024. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $34,897,349; and fiscal 2019 aircraft procurement (Navy) funds in the amount of $6,540,610 will be obligated at time of award, $34,897,349 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)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-C-0843).

Lockheed Martin Rotary Mission Systems, Orlando, Florida, is awarded a $21,405,614 cost-plus-incentive-fee, cost-plus-fixed-fee, cost indefinite-delivery/indefinite-quantity contract. This contract procures the Electro-Optics fourth generation (EO4) console and replaces the legacy Electro-Optics third generation console configuration to mitigate obsolescence, decreased availability and rising sustainment costs. The EO4 console subsystem is hosted by the electronic Consolidated Automated Support System family of automatic test systems and is used to test, diagnose and repair the H-60 Multi-spectral Targeting System and F/A-18 Advanced Targeting Forward Looking Infrared weapon systems. This contract covers the EO4 program lifecycle with emphasis on the engineering and manufacturing development phase, which includes design and development, production and delivery of five engineering development models, spares and calibration equipment as well as support for integration, test and other program requirements. Work will be performed in Orlando, Florida, and is expected to be completed in September 2023. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal and two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0935).

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded a $20,306,232 cost-plus-fixed-fee contract modification (P00017) to previously awarded and announced contract N00030-19-C-0007 to provide logistics engineering and integration support of the U.S. Ohio-class and UK Vanguard-class Strategic Weapon System (SWS) platforms, including support of future concepts. Work will be performed in Saint Mary's, Georgia (45.4%); Mechanicsburg, Pennsylvania (30.1%); Rockville, Maryland (13.6%); Silverdale, Washington (2.9%); Portsmouth, Virginia (1%); Mount Dora, Florida (1%); New Market, Maryland (1%); Carlisle, Pennsylvania (1%); Mooresboro, North Carolina (1%); Mesa, Arizona (1%), Saint Simons Island, Georgia (1%); and St. Peters, Missouri (1%), with an expected completion date of Sept. 30, 2021. Subject to the availability of funding, fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $16,641,589; and United Kingdom funds in the amount of $3,664,643 will be obligated. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1)(4). Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-19-C-0007).

Shape Construction Inc.,* Poulsbo, Washington, is awarded a $13,726,809 firm-fixed-price task order (N44255-20-F-4357) under a multiple award construction contract to construct the Navigation, Seamanship and Shiphandling Trainer (NSST) Naval Station Everett, Washington. The work to be performed involves the renovation of Bldg. 2200 on Naval Station Everett into a multi-level space for the installation of the NSST. Renovation will include, but is not limited to, supports, power, data pathways, curtain supports and infrastructure, structural modifications, a new elevator, removal of existing equipment, replacement of roof, design and construction of a perimeter wall, and all utility and system interfaces for the new space. Work will be performed in Everett, Washington, and is expected to be completed by March 2022. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $13,726,809 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4006).

Communications and Power Industries LLC, Beverly, Massachusetts, is awarded a $13,211,358 firm-fixed-price contract for the procurement of 60 precision approach landing systems radio frequency components and assemblies in support of the Naval Air Warfare Center Aircraft Division Webster Outlying Filed Air Traffic Control and Landing Systems Division. Work will be performed in Beverly, Massachusetts, and is expected to be completed in September 2025. No funds are being obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0047).

Salmons Dredging Corp.,* Charleston, South Carolina, is awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $12,000,000 for crane rental and crane operator services at Joint Base Charleston, South Carolina. The initial task order is being awarded at $3,753,761 for barge crane and mobile crane rental and operator services at the Nuclear Power Training Unit, Goose Creek, South Carolina. Work for this task order is expected to be completed by June 2021. All work on this contract will be performed in Goose Creek, South Carolina. The term of the contract is not to exceed 60 months with an expected completion date of September 2025. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $4,880 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 beta.SAM.gov website with one proposal received. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-D-0062).

The Clement Group LLC,* Montgomery, Alabama, is awarded a $10,933,245 firm-fixed-price task order (N69450-20-F-0894) under a multiple award construction contract for a police station and emergency operations center (EOC) facility at Marine Corps Support Facility (MCSF), Blount Island, Florida. The work to be performed provides for the construction of a new two-story police station and EOC facility within MCSF Blount Island. The new facility will be masonry with a metal roof, special foundations and emergency power circuits and will feature sustainable technologies. The options, if exercised, provide for furniture, fixtures and audio visual equipment. The task order also contains two unexercised options, which if exercised, would increase the cumulative task order value to $12,014,234. Work will be performed in Jacksonville, Florida, and is expected to be completed by March 2022. Fiscal 2020 military construction (Marine Corps) contract funds in the amount of $10,933,245 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-0918).

Leidos Inc. Reston, Virginia, was awarded a $7,090,632 cost-plus-fixed-fee task order issued under a General Services Administration (GSA) One Acquisition Solution for Integrated Services (OASIS) indefinite-delivery/indefinite-quantity contract. This task order provides research support services to the chief science executive and the Research Services Directorate at the Naval Health Research Center (NHRC), San Diego, California, by conducting high-level technical and programmatic support tasks on various Navy and Marine Corps projects and contractor assistance in program execution. Work will be performed onsite at NHRC in San Diego, California, and is expected to be completed by September 2024. The base period of performance under this task order will be awarded with fiscal 2020 Navy research, development, test and evaluation (RDT&E) funds. Fiscal 2020 Navy RDT&E funding in the amount of $752,337 will be placed on the task order at time of award and the remainder will be incrementally funded. The total aggregate value of the task order for the base period and three option periods is $7,090,632. This task order was competitively solicited to all OASIS Unrestricted Pool 4 large business award holders with one offer received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-20-F-0263). (Awarded Sept. 14, 2020)

ARMY

Chavis Inc., Maxton, North Carolina (W91247-17-D-0015, P00002); Outside the Box LLC, Richmond, Virginia (W91247-17-D-0014, P00002); CMC Building Inc., Bolton, North Carolina (W91247-17-D-0013, P00002); Lifecycle Construction Services LLC, Fredericksburg, Virginia (W91247-17-D-0017, P00002); and W4 Construction Group, Kalamazoo, Michigan (W91247-17-D-0018, P00002), were awarded $36,0000 in modifications to execute a broad range of maintenance, repair and minor construction projects at Fort Bragg, North Carolina. Bids were solicited via the internet with 17 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2022. U.S. Army 419th Contracting Support Brigade, Fort Bragg, North Carolina, is the contracting activity.

Critical Solutions International, Charleston, South Carolina, was awarded a $35,685,503 modification (P00012) to contract W56HZV-17-D-0045 for support of the Husky 2G Vehicle-Mounted Mine Detection. Work will be performed in Charleston, South Carolina, with an estimated completion date of Sept. 30, 2022. Fiscal 2020 and 2021 Pseudo-Foreign Military Sales funds in the amount of $35,685,503 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Intercontinental Construction Contracting Inc.,* Passaic, New Jersey, was awarded a $23,566,504 firm-fixed-price contract for renovation of the Caven Point Army Reserve Center Facility. Bids were solicited via the internet with four received. Work will be performed in Jersey City, New Jersey, with an estimated completion date of March 18, 2022. Fiscal 2020 operations and maintenance (Army Reserve) funds in the amount of $23,566,504 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0036).

Nova Group Inc., Napa, California, was awarded a $22,124,000 firm-fixed-price contract for Ellsworth Type III Hydrant Fuel System installation. Bids were solicited via the internet with three received. Work will be performed in at Ellsworth Air Force Base, South Dakota, with an estimated completion date of Nov. 15, 2022. Fiscal 2016 and 2020 military construction (defense-wide) funds in the amount of $22,124,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-C-0039).

Nova Group Inc., Napa, California, was awarded a $16,577,550 firm-fixed-price contract to replace and construct a new jet fuel complex at the Fresno Air National Guard Base. Bids were solicited via the internet with five received. Work will be performed in Fresno, California, with an estimated completion date of Sept. 23, 2022. Fiscal 2016 and 2018 military construction (defense-wide) funds in the amount of $16,577,550 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0022).

Rice Lake Contracting Corp., Deerwood, Minnesota, was awarded a $15,286,000 firm-fixed-price contract for waste water treatment plant alterations at Fort McCoy. Bids were solicited via the internet with three received. Work will be performed at Fort McCoy, Wisconsin, with an estimated completion date of July 13, 2022. Fiscal 2020 operations and maintenance (Army Reserve) funds in the amount of $15,286,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-C-0043).

Messer Construction Co., Cincinnati, Ohio, was awarded an $11,471,000 firm-fixed-price contract for addition and alteration of an aircraft maintenance hangar at Grissom Air Reserve Base. Bids were solicited via the internet with three received. Work will be performed in Grissom, Indiana, with an estimated completion date of March 10, 2022. Fiscal 2020 military construction (Air Force Reserve) funds in the amount of $11,471,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0039).

Canvas Inc.,* Huntsville, Alabama, was awarded a $9,015,348 time-and-materials contract for programmatic service support for the Aviation Mission Systems and Architecture program office. Bids were solicited via the internet with five received. Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 15, 2021. Fiscal 2020 aircraft procurement (Army); operations and maintenance (Army); research, development, test and evaluation (Army); and Foreign Military Sales (Afghanistan, Albania, Croatia, Greece, Jordan, Latvia, Morocco, Netherlands, Saudi Arabia, Spain, Taiwan, and United Arab Emirates) funds in the amount of $9,015,348 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-F-D003).

DEFENSE LOGISTICS AGENCY

Mount Rogers Community Services,** Atkins, Virginia, has been awarded a maximum $14,834,277 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for advanced combat shirts. This is a one-year base contract with two one-year option periods. Locations of performance are Virginia, Florida, and Kentucky, with a Sept. 15, 2021, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-N120).

The National Industries for the Blind,** Alexandria, Virginia, has been awarded a maximum $14,834,277 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for advanced combat shirts. This is a one-year base contract with two one-year option periods. Locations of performance are Virginia, Texas, North Carolina, and New York, with a Sept. 15, 2021, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-B090).

M&M Manufacturing,*** Lajas, Puerto Rico, has been awarded a maximum $9,213,750 modification (P00015) exercising the first one-year option period of an 18-month base contract (SPE1C1-19-D-1145) with three one-year option periods for various types of blouses and coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a Sept. 19, 2021, ordering period end date. Using military services are Navy, Army and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

U.S. TRANSPORTATION COMMAND

Amyx Inc., Reston, Virginia, has been awarded a $10,352,459 modification (P00044) for contract HTC711-17-F-D001 providing continued non-personal advisory and assistance service support providing functional, engineering and resource management services for entire acquisition lifecycles for information technology systems supported and in support of the U.S. Transportation Command and other associated supporting organizations. Work will be performed at Scott Air Force Base, Illinois. The option period of performance is from Oct. 1, 2020, through Sept. 30, 2021. Fiscal 2021 transportation working capital (TWCF) operating funds; TWCF capital funds; and operations and maintenance funds will be obligated on Oct. 1, 2020. This modification brings the total cumulative face value of the contract to $48,590,167 from $ $38,237,708. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

UPDATE: The contract ceiling for the award announced on Sept. 3, 2020, to Hewlett Packard Enterprise, Reston, Virginia (HC1084-20-D-0009), for Enterprise Storage Solutions (ESS) III for Defense Information Systems Agency's Operations Center, has been updated to $640,000,000 from $79,452,482. The face value of this action is $70,250,013. The period of performance for the base period has also been revised to Oct. 1, 2020, through Sept. 30, 2025, and the option years follow consecutively through Sept. 30, 2030.

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2350212/source/GovDelivery/

On the same subject

  • Two US aircraft carriers to stay in Middle East after Hezbollah attack

    August 26, 2024 | International, Aerospace

    Two US aircraft carriers to stay in Middle East after Hezbollah attack

    It's the latest deployment extension of a Navy aircraft carrier in the Middle East, as concerns continue over the potential of a regional war erupting.

  • Contract Awards by US Department of Defense - February 6, 2019

    February 7, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - February 6, 2019

    NAVY BAE Systems Information and Electronic Systems Integration Inc., Hudson, New Hampshire, is awarded $225,034,247 for firm-fixed-price delivery order N0001919F2701 against a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-17-D-5517) to procure 9,999 additional Lot 7, full-rate production units of the Advanced Precision Kill Weapon System (APKWS) II. The procurement of the additional APKWS II weapons will upgrade the current 2.75-inch rocket system to a semi-active laser guided precision weapon in support of the Army, Navy, Marine Corps, Air Force and the governments of Nigeria and the Netherlands. Work will be performed in Hudson, New Hampshire (70 percent); and Austin, Texas (30 percent), and is expected to be completed in September 2020. Fiscal 2019 procurement of ammunition (Army, Navy and Marine Corps and Air Force); and Foreign Military Sales funds in the amount of $225,034,247 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. BAE Systems Norfolk Ship Repair, Norfolk, Virginia, was awarded an $114,563,249 firm-fixed-price contract for the execution of USS Bulkeley (DDG 84) fiscal 2019 depot maintenance period Chief of Naval Operations availability. This availability will include a combination of maintenance, modernization, and repair of USS Bulkeley. This is a “long-term” availability and was competed on a coast-wide (East coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $136,226,668. Work will be performed in Norfolk, Virginia, and is expected to be completed by June 2020. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $114,563,249 will be obligated at time of award, $85,275,770 of which will expire at the end of the fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with three offers received in response to Solicitation No. N00024-18-R-4448. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4448). (Awarded Feb. 1, 2019) Marine Hydraulics International Inc. (MHI), Norfolk, Virginia, was awarded a $103,384,447 firm-fixed-price contract for the execution of USS Gunston Hall (LSD 44) fiscal 2019 Chief of Naval Operations-scheduled dry-docking selected restricted availability. This availability will include a combination of maintenance, modernization and repair of USS Gunston Hall. This is a “long-term” availability and was competed on a coast-wide (East Coast) basis without limiting the place of performance to the vessel's homeport. MHI will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $149,237,975. Work will be performed in Norfolk, Virginia, and is expected to be completed by April 2020. Fiscal 2019 operations and maintenance (Navy) funding; and fiscal 2019 other procurement (Navy) funding in the amount of $103,384,447 will be obligated at time of award, and $103,159,625 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with three offers received in response to solicitation N00024-18-R-4448. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4450). (Awarded Feb. 1, 2019) General Dynamics NASSCO-Norfolk, Norfolk, Virginia, was awarded a $67,179,025 firm-fixed-price contract for the execution of USS Arleigh Burke (DDG 51) fiscal 2019 dry-docking selected restricted availability Chief of Naval Operations availability. This availability will include a combination of maintenance, modernization, and repair of USS Arleigh Burke. This is a “long-term” availability and was competed on a coast-wide (East Coast) basis without limiting the place of performance to the vessel's homeport. NASSCO will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $74,718,063. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $67,179,025 will be obligated at time of award and will expire at the end of the current fiscal year. Work will be performed in Norfolk, Virginia, and is expected to be complete by November 2019. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with three offers received in response to solicitation No. N00024-18-R-4448. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4449). (Awarded Feb. 1, 2019) Group W Inc., Vienna, Virginia, is awarded a $24,999,999 indefinite-delivery/indefinite-quantity, firm-fixed-price contract with a five-year ordering period for research and innovative technical analysis support services for the Marine Corps Operations Analysis Directorate. Work will be performed in Vienna, Virginia. Work is expected to be completed within the delivery dates set forth in each task order. The ordering period will commence on Feb. 5, 2019 and end on Feb. 4, 2024. No funds will be obligated at the time of award. Funding on this contract will be obligated at the task order level. Operations and maintenance (Marine Corps), and research and development (Marine Corps and Navy) funding will be used for the task orders. Fiscal 2019, operations and maintenance (Marine Corps) funds in the amount of $950,200 will be obligated for task orders one and two and will expire at the end of the current fiscal year. This contract was competitively procured via solicitation on the Federal Business Opportunities website, with three proposals received. The Marine Corps Installations Command, National Capital Region, Regional Contracting Office Quantico, Virginia, is the contracting activity (M00264-19-D-0007). PAE Aviation and Technical Services LLC, Arlington, Virginia, is awarded a $23,000,000 firm-fixed-price, indefinite-delivery, requirements contract. This contract provides continued Contractor Instruction, Maintenance, Operations and Training Support (CIMOTS). CIMOTS will support the national strategic sealift Cargo Offload Discharge System requirements and facilitate training for the Improved Navy Lighterage System powered and non-powered craft at Expeditionary Warfare Training Groups, Pacific and Atlantic. Work will be performed in Coronado, California (90 percent);and Norfolk, Virginia (10 percent), and is expected to be completed in December 2023. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-19-D-1020). General Atomics, San Diego, California, is awarded $8,417,378 for ceiling-priced delivery order N00383-19-F-NA05 under previously awarded basic ordering agreement (N00383-18-G-NA01) for the manufacture of 17 various line items for initial spares acquisition in support of the Electromagnetic Aircraft Launch System for use on aircraft carriers. Work will be performed in Tupelo, Mississippi, and work will be completed by January 2022. Working capital funds (Navy) in the amount of $6,313,034 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. ARMY MDM Construction,* Rockford, Illinois (W911SA-19-D-2005); Greenstone Construction,* Fargo, North Dakota (W911SA-19-D-2006); Richard Group,* Glenview, Illinois (W911SA-19-D-2007); Allcon Construction,* Butler, Wisconsin (W911SA-19-D-2008); Progressive Construction Services,* Janesville, Wisconsin (W911SA-19-D-2009); JMJ Construction,* Baraboo, Wisconsin (W911SA-19-D-2010); Relyant Global,* Maryville, Tennessee (W911SA-19-D-2011); RHI Construction Services,* West Haven, Utah (W911SA-19-D-2012); Platt Construction,* Franklin, Wisconsin (W911SA-19-D-2013); and Signature Renovations,* Capitol Heights, Maryland (W911SA-19-D-2014), will compete for each order of the $45,000,000 firm-fixed-price contract for Fort McCoy, Wisconsin, Department of Public Works construction. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 14, 2024. U.S. Army Mission and Installation Contracting Command, Fort McCoy, Wisconsin, is the contracting activity. Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $26,182,720 modification (P00136) to contract W31P4Q-13-C-0129 to procure Command Launch Unit retrofits. Work will be performed in Tucson, Arizona, with an estimated completion date of Aug. 31, 2021. Fiscal 2018 other procurement, Army funds in the amount of $26,182,720 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Social Services Missouri Dept., Jefferson City, Missouri, was awarded a $19,195,300 modification (P00003) to contract W911S7-18-C-0011 for full food service. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Aug. 5, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $19,195,300 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Leonard Wood, Missouri, is the contracting activity. Valiant Government Services LLC, Hopkinsville, Kentucky, was awarded a $16,255,102 modification (P00009) to contract W91278-18-C-0011 for operations and maintenance services. Work will be performed in Natick, Massachusetts; Daleville, Alabama; Silver Spring, Maryland; Aberdeen, Maryland; Frederick, Maryland; and Dover, Delaware, with an estimated completion date of Feb. 6, 2020. Fiscal 2019 operations and maintenance Army; and research, development, test and evaluation funds in the amount of $16,255,102 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. Panamerican Consultants Inc.,* Memphis, Tennessee, was awarded a $7,500,000 firm-fixed-price contract for cultural resources related services. 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 Feb. 6, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0003). R. Christopher Goodwin & Associates Inc.,* New Orleans, Louisiana, was awarded a $7,500,000 firm-fixed-price contract for cultural resources related services. 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 Feb. 6, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0006). Coastal Environments Inc.,* Baton Rouge, Louisiana, was awarded a $7,500,000 firm-fixed-price contract for cultural resources related services. 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 Feb. 6, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0007). MISSILE DEFENSE AGENCY General Atomics Electromagnetic Systems, San Diego, California, is being awarded a $30,900,000 cost-plus-fixed-fee contract modification (P00013) to a previously awarded contract (HQ0277-l 7-C-0001). The value of this contract is increased from $37,850,000 to $68,750,000. Under this modification, the contractor will continue to demonstrate passive Missile Defense Agency configured MQ-9 unmanned aerial vehicles in Ballistic Missile Defense System tests. The work will be performed in San Diego, California. Fiscal 2019 research, development, test and engineering funds in the amount of $l,445,000 are being obligated at the time of award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity (HQ0277-17-C- 0001). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1750408/source/GovDelivery/

  • Report: Army’s new modernization command risks cost overruns and delays

    January 24, 2019 | International, Land

    Report: Army’s new modernization command risks cost overruns and delays

    By: Meghann Myers When the Army first announced its intention to stand up a new four-star Futures Command, senior leadership said the days of years-long, expensive modernization programs and murky requirements were over. While failing early and often can prevent some of those issues before an idea becomes a program of record, there are still some risks that, by trying to be a more nimble and innovative enterprise, AFC could still run into cost increases and drawn-out timelines if it jumps too hard on emerging technologies, according to a Government Accountability Office report released Wednesday. “There are a variety of ways to fail when it comes to developing these technologies,” Jon Ludwigson, the GAO's acting director of contracting and national security acquisitions, told Army Times in a Wednesday phone interview. “I guess the way that I would look at it is, you can make sure that you have it right, or hope that you'll get it right.” The study was mandated by the 2018 National Defense Authorization Act, to take the temperature of Futures Command as it stood up. The Army officially activated the command in August, headquartered at the University of Texas in Austin. In general, the report found, the Army has applied best practices that GAO has previously touted, including close collaboration with senior leadership. On the other hand, the report found, there were a couple things that could be improved. AFC's plans to develop weapons systems with emerging technology could come back to hurt it, the report said. “GAO has raised concerns about this type of practice for almost two decades for other Army acquisitions, because proceeding into weapon systems development at earlier stages of technology maturity raises the risk that the resulting systems could experience cost increases, delivery delays, or failure to deliver desired capabilities,” according to the report. The GAO, Lugwigson said, is wary of creating programs around emerging technologies, before having a chance to test them in an operational environment. “As the Army identifies the capability, there are technologies that are used to achieve that capability,” he said. “What GAO has found is, there's an advantage to maturing those technologies before you begin what's called a program of record.” https://www.armytimes.com/news/your-army/2019/01/23/report-armys-new-modernization-command-risks-cost-overruns-and-delays

All news