Back to news

October 2, 2023 | International, Aerospace

Italian Navy’s NH90 helicopter deliveries complete as state-of-the-art mission simulation centre is established at Maristaeli Luni Base

The new simulation environment allows for the SH-90 and MH-90 crews to be trained with the highest level of fidelity and accuracy to carry out missions in any kind of operational...

https://www.epicos.com/article/775588/italian-navys-nh90-helicopter-deliveries-complete-state-art-mission-simulation-centre

On the same subject

  • Contract Awards by US Department of Defense - November 08, 2019

    November 8, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 08, 2019

    DEFENSE LOGISTICS AGENCY Cardinal Health 200 LLC, Waukegan, Illinois, has been awarded a maximum $2,250,000,000 modification (P00023) exercising the first 30-month option period of a 30-month base contract (SPE2DV-17-D-0001) with three 30-month option periods for worldwide ordering and distribution of consumable, commercial, brand name and generic medical surgical supplies. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Alabama, Alaska, Arizona, California, Colorado, Florida, Georgia, Hawaii, Illinois, Indiana, Iowa, Kentucky, Louisiana, Maryland, Massachusetts, Michigan, Minnesota, Mississippi, Missouri, Nebraska, New Jersey, New Mexico, New York, North Carolina, Ohio, Oklahoma, Oregon, Pennsylvania, Tennessee, Texas, Utah, Virginia and Washington, with a June 6, 2022, performance completion date. Using customers are Air Force, Army, Navy, Marine Corps, Coast Guard and federal civilian agencies. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Owens and Minor Distribution Inc., Mechanicsville, Virginia, has been awarded a maximum $1,125,000,000 modification (P00018) exercising the first 30-month option period of a 30-month base contract (SPE2DV-17-D-0002) with three 30-month option periods for worldwide ordering and distribution of consumable, commercial, brand name and generic medical surgical supplies. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Alabama, Alaska, Arizona, California, Colorado, Florida, Georgia, Hawaii, Illinois, Indiana, Iowa, Kentucky, Louisiana, Maryland, Massachusetts, Michigan, Minnesota, Mississippi, Missouri, Nebraska, New Jersey, New Mexico, New York, North Carolina, Ohio, Oklahoma, Oregon, Pennsylvania, Tennessee, Texas, Utah, Virginia and Washington, with a June 6, 2022, performance completion date. Using customers are Air Force, Army, Navy, Marine Corps, Coast Guard and federal civilian agencies. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, has been awarded a maximum $24,942,879, firm-fixed-price contract for receiver transmitters. This was a sole-source acquisition using justification 10 U.S.C. 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year, two-month contract with no option periods. Location of performance is Rhode Island, with a Jan. 31, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2023 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-F-LY00). Mayfield Dairy Farms LLC, Marietta, Georgia, has been awarded a maximum $19,057,500 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for milk and dairy products. This was a competitive acquisition with one response received. This is a 36-month contract with no option periods. Location of performance is Georgia, with a Nov. 19, 2022, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D V350). Peck and Hale LLC, W. Sayville, New York, has been awarded a maximum $13,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production of spare parts in support of the MK-2551 A/U grounding kit. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is New York, with a Nov. 6, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-20-D-0009). NAVY Ameresco Select Inc., Framingham, Massachusetts, is awarded firm-fixed-price task order (N3943020F9904) at $170,993,668, under a multiple award, indefinite-delivery/indefinite-quantity, energy savings performance contract at Portsmouth Naval Shipyard. The work to be performed provides for the construction, operations, and maintenance of energy conservations to improve energy efficiency and reliability, which includes compressed air upgrades, motor and pump replacements, micro-grid for energy security, power plant improvements and steam traps. Work will be performed at Portsmouth Naval Shipyard, Kittery, Maine, and is expected to be completed in 23 years and four months by January 2044. No funds will be obligated with this award, as private financing obtained by the contractor will be used for the 28-month construction/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 and Renewable Energy, Golden, Colorado, is the contracting activity for the basic contract (DE-AM36-09GO29029). J.F. Taylor Inc.,* Lexington Park, Maryland, is awarded a $109,433,818 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for development of simulation systems and software to support training activities as well as acquisition development and lifecycle support for the Integrated Battlespace Simulation and Test Department, Naval Air Warfare Center Aircraft Division 5.4.3, Simulation Division. Work will be performed in Lexington Park, Maryland (75%); and Patuxent River, Maryland (25%), and is expected to be completed in November 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured, as a small business set-aside, via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0008). Bell-Boeing Joint Project Office, Amarillo, Texas, is awarded a $68,189,550 cost-plus-fixed-fee, firm-fixed-price order (N0001920F0315) against a previously issued basic ordering agreement (N00019-17-G-0002). This order provides non-recurring and recurring engineering associated with the development, qualification test, integration, airworthiness substantiation, flight test demonstration and validation/verification of the government of Japan unique configuration into MV-22B Block C aircraft and the MV-22 Containerized Flight Training Device. This effort also includes logistics and training efforts, to include post-delivery reach-back support, aircraft preservation and de-preservation, storage, aircraft transit support as well as the remaining unique kits and installs in support of the government of Japan. Work will be performed in Ridley Park, Pennsylvania (50.8%); Fort Worth, Texas (27.2%); Hyogo, Japan (6.9%); Chantilly, Virginia (6.7%); Huntsville, Alabama (2.2%); Olathe, Kansas (0.8%); Red Oak, Texas (0.7%); Bangalore, Indiana (0.6%); various locations within the continental U.S. (3%); and various locations outside the continental U.S. (1.1%), and is expected to be completed in August 2024. Foreign Military Sales funds for $68,189,550 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. KBR Diego Garcia LLC, Houston, Texas, is awarded a $60,635,283 modification for the exercise of the option two under an indefinite-delivery/indefinite-quantity contract for base operations support services at U.S. Navy Support Facility Diego Garcia. After award of this option, the total cumulative contract value will be $178,629,215. The work to be performed provides for general management and administration services; command and staff (information technology services, information technology support and management, telephone services, telecommunication services, antenna maintenance); public safety (fire protection and emergency services); air operations (ground electronics, airfield facilities, and passenger terminal and cargo handling); port operations; supply (supply services and petroleum, oil and lubricant management and operations, and ship's store service activities); morale, welfare and recreation support; galley; bachelor quarters; facilities support (facility management, facility investment sustainment, restoration and modernization, custodial, pest control, integrated solid waste management, grounds maintenance, and pavement clearance); utilities (electrical, compressed gases, wastewater, steam, hot water and demineralized water, and potable water); base support vehicles and equipment; and environmental to provide integrated base operating services. Work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by November 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance (Navy and Air Force); and fiscal 2020 non-appropriated funds in the amount of $42,168,950 for recurring work will be obligated on individual task orders issued during the option period, of which $42,168,950 will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Far East, Yokosuka, Japan, is the contracting activity (N62742-17-D-3600). Lockheed Martin Corp., Rotary and Mission Systems, Syracuse, New York, is awarded a $13,968,568 cost-plus-fixed-fee and cost-only modification to previously-awarded contract N00024-18-C-5300 to exercise options for AN/SLQ-32(V)6 design agent engineering services and travel. This option exercise is for engineering services and travel for the AN/SLQ-32(V)6 design agent contract under the Surface Electronic Warfare Improvement Program (SEWIP). SEWIP is an evolutionary acquisition and incremental development program. AN/SLQ-32(V)6 upgrades the existing AN/SLQ-32(V) electronic warfare system by incorporating SEWIP Block 1B3 and SEWIP Block 2 systems. Work will be performed in Syracuse, New York, and is expected to be completed by September 2020. Fiscal 2020 operation and maintenance (Navy); and fiscal 2020 other procurement (Navy) funding for $3,017,000 will be obligated at time of award, and $617,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Vigor Marine LLC, Portland, Oregon, is awarded a $7,706,240 firm, fixed-price contract (N3220520C4004) for a 50-calendar day shipyard availability for the mid-term availability of the USNS Yukon (T-AO 202). The $7,706,240 consists of the amounts listed in the following areas: Category “A” work item cost, additional government requirement, other direct costs, and the general and administrative costs. Work will include furnish general services, shipboard access and security, clean and gas free tanks, voids, cofferdams and spaces, tank deck overhead preservation, window regasketing and repair, aft mooring station overhead preservation, deck preservation, tie down replacement, pump room bilge preservation, miscellaneous steel replacement, tank preservation, house preservation, bridge, 06 level, radio air handler overhaul, accommodation vent system cleaning, highling cargo winch and motor, and winch refurbishment. The contract includes options, which, if exercised, would bring the total contract value to $8,825,852. Funds will be obligated Nov. 7, 2019. Contract completion will be Feb. 24, 2020. Work will be performed in Portland, Oregon, and is expected to begin Jan. 6, 2020. Contract funds for $7,706,240 excluding options, are obligated for fiscal 20 using (Navy) working capital funds. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website and two offers were received. The U.S. Navy's Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220520C4004). Raytheon Co., Marlborough, Massachusetts, is awarded a $7,590,539 firm-fixed-price modification to a previously awarded contract N00024-14-C-5315 to procure provisioned item spares for the Air and Missile Defense Radar (AMDR) program and radar suite controller low-rate initial production. This modification will provide provisioned item spares for combat systems engineering development site power equipment and development back-end processing equipment group to support AMDR and radar suite controller low-rate initial production. Work will be performed in Cerritos, California (91%); and Marlborough, Massachusetts (9%), and is expected to be completed by June 2020. Fiscal 2018 shipbuilding and conversion (Navy) funding for $7,590,539 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, District of Columbia, is the contracting activity. ARMY Weeks Marine Inc., Covington, Louisiana, was awarded a $151,305,750 firm-fixed-price contract for Savannah Harbor expansion project, maintenance and dredging. Bids were solicited via the internet with four received. Work will be performed in Savannah, Georgia, with an estimated completion date of Feb. 1, 2022. Fiscal 2020 civil construction, operations and maintenance funds in the amount of $151,305,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-20-C-5001). CDO Technologies Inc.,* Dayton, Ohio (W52P1J-20-D-0001); and Lowry Holding Company Inc.,* (W52P1J-20-D-0002) will compete for each order of the $48,100,712 firm-fixed-price contract for Automatic Identification Technology data communications, hardware, software, documentation, incidental services, technical engineering services, training and warranty. 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. 10, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded a $13,800,336 firm-fixed-price contract for Tybee Island shore protection project. Bids were solicited via the internet with two received. Work will be performed in Savannah, Georgia, with an estimated completion date of Feb. 16, 2020. Fiscal 2018 and 2020 river and harbor contributed; and civil construction funds in the amount of $13,800,336 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-20-C-5002). AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $22,482,383 contract for Laser Small Diameter Bomb all up rounds and warhead shipping containers. This contract provides 522 all up rounds and 131 warhead shipping containers for use by U.S. Special Operations Detachment 1. Work will be performed at St. Louis, Missouri, and is expected to be complete by Feb. 8, 2021. This award is the result of a sole source delivery order. Fiscal 2020 procurement funds in the amount of $21,533,816; and fiscal 2019 research, development, test, and evaluation funds in the amount of $948,567 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8656-19-F-1005). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2011830/source/GovDelivery/

  • Air Force gets new stopgap system for GPS 3 satellites

    June 12, 2019 | International, Aerospace, Security, Other Defence

    Air Force gets new stopgap system for GPS 3 satellites

    By: Nathan Strout The U.S. Air Force's first next-generation GPS satellite launched in December and the second GPS III satellite is slated to liftoff in July. But there Air Force has a problem: The ground system currently in use isn't fully capable of controlling GPS III satellites. Worse, a new ground system that can, formally known as the next-generation operational control system (OCX), is five years behind schedule and won't be delivered until June 2021 at the earliest, according to the Government Accountability Office. Enter the GPS III Contingency Operations (COps) software—a critical stop gap measure that will update the current ground control system and allow it to access some of the more advanced features of the GPS III satellites until the next-generation operational control system is ready. On July 11, primary contractor Lockheed Martin announced that it had delivered the COps upgrade to the Air Force. “Positioning, navigation and timing is a critical mission for our nation and COps will allow the Air Force to gain early access to its new GPS III satellites,” said Johnathon Caldwell, Lockheed Martin's vice president for Navigation Systems. “We just finished final qualification testing and delivery on COps, and it will be integrated and installed on the [Architecture Evolution Plan Operational Control System] over the summer. We look forward to the Air Force ‘flying' a GPS constellation on the COps OCS which includes the new GPS III satellites, later this year.” The new GPS III satellites are built to be more robust and accurate than their predecessors and come with advanced features such as the ability to use M-Code, an encrypted GPS signal for use by the military. The COps upgrade will allow the current ground system to control the GPS III satellites as well as the legacy GPS satellites. It will also allow the current system to access M-code Early Use, an encrypted GPS signal with improved anti-jamming and anti-spoofing capabilities, beginning in 2020. The Air Force contracted with Lockheed Martin to deliver the patch in 2016, the same year that the OCX program triggered a Nunn-McCurdy cost breach—a type of violation caused by significant cost growth that requires a program to be shut down unless the Department of Defense intervenes and approves a new cost estimate. The $6.2 billion OCX program is already five years behind schedule, and a May 21 Government Accountability Office report warned that the OCX program could be delayed even further. In addition, the Air Force has acknowledged that delays are possible during the seven-month testing period following delivery. Raytheon, the primary contractor behind OCX, rejected the GAO report, claiming that its findings were inaccurate. https://www.c4isrnet.com/battlefield-tech/c2-comms/2019/06/11/air-force-gets-new-stopgap-system-for-gps-3-satellites/

  • Contract Awards by US Department of Defense - June 02, 2020

    June 3, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 02, 2020

    AIR FORCE National Aerospace Solutions LLC, Arnold Air Force Base, Tennessee, has been awarded an $181,934,683 cost-plus-award-fee modification (P00106) to contract FA9101-15-C-0500 for test operations and sustainment. This modification adds Option Year Four 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 AFB, Tennessee, and is expected to be completed June 30, 2021. No funds are being obligated at the time of award. This modification brings the total cumulative face value of the contract to $1,186,513,728. Air Force Test Center, Arnold AFB, Tennessee, is the contracting activity. Range Generation Next LLC, Sterling, Virginia, has been awarded a $13,941,843 cost-plus-fixed-fee modification (P000297) to contract FA8806-15-C-0001 for cyber hardened infrastructure support. This modification supports an increase in launch and test range requirements. The primary locations of performance are the Eastern Range, Patrick Air Force Base, Florida; and the Western Range, Vandenberg AFB, California. Work is expected to be completed Feb. 14, 2022. Fiscal 2020 operations and maintenance funds in the amount of $13,941,843 are being obligated at the time of award. The total cumulative face value is $1,210,861,882. Space and Missile Systems Center, Peterson AFB, Colorado, is the contracting activity. Oracle America Inc., Reston, Virginia, has been awarded a $10,499,623 firm-fixed-price contract to provide software licenses, Oracle Service Cloud Hosting Services and maintenance in support of the myPers Customer Relationship Management software. The vendor will be required to provide 1,000 full software licenses for business process owners/administrators and 5,000 light software licenses for users requiring access to support customers. Work will be performed in Washington, D.C., and is expected to be completed May 31, 2021. Fiscal 2020 operations and maintenance funds in the amount of $5,249,812 are being obligated at the time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity (FA7014-20-C-0024). (Awarded May 29, 2020) NAVY Northrop Grumman Systems Corp., Woodland Hills, California, is awarded a $79,083,495 modification (P00018) to previously awarded cost-plus-fixed-fee, firm-fixed-price, cost reimbursable, indefinite-delivery/indefinite-quantity contract N68936-15-D-0013. This modification increases the ceiling for the research and development of AH-1Z and UH-1Y system configuration set mission computers in support of the Marine Corps. Work will be performed in Woodland Hills, California (98%); Salt Lake City, Utah (1%); and Baltimore, Maryland (1%). Efforts include researching alternatives, investigating and documenting new capabilities and anomalies related to avionics and weapons, designing, developing, integrating, verifying, validating and testing upgrades to existing mission computer software and ancillary hardware and/or improved functionality and obsolescence management of the mission computer. This modification also includes the logistics requirements to support the system. Work is expected to be complete by April 2021. No funds are being obligated at time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity. Viasat Inc., Carlsbad, California, is awarded $75,373,500 (a modification with a maximum potential value) under previously awarded, indefinite-delivery/indefinite-quantity, multiple award contract N00039-15-D-0043 for the Block Upgrade II retrofit of multifunctional information distribution system (MIDS) low volume terminals. Work will be performed in Carlsbad, California. The terminals provide secure, high-capacity, jam-resistant, digital data and voice communications capability for the Navy, Air Force and Army platforms as well as Foreign Military Sales customers. Work is expected to be complete by May 2024. This modification will increase the current contract value from $599,093,506 to $674,467,006. No funding is being obligated at the time of award. Funds will be obligated as individual delivery orders are issued. This contract modification was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1). Only one responsible source (Federal Acquisition Regulation subpart 6.302-1) was addressed under Justification and Approval No. 18,413 (April 2, 2018) and the contract was awarded on behalf of the Multifunctional Information Distribution System Program Office. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Trandes Corp., Linthicum, Maryland, is awarded a $24,388,698 for an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N66001-20-D-0336) to provide engineering services to support electronic tactical air navigation, air traffic and command control, landing systems and joint tactical systems. Work will be performed in San Diego, California (75%); and potential air traffic control sites, ships, and Department of Defense facilities worldwide (25%). The period of performance of the base award is from June 2, 2020, to June 1, 2022. If all options are exercised, the period of performance will extend through June 1, 2025. This two-year contract includes three one-year options, which if exercised will bring the potential value of this contact to an estimated $63,833,003. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); other procurement (Navy); research, development, test and evaluation (Navy); and potential funding from other government agencies to include the Army, Air Force, Coast Guard and the Department of Homeland Security. This contract was competitively procured as a small business set-aside via request for proposal which was published on the contract opportunities section of the System for Award Management website and the Naval Information Warfare Systems Command e-Commerce Central website. Two proposals were received and one was selected for award. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. Metson Marine Services Inc. (N66604-20-D-M001); Seaward Services Inc. (N66604-20-D-M002); and Oceanetics Inc. (N66604-20-D-M003), are awarded $22,950,296 for a maximum value, indefinite-delivery/indefinite-quantity, multiple-award contract for the procurement of operational and logistic services required to support various at-sea tests for the Naval Undersea Warfare Center Division Newport customers. Work will be performed at the contractors' sites and at government locations based on each individual task orders all over the world and is expected to be complete by June 2025. For these base five-year contracts, funding will not be obligated at time of award; the $1,000 minimum guarantee will be executed on each awardee's initial task order. Fiscal 2020 service cost center funding in the amount of $3,000 will be obligated at time of award, and will not expire at the end of the current fiscal year. This multiple-award contract was competitively procured and three acceptable offers were received via the BETA.SAM.gov website. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity. Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded a $17,649,408 modification (P00001) to firm-fixed-price, cost-plus-fixed-fee order N0001920-F-0025 against previously issued basic ordering agreement N00019-15-G-0026. Work will be performed in Norfolk, Virginia (39.2%); Ronkonkoma, New York (23.98%); Bethpage, New York (18.02%); Petaluma, California (6.8%); Irvine, California (6.76%); Melbourne, Florida (3.25%); Minden, Nebraska (1.5%); and various locations within the continental U.S. (.49%). This modification procures fabrication and installation support to retrofit the Link 16 (L16) Crypto-Modernization (CM)/Hybrid-Beyond Line of Sight (HBLOS) capability on 34 E-2D Advanced Hawkeye aircraft. This modification also provides for the retrofit of four sets of support equipment to satisfy operational requirements for the L16 and HBLOS as well as the procurement of five new radio interface units in support of the installation schedule for the CM/HBLOS capability. Work is expected to be complete by June 2021. Fiscal 2020 aircraft procurement (Navy) funds for $17,649,408 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. AECOM Technical Services Inc., Los Angeles, California, is awarded $9,054,900 for cost-plus-award-fee task order N62742-19-F-4006 modification under an indefinite-delivery/indefinite-quantity, multiple award contract for the Shipyard Infrastructure Optimization Program advanced studies, part three, at the Pearl Harbor Naval Shipyard (PHNSY) and Intermediate Maintenance Facility (IMF). Work will be performed in PHNSY and IMF, Joint Base Pearl Harbor-Hickam, Hawaii, and provides for 17 advanced studies and project management for Site 1, PHNSY and IMF, in accordance with the scope of work as negotiated. Work is expected to be completed by September 2021. Fiscal 2020 Navy contract funds in the amount of $9,054,900 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-16-D-3555). Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $7,815,609 firm-fixed-price modification to previously awarded contract N00024-15-C-6327 to provide equitable adjustments for engineering change proposals for Increment One Block One (I1B1) Systems low rate initial production in support of the Expeditionary Warfare Program Office. Work will be performed in San Diego, California. This modification is to provide for an equitable adjustment for already completed engineering work for Counter Radio-Controlled Improvised Explosive Devises Electronic Warfare (CREW) systems that provide combat troops protection against Radio-Controlled Improvised Explosive Devices (RCIEDs). CREW systems are designed to provide protection for foot soldiers, vehicles and permanent structures. The Joint CREW (JCREW) I1B1 system is the first generation system that develops a common open architecture across all three capabilities and provides protection for worldwide military operations. This modification is issued to ensure JCREW systems are viable for future production and maintain operational readiness for the field. Work is expected to be complete by May 2020. Fiscal 2020 operations and maintenance (Air Force) funds; 2019 other procurement (Navy) funds; and 2018 other procurement (Navy) funding in the amount of $7,815,609 will be obligated at time of award; $5,011,497 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded May 28, 2020) DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Agile Defense Inc.,* Reston, Virginia, has been awarded a $31,225,244 modification (P00052) to previously awarded task order HR0011-15-F-0002 for unclassified information technology services. The modification brings the total cumulative face value of the task order from $176,513,865 to $207,739,109. Work will be performed in Arlington, Virginia, with an expected completion date of February 2021. Fiscal 2019 and 2020 research and development funds in the amount of $12,224,558 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. ARMY Chi-Chack LLC,* Tacoma, Washington, was awarded a $29,082,048 firm-fixed-price contract for language and culture services to include creativity and flexibility to meet the unique instruction needs of commanders requiring language and/or culture related capabilities. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2025. U.S. Army 419th Contracting Support Brigade, Fort Bragg, North Carolina, is the contracting activity (W9124720D9001). Technica LLC,* Charleston, South Carolina, was awarded an $11,316,045 modification (0004 C4) to contract W52P1J-12-G-0018 for Fort Bliss, Texas, Logistics Readiness Center support services to include maintenance, transportation and supply. Work will be performed in El Paso, Texas, with an estimated completion date of Sept. 1, 2020. Fiscal 2020 operations and maintenance (Army) funds in the amount of $11,316,045 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Maloof Weathertight Solutions LLC, Warner Robins, Georgia, was awarded an $8,847,818 firm-fixed-price contract to provide all work for repair and replacement of roof projects at Fort Stewart and Hunter Army Airfield, Georgia. 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 June 1, 2023. U.S. Army 419th Contracting Support Brigade, Fort Stewart, Georgia, is the contracting activity (W9124M-20-D-0006). DEFENSE LOGISTICS AGENCY Telephonics Corp., Farmingdale, New York, has been awarded a maximum $15,236,585 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation control interface. This was a competitive acquisition with one offer received. This is a five-year contract with no option periods. Location of performance is New York, with a June 1, 2025, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0044). Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded a $12,494,230 firm-fixed-price delivery order (SPRPA1-20-F-KF0C) against a five-year basic ordering agreement (SPE4A1-16-G-0005) for AAQ-24 ATW sensors. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Illinois, with a May 31, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2205772/source/GovDelivery/

All news