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

  • Le Rafale de Dassault bientôt à nouveau en piste en Inde

    April 6, 2018 | International, Aerospace

    Le Rafale de Dassault bientôt à nouveau en piste en Inde

    (Boursier.com) — L'Inde a fixé au 6 juillet prochain la date-butoir pour la soumission initiale des offres de renouvellement de sa flotte de jets de combat. Le pays veut s'équiper de 110 appareils mono et biplaces qui doivent être produits localement, a fait savoir l'armée de l'air. L'occasion pour Dassault Aviation de proposer à nouveau son Rafale, que Delhi a déjà commandé à 36 exemplaires en 2016, après un très long processus entamé en 2001. Initialement, l'Inde devait commander 126 Rafale, mais le contrat avait finalement été réduit à 36 appareils après plusieurs volte-face des autorités. Make in India Dassault a depuis joué la carte de la séduction en mettant les bouchées double dans le cadre de l'initiative gouvernementale "Make in India", qui vise à faire profiter à l'industrie locale des grands contrats signaux avec des groupes étrangers. Une usine a vu le jour en coentreprise avec Reliance à Nagpur, pour fabriquer des pièces à destination du contrat Rafale initial. Le groupe français a également exhorté ses sous-traitants à investir dans le pays, pour accroître ses chances d'obtenir un nouveau contrat. Le premier Rafale à voler pour l'Inde devrait être livré en 2019, 18 ans après que le pays eut décidé de moderniser sa flotte d'avions de combat. https://www.boursier.com/actions/actualites/news/le-rafale-de-dassault-bientot-a-nouveau-en-piste-en-inde-761709.html

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

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

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

    DEFENSE INTELLIGENCE AGENCY Applied Research Associates, Albuquerque, New Mexico (HHM402-20-D-0007); Booz Allen Hamilton Inc., McLean, Virginia (HHM402-20-D-0008); CACI NSS Inc., Reston, Virginia (HHM402-20-D-0009); Centauri LLC, Chantilly, Virginia (HHM402-20-D-0010); General Dynamics Information Technology Inc., Herndon, Virginia (HHM402-20-D-0011); Northrop Grumman Systems Corp., Cincinnati, Ohio (HHM402-20-D-0012); and Radiant Geospatial Solutions, Gaithersburg, Maryland (HHM402-20-D-0013), were awarded a five-year indefinite-delivery/indefinite-quantity (IDIQ), multiple-award contract called DORE2 with a combined ceiling value of $990,000,000. Through this award, the Defense Intelligence Agency (DIA) will procure Data Science, Operations, Requirements, Exploitation and Engineering (DORE2) services to support DIA Directorate for Science and Technology missions. Work will be performed at contractor facilities and at government facilities in the National Capital Region with an estimated completion date of March 1, 2025. The contract was awarded through a full and open solicitation and eight offers were received. Each company will receive a $10,000 minimum guarantee. Task Orders (TO) will be issued competitively under this IDIQ which will allow for the following TO contract types: firm-fixed-price; fixed price, level of effort term; fixed-price incentive (FPI includes firm and successive targets; fixed-price-award-fee; cost-plus incentive-fee; cost-plus-award-fee; cost-plus-fixed-fee term and completion; and time-and-material or labor hour). The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. NAVY Andromeda Systems Inc.,* Virginia Beach, Virginia, is awarded an $89,104,038 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides reliability-centered maintenance for service aircraft, engines, systems (weapons, aircrew escape, avionics and electrical systems), support equipment (avionics support equipment, non-avionics support equipment and aircraft launch/recovery equipment), and a Fleet Readiness Center/depot plant equipment to include modifications during all life cycle phases and levels of maintenance. Work will be performed in various locations within the continental U.S. and is expected to be completed by March 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was a small-business set-aside and competitively procured via Federal Business Opportunities; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0028). Architecture, Engineering, Consulting, Operations, and Maintenance (AECOM) Technical Services Inc., Los Angeles, California, is being awarded a $75,000,000 maximum amount, firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for preparation of Navy and Marine Corps facilities' planning and environmental documentation in the Naval Facilities Engineering Command (NAVFAC) Europe, Africa, Central (EURAFCENT) area of operations (AO). Work will be performed at various locations within the NAVFAC/EURAFCENT/AO to include but not limited to: Naples, Italy; Sigonella, Italy; Souda Bay, Greece; Manama, Kingdom of Bahrain; Djibouti, Africa; Rota, Spain; and Vicenza, Italy. The work to be performed provides for design projects including, but not limited to: administration buildings, religious facilities, community buildings, dining facilities, recreational facilities, security buildings, child development centers, bachelor quarters, Navy lodges, airfield facilities, waterfront facilities, operational facilities, base housing, water treatment facilities and associated work, central plant utility system upgrades and other infrastructure. No task orders are being issued at this time. The term of the contract is not to exceed 60 months with an expected completion date of February 2024. Contract funds are fiscal 2020 operations and maintenance, Navy (O&M, N). Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. NAVFAC EURAFCENT, Naples, Italy, is the contracting activity (N33191-20-D-0605). Vernadero Group Inc.,* Phoenix, Arizona (N62473-20-D-0021); Gulf South Research Corp.,* Baton Rouge, Louisiana (N62473-20-D-0022); BioResource Consultants Inc.,* Ojai, California (N62473-20-D-0023); and Hercules JV,* Yuma, Arizona (N62473-20-D-0024), are awarded a combined $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for natural resources-related services at various locations within Naval Facilities Engineering Command (NAVFAC) Southwest's area of operations (AO), including but not limited to: California (94%); Arizona (1%); Colorado (1%); Nevada (1%); New Mexico (1%); Oregon (1%); and Washington (1%). The work to be performed provides natural resources-related services for botanical, ornithological, mammal, amphibian, reptile and invertebrate surveys, wetlands delineations, biological monitoring, soil sampling and analysis, natural resources and fire management plans, native plant community planning and restoration, wildland erosion control plans, research and analysis of the effects of military training or similar extensive land uses (e.g. off-road vehicle use) for natural resources on the species, community and landscape scale. Use of this information will predict ecological trends, natural resource and model development for land use (including both conceptual and mathematical modeling through aerial photo interpretation), use of natural resources in non-urban areas, geographic information systems and for the preparation of interpretive materials (e.g. informational pamphlets and signage). The maximum dollar value, including the one two-year base period and one three-year option period for all four contracts combined is not to exceed $30,000,000. The term of the contract is not to exceed 60 months and is expected to be complete by February 2025. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $20,000 are being obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. This contract was competitively procured via the Federal Business Opportunities website and six proposals were received. The four contractors may compete for the task orders under the terms and conditions of the awarded contract. NAVFAC Southwest, San Diego, California, is the contracting activity. Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded an $18,350,860 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2112 for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (93%); and Schenectady, New York (7%). Fiscal 2020 other procurement for shipbuilding and conversion (Navy) funding in the amount of $18,350,860 will be obligated at time of award and funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulations 6.302-1 with only one responsible source. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Textron Aviation Inc., Wichita, Kansas, is awarded a $14,291,437 modification (P00005) to a previously awarded firm-fixed-price contract (N00019-17-C-0004) and provides modification for the production and delivery of one King Air 350C Cargo Slick aircraft modified to a UC-12W. Work will be performed in Wichita, Kansas, and is expected to be completed in March 2021. Fiscal 2020 aircraft procurement funds in the amount of $14,291,437 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 Aeronautics Co., Fort Worth, Texas, is awarded a $9,627,065 cost-plus-fixed-fee order (N00019-20-F-0532) against a previously issued basic ordering agreement (N00019-19-G-0008). This order procures program management support to execute the planning, procurement and delivery of initial aircraft spares in support of the F-35 Air Force, Marine Corps and Navy, non-Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers operational aircraft. Work will be performed in Fort Worth, Texas, and is expected to be complete in December 2020. Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $3,833,787; fiscal 2020 aircraft procurement (Navy) funds in the amount of $2,374,818; non-DoD participant funds in the amount of $2,225,726; and FMS funds in the amount of $1,192,734 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. Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $7,272,135 modification (P00007) to a previously awarded, cost-plus-fixed-fee delivery order (N00019-18-F-0016) against basic ordering agreement (N00019-17-G-0002). Work will be performed in Fort Worth, Texas (84%); Ridley Park, Pennsylvania (5%); Patuxent River, Maryland (4%); Fort Walton Beach, Florida (4%); and Amarillo, Texas (3%), and is expected to be completed in May 2021. This modification provides additional funding to support non-recurring engineering and the associated efforts required to incorporate optimized wiring and structural improvements on the nacelle into the V-22 aircraft production line and retrofit of fleet aircraft during depot level maintenance and supports Navy, Marines Corps, Air Force and the government of Japan. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $4,312,376; fiscal 2019 aircraft procurement (Air Force) funds in the amount of $1,133,645; fiscal 2018 aircraft procurement (Navy) funds in the amount of $1,088,396; and Foreign Military Sales funds in the amount of $737,718 will be obligated at time of award, $1,088,396 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. MISSILE DEFENSE AGENCY Northrop Grumman Systems Corp., Redondo Beach, California, is being awarded a $20,808,229 modification (P00374) to a previously awarded F04701-02-C-0009 contract to exercise an option period. The value of this contract is increased from $1,921,265,055 to $1,942,073,285. Under this modification, the contractor will provide on-orbit operations and sustainment for the Space Tracking and Surveillance System. The work will be performed at the Missile Defense Space Center, Colorado Springs, Colorado; and at Northrop Grumman Systems Corp., Redondo Beach, California. The performance period is from April 1, 2020, to March 31, 2021. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $13,811,905 is certified available for modification award. The Missile Defense Agency, Colorado Springs, Colorado, is the contracting activity. U.S. TRANSPORTATION COMMAND Three companies were awarded Option Year One modifications under the following master lease contract, indefinite-delivery/indefinite-quantity, fixed price contracts: SeaCube Leasing International Inc., Woodcliff Lake, New Jersey (HTC711-19-D-R008); Textainer Equipment Management, San Francisco California (HTC711-19-D-R009); and Triton Container International Limited, Hamilton HM 12, Bermuda (HTC711-19-D-R-010). The companies are eligible to compete at the task order level for an option year estimated amount of $17,253,689. This modification provides for intermodal equipment leasing and transportation services, and related container support functions, to include interfacing with government systems to meet the government missions and exercises. Work will be performed on a global basis. Option Year One period of performance is March 1, 2020, to Feb. 28, 2021. This modification brings the total cumulative estimated face value of the contract to $33,480,935 from $16,227,246. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Feb. 28, 2020) ARMY Dawson Technical Inc.,* San Antonio, Texas, was awarded a $14,719,129 firm-fixed-price contract to provide total facilities operation and maintenance for the Army Chemical Defense Training Facility, Fort Leonard Wood, Missouri. Bids were solicited via the internet with two received. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of March 31, 2025. Fiscal 2020 operations and maintenance, Army funds in the amount of $14,719,129 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911S7-20-C-0003). EMC Inc.,* Grenada, Mississippi (W912HY-20-D-0013); and Florabama Geospatial Solutions LLC,* Defuniak Springs, Florida (W912HY-20-D-0014), will compete for each order of the $10,000,000 firm-fixed-price contract for architect and engineering services for professional surveying and mapping services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of March 1, 2025. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity. AIR FORCE General Electric Co.-GE Research, Niskayuna, New York, has been awarded a $10,431,151 cost-type contract for Rapid Assurance Curation Kit (RACK) software. This contract provides for the research, development and demonstration of the RACK software to enable certifiers to rapidly determine system risk acceptability. This effort will provide a common evidence representation and efficient ingestion Application Programming Interface, automatic feedback to evidence providers, automatic decomposition of evidence, a polystore that organizes diverse evidence items, the ability to accept and store provenance metadata and an efficient query interface. The location of performance is Niskayuna, New York, and work is expected to be complete by March 2, 2024. This award is the result of a competitive acquisition and 34 offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $470,444 are being obligated at time of award; this is not a multi-year contract. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0203). DEFENSE LOGISTICS AGENCY Meggitt Polymers and Composites, Rockmart, Georgia, has been awarded a maximum $10,073,708 firm-fixed-price delivery order (SPRPA1-20-F-LW09) against a five-year basic ordering agreement (SPRPA1-15-G-003X) for fuel tanks for the F/A-18 aircraft. This was a competitive acquisition with two responses received. This is a three-year contract with no option periods. Location of performance is Georgia, with a Nov. 30, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2023 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. CORRECTION: The contract announced on Feb. 28, 2020, for Rosenbauer America LLC, Lyons, South Dakota (SPE8EC-20-D-0055) was announced with an incorrect award date. The correct award date is March 2, 2020. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2099625/source/GovDelivery/

  • Contract Awards by US Department of Defense - October 31, 2019

    November 1, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 31, 2019

    MISSILE DEFENSE AGENCY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a sole-source, cost-plus-incentive-fee contract modification (P00345) under previously awarded contract HQ0276-10-C-0001. The total value of this contract modification is $139,663,509. The total value of the contract increases from $3,024,726,153 by $139,663,509 to $3,164,389,662. This modification provides for scope supporting Aegis Ballistic Missile Defense, including additional upgrades to Baseline 5.4, flight test, ground test, post-certification engineering, in-service support, and future studies. This contract modification contains a three month option period which, if exercised, will increase the cumulative value of this contract to $3,210,363,559. Work will be performed in Moorestown, New Jersey, with an expected completion date of July 31, 2020. If all options are exercised, the period of performance would extend through Oct. 31, 2020. Fiscal 2019 and 2020 research, development, test and evaluation; fiscal 2018, 2019 and 2020 procurement defense wide; and fiscal 2020 operations and maintenance funds in the amount of $12,080,453 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. NAVY General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $90,686,673 cost-plus-incentive-fee, cost-plus-fixed-fee and firm-fixed-price contract for sustainment of the Littoral Combat Ship Integrated Combat Management System and associated combat system elements. The work includes development, integration, test and delivery of future combat system baseline upgrades for in-service ships; supporting ship integration, installation and checkout; developmental test/operational test; developing training and logistics products; providing field technical support for the combat system; providing hardware engineering and equipment procurement; providing life-cycle supportability engineering; and providing fleet support for fielded baselines. Work will be performed in Pittsfield, Massachusetts (79.4%); San Diego, California (19.3%); and Mobile, Alabama (1.3%), and is expected to be completed by October 2024. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $393,837,142. Work is expected to be complete by October 2024. Fiscal 2018 other procurement (Navy) funding in the amount of $1,013,124 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 Sea Systems Command, Washington, District of Columbia., is the contracting activity (N00024-20-C-5603). Management Services Group Inc., doing business as Global Technical Systems,* Virginia Beach, Virginia, is awarded an $83,726,453 cost-plus-fixed-fee, firm-fixed-price, and cost-only contract modification to previously awarded contract N63394-19-C-0008 to exercise options for the sustainment of the Common Processing System. This option exercise is for production and installation of ordnance alteration (ORDALT) kits and associated engineering services, logistics and incidental materials in support of the Common Processing System. ORDALT kits are anticipated to be installed on Aegis destroyers, Aegis cruisers, Landing Helicopter Deck, Landing Ship Dock, aircraft carriers and Japanese destroyers. Work will be performed in Norfolk, Virginia (21%); San Diego, California (16%); Yokosuka, Japan (11%); Honolulu, Hawaii (8%); Dahlgren, Virginia (6.5%); Wallops Island (6.5%); Aegis Ashore (5%); Everett, Washington (5%); Mayport, Florida (5%); Moorestown, New Jersey (5%); Port Hueneme, California (5%); Washington, District of Columbia (3%); Rota, Spain (3%); Deveselu, Romania (2.5%); and Redzikowo, Poland (2.5%), and is expected to be complete by October 2020. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $116,436,973 and be complete by July 2024. Fiscal 2014 shipbuilding and conversion (Navy) funding for $1,483,823 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity. Dyncorp International LLC, Fort Worth, Texas, is awarded a $56,496,749 modification (P00033) to a previously awarded firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable contract (N68936-17-C-0052). This modification exercises an option that provides aircraft maintenance, modification and aircrew support. This modification includes organizational-level aircraft maintenance and logistics support on aircraft, systems/subsystems, aircrew systems, search-and-rescue equipment and support equipment for P-3 Orion, C-130 Hercules, F/A-18 Hornet, E/A-18 Growler, AV-8B Harrier II and H-60 Seahawk for the Naval Test Wing Pacific. Work will be performed in China Lake, California (50%); Point Mugu, California (40%); Hickman Air Force Base, Hawaii (2%); Lemoore, California (2%); Patrick Air Force Base, Florida (1%); Holloman Air Force Base, New Mexico (1%); Patuxent River, Maryland (1%); Yuma, Arizona (1%); Miramar, California (1%) and North Island, California (1%), and is expected to be completed in October 2020. Fiscal 2020 working capital (Navy) funds for $42,121,234 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity. General Dynamics Information Technology Inc., Fairfax, Virginia, is awarded a $46,103,818 modification (P00024) to a previously awarded indefinite-delivery/indefinite-quantity contract (W15QKN-15-D-0001) to execute Award Term 4 for integrated logistics support for multiple Foreign Military Sales customers. Work will be performed at Patuxent River, Maryland (52%); Mechanicsburg, Pennsylvania (5.5%); Philadelphia, Pennsylvania (5.5%); Jacksonville, Florida (2.5%); Pensacola, Florida (2.5%); various other locations within the continental U.S. (4%); Kuwait City, Kuwait (24%); Atsugi, Japan (1%) Iwakuni, Japan (1%); Koahsiung, Taiwan (1%); and Cairo, Egypt (1%), and is expected to be completed in October 2020. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Boston Consulting Group, Bethesda, Maryland, is awarded a $16,054,435 modification (P00007) to a previously issued firm-fixed-price order (N00421-19-F-0106) against a General Services Administration, Federal Supply Schedule contract (GS-10-F-0253V). This modification exercises the option to continue the implementation of a new Naval Sustainment System (NSS) to include the development of governance, coordination and accountability mechanisms across the Naval Aviation Enterprise. The Commander for the Fleet Readiness Center's contribution to the NSS will deploy commercial maintenance best practices, tailored to the Navy's operational requirements and starting position; in order to reduce component repair and heavy maintenance periodic maintenance inspection turnaround times and better enable aviation readiness recovery. Work will be performed in Bethesda, Maryland, and is expected to be completed in April 2020. Fiscal 2020 operation and maintenance (Navy) funds for $16,054,435 will be obligated at time of award, all of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Raytheon Co., Tewksbury, Massachusetts, is awarded an $11,517,079 cost-plus-fixed-fee and cost-plus-incentive-fee modification to a previously awarded contract N00024-17-C-5145 to exercise options for DDG 1000 ship class integrated logistics support and engineering services. The DDG 1000 ship class is a multi-mission surface combatant designed to fulfill volume firepower and precision strike requirements. DDG 1000 combat systems provide offensive, distributed and precise firepower, and long ranges in support of forces ashore, while incorporating signature reduction, active and passive self-defense systems and enhanced survivability features. Work will be performed in Portsmouth, Rhode Island (51%); Tewksbury, Massachusetts (21%); San Diego, California (11%); Nashua, New Hampshire (6%); Bath, Maine (5%); Los Angeles, California (3%); Marlboro, Massachusetts (2%); and Fort Wayne, Indiana (1%), and is expected to be completed by October 2020. Fiscal 2020 research, development, test and evaluation (Navy); and operation and maintenance (Navy) funding for $3,164,948 will be obligated at time of award, and funds for $712,934 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $10,000,353 modification (P00003) to a previously awarded cost-plus-fixed-fee contract (N00019-19-C-0016). This modification extends the period of performance and increases scope to include obsolescence redesign in support of the production and delivery of Harpoon Block II missiles for the government of Saudi Arabia. Work will be performed in McKinney, Texas (63.46%); Minneapolis, Minnesota (21.61%); and St. Louis, Missouri (14.93%), and is expected to be completed in November 2019. Foreign Military Sales funds for $10,000,353 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. Physical Optics Corp.,* Torrance, California, is awarded an $8,631,282 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for the design, test, production and delivery of up to 503 C-Band radar tracking transponders in support of the Aerial Targets program. Work will be performed in Torrance, California, and is expected to be completed in October 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured as a small business set-aside via an electronic request for proposal; three offers were received. The Naval Air Warfare Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0005). Sealift Inc., Oyster Bay, New York, is awarded an $8,592,948 modification under a previously awarded firm, fixed-price contract (N32205-17-C-3510) to fund the third one-year option period. The option will continue to provide one U.S. flagged vessel (M/V Bernard Fisher) for prepositioning and transportation of cargo for the Department of the Air Force. The current contract includes a 12-month base period, four 12-month option periods, and one 212-day option period. Work will be performed worldwide, and is expected to be completed by Nov. 5, 2020. This contract option will be funded by fiscal 2020 working capital funds for $7,747,740; and fiscal 2021 for $845,208, for a total amount of $8,592,948. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-17-C-3510). DEFENSE LOGISTICS AGENCY Raytheon Co., Marlborough, Massachusetts, has been awarded a maximum $36,306,061 firm-fixed-price contract for multiple radar equipment components. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-time procurement contract with no option periods. Locations of performance are Virginia and Massachusetts, with a June 14, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-20-F-DK02). Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a maximum $35,902,768 firm-fixed-price contract for control display units. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is Iowa, with an Oct. 31, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0003). AIR FORCE The Boeing Co., Layton, Utah, has been awarded a $22,571,000 firm-fixed-price contract modification (P00009) to previously award contract FA8204-19-C-0001 for ICBM Cryptography Upgrade Increment II (ICU II) production. This modification exercises production Lot 2, Option 1 and provides the government 54 A-4 drawers. Work will be performed at Huntsville, Alabama; Huntington Beach, California; and Layton, Utah, and is expected to be completed by Jan. 12, 2022. The total cumulative face value is $104,213,725. Fiscal 2019 missiles procurement funds in the amount of $1,826,000; and fiscal 2020 missiles procurement funds in the amount of $20,745,000 are being obligated at the time of award. The Air Force Nuclear Weapons Center, ICBM Contracting Division, Hill Air Force Base, Utah, is the contracting activity. Raytheon Co., Tewksbury, Massachusetts, has been awarded a $22,250,138 cost-plus-incentive-fee contract modification (P00039) to previously awarded FA8730-15-C-0002 for the Qatar Air Missile Defense Operation Center (ADOC). The contract modification is for the procurement of the outside continental U.S. transfer of ADOC prime mission equipment (PME), installation of ADOC PME, integration activities, training of ADOC operators, and development of a communications cabinet. Work will be performed in Tewksbury, Massachusetts; and Qatar, and is expected to be completed by May 31, 2020. This modification involves 100 percent foreign military sales to Qatar. Total cumulative face value of the contract is $303,037,178. Foreign Military Sales funds in the amount of $22,250,138 are being obligated at the time of the award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $9,331,526 cost-plus-incentive-fee contract modification (P01025) to a previously awarded contract F19628-02-C-0010 for sustainment of the Ground-Based Electro Optical Deep Space Surveillance (GEODSS) weapons system. Work will be performed at White Sands Missile Range, New Mexico; Diego Garcia, British Indian Ocean Territory; Maui, Hawaii; and Colorado Springs, Colorado, and is expected to be completed by June 30, 2020. The total cumulative face value is $9,331,516. Fiscal 2020 operations and maintenance funds in the amount of $3,463,000 are being obligated at time of award. The Space and Missile Systems Center, Peterson Air Force Base, Colorado Springs, Colorado, is the contracting activity. ARMY Olsson Industrial Electric Inc., Springfield, Oregon, was awarded a $14,644,904 firm-fixed-price contract to replace the four main unit 15kV switchgear line-ups, replace the 480V station service switchgear, replace the unwatering/sump pumps and motors, transformer deluge containment, rehab of transformer fire protection system, replace the governor kidney loop system and install new generator step up transformers at the Robert S. Kerr Reservoir Powerhouse. Bids were solicited via the internet with two received. Work will be performed in Keota, Oklahoma, with an estimated completion date of July 31, 2021. Fiscal 2010 operations and maintenance; and civil works funds in the amount of $14,644,904 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-20-C-0002). Thoma-Sea Marine Constructors,* Houma, Louisiana, was awarded an $8,731,775 firm-fixed-price contract for planning, scheduling, engineering, construction, testing and delivery of an inland z-drive workboat. Bids were solicited via the internet with three received. Work will be performed in Olmsted, Illinois, with an estimated completion date of March 9, 2022. Fiscal 2019 civil works and civil construction funds in the amount of $8,731,775 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0002). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2005134/source/GovDelivery/

All news