Back to news

October 29, 2021 | International, Aerospace

KAI unveils electric basic trainer

Korea Aerospace Industries, or KAI, showcased this week a concept model of an electrically powered basic trainer aircraft during the Seoul International Aerospace and Defense Exhibition 2021 at an airbase in Seongnam, just south of Seoul.

https://www.defensenews.com/global/asia-pacific/2021/10/22/kai-unveils-electric-basic-trainer/

On the same subject

  • Contract Awards by US Department of Defense - November 26, 2019

    November 27, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 26, 2019

    NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $831,008,187 modification to a previously awarded fixed-price-incentive-firm-target, firm-fixed-price contract (N00019-17-C-0001). This modification provides for the production and delivery of 15 lot 14 F-35A aircraft and associated red gear in support of the Government of Australia. Work will be performed in Fort Worth, Texas (59%); El Segundo, California (14%); Warton, United Kingdom (9%); Cameri, Italy (4%); Orlando, Florida (4%); Nashua, New Hampshire (3%); Baltimore, Maryland (3%); San Diego, California (2%); and various locations outside the continental U.S. (2%), and is expected to be completed in March 2023. Non-U.S. Department of Defense participant funds in the amount of $831,008,187 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $327,950,000 fixed-price-incentive-firm-target advance acquisition contract to procure long lead material, parts and components in support of the Lot 15 production and delivery of 48 F-35A Lightning II aircraft for the Air Force. Work will be performed in Fort Worth, Texas (35%); El Segundo, California (25%); Warton, United Kingdom (20%); Orlando, Florida (10%); Nashua, New Hampshire (5%); and Baltimore, Maryland (5%), and is expected to be completed in June 2023. Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $327,950,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0009). Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $29,180,420 cost-plus-fixed-fee modification to a previously-awarded contract N00024-16-C-5103 for additional Aegis combat system engineering, computer program maintenance, in-country support, staging support and implementation studies in support of current and future Foreign Military Sales (FMS) Aegis shipbuilding programs in support of the Japan Maritime Self Defense Force, Republic of Korea Navy, Spanish Armada, Royal Australian Navy and Royal Norwegian Navy, with scope available to support other potential FMS customers. The current Aegis FMS programs supported include the Japanese Kongo and Atago-class ships, Korean KDX III class ships, Spanish F-100 and F-110 program, Norwegian F310-class ships and Australian Hunter and Hobart-class ships. Work will be performed in Moorestown, New Jersey (96%); Tokyo, Japan (1%); Seoul, South Korea (1%); Bergen, Norway (1%); and Adelaide, Australia (1%), and is expected to be completed by June 2020. FMS funding in the amount of $29,180,420 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. University of Missouri at Kansas City, Kansas City, Missouri, was awarded a $27,248,586 cost-plus-fixed-fee contract for the Short Pulse Research, Evaluation and non-Space, Weight and Power (SWAP) demonstration for Counter-Small Unmanned Aerial Systems (C-sUAS). Work will be performed in Kansas City, Missouri, and is expected to be completed by March 2022. The period of performance is 55 months including a 48-month base period, three 24-month option periods, two 32-month option periods, and three 36-month option periods, which will run concurrently Fiscal 2019 research, development, test, and evaluation, Navy funds in the amount of of $8,314,445 are obligated at time of award and incrementally funded with a base period valued at $7,913,051 and options at $19,335,535, and will not expire at the end of the fiscal year. This contract was originally competitively procured under N00014-18-S-B001 FY18 long range broad agency announcement (BAA). Since proposals will be received throughout the year under the long range BAA, the number of proposals received in response to the solicitation cannot be determined at this time. Office of Naval Research, Arlington, Virginia is the contracting activity (N00014-18- C-1017-P00006). (Awarded Nov. 25, 2019) Applied Physical Sciences Corp, Groton, Connecticut, was awarded a $23,225,953 cost-plus-fixed-fee contract for the multi-disciplinary tools, technologies, and experimental methods in support of future naval platform stealth and operations. Work will be performed in Groton, Connecticut (87%); and Cheswick, Pennsylvania (13 %), and is expected to be completed by October 2024. The total cumulative value of this contract including the base period is $23,225,953. This contract has no options. Fiscal year 2019 research, development, test, and evaluation, Navy funds in the amount of $146,749 are obligated at time of award and will not expire at the end of the fiscal year. This contract was competitively procured under N00014-19-S-B001, “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals will be received throughout the year under the long range BAA, the number of proposals received in response to the solicitation cannot be determined at this time. Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014- 20-C-0001). (Awarded Nov. 25, 2019) Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $17,620,319 fixed-price-incentive (firm target), cost and cost-plus-fixed-fee modification to previously awarded contract N00024-14-C-5104 to exercise options for ship integration and test of the AEGIS Weapon System (AWS) for AWS Baselines through Advanced Capability Build (ACB) 12. The contract provides for AEGIS shipboard integration engineering, AEGIS test team support, AEGIS modernization team engineering support, ballistic missile defense test team support, and AWS element assessments. This contract will cover the AWS ship integration and test efforts for five new construction DDG 51 class ships, the major modernization of five DDG 51 class ships, and the major modernization of six CG 47 class ships. It will additionally cover the integrated combat system modifications and upgrades for all current ships with all AWS baselines up to and including ACB 12. Work will be performed in Norfolk, Virginia (44%); Everett, Washington (42%); Pascagoula, Mississippi (4%); Bath, Maine (3%); Moorestown, New Jersey (3%); Camden, New Jersey (2%); and various places below one percent (2%), and is expected to be complete by November 2021. Fiscal 2020 other procurement (Navy-OPN); fiscal 2020 operation and maintenance (Navy-OMN); and fiscal 2013 shipbuilding and conversion (Navy-SCN) funding in the amount of $10,882,412 will be obligated at the time of award, and $589,453 will expire at the end of the current fiscal year — fiscal 2020 OPN, 92%; fiscal 2020 OMN, 5%; and fiscal 2013 SCN, 3%. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $13,741,368 cost-plus-fixed-fee delivery order (N00019-20-F-0338) against a previously issued basic ordering agreement (N00019-16-G-0001). This delivery order provides production engineering support for the installment and integration of weapon systems on the F/A-18 E/F and EA-18G aircraft. This delivery order also includes an option for research development, test and evaluation production engineering support. Work will be performed in Patuxent River, Maryland (82%); and St. Louis, Missouri (18%), and is expected to be completed in December 2020. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $13,641,692 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. Centurum Information Technology Inc., Marlton, New Jersey, is awarded an $11,665,502 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide technical sustainment engineering, logistics and modernization support for integrated and non-integrated shipboard and ashore installations of satellite communications systems. Support will be provided to the Navy, Marine Corps, Coast Guard, Army, Air Force and Department of Homeland Security programs. This one-year contract includes four one-year options, which, if exercised, would bring the potential value of this contact to an estimated $59,414,364. Work will be performed in San Diego, California (40%); onboard Navy ships (40%); and at the contractor's facilities in Marlton, New Jersey (20%). The period of performance of the base award is Nov. 26, 2019, to Nov. 25, 2020. If all options are exercised, the period of performance would extend through Nov. 25, 2024. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy) funds. This contract was competitively procured via Request for Proposal N66001-18-R-0119, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Two proposals were received and one was selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-20-D-0119). University of Missouri at Kansas City, Kansas City, Missouri, was awarded an $8,514,445 cost-plus-fixed-fee modification to a previously awarded contract N00014-18-C-1017. The total value of this contract is $27,248,586, including base and exercised options. This modification provides for the short pulse research, evaluation and non-space, weight and power demonstration for counter-small unmanned aerial systems. Work will be performed at Kansas City, Missouri, with an expected completion date of March 2022. Fiscal 2019 research, development test and evaluation (Navy) funds in the amount of $8,314,445 are obligated at time of award. Contract funds in the amount of $8,314,445 will not expire at the end of the current fiscal year. Office of Naval Research, Arlington, Virginia, is the contracting activity. (Awarded Nov. 25, 2019) Austal USA, Mobile, Alabama, is awarded a $7,993,893 cost-plus-fixed-fee modification to a previously awarded contract (N00024-11-C-2301) for littoral combat ships (LCS) industrial post-delivery availability (IPDA) support for LCS 24. This contract modification is for IPDA efforts for LCS 24. Austal USA will provide shipboard support to implement approved engineering change proposals, approved government-responsible deficiencies identified during test and trials, and crew-related activities and preventative maintenance. Austal will also provide program management support and logistics support for technical documentation affected by the work performed. Work will be performed in Mobile, Alabama (80%); and Pittsfield, Massachusetts (20%), and is expected to be completed by October 2020. Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $3,000,000 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 (N00024-11-C-2301). AIR FORCE M1 Support Services, Denton, Texas, has been awarded a $101,871,372 modification to previously awarded contract FA4890-16-C-0005 for the backshop and flight line maintenance of multiple aircraft types on Nellis Air Force Base, Nevada. The contract modification provides for the exercise of an option for an additional year of maintenance support under the multiple year contract. Work will be performed at Nellis Air Force Base, Nevada, and is expected to be completed by Dec. 31, 2020. The total cumulative face value of the contract is $526,894,462. Fiscal 2020 operations and maintenance funds in the amount of $101,871,372 will be obligated at the time of the award. The Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. The Johns Hopkins University, Applied Physics Laboratory LLC, Laurel, Maryland, has been awarded a $93,000,000 bilateral modification (P00002) to previously awarded contract FA8819-18-D-0009 for additional engineering support services, systems engineering for complex systems, specialized research and development and other support functions. This modification increases the ceiling of the indefinite-delivery/indefinite-quantity contract from the previously awarded amount of $93,000,000 to $186,000,000. Work will be performed at Los Angeles Air Force Base, California, and is expected to be completed by May 10, 2025. The total ceiling of the contract is $186,000,000. Fiscal 2019 operations and maintenance; and fiscal 2017, 2018, 2019 and 2020 research and development funds are being used and no funding is being obligated at the time of the award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. Coulson Aircrane Ltd., Port Alberni, British Columbia, Canada, has been awarded a $39,262,254 firm-fixed and cost-type contract to procure design, engineering, development, manufacture and install of a 4000 gallon fire retardant delivery system for California Department of Forestry and Fire Protection. The contract award provides a 27 month period of performance. Work will be performed at Port Alberni, British Columbia, Canada, and is expected to be completed by February 2022. Total cumulative face value of the contract is $39,262,254. Fiscal 2018, 2019 and 2020 aircraft procurement funds in the amount of $36,730,820 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-20-C-0001). Phoenix Management Inc., Austin, Texas, has been awarded a $12,097,480 face value, firm-fixed-price, cost reimbursable, labor hour modification (P00004) to previously awarded contract FA6606-19-C-A003 for base operations support services at Westover Air Reserve Base, Massachusetts. This contract modification is for the addition of an option for an additional 12 months of service. Work will be performed at Westover Air Reserve Base, Massachusetts, and is expected to be completed by Nov. 30, 2020. Total cumulative face value of the contract is $20,942,258. Fiscal 2020 operations and maintenance funds are being used and no funds are being obligated at the time of award. The 439th Contracting Flight, Westover Air Reserve Base, Massachusetts, is the contracting activity. Raytheon Corp., Marlborough, Massachusetts, has been awarded an $8,517,484 modification (P00093) under previously awarded contract FA8705-14-C-0001 to exercise the interim contractor support, data and travel option for Global Aircrew Strategic Network Terminal. Work will be performed at Largo, Florida, and is expected to be completed by December 2020. The total cumulative value of the contract is now $348,366,192. Fiscal 2019 other procurement funds in the amount of $8,517,484 are being obligated at time of award. The Air Force Material Command, Hanscom Air Force Base, Massachusetts, is the contracting activity. The Raytheon Co., Marlborough, Massachusetts, has been awarded an $8,308,308 cost-plus-fixed-fee change order contract modification (P00148) to the previously award contract FA8705-13-C-0005 for the Software InfoSec Module (SIM) Support Fixture (SSF). The contract modification is for the development and test of the SSF, which is used to maintain operational spare SIMS on the shelf to maintain the Family of Advanced Beyond Line-of-Sight Terminals Operation availability requirement for fielded sites. Work will be performed at Marlborough, Massachusetts, and is expected to be completed by August 2020. The total cumulative face value of the contract is $400,411,224. Fiscal 2019 and 2020 research, development, test and evaluation in the amount of $500,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. ARMY Leidos, Reston, Virginia, was awarded a $71,539,840 modification (P00010) to contract W52P1J-18-C-0047 for support services at Aberdeen Proving Ground, Blue Grass Chemical Agent Destruction Pilot Plant, Pueblo Chemical Agent Destruction Pilot Plant and the Anniston Field Office. Work will be performed in Reston, Virginia, with an estimated completion date of Sept. 23, 2028. Fiscal 2019 research, development, test and evaluation Army funds in the amount of $6,941,878 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Complete Mobile Dentistry,* Windsor, Wisconsin, was awarded a $19,832,365 firm-fixed-price contract for personal services. Bids were solicited via the internet with 21 received. Work will be performed in Windsor, Wisconsin, with an estimated completion date of Nov. 30, 2020. Fiscal 2020 Department of Defense acquisition workforce development funds in the amount of $19,832,365 were obligated at the time of the award. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-20-F-0011). Complete Mobile Dentistry,* Windsor, Wisconsin, was awarded a $15,013,694 firm-fixed-price contract for personal services. Bids were solicited via the internet with 21 received. Work will be performed in Windsor, Wisconsin, with an estimated completion date of Nov. 30, 2020. Fiscal 2020 Department of Defense acquisition workforce development funds in the amount of $15,013,694 were obligated at the time of the award. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-20-F-0014). Pick Electric Inc.,* Spokane, Washington, was awarded a $9,157,622 firm-fixed-price contract for upgrades to the direct current system and low voltage switchgears at the lower Granite Lock and Dam powerhouse. Bids were solicited via the internet with four received. Work will be performed in Pomeroy, Washington, with an estimated completion date of Jan. 11, 2023. Fiscal 2020 firm-fixed-price funds in the amount of $5,351,690 were obligated at the time of the award. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF-20-C-0003). Crawford Consulting,* East Pittsburgh, Pennsylvania, was awarded a $9,900,000 firm-fixed-price contract for engineering and construction management services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 30, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-20-D-0001). DEFENSE LOGISTICS AGENCY Sustainment Technologies LLC, Bryan, Texas, has been awarded a maximum $32,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 101 responses received. This is a five-year contract with no option periods. Location of performance is Texas, with a Nov. 25, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0024). U.S. SPECIAL OPERATIONS COMMAND Lockheed Martin Aeronautics Co., Marietta, Georgia, was a awarded a maximum $93,000,000 modification on an indefinite-delivery/indefinite-quantity, firm-fixed-price and cost-plus-fixed-fee contract (H92403-18-D-0002-P00002) for operational flight program upgrades on SOF C-130 fixed wing aircraft along with systems engineering and integration support activities encompassing multiple third party systems sources for U.S. Special Operations Command (USSOCOM). The work will be performed in Marietta and is expected to be completed by April 2024. This contract was awarded on a sole-source basis. USSOCOM Headquarters, Tampa, Florida, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2027618/source/GovDelivery/

  • UK Advancing Tempest Sensor Suite

    February 11, 2022 | International, Aerospace, C4ISR

    UK Advancing Tempest Sensor Suite

  • Contract Awards by US Department of Defense - October 4, 2018

    October 5, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 4, 2018

    NAVY Asturian-Consigli JV LLC,* Virginia Beach, Virginia (N40085-18-D-1124); Edifice LLC, doing business as Edifice Solutions,* Beltsville, Maryland (N4008-18-D-1125); ED DesignBuild LLC,* Germantown, Maryland (N40085-18-D-1126); HCG-JCG JV,* Escondido, California (N40085-18-D-1127); and Military and Federal Construction Co. Inc.,* Jacksonville, North Carolina (N40085-18-D-1128), were each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for general construction projects in the Hampton Roads area of Virginia. The maximum dollar value for all five contracts combined is $249,000,000. The work to be performed provides for, but is not limited to, new construction, renovation, alteration, and repairs for general construction projects. Types of facilities include, but are not limited to warehouses, training facilities, personnel support and service facilities, housing facilities, etc. Asturian-Consigli JV LLC is awarded initial task order at $2,947,636 for the foundation and crawl space repairs at the advanced electronic guidance and instrumentation system facility (V-10) on Wallops Island, Accomack County, Virginia. Work for this task order is expected to be completed by December 2019. All work on this contract will be performed in the Naval Facilities Engineering Command, Mid-Atlantic Hampton Roads area, Virginia. The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 operations and maintenance, (Navy) contract funds in the amount of $2,967,636 are obligated on this award and expired at the end of fiscal 2018. Future task orders will be primarily funded by operation and maintenance, (Navy) and military construction. This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. (Awarded Sept. 29, 2018) MacDonald-Bedford | MBP JV,* Alameda, California, was awarded a maximum amount $98,000,000 indefinite-delivery/indefinite-quantity contract to provide construction management services in support of the Guam Defense Policy Review Initiative (DPRI) Program. The work to be performed will support the existing Naval Facilities Engineering Command (NAVFAC) workforce capabilities and provide increased capability to support construction projects and associated efforts undertaken by NAVFAC Pacific. The outcome to be achieved is the hiring of temporary supplemental construction management and engineering technician services. No task orders are being issued at this time. Work will be performed primarily in the Marianas region of operation (to include the following islands but not limited to: Guam, Tinian, Pagan, Palau, Chuuk, Saipan, and Northern Mariana Islands) (80 percent); Australia (10 percent); and Hawaii (10 percent), and is expected to be completed by September 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and expired at the end of fiscal 2018. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-18-D-1171). (Awarded Sept. 29, 2018) Davcon Inc.,* Virginia Beach, Virginia (N40085-18-D-1149); Delaware Corp.,* Topping, Virginia (N4008-18-D-1150); Doyon Project Services,* Federal Way, Washington (N40085-18-D-1151); Rand Enterprises,* Newport News, Virginia (N40085-18-D-1152); and Within Interior Design Inc., doing business as Tazewell Contracting,* Norfolk, Virginia (N40085-18-D-1153), were each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for heating, ventilating and air conditioning construction projects in the Hampton Roads area of Virginia. The maximum dollar value for all five contracts combined is $95,000,000. The work to be performed will primarily consist of new construction, demolition, repair, alteration, and renovation of heating, ventilating and air conditioning equipment, systems and infrastructure to include system components such as fans, motors, ductwork, controls, pumps, piping, supports, and insulation. Types of facilities on which work will be performed include administrative/industrial buildings, maintenance shops, warehouses, hangars, communications facilities, personnel support/instructional buildings, recreational facilities, lodging/dormitory facilities, medical clinics, training areas, indoor ranges, etc. Davcon Inc. is being awarded initial task order at $148,400 for the replacement of a chiller at Building 3889 at Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, Virginia. Work for this task order is expected to be completed by February 2019. All work on this contract will be performed in the Naval Facilities Engineering Command, Mid-Atlantic Hampton Roads area, Virginia. The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $168,400 are obligated on this award and expired at the end of the fiscal 2018. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with 11 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. (Awarded Sept. 29, 2018) A&H-Ambica JV LLC,* Livonia, Michigan (N40085-18-D-8733); Building Associates Inc.,* Bloomington, Indiana (N4008-18-D-8734); Federal Construction Group Inc.,* San Diego, California (N40085-18-D-8735); Krempp Construction Inc., Jasper, Indiana (N40085-18-D-8736); Midnight Sun Global Services LLC,* South Bend, Indiana (N40085-18-D-8737); and SEI Group Inc., Huntsville, Alabama (N40085-18-D-8738), were each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for general construction projects in Crane, Indiana. The maximum dollar value for all six contracts combined is $95,000,000. The work to be performed provides for, but is not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure and may include civil, structural, mechanical, electrical, fire protection, and communication systems. Types of facilities include administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, roads, etc., in support of the Naval Facilities Engineering Command, Public Works Department Crane, Indiana. A&H-Ambica JV LLC is awarded initial task order at $1,876,276 for the renovation of Building 2724 Break Room Renovation at Public Works Department Crane, Indiana. Work for this task order is expected to be completed by October 2019. All work on this contract will be performed in the Naval Facilities Engineering Command, Mid-Atlantic Public Works Department Crane, Indiana area of responsibility. The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 Navy working capital contract funds in the amount of $1,901,276 are obligated on this award and expired at the end of fiscal 2018. Future task orders will be primarily funded by operations and maintenance (Navy); and military construction. This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. (Awarded Sept. 29, 2018) DEFENSE LOGISTICS AGENCY BP Products North America Inc., Chicago, Illinois, has been awarded a maximum $47,075,766 fixed-price with economic price adjustment contract for aviation fuel. This was a competitive acquisition with 19 offers received. This is a one-year base contract with no option periods. Location of performance is Singapore, with a Dec. 31, 2019, performance completion date. Using military services are Army, Navy, and Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-19-D-0452). Olgoonik Technical Services LLC, Anchorage, Alaska, has been awarded a maximum $11,579,403 modification (P00027) exercising the third one-year option period of a one-year base contract (SP3300-16-C-5001) with four one-year option periods for warehousing and distribution support services. This is a fixed-price-incentive firm contract with cost-reimbursement line items. The modification brings the total cumulative face value of the contract to $40,706,113 from $29,126,709. Locations of performance are Alaska and California, with an Oct. 15, 2019, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. AIR FORCE Onvoi LLC, De Funiak Springs, Florida, has been awarded a $39,951,581 contract for base operating services at March Air Reserve Base, California. This contract provides for all personnel, supervision, equipment, tools, materials, supplies, test equipment, and other items and services necessary to accomplish supply, vehicle operations and maintenance, traffic management, real property maintenance, fuels management, and airfield management. Work will be performed at March ARB, California, and is expected to be completed by Oct. 31, 2023. This award is the result of a competitive acquisition and 10 offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,106,974 are being obligated at the time of award. Air Force Reserve Command Robins Air Force Base, Georgia, is the contracting activity (FA4664-19-C-0001). CORRECTION: The Sept. 28, 2018, announcement of a $1,051,818,540 cost-plus-fixed-fee contract award to The Aerospace Corp., El Segundo, California (FA8802-19-C-0001), for Federally Funded Research and Development Center support, was not for a contract modification. All other information in the announcement is correct. ARMY Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $16,038,473 modification (P00151) to contract W56HZV-15-C-0095 for spares acquisition integrated with production. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Dec. 31, 2018. Fiscal 2018 procurement Marine Corps; and other procurement, Army funds in the amount of $16,038,473 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1654951/source/GovDelivery/

All news