Back to news

January 30, 2024 | International, Naval

Lawmakers seek national coordination, support for maritime industry

A group of lawmakers is asking the White House to create a maritime policy coordinator and invest in the U.S. shipbuilding and shipping industries.

https://www.defensenews.com/naval/2024/01/30/lawmakers-seek-national-coordination-support-for-maritime-industry/

On the same subject

  • Lockheed Martin Sikorsky Advances To Next Phase Of Next Generation Rotorcraft Capability Program

    July 29, 2024 | International, Aerospace

    Lockheed Martin Sikorsky Advances To Next Phase Of Next Generation Rotorcraft Capability Program

    Sikorsky is ready to design a rotorcraft prototype for NATO’s NGRC concept study to support defense and deterrence for an ever-changing global environment

  • Contract Awards by US Department of Defense - November 9, 2020

    November 10, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 9, 2020

    AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $657,200,000 undefinitized contract action modification (P00025) to contract FA8634-18-C-2701 for the F-15Q Qatar program. The contract modification provides a comprehensive sparing program and contractor logistics support for the sustainment of the F-15QA aircraft. Logistical support for training devices and administrative costs are also included in this modification. Work will be performed in Al-Udeid Air Base, Qatar. Foreign Military Sales funds in the amount of $55,700,000 are being obligated at the time of award. Total cumulative face value of the contract is $8,040,659,061. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Lockheed Martin Space, Sunnyvale, California, has been awarded a $258,311,000 firm-fixed-price contract for Evolved Strategic Satellite Communication (ESS) contract. This contract will develop a prototype payload and conclude in a hardware and software in-the-loop, end-to-end demonstration. Work will be performed in Denver, Colorado, and is expected to be completed June 2025. This contract is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $29,447,172 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8808-21-C-0015). Raytheon Integrated Defense Solutions, Tewksbury, Massachusetts, has been awarded a $77,639,897 fixed-price, incentive-firm contract with firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable and time and material contract line item numbers for the Qatar Air Operations Center (AOC) upgrade. The contract is to upgrade the AOC and alternate AOC (AAOC), which includes the procurement of hardware and software, engineering services, installation, integration, and testing of AOC and AAOC components, end-user training, spares and help desk support outside the continental U.S. Work will be performed in Tewksbury, Massachusetts; and Al Udeid Air Base, Qatar, and is expected to be completed March 31, 2025. This award is the result of a directed sole-source acquisition. Foreign Military Sales funds in the amount of $77,639,897 are obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-21-C-0005). Raytheon Co., Fort Wayne, Indiana, has been awarded a $33,899,323 cost-plus-fixed-fee contract to the Airborne Warning and Control System (AWACS) Combat Identification (CID) Alpha Phase One effort. This contract upgrades the current AWACS System to meet evolving threat capabilities and to address diminishing manufacturing sources material shortages issues with the currently fielded AWACS System. Work will be performed at Raytheon in Fort Wayne, Indiana, and is expected to be completed May 2022. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds have been obligated in the amount of $4,864,480 prior to definitization. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-20-C-0016). Space Exploration Technologies Corp., Hawthorne, California, has been awarded $29,643,567 in firm-fixed-price task orders under the National Security Space Launch Phase 2 contract. These task orders provide early integration studies and fleet surveillance for non-national security space missions. Work will be performed in Hawthorne, California; Vandenberg Air Force Base, California; and Cape Canaveral Air Force Station, Florida, and is expected to be completed by Aug. 19, 2021. Fiscal 2020 missile procurement funds in the amount of $7,307,274; and fiscal 2020 space procurement funds in the amount of $22,336,293 will be obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-21-F-0002). NAVY General Dynamics NASSCO-Norfolk, Norfolk, Virginia, is awarded a $138,545,759, firm-fixed-price contract for the execution of the USS New York (LPD 21) fiscal 2021 docking selected restricted availability (DSRA). This availability will include a combination of maintenance, modernization and repair of the USS New York (LPD 21). This is a Chief of Naval Operations scheduled DSRA. The purpose is to maintain, modernize, and repair the USS New York (LPD 21). This is a “long-term” docking availability and was solicited on a coast-wide (East and Gulf coasts) basis without limiting the place of performance to the vessel's homeport. NASSCO will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization for USS New York (LPD 21). This contract includes options which, if exercised, would bring the cumulative value of this contract to $161,341,858. Work will be performed in Norfolk, Virginia, and is expected to be completed by June 2022. Fiscal 2021 operation and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $138,545,759 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website; two competitive proposals were received in response to Solicitation No. N00024-20-R-4417. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-4417). Three Wire Systems LLC, Falls Church, Virginia, is awarded a multiple-award, firm-fixed-price Department of Defense Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contract GS-35F-0300T. The estimated overall value of this BPA is $74,500,000. DOD ESI is a joint DOD project to streamline the acquisition process and provide information technology (IT) products and selected services that are compliant with applicable standards and represent the best value for DOD. Under ESI, the DOD leverages aggregate buying power to establish enterprise agreements with IT manufacturers and resellers for high demand, commercial off-the-shelf IT products and services. This awardee will join the rest of the fiscal 2018 multiple awardees Carahsoft (Reston, Virginia); Immix (McLean, Virginia); and Alamo City Engineering Services (San Antonio, Texas), to provide commercially available Forescout brand-name software licenses, proprietary appliances, and maintenance support to the DOD, intelligence community, and Coast Guard. The products offered through this BPA will meet functional requirements and capabilities in the following categories: Forescout Integration Modules, CounterAct, Forescout Training and Solution Support, and ActiveCare Support Services. The ordering period will be from Nov. 9, 2020, to Dec. 20, 2022. This BPA is issued under DOD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated via delivery orders using operation and maintenance (DOD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. One offer was received and one was selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-21-A-0030). ESG Aerosystems Inc., Starke, Florida, is awarded a $64,773,941 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to develop a curriculum and facilitate training for P-3 aircrew positions including copilots, patrol plane commander, instructor pilot, flight engineer, instructor flight engineer, and flight currency training in support of Naval Education and Training Security Assistance Field Activity's applicable field units and other program offices and stakeholders. The contract includes a five-year ordering period with no options and is expected to be completed by November 2025. Work will be performed in Starke, Florida (80%); and Jacksonville, Florida (20%). This effort is 100% funded by Federal Republic of Germany funds under the Foreign Military Sales program. Funds in the amount of $2,500 will be obligated to fund the contract's minimum amount and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement in accordance with Federal Acquisition Regulation (FAR) 5.202(a)(3) with one offer received under authority of FAR 6.302-4. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-21-D-Z007). AERMOR LLC,* Virginia Beach, Virginia, is awarded $44,913,739 for a firm-fixed-price indefinite-delivery/indefinite-quantity contract to provide test and evaluation support services for Commander, Operational Test & Evaluation Force Surface Warfare Division. The contract will include a 60-month base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8 - option to extend services, which if exercised, will bring the total ceiling value to $49,901,968. The base ordering period is expected to be completed by November 2025. If the option is exercised, the ordering period will be completed by May 2026. All work will be performed in Norfolk, Virginia. Fiscal 2020 research, development, test, and evaluation (Navy) funds in the amount of $2,500 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.SAM.gov as a service-disabled veteran-owned small business set-aside, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Virginia, is the contracting activity (N00189-21-D-G001). L-3 Technologies Inc., Salt Lake City, Utah, is awarded a $10,364,080 modification (P00024) to a previously awarded firm-fixed-price contract (N00019-18-C-1030). This modification exercises options to procure six AN/SRQ-4 kits and associated components for the MH-60 Common Data Link system for Foreign Military Sales (FMS) customers. Work will be performed in Salt Lake City, Utah, and is expected to be completed in December 2022. FMS funds in the amount of $9,560,101 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. William Marsh Rice University, Houston, Texas, is awarded an 18-month contract option valued at $9,776,246 under an existing cost-reimbursement contract (N66001-19-C-4020) for development of a high resolution neural interface that does not require surgery. The Next-Generation Non-Surgical Neurotechnology program seeks to broaden applicability of neural interfaces to facilitate multi-tasking at the speed of thought and interface with smart decision aids to achieve a neural link capable of high spatial and temporal resolution currently only possible using surgically implanted devices. Exercise of this option increases the overall value of this contract to $13,805,336. Work will be performed at the contractor's facilities in Houston, Texas (29%); Waco, Texas (33%); New York, New York (20%); New Haven, Connecticut (15%); and Durham, North Carolina (3%). The period of performance is from Nov. 9, 2020, through May 31, 2022. Fiscal 2021 research, development, test and evaluation (Navy) funding in the amount of $2,888,123 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement solicitation published on the beta.SAM.gov website. Nineteen proposals were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-C-4020). Barnhart-Reese Construction Inc.,* San Diego, California, is awarded a firm-fixed-price task order (N6247321F4085) at $8,061,699 under a multiple award construction contract for design-build repair/renovation of Mess Hall Building 2403 at Marine Corps Base Camp Pendleton. The task order also contains two planned modifications which, if exercised, would increase the cumulative task order value to $8,120,128. The scope of work includes replacement of plumbing systems and floor finishes, reconfiguring kitchen and serving spaces to align with current serving methodologies, removing wasted storage and office areas, relocating portable refrigerated reefers to the interior of the existing facility, replacing broken heating, ventilation and air conditioning, and cooling condensers in the food preparation areas, and removing disused built-ins. The planned modifications, if issued, provide for furniture, fixtures, and equipment and audio/visual. Work will be performed in Oceanside, California, and is expected to be completed by November 2021. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $8,061,699 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-17-D-4629). L-3 Electron Devices Inc., Torrance, California, is awarded a $7,860,000 for a firm-fixed-price delivery order (N00383-21-F-NR00) under a previously awarded basic ordering agreement (N00383-18-G-NR01) for the repair of the guided traveling wave tube in support of the F/A-18 aircraft. All work will be performed in Torrance, California and is expected to be completed by February 2021. Fiscal 2021 working capital (Navy) funds in the full amount of $7,860,000 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2410227/source/GovDelivery/

  • Contract Awards by US Department of Defense - June 27, 2019

    July 2, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 27, 2019

    ARMY Lockheed Martin Corp., Orlando, Florida, was awarded a $106,108,230 firm-fixed-price domestic and foreign military sales (Netherlands and United Kingdom) contract for Modernized Target Acquisition Designation Sight/Pilot Night Vision Sensor systems, subcomponent production and technical services for the Apache Attack Helicopter. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-17-D-0043). SRCTec LLC, Syracuse, New York, was awarded a $91,400,000 modification (P00013) to contract W15P7T-13-D-C702 for lightweight counter mortar radar systems, vehicle mounts, spare parts, retrofit kits and support services. Work locations and funding will be determined with each order, with an estimated completion date of July 16, 2021. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. The Boeing Co., Mesa, Arizona, was awarded a $47,684,233 modification (P00029) to contract W58RGZ-16-C-0023 for Version 6/Improved Drive System-enhancement cut-in on the Apache Attack Helicopter (AH)-64E production line and for the Apache Longbow Crew Trainers. Work will be performed in Mesa, Arizona, with an estimated completion date of March 31, 2022. Fiscal 2010, 2018 and 2019 foreign military sales, and aircraft procurement, Army funds in the combined amount of $23,365,274 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. General Atomics Aeronautical Systems Inc., was awarded a $21,954,252 modification (P00007) to contract W58RGZ-19-C-0027 for procurement of performance based logistics support services for the MQ-1C Gray Eagle Unmanned Aircraft System. Work will be performed in Poway, California, with an estimated completion date of June 30, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $9,733,334 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Morrish-Wallace Construction Co.,* Cheboygan, Michigan, was awarded an $18,000,000 firm-fixed-price contract for complete repairs on the Buffalo North Breakwater. 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 June 26, 2022. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-19-D-0002). Microsoft Corp., Redmond, Washington, was awarded a $14,079,784 firm-fixed-price contract for consulting services. One bid was solicited with one bid received. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of June 27, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $5,866,577 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91RUS-19-F-0235). Ross Island Sand & Gravel Co., Portland, Oregon, was awarded an $8,745,321 firm-fixed-price contract for annual maintenance dredging of the Sacramento and Stockton Deep Water Ship Channels. Bids were solicited via the internet with three received. Work will be performed in Sacramento and Stockton, California, with an estimated completion date of Jan. 15, 2020. Fiscal 2019 operations and maintenance, civil funds in the amount of $8,745,321 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-19-C-0011). AIR FORCE CACI Inc., Chantilly, Virginia, has been awarded a $45,992,341 firm-fixed-price task order (FA7014-19-F-A106) to the previously awarded indefinite-delivery, indefinite-quantity contract (47QTCK-18-D-0009) for the Secretary of the Air Force Financial Management Financial Information Systems Maintenance Support Services. This task order provides the Assistant Secretary of the Air Force Financial Management Budget Operations and the Office of the Assistant Secretary of the Army Financial Management & Comptroller IT maintenance and support services for their existing financial information systems: the automated schedule and reporting system; the exhibit automation system; the planning, programming, budget and execution portal and the data analysis reporting tool. These services are performance-based, and they provide maintenance via web portals and access via the internet. The tools assist the government by providing a myriad of analytical reports that allow budget analysts to identify program trends and discrepancies for improved program justification of program changes. Work will be performed in Washington, District of Columbia, and is expected to be complete by June 21, 2024. This award is the result of a sole-source acquisition. Fiscal 2019 operation and maintenance funds in the amount of $8,236,756 are being obligated at time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity. Dell Federal Systems LP., Round Rock, Texas, has been awarded a $35,800,000 firm-fixed-price contract for mobile interceptor platform and deployable interceptor platform. The contract provides for hardware refresh which cyber protection teams use to defend mission partner enclaves and platform information technology from cyber threats. Work will be performed in San Antonio, Texas, and is expected to be completed by Aug. 28, 2019. This award is the result of a competitive acquisition and three offers received. Fiscal 2019 procurement funds in the amount of $20,464,000 are being obligated at the time of award. The Air Force Installation Contracting Center, Lackland Air Force Base, Texas, is the contracting activity (FA8732-14-D-0002/FA8307-19-F-0095). Dataminr Inc., New York, New York, has been awarded a $35,766,667 firm-fixed-price modification (P0001) to previously awarded contract FA7014-19-C-A011 for First Alert proprietary alerting system. Worked will be performed in New York, New York, and is expected to be completed by Dec. 11, 2019. Fiscal 2019 operations and maintenance funds in the amount of $24,923,077 are being obligated at the time of the award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity. Exbon Development, Garden Grove, California (FA486117-17-D-A100); DSB-RLR JV, American Folk, Utah (FA4861-17-D-A101); North Star Construction, Yuba City, California (FA486117-17-D-A102); North Wind Construction, Las Vegas, Nevada (FA4861-17-D-A103); Kautaq-Northcon Team Tempe, Arizona (FA486117-17-D-A104); Sierra Range Construction of Visalia, California (FA4861-17-D-A105); West Point Contractors Inc., Tucson, Arizona (FA486117-17-D-A107), have been awarded a $30,000,000 ceiling increase modification (P00003) to previously awarded multiple award contract FA4861-17-D-A10X for a broad range of maintenance, repair and minor construction work on real property. This modification will increase the contract value from $40,000,000 to $70,000,000. Work will be performed at Nellis Air Force Base, Nevada, and Creech Air Force Base, Nevada, and is expected to be completed by May 2022. No funds are being obligated at the time of award. The 99th Contracting Squadron, Nellis Air Force Base, Nevada, is the contracting activity. Raytheon Co., Fullerton, California, has been awarded a $26,600,000, indefinite-delivery/indefinite-quantity, firm‐fixed-price, cost-plus fixed fee, cost‐reimbursable contract for the Situation Awareness Data Link program. This contract provides software maintenance and engineering services support services. Work will be performed in Fullerton, California, and is expected to be completed by Aug. 21, 2024. This award is the result of a sole‐source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $3,012,233 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contract activity (FA8574‐19‐D‐0001). Universal Technology Corp., Dayton, Ohio, has been awarded an $11,000,000 indefinite-delivery/indefinite-quantity contract for nondestructive evaluation exploratory development and inspection support for Air Force systems. This contract provides for quick reaction response support for failure analysis and materials and processes issues relating to nondestructive inspection in support of the systems support division of the Air Force Research Laboratory's materials and manufacturing directorate. Work will be performed at Wright Patterson Air Force Base, Ohio, and Dayton, Ohio, and is expected to be completed by Sep. 28, 2024. This contract was a competitive source acquisition, with one offer received. Fiscal 2019 research, development, test and evaluation funds in the amount of $200,000 are being obligated at the time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-5625). Barnett Paving & Sealing LLC,* Wichita Falls, Texas, has been awarded a $10,000,000 indefinite-delivery/indefinite-quantity task order contract for airfield pavements. This contract provides for the repair and sustainment of the airfield pavements along with restriping and rubber removal. Work will be performed at Little Rock Air Force Base, and is expected to be completed by June 2024. This award is the result of a competitive, hub zone small business acquisition and two offers were received. No funds are being obligated at the time of award, however, fiscal 2019 operations and maintenance funds in the amount of $164,659 will be obligated on the first task order immediately after award. The 19th Contracting Squadron, Little Rock Air Force Base, Arkansas, is the contracting activity (FA4460-19-D-A003). Lockheed Martin Corp., Sunnyvale, California, has been awarded a $7,085,068 cost reimbursement contract modification (P00153) to previously awarded contract (FA8810-08-C-0002) for Highly Elliptical Orbit (HEO) Operational Migration to Enterprise Ground Services (EGS) Step 1 development and test campaign support. The contract modification is for Lockheed Martin system engineering integration test support for our HOME RS test campaign, as well as anomaly response matrix validation, flight software validation, synchronized pre-deployment and operational tracker support, and a few minor HOME development efforts. Work will be performed at Aurora, Colorado; Azusa, California; Boulder, Colorado; and Sunnyvale, California, and is expected to be completed by March 6, 2020. Fiscal 2019 research and development funds in the amount of $7,085,068 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California is the contracting activity. NAVY Diversified Maintenance Systems Inc.,* Sandy, Utah, is awarded a maximum amount $40,000,000 indefinite-delivery/indefinite quantity contract for other specialty trade contractors construction alterations, renovations and repair projects at Naval Postgraduate School Monterey, Naval Air Weapons Station China Lake, and Naval Air Station Lemoore. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of electrical; mechanical; painting; engineering/design; paving (asphaltic and concrete); flooring (tile work/carpeting); roofing; structural repair; fencing; heating, ventilation and air conditioning and fire suppression/protection system installation projects. Work will be performed in Monterey, California (33%), China Lake, California (34%), and Lemoore, California (33%). The term of the contract is not to exceed 60 months with an expected completion date of June 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy) funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2629). Advanced Crane Technologies LLC,* Reading, Pennsylvania (N62470-19-D-1006); Crane Technologies Group Inc.,* Rochester Hills, Michigan (N62470-19-D-1007); HECO-Pacific Manufacturing Inc.,* Union City, California (N62470-19-D-1008); Mid-Atlantic Crane,* Raleigh, North Carolina (N62470-19-D-1009); Piedmont Hoist and Crane Inc.,* Colfax, North Carolina (N62470-19-D-1010); and Sievert Crane and Hoist,* Forest Park, Illinois (N62470-19-D-1011) are each awarded an indefinite-delivery/indefinite-quantity multiple award contract for ordering new, and overhauling existing, weight handling equipment located primarily within Navy, Marine Corps and other federal activities worldwide. The maximum dollar value including the base period and four option years for all six contracts combined is $30,000,000. Piedmont Hoist and Crane Inc. is being awarded the initial delivery order at $241,700 for the design, fabrication, assembly, testing, delivery, installation and inspection of one two-ton, under-running, underhung, single girder electric traveling crane and one half-ton monorail trolley and hoist to be installed in Building 124 at Naval Air Warfare Center, Aircraft Division, in Lakehurst, New Jersey. Work for this delivery order is expected to be completed by December 2020. The term of the contract is not to exceed 60 months, with an expected completion date of June 2024. Fiscal 2019 Navy working capital funds in the amount of $241,700 are obligated on this award and will expire at the end of the current fiscal year. Future delivery orders will be primarily funded by military construction (Navy), operation and maintenance (Navy) and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. These six contractors may compete for delivery orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. McNally Industries LLC, Grantsburg, Wisconsin, is awarded a maximum value $21,246,166 cost-plus-fixed-fee delivery order N00174-19-F-0373 under previously-awarded basic ordering agreement N00024-17-G-5385 to overhaul Mk 6 Mod 19 ammunition hoist assemblies. This basic ordering agreement is to provide materials and services required to receive, inventory, stage, disassemble, inspect, convert, repair, overhaul, upgrade, manufacture, procure, assemble, test, preserve, package and ship Mk 6 Mod 19 ammunition hoist assemblies. Work will be performed in Grantsburg, Wisconsin, and is expected to be completed by May 2022. Fiscal 2015, 2016, 2017 and 2018 shipbuilding and conversion (Navy) funding in the amount of $7,843,136 will be obligated at time of award, and $980,392 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. POWER Engineers Inc., Hailey, Idaho, is awarded an $18,000,000 firm-fixed-price modification to increase the maximum dollar value of a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-16-D-0002) for architect-engineering services for various electrical engineering projects and related services at various locations in all areas under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific. After award of this modification, the total cumulative contract value will be $38,000,000. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific area of operations including, but not limited to Guam (70%), Hawaii (25%) and the Commonwealth of the Northern Marianas Islands (5%). The term of the contract is not to exceed 60 months, with an expected completion date of November 2020. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by military construction (planning and design). Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. Raytheon Co., McKinney, Texas, is awarded $16,132,820 for job order 0012 under a previously awarded basic ordering agreement N00164-17-G-JQ02 for seven Multi-spectral Targeting Systems “B” AN/DAS-3. The Multi-spectral Targeting Systems “B” AN/DAS-3 are in support of the Low Rate Initial Production (LRIP 3 and 4) efforts of the MQ-4C Triton Program. Work will be performed in McKinney, Texas, and is expected to be complete by July 2021. Fiscal 2018 and 2019 aircraft procurement (Navy) funding in the amount of $16,132,820 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity. Didlake Inc., Manassas, Virginia, is awarded a $10,384,079 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-15-D-0083) to exercise option four for annual custodial services at Norfolk Naval Shipyard and Joint Expeditionary Base Little Creek – Fort Story. The work to be performed provides for annual custodial services, including, but not limited to, all management, supervision, tools, materials, supplies, labor and transportation services necessary to perform custodial services for office space, restrooms and other types of rooms at the Norfolk Naval Shipyard, Portsmouth, Virginia, and Joint Expeditionary Base Little Creek – Fort Story, Virginia Beach, Virginia. After award of this option, the total cumulative contract value will be $53,428,936. Work will be performed at various installations in Virginia Beach, Virginia (77%) and Portsmouth, Virginia (23%), and work is expected to be completed June 2020. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $10,250,107 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $7,823,461 for modification 11 to a firm-fixed-price delivery order 5306 against a previously issued basic ordering agreement (N00019-14-G-0004). This modification procures 36 Nacelles Production Kits in support of the H-53 aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in December 2020. Fiscal 2017 and 2018 aircraft procurement (Navy) funds in the amount of $7,823,461 will be obligated at time of award, $1,738,547 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY World Fuel Services Inc., Miami, Florida, has been awarded a maximum $9,289,995 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 45-month contract with one six-month option period. Location of performance is Florida, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0092). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1890122/source/GovDelivery/

All news