Back to news

September 14, 2023 | International, Land

KNDS, Elbit Systems Sign Teaming Agreement for EuroPULS at DSEI London

The DNA of EuroPULS consists of the synergetic combination of the capabilities from the systems house KNDS and the technology group Elbit Systems Land who have partnered together to establish...

https://www.epicos.com/article/773835/knds-elbit-systems-sign-teaming-agreement-europuls-dsei-london

On the same subject

  • Contract Awards by US Department of Defense - August 30, 2019

    September 3, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 30, 2019

    ARMY Southwest Range Services LLC, Las Cruces, New Mexico, was awarded a $377,006,101 cost-plus-fixed-fee contract for engineering and technical expertise for the operation, maintenance, research, development and other support of testing facilities, instrumentation, systems and equipment for test operations. Bids were solicited via the internet with six received. Work will be performed in White Sands Missile Range, New Mexico, with an estimated completion date of Aug. 31, 2024. Fiscal 2010 research, development, test and evaluation funds in the amount of $377,006,101 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-19-C-0008). J.E. McAmis Inc.,* Chico, California, was awarded a $140,700,210 firm-fixed-price contract for construction activities related to rehabilitating the South Jetty located at the Mouth of the Columbia River. Bids were solicited via the internet with two received. Work will be performed in Hammond, Oregon, with an estimated completion date of Sept. 29, 2025. Fiscal 2019 civil works; and operations and maintenance, Army funds in the amount of $17,675,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-19-C-0025). Raytheon Missile Systems, Tucson, Arizona, was awarded a $129,811,367 modification (PZ0017) to Foreign Military Sales (Oman and Taiwan) contract W31P4Q-17-C-0194 to procure missiles. Bids were solicited via the internet with one received. Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 1, 2021. Fiscal 2010 procurement of weapons and tracked combat vehicles, Army funds in the amount of $129,811,367 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. PAE Government Systems Inc., Arlington, Virginia, was awarded a $122,830,985 modification (P00013) to Foreign Military Sales (Afghanistan) contract W56HZV-17-C-0117 for ground vehicle support. Bids were solicited via the internet with one received. Work will be performed in Kabul, Afghanistan, with an estimated completion date of March 1, 2020. Fiscal 2018 and 2019 Afghanistan Security Forces, Army funds in the amount of $122,830,985 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. HydroGeoLogic Inc.,* Reston, Virginia (W912QR-19-D-0051); CTL Environmental LLC,* Novi, Michigan (W912QR-19-D-0052); PE Ayuda Joint Venture LLC,* St. Louis, Missouri (W912QR-19-D-0053); CAPE-Cabrera JV LLC,* Norcross, Georgia (W912QR-19-D-0054); ESI-ATC JV LLC,* Westland, Michigan (W912QR-19-D-0055); PIKA-Insight JV LLC,* Stafford, Texas (W912QR-19-D-0056); and EnSafe Inc.,* Memphis, Tennessee (W912QR-19-D-0057), will compete for each order of the $95,000,000 firm-fixed-price contract for environmental restoration services. Bids were solicited via the internet with 20 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 28, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $77,609,835 modification (P00251) to contract W56HZV-15-C-0095 for Joint Light Tactical Vehicle and installed kits. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of March 31, 2021. Fiscal 2018 and 2019 research, development, test and evaluation; defense procurement and other procurement, Army funds in the amount of $77,609,835 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. California Department of Rehabilitation, Sacramento, California, was awarded a $56,473,292 firm-fixed-price contract for food services, dining facilities management functions, food receiving and storage, food preparation for grab-n-go services, food serving, facility sanitation and janitorial duties, logistics and management functions. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 29, 2024. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0016). Tiya Services LLC,* Baton Rouge, Louisiana, was awarded a $36,622,610 cost-plus-fixed-fee contract for base operations support services acquisition. Bids were solicited via the internet with six received. Work will be performed in Fort Benning, Georgia, with an estimated completion date of Aug. 31, 2024. Fiscal 2019 operations and maintenance, Army funds in the amount of $6,339,755 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Benning, Georgia, is the contracting activity (W911SF-19-C-0024). International Business Machines Corp., Bethesda, Maryland, was awarded a $30,994,674 modification (P00061) to contract W52P1J-17-C-0008 for services and solutions necessary to support and maintain the Army's General Fund Enterprise Business System. Work will be performed in Bethesda, Maryland, with an estimated completion date of Jan. 15, 2020. Fiscal 2019 operations and maintenance, Army funds were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Great Lakes Dredge & Dock Co. LLC, Old Brook, Illinois, was awarded a $26,470,000 firm-fixed-price contract for Baltimore Harbor maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Baltimore, Maryland, with an estimated completion date of March 30, 2020. Fiscal 2019 operations and maintenance, Army; and cost share funds in the amount of $26,470,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-C-0033). Heeter Geotechnical Construction LLC, Mount Morris, Pennsylvania, was awarded a $23,908,476 modification (P00004) to contract W912P5-18-C-0017 for Kentucky Lock Downstream Lock excavation construction. Work will be performed in Grand Rivers, Kentucky, with an estimated completion date of Nov. 5, 2021. Fiscal 2019 civil works funds in the amount of $23,908,476 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity. Herve Cody Contractor LLC,* Robbinsville, North Carolina, was awarded a $20,607,010 firm-fixed-price contract for reservoir and intake canal bank stabilization. Bids were solicited via the internet with three received. Work will be performed in Indiantown, Florida, with an estimated completion date of Nov. 9, 2020. Fiscal 2019 civil works funds in the amount of $20,607,010 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, North Carolina, is the contracting activity (W912EP-19-C-0024). Tower Industries - Allied Mechanical Wisconsin,* Greenville, Wisconsin, was awarded an $18,473,434 firm-fixed-price contract for the Bomb Dummy Unit cast ductile iron practice bomb. Bids were solicited via the internet with one received. Work will be performed in Greenville, Wisconsin, with an estimated completion date of Aug. 31, 2024. Fiscal 2017 and 2019 procurement of ammunition, Army funds in the amount of $18,473,434 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-C-0048). Intercontinental Construction Contracting Inc.,* Passaic, New Jersey, was awarded a $14,893,318 firm-fixed-price contract for excavation and installation of in-ground pre-placed crypts, construction of a maintenance building with restroom and storage. Bids were solicited via the internet with five received. Work will be performed in West Point, New York, with an estimated completion date of July 30, 2021. Fiscal 2019 military construction funds in the amount of $14,893,318 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0018). San Antonio Lighthouse for the Blind, San Antonio, was awarded a $13,303,000 firm-fixed-price contract to procure Integrated Head Protection System, retention system units for helmets. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 29, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-0019). Alltech Engineering Corp.,* St. Paul, Minnesota, was awarded an $11,648,500 firm-fixed-price contract to rehabilitate the two spillway tainter gates at Raystown Dam to repair or replace the structural, mechanical, and electrical components in the tainter gate system. Bids were solicited via the internet with four received. Work will be performed in Hesston, Pennsylvania, with an estimated completion date of July 22, 2022. Fiscal 2018 civil works funds in the amount of $11,648,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-C-0030). MISSILE DEFENSE AGENCY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a sole-source, cost-plus-incentive-fee and firm-fixed-price contract. The total value of this contract is $326,998,037. Under this follow on contract, the contractor will design, develop, integrate, test and certify the Aegis Ballistic Missile Defense (BMD) 6.0 capability. Aegis BMD 6.0 provides an increased BMD capability by incorporating the Air and Missile Defense Radar, now designated SPY-6, for introduction on the first DDG Flight III. The work will be performed in Moorestown, New Jersey, with an estimated completion date of December 2025. Fiscal 2019 research, development, test and evaluation funds in the amount of $14,999,999 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0276-19-C-0001). NAVY Raytheon, Tucson, Arizona, is awarded $246,495,123 for an undefinitized contract action, performance-based logistics requirements contract for repair, upgrade, or replacement, required availability, required reliability, configuration management, inventory management and obsolescence management in support of the Close-In Weapon System, Land-based Phalanx Weapon System, Rolling Airframe Missile (RAM) and SeaRAM. This contract includes a two-year base period with one three-year option, which if exercised, will bring the contract ceiling value to $466,395,931. Work will be performed in Louisville, Kentucky, and work is expected to be completed by August 2021; if the option is exercised, work will be completed by August 2024. Annual working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-VP01). Progeny Systems Corp., Manassas, Virginia, is awarded a $115,736,303 cost-plus-incentive-fee, firm-fixed-price, cost and cost-plus-fixed-fee contract for an upgrade to the Mk 48 mod 7 Common Broadband Advanced Sonar System (CBASS) heavyweight torpedo program, to include the following deliverables for associated subsystem electronic systems: detail design, engineering development models, proof-of-design units, proof-of-manufacturing units, low-rate initial production units and factory test equipment. Also included in this procurement are related engineering and hardware repair services and provisioned-items orders. This contract includes options, which if exercised, would bring the cumulative value of this contract to $186,567,981. Work will be performed in Manassas, Virginia (40%); Salt Lake City, Utah (18%); Middletown, Rhode Island (18%); Charleroi, Pennsylvania (17%); Cranston, Rhode Island (5%); and Annapolis, Maryland (2%), and is expected to be completed by February 2024. If all options are exercised, work will continue through August 2026. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $5,790,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-6408). Design Partners Inc., Honolulu, Hawaii, is awarded a maximum amount $50,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for architect-engineer services for various architectural projects under the cognizance of Naval Facilities Engineering Command (NAVFAC) Hawaii. The work to be performed provides for architect-engineer services to include, but are not limited to, the execution and delivery of military construction project documentation; functional analysis and concept development workshops; design charrettes; design-build request for proposal solicitation documents; design-bid-build design contract documents; cost estimates; technical surveys and reports including concept studies; site engineering investigations and surveys; collateral equipment buy packages; comprehensive interior design, to include structural interior design; and furniture, fixtures, and equipment packages; and post construction award services. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corp and other government facilities within the NAVFAC Hawaii area of responsibility. The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction planning and design funds. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. Naval Facilities Engineering Command Hawaii, Honolulu, Hawaii, is the contracting activity (N62478-19-D-5029). Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $27,721,832 modification of the first bridge under an indefinite-delivery/indefinite-quantity contract for base operations support services at Isa Air Base, Kingdom of Bahrain. The work to be performed provides for but is not limited to, all management, supervision, tools, materials, supplies, labor and transportation services necessary to perform galley services, bachelor quarters and laundry services, facility management, emergency service requests, urgent service, routing service, minor work I and II, facilities investment, custodial, pest control service, integrated solid waste, grounds maintenance, wastewater, operate reverse osmosis water treatment system and base support vehicles, environmental, fire emergency services and explosive safety officer services. After award of this bridge, the total cumulative contract value will be $175,403,361. Work will be performed at Isa Air Base, Kingdom of Bahrain. This bridge period is from September 2019 to May 2020. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $11,247,681 for non-recurring work will be obligated on individual task orders issued during the option period. Naval Facilities Engineering Command Europe Africa and Southwest Asia, Naples, Italy, is the contracting activity (N62470-14-D-6012). Al Larson Boat Shop Inc.,* San Pedro, California (N55236-15-D-0013); Epsilon Systems Solutions, Inc.,* San Diego, California (N55236-15-D-0014); Integrated Marine Services Inc.,* Chula Vista, California (N55236-15-D-0015); Marine Group Boat Works Inc.,* Chula Vista, California (N55236-15-D-0016); Miller Marine Inc.,* San Diego, California (N55236-15-D-0017); and Nielsen Beaumont Marine Inc.,* San Diego, California (N55236-15-D-0018), are each awarded contract modifications with a combined ceiling of $15,000,000 to exercise option year four to a previously awarded indefinite-delivery/indefinite-quantity, multiple award contracts to provide marine boatyard services and industrial support for boats and vessels greater than or equal to 15 meters or 50 feet in length. Work will be performed in San Diego, California, or contractor facilities on the West Coast and is expected to be completed by September 2020. No funding will be obligated at time of award. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. San Diego Gas and Electric (SDG&E) Co., a public utility company regulated by the California Public Utilities Commission, San Diego, California, is awarded $12,765,441 for firm-fixed-price task order N62473-19-F-5128 under the basic ordering agreement (BOA) N62473-18-G-5615 for energy conservation measures at Marine Corps Base Camp Pendleton, San Diego, California. The work to be performed provides for energy conservation and resiliency measures that includes: repairing point to point redline radios; installing advanced metering infrastructure; installing supervisory control and data acquisition; replacing high bay high intensity diode, T5HO, and T8 lighting with light emitted diode (LED); replacing direct digital control equipment; replacing boilers; replacing base wide T8/T12, compact fluorescent, interior incandescent, halogen and exterior lighting fixtures with LED; perform constant commissioning and retrofit or replacement of heating and air conditioning units. Work will be performed in San Diego, California, and is expected to be completed by Oct. 30, 2020. No funds will be obligated at the time of award. This project will utilize third party financing through the utility company in the amount of $12,765,441. The energy conservation project will be amortized for a term of 13 years with an annual rate of 2.81%, and the payment will be included as a separate utility bill submitted annually based upon the amortization schedule for a grand total cost of $15,636,652. This task order falls under the terms and conditions of the BOA with SDG&E. The BOA allows for services without full and open competition pursuant to the statutory authorities of 10 U.S. Code (USC) 2304 and 10 USC 2913. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-18-G-5615). Honeywell International Inc. Defense & Space, Tempe, Arizona, is awarded $11,465,688 for modification P00006 under a previously awarded performance-based logistics requirements contract (N00383-12-D-003D) for repair, replacement and program support for auxiliary power units used on F/A-18 A-G models, P-3, and C-2 aircrafts along with providing coverage for the main fuel controls and electronic control unit used on the F/A-18 and the P-3 engine driven compressor. This modification includes a four-month period of performance and will bring the total estimated value of the contract to approximately $260,000,000. Work will be performed in Jacksonville, Florida (50%); Cherry Point, North Carolina (39%); and various contractor facilities (11%). Work is expected to be completed by December 2019. Fiscal 2019 working capital funds (Navy) will be obligated as individual task orders are issued, and funds will not expire before the end of the current fiscal year. This contract includes support for the Australian F/A-18 Super Hornet under the Foreign Military Sales program, and represents less than one percent of the estimated contract value. One firm was solicited for this non-competitive requirement in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Peraton Inc., Herndon, Virginia, is awarded $11,374,305 for modification P00028 to a previously awarded cost-plus-fixed-fee contract (N00030-16-C-0016) to exercise various contract options for the continuation of support services including critical system assessment and vulnerability services and reentry systems development support services for the Trident II (D5). Work will be performed in Colorado Springs, Colorado (71.1%); Washington, District of Columbia (22.5%); Cape Canaveral, Florida (4.6%); and Albuquerque, New Mexico (1.8%). Work is expected to be completed Sept. 30, 2020. Subject to the availability of funding, fiscal 2020 operations and maintenance (Navy) funding in the amount of $6,108,026; and fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $5,266,279 will be obligated as a result of this award. The fiscal 2020 operation and maintenance (Navy) funds in the amount of $6,108,026 will expire at the end of the current fiscal year. This contract was awarded on a sole-source basis to Exelis Inc. (now Peraton Inc.) and previously synopsized on the Federal Business Opportunity website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. The Korte Co., St. Louis, Missouri, is awarded $10,470,093 for firm-fixed-price task order N69450-19-F-0720 under a previously awarded multiple award construction contract (N69450-19-D-0910) for renovation of Hangar 1338 at Naval Station Mayport, Florida. This task order is for a design-build construction project to renovate Hangar 1338 for the installation of two government installed training modules, Navigation, Seamanship and Shiphandling Trainer (NSST) 4.0 and NSST 5.0, and related equipment. NSST is a state-of-the-art naval ships bridge team trainer facility designed to replicate the environment found on the bridge of a Navy ship and utilize life-like scenarios with visual simulation to train Navy bridge teams. Work will be performed in Jacksonville, Florida, and is expected to be completed by March 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,470,093 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity. Northrop Grumman Systems Corp., Bethpage, New York, is awarded a $9,462,556 modification to previously awarded contract N00024-17-C-6311 to exercise an option for the production of Littoral Combat Ship (LCS) Surface-to-Surface Missile Module. The LCS are fast, agile and networked surface combatants, optimized for operating in the littorals through outfitting seaframes with mission-specific mission packages. The primary missions supported by mission packages are: anti-submarine warfare, mine countermeasures and surface warfare. Work will be performed in Huntsville, Alabama (80%); Bethpage, New York (18%); and Hollywood, Maryland (2%), and is expected to be complete by May 2021. Fiscal 2019 other procurement (Navy) funding in the amount of $8,445,109 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. IntraMicron Inc.,* Auburn, Alabama, is awarded a $9,377,828 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, level-of-effort contract, for provision of engineering and technical services for the Energy and Conversion Research and Development Branch. Work will be performed in Auburn, Alabama, and is expected to be complete by August 2022. Fiscal 2018 research, development, test and evaluation (Navy) funding in the total amount of $4,584,294 will be obligated at time of award and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(5), authorized or required by statute, this procurement was not competitively procured. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4025). Tekla Research Inc., Dumfries, Virginia, is awarded $8,972,221 for cost-plus-fixed-fee task order N00173-19-F-3001 under a previously awarded contract (N00178-14-D-7965) for research and development in electro-optical and infrared for advanced intelligence, surveillance and reconnaissance and electronic warfare prototypes. The total cumulative face value of this contract is $45,481,093. Work will be performed in Washington, District of Columbia. The period of performance is 60 months including a 12-month base period, and four 12-month option periods. Period of performance for the base period is Sept. 15, 2019 – Sept. 14, 2020. Working capital (Defense) funds in the amount of $1,557,000 will be obligated at the time of award. Funds will not expire at the end of the current year. This task order was procured using competitive procedures as a 100 percent small business set-aside via SeaPort-e under a request for proposal #N00173-19-R-3000. The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity. CAPE Environmental Management Inc.,* Honolulu, Hawaii, is awarded $7,771,456 for firm-fixed-price task order N63473-19-F-5014 under a small business remedial action contract for a non-time-critical removal action (NTCRA) at installation restoration (IR) site 19 Marine Corps Air Station (MCAS) Miramar, California. The work to be performed is for the contractor to develop an amendment to the 2014 action memorandum based on engineering evaluation/cost analysis alternatives for IR Site 19 NTCRA, and implement the actions in the amendment: excavation, surface vacuuming and erosion control at MCAS Miramar, San Diego. Due to ongoing movement of contaminated sediment/soils and lead overshot from Site 19, the Navy requires an interim solution that will stabilize and remove contaminated sediments and soils surrounding the range. The task order also contains four unexercised options, which if exercised would increase the cumulative task order value to $13,863,610. Work will be performed in San Diego, California, and is expected to be completed by August 2022. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $7,771,456 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62742-16-D-1807). AIR FORCE The Boeing Co., Layton, Utah, has been awarded a $122,910,723 firm fixed price contract, for the intercontinental ballistic missile cryptography upgrade increment II (ICU II) production. This contract definitizes an undefinitized contract action (UCA) issued Oct. 29, 2018, and provides the government 75 A-4 drawers and 8 digital components, with the option to procure 431 additional A-4 drawers. Work will be performed at Huntsville, Alabama; Huntington Beach, California; and Layton, Utah, and is expected to be completed by Feb. 28, 2022. This award is the result of a sole-source acquisition. Fiscal 2017 missile procurement funds in the amount of $5,762,283; fiscal 2018 missile procurement funds in the amount of $23,590,855; and fiscal 2019 missile procurement funds in the amount of $5,705,951 were obligated on the UCA; fiscal 2018 missile procurement funds in the amount of 2,535,700; and fiscal 2019 missile procurement funds in the amount of $45,144,887 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8204-19-C-0001-PZ0008). General Dynamics Information Technology Inc., Fairfax, Virginia, has been awarded a $30,837,185 face value cost-plus-fixed-fee contract for bioeffects research of directed energy effects. This contract provides for research on directed energy systems to assist in transitioning Department of Defense technologies. Work will be performed at Joint Base San Antonio, Fort Sam Houston, Texas, and is expected to be complete by Nov. 28, 2025. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 research and development funds in the amount of $250,000 will be obligated at the time of award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-6055). M1 Support Services, Denton, Texas, has been awarded a $24,666,741 contract modification (P00037) to previously awarded contract FA4890-16-C-0012 for T-38 Sustainment Services. The modification will provide intermediate and organizational maintenance of T-38 aircraft for Air Combat Command, Air Force Materiel Command and Air Force Global Strike Command. Total cumulative face value of the contract is $24,666,741. Work will be performed at multiple U.S. Air Force bases and is expected to be completed by Sept. 30, 2020. Fiscal 2020 operations and maintenance funds are being obligated at the time of award and no funds 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. Rockwell Collins Inc., Collins Aerospace, Cedar Rapids, Iowa, has been awarded a $15,400,000 modification (P00006) firm-fixed price to contract FA8102-16-D-0005 for services and supplies in support of modernization, expansion and depot-level contractor logistics support. This contract will provide support for Scope Command's High Frequency Global Communications System in support of Air Force, Navy and Coast Guard requirements. Work will be performed in Richardson, Texas, in support of this Aug. 31, 2019, through Aug. 30, 2020, ordering period. This option three of the contract is the result of a sole-source acquisition. Total estimated contract value as of option award is $56,000,000. No funds are being obligated at the time of the award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. Ensco Inc., Springfield, Virginia, has been awarded a $14,300,000 firm-fixed-price modification (P00060) to previously awarded contract FA8807-17-C-0001 for providing off base contractor accommodations for the RN Systems Engineering and Integration (SE&I) Support contract. When the contract was initially awarded, the government had office space available for the contractor; however, the government is not able to provide office space to the contractor for performance on Peterson Air Force Base, Colorado, any longer and needs the contractor to secure off base accommodations to continue performance on the SE&I contract. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Oct. 31, 2022. Fiscal 2019 operations and maintenance funds in the amount of $637,244 are being obligated at the time of award. The Space and Missile Center, Sustainment Directorate, Peterson Air Force Base, Colorado, is the contracting activity. IF Armor International LLC, doing business as Man Lift, Warner Robins, Georgia, was awarded a $10,856,307 firm-fixed-price contract for the purchase of explosion proof articulating boom lifts. This contract provides for the purchase of commercial, 45-, 60- and 80-foot lifts modified to meet explosion proof articulating boom lifts specifications. Work will be performed in Shelby, North Carolina, with an ordering period of two years. This award is the result of a competition acquisition with three offers received. Fiscal 2019 depot maintenance activity group capital investment program funds are being used and no funds were obligated at time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8571-19-D-A004). DEFENSE INTELLIGENCE AGENCY Booz Allen Hamilton, McLean, Virginia, has been awarded a time and materials contract (HHM402-19-C-0058) with a ceiling of $89,993,973 to provide support services for the Defense Intelligence Agency's (DIA) Directorate of Analysis. Through this award, DIA will procure services for the production, dissemination and tracking of DIA's finished intelligence products, including the development and maintenance of applications and tools used to perform the mission. Work will be performed in the National Capital Region with an expected completion date of Feb. 28, 2025. Fiscal 2019 operations and maintenance funds in the amount of $10,780,907; and research, development, test and evaluation funds in the amount of $586,012 are being obligated at time of award. This contract has been awarded through a competitive acquisition and two offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1949291/source/GovDelivery/

  • Contract Awards by US Department of Defense - January 15, 2021

    January 18, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - January 15, 2021

    MISSILE DEFENSE AGENCY Lockheed Martin Space, Sunnyvale, California, is being awarded a sole-source, cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price definite contract under a Foreign Military Sales (FMS) case to the United Arab Emirates (UAE). The total value of this contract is $254,708,912. Under this follow-on contract, the contractor will provide maintenance and sustainment for two Terminal High Altitude Area Defense batteries for UAE. The maintenance and sustainment scope of work includes providing logistics management, logistics product database, training, missile and ground repair and return, hardware/software development and sustainment, hardware in the loop, engineering services, missile field surveillance program and country unique specialty engineering for FMS client. The work will be performed in Sunnyvale, California; Grande Prairie, Texas; Camden, Arkansas; Huntsville, Alabama; Anniston, Alabama; and Troy, Alabama. The performance period is from Jan. 15, 2021, through Jan. 14, 2026. One offer was solicited and one offer was received. UAE FMS funds in the amount of $254,708,912 will be used to fund this effort. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-19-C-5001). NAVY Huntington Ingalls Industries Fleet Support Group, Newport News, Virginia, is awarded a $174,910,371 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide Navy aircraft carrier Elevator Support Unit maintenance and repair. Work will be performed aboard Navy CVNs (aircraft carrier nuclear propulsion) within the continental U.S.; outside the continental U.S.; and forward deployed locations according to individual task orders, and is expected to be completed by January 2026. No funds will be obligated at the time of award. Funding will be obligated on individual orders as they are issued. This contract was competitively procured and solicited via the beta.SAM.gov website. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-D-4103). CSRA LLC, Washington, D.C., is awarded a $57,000,000 modification (P00002) to previously awarded, firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract N61340-18-D-0002. This modification increases the ceiling to provide the Navigation Seamanship Shiphandling Trainers program, training systems and upgrades to meet fleet emergent requirements based on the Chief of Naval Operations mandated expansion in navigation related training hours and navigation related training capability at schoolhouses throughout the world. Work will be performed in Norfolk, Virginia (44%); Everett, Washington (14%); Pearl Harbor, Hawaii (14%); Yokosuka, Japan (14%); Rota, Spain (13%); San Diego, California (0.5%); and Sasebo, Japan (0.5%), and is expected to be completed in September 2022. No funds will be obligated at time of award and funds will be issued against individual orders as they are issued. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity. EG Designbuild LLC,* Germantown, Maryland, is awarded a $16,239,000 firm-fixed-price task order (N69450-21-F-0872) under previously-awarded multiple-award contract N69450-19-D-0919 for construction of a Special Operations Forces watercraft maintenance facility at Naval Air Station, Key West, Florida. The task order also contains three unexercised options which, if exercised, would increase the cumulative task order value to $18,385,020. The work to be performed includes construction of a new maintenance facility for the repair of special operations forces' hard-hulled and soft-hulled watercraft, including electrical, mechanical, plumbing and fire protection utilities. This includes demolition of the existing bunker, KW-800, currently used as a climate-controlled exercise facility by facility personnel; construction of a new vehicular entrance ramp and exit ramp to the maintenance facility; and modifications to the existing storm water permit to address the new construction. The options, if exercised, provide for a hard-hull shop, vehicular ramp and overhead cooling door, and furniture, fixtures and equipment. Three proposals were received for this task order. Work will be performed in Key West, Florida, and is expected to be completed by October 2022. Fiscal 2020 military construction (Army) funds in the amount of $16,239,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $13,036,252 cost-plus-fixed-fee order (N00019-21-F-0227) against previously issued basic ordering agreement N00019-19-G-0008. This modification procures non-recurring site stand-up activity, capability development, information technology systems integration and associated changes to F-35 Lightning II program and industry processes as needed to allow the Defense Logistics Agency and U.S. Transportation Command to assume North American regional warehouse and global transportation and distribution product support provider responsibilities. Work will be performed in Fort Worth, Texas (63.9%); Orlando, Florida (26.6%); Bethesda, Maryland (8.5%); and Greenville, South Carolina (1%), and is expected to be completed in March 2022. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $6,518,126; and fiscal 2019 aircraft procurement (Air Force) funds in the amount of $6,518,126, will be obligated at time of award, $6,518,126 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. EC America Inc., McLean, Virginia, is awarded a $9,053,930 firm-fixed-price order (M67854-21-F-4906) against previously issued Department of Defense Enterprise Initiative blanket purchase agreement N66001-19-A-0057. This blanket purchase agreement call order provides for the renewal of Tanium brand software license subscriptions currently deployed in the Marine Corps Enterprise Network environment and associated onsite technical support in Quantico, Virginia (100%). Fiscal 2021 operation and maintenance (Marine Corps) funds in the amount of $9,053,930 will be obligated at the time of award and funds will expire Sept. 30, 2021. This was a limited-source acquisition in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74 and the Federal Acquisition Regulation, Part 8.405-6. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-21-F-4906). Raytheon Missiles & Defense, Tewksbury, Massachusetts, is awarded an $8,963,961 cost-plus-incentive-fee modification to previously awarded contract N00024-17-C-5145 to exercise options for DDG 1000 ship class integrated logistics support. The Total Ship Activation (TSA) contract includes mission system activation, hull mechanical and electrical activation efforts to include waterfront integration, activation and test of Zumwalt class mission systems and mission system equipment at the system and subsystem levels; development and conduct of the Zumwalt class TSA test program; personnel, program management, planning, training and other efforts required to effectively support the execution of the Zumwalt class TSA; development and review of design drawings, technical data packages, installation control drawings and change documentation in support of Zumwalt class TSA; and development and implementation of government-approved proposed changes and the implementation of Zumwalt class cybersecurity/information assurance requirements. Work will be performed in Portsmouth, Rhode Island (50%); and Tewksbury, Massachusetts (50%), and is expected to be completed by January 2022. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $138,349 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured under the statutory authority of 10 U.S. Code 2304(c)(1). Only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. AIR FORCE Continuus Pharmaceuticals Inc., Woburn, Massachusetts, has been awarded a $69,300,000 firm-fixed-price contract to develop a domestic production capability for critical active pharmaceutical ingredients and final dosage form medicines using their proprietary integrated continuous manufacturing technology. These medicines are currently used to treat critically ill COVID-19 patients. Work will be performed in Woburn, Massachusetts, and is expected to be completed April 15, 2023. Fiscal 2021 other procurement funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8505-20-S-0002). Mile Two LLC, Dayton, Ohio, has been awarded a $14,788,874 cost-plus-fixed-fee contract for support to the Air Force Research Laboratory Autonomy Capabilities Team Three mission through the development of production level software systems and rapid prototyping of new operational concepts that leverage best practices for application development operations by expanding, extending, or enhancing work performed under the Air Force Small Business Innovation Research Phase II, Air Force Topic 183-005, FA8751-19-C-A048, entitled “TechSuite: TechScout and Project Tracking Prototype Applications.” Work will be performed in Dayton, Ohio, and is expected to be completed Jan. 15, 2026. Fiscal 2020 research, development, test and evaluation funds in the amount of $2,297,394, will be obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8751-19-C-A048). ARMY Nordic Industries Inc., Olivehurst, California, was awarded a $29,554,401 firm-fixed-price contract for construction of approximately 1.8 miles of varying types of seepage cutoff walls. Bids were solicited via the internet with four received. Work will be performed in Sacramento, California, with an estimated completion date of Dec. 15, 2021. Fiscal 2018 civil construction funds in the amount of $29,554,401 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-21-C-0010). DynCorp International LLC, Fort Worth, Texas, was awarded a $27,700,947 modification (P00028) to contract W58RGZ-16-C-0016 for maintenance support services for Saudi Arabia's Royal Saudi Land Forces Aviation Command Aviation program. Work will be performed in Saudi Arabia, with an estimated completion date of Jul. 31, 2022. Fiscal 2021 Foreign Military Sales funds in the amount of $27,700,947 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Raytheon Co., Tewksbury, Massachusetts, was awarded a $10,448,906 cost-plus-fixed-fee completion contract for a Defense Advanced Research Projects Agency research project for the Joint All-Domain Warfighting Software (JAWS) program. JAWS seeks to develop a software suite to maximize the effectiveness of military force through theater scale battle management command and control with automation and predictive analytics. This capability would develop the enabling software for the warfighter to adaptably setup and execute synchronized kill webs encompassing the undersea, sea surface, land, air, space and electromagnetic domains. Work will be performed in Tewksbury, Massachusetts (59%); Cambridge, Massachusetts (11%); Richardson, Texas (3%); McKinney, Texas (8%); Centennial, Colorado (1%); Nashua, New Hampshire (3%); and Woburn, Massachusetts (15%), with an expected completion date of April 2022. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,000,000; and fiscal 2021 research, development, test and evaluation funds in the amount of $2,918,181, are being obligated at the time of award. This contract was a competitive acquisition in which 12 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-21-C-0010). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2474326/source/GovDelivery/

  • What challenges will the next Missile Defense Agency director face?

    August 7, 2023 | International, Land, Security

    What challenges will the next Missile Defense Agency director face?

    The agency recently began building a robust air and missile defense architecture in Guam to protect the island from attack.

All news