Back to news

January 16, 2020 | International, Aerospace

JUST IN: Defense Department to Stand Up New Counter-Drone Office

By Yasmin Tadjdeh

The Pentagon will soon stand up a counter-unmanned aerial system office that will be headed by the Army, said the Defense Department's top weapons buyer Jan. 14.

Following the Dubai Air Show in November, Undersecretary of Defense for Acquisition and Sustainment Ellen Lord visited numerous locations across the Middle East including U.S. military installations in Iraq and Afghanistan.

“The thing that was really top of everybody's mind were counter-UAS,” she said during a meeting with reporters hosted by George Washington University's Project for Media and National Security in Washington, D.C. “We see that small UAS are becoming a more popular weapon of choice ... [and] we need to be agile and pivot to that challenge.”

Pentagon leaders recently decided to designate the Army as the executive agent for counter-drone technologies, Lord said. The new office will be stood up in Arlington, Virginia, in the Crystal City neighborhood. It will be staffed by around 60 people.

“We are just finishing off on the policy that directs the activities,” she said.

The office will examine the many counter-UAS efforts across the Defense Department and come up with three to five systems that are best for the military writ large and make sure they are effectively leveraged, Lord said.

The Defense Department is bringing together a number of organizations, including the office of the director of operational test and evaluation and Defense Digital Service, to work on the effort.

Robert Behler, the head of DOT&E, has a group conducting independent tests and evaluation of currently fielded systems, Lord noted.

“Come April we will have that evaluation completed and written up. And that coincides [with] when we want to make some decisions about downselecting ... to the three to five systems that would be utilized,” she said.

The department is examining a variety of sensor modalities and defeat mechanisms.

“One size does not fit all,” Lord said. “You need a system with multiple sensors ... or defeat systems. And the key is really the command-and-control and then the communication across theater.”

The office aims to thwart both small and large adversary UAS, she added.

Countering rogue and enemy drones has long been an objective for the Defense Department, but recent high-profile events have thrown the technology into the spotlight. That includes an alleged Iranian attack on Saudi Aramaco facilities in September using unmanned aircraft.

“One of the challenges is that we know that the adversary is very agile and updates their [tactics, techniques and procedures] ... very quickly,” Lord said. “We are looking at a very nimble system where we can push patches in the same day, if you will, so that we again can stay ahead of" the threat.

The Pentagon is gung-go about tackling the issue, and senior leadership involvement and funding are increasing, she noted.

In terms of the industrial base, counter-UAS is one of the acquisition and sustainment office's four key focus areas, Lord said. Others include microelectronics, 5G networks and hypersonics.

The department plans to establish a hypersonics "war room."

“We just decided last week that we would stand up a hypersonics war room to begin to look at the defense industrial base and begin to have different companies [come] in,” Lord said.

The technology is the Pentagon's top research-and-development priority and it plans to buy large numbers of systems when they are mature enough to be fielded.

Last week, Secretary of the Army Ryan McCarthy said missile manufacturers and other suppliers need to do more to boost their hypersonics manufacturing capability.

“What we need to see is industry step up,” he said Jan. 10 during remarks at the Brookings Institution. “They've got to come forward and ... first and foremost, invest the time to work with our national lab network to understand how we've come forward with these technologies. But they're going to have to make investments to be able to produce these at scale.”

https://www.nationaldefensemagazine.org/articles/2020/1/14/just-in-defense-department-to-stand-up-counter-drone-office

On the same subject

  • Safran Helicopter Engines has signed a major by-the-hour support contract for German forces H145 engines

    July 7, 2024 | International, Aerospace

    Safran Helicopter Engines has signed a major by-the-hour support contract for German forces H145 engines

    The contract will be managed by Safran Helicopter Engines Germany in Hamburg, which monitors and supports 300 helicopter operators in Germany, Northern Europe, Eastern Europe and Central Asia, for a...

  • Contract Awards by US Department of Defense – October 27, 2020

    October 29, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense – October 27, 2020

    NAVY American Rheinmetall Munition Inc., Stafford, Virginia, is awarded a $32,449,901 modification to previously awarded, firm-fixed-price, indefinite-delivery/indefinite-quantity contract M67854-18-D-5225 to increase the contract maximum value, including the third, fourth and fifth option years, from $59,703,284 to $92,153,184. This modification will allow the ordering of up to a maximum of 1,051,734 additional MK281 MOD 3 40MM high velocity day/night practice cartridges. Work will be performed in Camden, Arkansas, and is expected to be complete by Sept. 25, 2023. No funds are being obligated on this award and no funds will expire. Funds will be obligated on individual delivery orders. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-18-D-5225). Energetics Technology Center, Indian Head, Maryland, is awarded a $15,606,996 cost-plus-fixed-fee contract for the Automated Global Energetics Science and Technology (S&T) Awareness effort. The proposed effort has three major components: a national energetics study, automated global energetics S&T awareness, and creating an energetics ecosystem. The national energetics study will collect and analyze information in support of the requirement to develop a plan that fulfills the request of National Defense Authorization Act for fiscal 2020, Section 253. The automated global energetics S&T awareness will develop and demonstrate the feasibility of an approach to enable machine-assisted energetics S&T global awareness. The energetics ecosystem will utilize a tool to assist Department of Defense research and development centers with establishing/enhancing innovation and commercialization ecosystems. Work will be performed in Indian Head, Maryland. The period of performance is 72 months, including a 36-month base period from Oct. 27, 2020, through Oct. 26, 2023, and one 36-month option period. The total cumulative value of this contract is $15,606,996. The base period is $7,722,823 and option period is $7,884,173. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $7,722,823 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 (N00014-21-C-1016.). MRIGlobal, Kansas City, Missouri, is awarded a $12,674,104 cost-plus-fixed-fee contract to develop a flexible detection system consisting of Clustered Regularly Interspaced Short Palindromic Repeats (CRISPR)-based assays paired with reconfigurable point-of-need and massively multi-plexed devices for diagnostics and surveillance. This two-year contract includes four options which, if exercised, would bring the potential value of this contract to an estimated $36,732,661. All work will be performed at the contractor's facilities in Gaithersburg, Maryland (19%); Kansas City, Missouri (19%); San Francisco, California (30%); Cambridge, Massachusetts (25%); and Salt Lake City, Utah (7%). The period of performance of the base award is from Oct. 26, 2020, through Oct. 25, 2022. If all option periods are exercised the period-of-performance would extend through Oct. 25, 2024. Funds in the amount of $5,285,258 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funds will be obligated as individual options are exercised using research, development, test and evaluation (Navy). This contract was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement solicitation HR0011-20-S-0016 published on the beta.SAM.gov website. Seven proposals were received and two were selected for award. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-20-C-4048). (Awarded Oct. 26, 2020) Serco Inc., Herndon, Virginia, is awarded an $11,478,415 modification to previously awarded cost-plus-fixed-fee contract N66001-16-D-0033. Support includes production management, integration and fabrication, and system and component procurement for Network Integration Engineering Facility production services. This six-month modification increases the overall value of the existing contract to $111,356,945. The period of performance is from Oct. 27, 2020, through April 26, 2021. All work will be performed in San Diego, California. No funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funds will be obligated as individual task orders are issued. Funds will be obligated using operations and maintenance (Navy); Department of Defense working capital funds; other procurement (Navy); Foreign Military Sales; research, development, test and evaluation (Navy); and shipbuilding and conversion (Navy). The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-16-D-0033). Science Applications International Corp., Reston, Virginia, is awarded a $10,757,780 modification to previously awarded cost-plus-fixed-fee contract N66001-16-D-0032. Support includes production management, integration and fabrication and system and component procurement for Network Integration Engineering Facility production services. This six-month modification increases the overall value of the existing contract to $105,116,891. The period of performance is from Oct. 27, 2020, through April 26, 2021. All work will be performed in San Diego, California. No funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funds will be obligated as individual task orders are issued. Funds will be obligated using operations and maintenance (Navy); Department of Defense working capital funds; other procurement (Navy); Foreign Military Sales; research, development, test and evaluation (Navy); and shipbuilding and conversion (Navy). The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-16-D-0032). AIR FORCE KOMAN Construction LLC, Chandler, Arizona, has been awarded a $20,062,515 firm-fixed-price, definitive contract for renovation and repair construction services. This contract provides for the complete repair and replacement required to provide humidity control and repair the interior administrative areas of B3 at Tinker Air Force Base, Oklahoma. Work is expected to be completed April 26, 2022. This award is the result of a sole-source acquisition. Fiscal 2021 operations and maintenance funds in the full amount are being obligated at the time of award. Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8137-21-C-0005). DEFENSE LOGISTICS AGENCY Kandor Manufacturing,** Arecibo, Puerto Rico, has been awarded a maximum $9,824,940 modification (P00010) exercising the first one-year option period of an 18-month base contract (SPE1C1-19-D-1163) with three one-year option periods for various types of blouses and trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with an Oct. 29, 2021, ordering period end date. Using military services are Navy and Army. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Ja Apparel Corp.,* New Bedford, Massachusetts, has been awarded a maximum $9,342,555 fixed-price, indefinite-delivery/indefinite-quantity contract for men's dress coats. This was a competitive acquisition with three responses received. This is a one-year base contract with two one-year option periods. Location of performance is Massachusetts, with an Oct. 26, 2021, ordering period end date. Using customer is Army. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1410). *Small business **Small disadvantaged business in historically underutilized business zones https://www.defense.gov/Newsroom/Contracts/Contract/Article/2396088/source/GovDelivery/

  • Contract Awards by US Department of Defense - January 29, 2021

    February 1, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - January 29, 2021

    ARMY KBRwyle Technical Solutions LLC, Columbia, Maryland, was awarded a $78,252,029 modification (000286) to contract W52P1J-12-G-0061 for maintenance, supply, transportation and other logistics functions for the Army Prepositioned Stock-3 Charleston Afloat program. Work will be performed in Goose Creek, South Carolina, with an estimated completion date of Sept. 14, 2022. Fiscal 2010 operation and maintenance (Army) funds in the amount of $12,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. High Desert Support Services, Baton Rouge, Louisiana, was awarded a $54,000,000 modification (P00034) to contract W9124B-18-C-0004 for operations support services at Fort Irwin U.S. Army Garrison. Work will be performed in Fort Irwin, California, with an estimated completion date of Jan. 31, 2022. Fiscal 2021 operation and maintenance (Army) funds in the amount of $4,172,214 were obligated at the time of the award. U.S. Army 418th Contracting Support Brigade, Fort Irwin, California, is the contracting activity. GP Strategies Corp., Columbia, Maryland, was awarded a $40,671,032 cost-plus-fixed-fee contract for life cycle logistics support and chemical demilitarization training facility operations and maintenance to facilitate the mission of the Chemical Materiel Training Facility at Aberdeen Proving Ground, Maryland. 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 April 15, 2026. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-21-D-0015). ACC Construction Co. Inc., Augusta, Georgia, was awarded a $31,229,066 firm-fixed-price contract for construction of a consolidated mission complex at Warner Robins Air Force Base. Bids were solicited via the internet with three received. Work will be performed at Warner Robins Air Force Base, Georgia, with an estimated completion date of Feb. 23, 2023. Fiscal 2017 and 2020 military construction (defense-wide) funds in the amount of $31,229,066 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-21-C-0009). The Boeing Co., Mesa, Arizona, was awarded a $20,333,921 modification (P00070) to contract W58RGZ-16-C-0023 for long lead integrated logistics support, initial spares package and peculiar ground support equipment for the Royal Moroccan Air Force. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2024. Fiscal 2010 Foreign Military Sales (Morocco); and 2019 and 2020 aircraft procurement (Army) funds in the amount of $20,333,921, were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Lockheed Martin Corp., Orlando, Florida, was awarded a $15,925,901 modification (P00026) to contract W31P4Q-18-C-0130 to develop a second source for the qualification and facilitization of the Electromechanical Control Actuation System for the Hellfire missile. Work will be performed in Orlando, Florida, with an estimated completion date of Aug. 28, 2021. Fiscal 2019 procurement of ammunition (Army) funds in the amount of $3,625,819 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $15,785,417 modification (P00059) to contract W91RUS-17-C-0010 for information technology services to support the mission of the 2nd Theater Signal Brigade. Work will be performed in Germany and Italy, with an estimated completion date of Jan. 31, 2022. Fiscal 2021 operation and maintenance (Army) funds in the amount of $11,768,377 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $15,261,587 modification (P00079) to contract W56HZV-20-C-0050 to exercise available options for Marine Corps procurement of vehicles and kits for the Joint Light Tactical Vehicle family of vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2022. Fiscal 2021 Foreign Military Sales (Macedonia, Slovenia and Montenegro) and 2021 USMC procurement funds in the amount of $15,261,587 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Pond Constructors Inc., Peachtree Corners, Georgia, was awarded a $9,468,778 firm-fixed-price contract to maintain and repair petroleum systems and facilities. Bids were solicited via the internet with two received. Work will be performed in Anchorage, Alaska; Fairbanks Alaska; Delta Junction, Alaska; Shemya, Alaska; King Salmon, Alaska; Pohakuloa, Hawaii; Honolulu, Hawaii; Pearl Harbor, Hawaii; Ewa Beach, Hawaii; and Kaneohe Bay, Hawaii, with an estimated completion date of Jan. 31, 2022. Fiscal 2021 revolving funds in the amount of $9,468,778 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-21-F-0025). AIR FORCE Teradyne Inc., North Reading, Massachusetts, has been awarded a $78,232,776 firm-fixed-price requirements contract for the purchase of Versatile Diagnostic Automatic Test Station (VDATS) kits. The VDATS is an organically designed test station with open architecture and virtual modular equipment extensions for instrumentation technology. The VDATS consists of standardized, commercially available test equipment, components and software. There are two configurations of VDATS, the Digital Analog (DA)-1 and DA-2. Currently, these configurations support the A-10, B-1, B-2, B-52, C-5, C-17, C-130, E-3, E-8C, F-15, F16, F-22, H-53, H-60, KC-135 MC-4, MQ-9, Navy ships and UH-1 weapon systems. This contract will consist of five ordering periods with a period of performance of Feb. 1 2021, through Dec. 31, 2025, and work will be performed in North Reading, Massachusetts. No funds are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8571-21-D-0001). Lockheed Martin, Owego, New York, has been awarded a $64,266,809 supply contract for F-16 Foreign Military Sales (FMS) mission planning. This contract provides for the development, integration, test and delivery of the Joint Mission Planning System Unique Planning Component/Mission Planning Environment software updates. Work will be performed in Owego, New York, and is expected to be completed by January 2029. This contract involves FMS to Slovakia, Bulgaria, Taiwan, Morocco, Greece, United Arab Emirates, Bahrain, Chile, Colombia, Croatia, Egypt, India, Indonesia, Jordan, Korea, Oman, Pakistan, Philippines, Poland, Romania, Singapore, Slovenia and Thailand. This award is the result of a directed-source acquisition. FMS funds in the amount of $17,172,548 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-21-C-0001). Taitech Inc., Dayton, Ohio, has been awarded a not-to-exceed $31,587,310 indefinite-delivery/indefinite-quantity contract (FA8650-21-D-2400) for technology for sustained supersonic combustion (TSSC). The mission of TSSC is to provide research and development for investigation of basic concepts, components, sub-systems, and diagnostics, for high-speed air breathing propulsion systems, airframe structures and internal/external aerodynamics including integration into air vehicles, weapons and launch systems. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by February 2028. This award is the result of a competitive acquisition and four offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $75,000 will fund the initial task order at time of award. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity. (FA8650-21-F-2402) Technica Corp., Sterling, Virginia, has been awarded a $22,040,950 cost-plus-fixed-fee task order (FA8307-19-F-0098) for weapon system engineering and maintenance services to include incremental software version development and installation, security patch installations, preventative maintenance, trouble shooting and responsive Tier 1, 2 and 3 support for the Cyberspace Vulnerability Assessment/Hunter weapon system. Work will be performed in Sterling, Virginia, and is expected to be completed Aug. 14, 2025. This award is the result of a competitive acquisition and seven offers were received. Fiscal 2021 research, development, test and evaluation funds; fiscal 2021 operation and maintenance funds; and fiscal 2021 Air National Guard procurement funds, in the full amount are being obligated at the time award. Air Force Life Cycle Management Center, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8732-14-D-0015). Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a $21,744,548 cost-plus-fixed-fee modification (P00032) to contract FA8750-17-F-0105 for enterprise exploitation and information assurance. This contract modification provides for additional hours to facilitate development of electro-optical emerging data sources as part of the Assured Cyber Enterprise for the Intelligence Community Program. Work will be performed in McLean, Virginia, and is expected to be completed Sept. 28, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $74,381 are being obligated at the time of award. Total cumulative face value of the contract is $71,427,681. Air Force Research Laboratory, Rome, New York, is the contracting activity. Walga Ross Group, Topeka, Kansas, has been awarded an $8,575,943 firm-fixed-price contract, to repair/replace heat, ventilation and air conditioning to Building 2210 located on Tinker Air Force Base, Oklahoma. The work is expected to be completed June 13, 2022. This award is the result of Tribal/American Native Corp. set aside. Non-expiring Depot Maintenance Activity Group funds in the full amount are being obligated at the time of award. Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8137-21-C-0009). NAVY Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $72,874,164 firm-fixed-price modification (P00024) to previously awarded contract N00019-17-C-0081. This modification exercises an option to procure 33 production AE1107C V-22 Osprey engines; 14 for the Marine Corps and 19 for the Navy for production of MV-22 and CMV-22 tiltrotor aircraft. Work will be performed in Indianapolis, Indiana, and is expected to be completed in December 2022. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $39,749,544; fiscal 2020 aircraft procurement (Navy) funds in the amount of $11,041,540; and fiscal 2019 aircraft procurement (Navy) funds in the amount of $22,083,080 will be obligated at the time of award, $22,083,080 of which will expire at the end of the current fiscal year. The Naval Systems Command, Patuxent River, Maryland, is the contracting activity. La Playa Inc. of Virginia,* Chesapeake, Virginia (N64498-21-D-0002); Life Cycle Engineering Inc.,* North Charleston, South Carolina (N64498-21-D-0003); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N64498-21-D-0004); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N64498-21-D-0005); and Continental Tide Defense Systems Inc.,* Wyomissing, Pennsylvania (N64498-21-D-0006), are awarded a combined $67,512,167 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the procurement of support services for the Navy's air conditioning and refrigeration systems on all types of military vessels and small crafts. Each awardee will be awarded $2,200 (minimum contract guarantee per awardee) at contract award. Work will be assigned according to individual delivery orders and is expected to be completed by February 2027. It is estimated that work will be performed on the West Coast (41%); outside the continental U.S. (31%); and the East Coast (28%), at the following locations: Norfolk, Virginia; Mayport, Florida; Bremerton, Washington; Pearl Harbor, Hawaii; Yokosuka, Japan; Bahrain; United Arab Emirates; San Diego, California; Groton, Connecticut; Portsmouth, New Hampshire; Seattle, Washington; and Guam. Fiscal 2021 operation and maintenance funding in the amount of $11,000 will be obligated at time of award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This multiple award contract was competitively procured via the Federal Business Opportunities website with five offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. Bering Global Solutions LLC,* Anchorage, Alaska, is awarded a maximum-value $44,636,195 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operations support services to be performed at Naval Support Activity Northwest Annex, Chesapeake, Virginia. Work will be performed in Chesapeake, Virginia, and is expected to be completed by September 2029. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $4,387,967 for recurring work will be obligated under the initial task order at time of award and will expire at the end of the current fiscal year. Work on the initial task order is expected to be completed by March 2022. This contract was competitively procured via the Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-21-D-0006). The Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded a $32,070,700 firm-fixed-price task order (N400-85-F-4540) under previously awarded multiple-award construction contract N40085-19-D-9070 for the construction of design-build project P224 Operations Support Facility and P999 Training Facility at Joint Expeditionary Base, Little Creek, Virginia. P224 will design and construct an operations support facility. The project includes all pertinent site preparations and site improvements, mechanical and electrical utilities, telecommunications, emergency generator, landscaping, drainage, parking and exterior lighting. Built-in equipment includes equipment cages, passenger/freight elevator, lockers and emergency generator. P999 will design and construct an operations training facility, to include administrative spaces with both private and open offices, open workstations, conference rooms, cage rooms to secure personal belongings, shower rooms and supporting spaces including server rooms, mechanical rooms, restrooms, break rooms, janitor closets and circulation spaces. Work will be performed at Joint Expeditionary Base, Little Creek, Virginia Beach, Virginia, and is expected to be completed by December 2023. Fiscal 2021 military construction funds in the amount of $32,070,700 will be obligated at time of award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. The Charles Stark Draper Laboratory, Cambridge, Massachusetts, is awarded a $23,185,000 option under modification P00012 to previously awarded cost-plus-fixed-fee contract N0003020-C-0004 to provide guidance, navigation, and control (GN&C) subject matter expertise and resources to explore and evaluate current maturing concepts and technologies to enable follow on, full-scale development of strategic guidance, navigation, and control solutions for the Second Life Extension (D5LE2) of the Trident II (D5) Strategic Weapon System. This contract also provides research and development into new and alternate GN&C technologies and concepts to support alternate and developing strategic systems programs missions. Work will be performed in Cambridge, Massachusetts (100%), with an expected completion date of Sept. 30, 2021. The contract will be incrementally funded with fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $5,423,823 and will not 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). Strategic Systems Programs, Washington, D.C., is the contracting activity. The Boeing Co., St. Louis, Missouri, is being awarded $19,680,950 for a firm-fixed-priced delivery order N00383-21-F-AY04 under previously awarded basic ordering agreement N00383-18-G-AY01 for the repair of various avionics equipment used on the F/A-18 aircraft and AV-8B aircraft. Work will be performed in Lemoore, California (99%); and Philadelphia, Pennsylvania (1%). Work will be begin February 2021, and will be completed by December 2023. Fiscal 2021 working capital funds (Navy) in the full amount of $19,680,950 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 pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1) and one offer was received. Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. East Coast Repair and Fabrication LLC, Portsmouth, Virginia, is awarded a $12,131,903 firm-fixed-price contract for a 50-calendar day shipyard availability. The work to be performed provides services for the mid-term availability of the fleet replenishment oiler USNS Kanawha (T-AO 196). The contract also contains five unexercised options, which if exercised, would increase cumulative contract value to $13,566,323. Work will be performed in Newport News, Virginia, and is expected to be completed by April 19, 2021. Fiscal 2021 working capital contract funds (Navy) in the amount of $12,131,903 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 four proposals received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-21-C-4008). Lockheed Martin Space, Titusville, Florida, is awarded a $10,952,454 cost-plus-fixed-fee modification (P00006) to exercise options under previously awarded contract N00030-20-C-0100 for Trident II (D5) deployed systems support. Work will be performed in Denver, Colorado (40.1%); Bangor, Washington (17.9%); Kings Bay, Georgia (8.8%); Magna, Utah (8.2%); Oak Ridge, Tennessee (7.3%); Washington, D.C. (6.3%); Sunnyvale, California (5.6%); Cape Canaveral, Florida (3.5%); and other various locations (less than 1% each, 2.3% total). Work is expected to be completed Sept. 30, 2025. Fiscal 2021 weapons procurement (Navy) funds in the amount of $7,907,204; and fiscal 2021 operation and maintenance (Navy) funds in the amount of $1,500,000 are being obligated on this award, $1,500,000 of which will expire at the end of the current fiscal year. This contract is being 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, D.C., is the contracting activity. Martin-Baker Aircraft Co. Ltd., Uxbridge, United Kingdom, is awarded an $8,764,364 firm-fixed-price contract for the manufacture of 581 explosive cartridges kits and 1,116 each of different explosive cartridges used in the Martin-Baker US16E ejection seat in F-35 aircraft for the Joint Strike Fighter program. The contract does not contain a provision for an option quantity. All work will be performed in Uxbridge, United Kingdom, and work is expected to be completed by October 2022. The total value of $8,764,364 will be obligated at the time of award. Funding sources include fiscal 2021 operation and maintenance (O&M) (International Partner Funding) funds (31%); fiscal 2021 O&M (Air Force) funds (22%); fiscal 2021 procurement (Air Force) funds (18%); fiscal 2021 procurement (Marine Corps) funds (8%); fiscal 2021 procurement (Navy) funds (5%); fiscal 2021 O&M (Marine Corps) funds (5%); fiscal 2021 O&M (Navy) funds (3%); Foreign Military Sales (FMS) Japan funds (3%); FMS Israel funds (3%); FMS Belgium funds (1%); and FMS Korea funds (1%). Funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c) (1), with one offer received. Naval Supply Systems Command, Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-21-C-K014). DEFENSE LOGISTICS AGENCY DRS Network & Imaging Services, Melbourne, Florida, has been awarded a maximum $55,678,715 firm-fixed-price, requirements base subsumable contract to repair and return Bradley weapon system parts. This is a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1 (a)(2). This is a nine-year contract with repricing occurring every three years. Location of performance is Florida, with a Jan. 28, 2030, performance completion date. Using military service is Army. Type of appropriation is fiscal year 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-21-D-0014). U.S. SPECIAL OPERATIONS COMMAND Rockwell Collins Inc., Cedar Rapids, Iowa, received a ceiling increase modification in the amount of $12,797,070 to an indefinite-delivery/indefinite-quantity contract (H92241-17-D-0004) to provide life-cycle contractor support and hardware for the Common Avionics Architecture System, Cockpit Management System, Airborne Mission Network, Secure Real Time Video and Aircraft Management Systems. This modification raises the contract ceiling to $43,529,330. The majority of the work is being performed in Cedar Rapids, Iowa, and ordering periods will end in July 2022. This modification was a non-competitive award in accordance with Federal Acquisition Regulation 6.302-1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2487798/source/GovDelivery/

All news