Back to news

February 20, 2023 | International, Aerospace

Leonardo and Wojskowe Zakłady Lotnicze No. 1 S.A. (WZL1) contract for long-term support of Polish M-346 “Bielik” fleet

Leonardo and Wojskowe Zakłady Lotnicze Nr 1 S.A. (WZL1) have signed a contract for the long-term support of the Polish Air Force M-346 “Bielik” fleet, improving the existing cooperation. 

https://www.epicos.com/article/755068/leonardo-and-wojskowe-zaklady-lotnicze-no-1-sa-wzl1-contract-long-term-support-polish

On the same subject

  • Brexit A Certainty After Boris Johnson Election Landslide

    December 13, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Brexit A Certainty After Boris Johnson Election Landslide

    By Tony Osborne LONDON – Britain's aerospace industry is waking up to Brexit certainty after Prime Minister Boris Johnson secured a landslide majority in a Dec. 12 general election. Johnson's Conservative party secured a significant majority in the British Parliament – the largest since Margaret Thatcher in the 1980s - which will enable him to push through his vision of Brexit on Jan. 31, 2020 ending Parliamentary and legal deadlocks that have delayed the UK's departure from the EU since the original date of March 29, 2019. For aerospace, the Parliamentary majority means stability in planning and investment, and there are unlikely to be any more delays to the process. It should also mean that the threat of a no-deal Brexit – widely considered the worst-case scenario for aerospace – has largely evaporated for now. The current iteration of the withdrawal agreement between Britain and the EU calls for regulatory alignment with the European Aviation Safety Agency (EASA) and the European Chemicals Agency (ECHA), but the two sides still have to negotiate future trade agreements once the UK has exited the EU. A lack of agreement here could result in a no-deal. British aerospace and defense trade association ADS said it was looking forward to working with the new government but said that ministers needed to “deliver a close future relationship with the European Union." In a statement, ADS CEO Paul Everitt called on the government to push forward with “investments in innovation and green technologies, develop a defense and security industrial strategy and an ambitious national space program.” Airbus, one of the most vocal aerospace companies against Brexit, said it welcomed the fact that the British government now has a “clear mandate” and is looking forward to “positive discussions.” “Airbus remains concerned by the potential for a ‘no-deal' in December 2020 and we will continue to plan for that scenario as that is the only way any responsible business can plan,” the company said in a statement. “We will continue to run our major Brexit project in order to further eradicate and/or mitigate risks.” If the election result made Brexit more likely, it makes the break-up of the UK more probable too after the Scottish National Party (SNP) secured 48 of the 59 Parliamentary seats in Scotland. SNP leader Nicola Sturgeon said the result was a mandate for a second Scottish independence referendum. The Conservative government is unlikely to green-light such a referendum, but independence would have significant ramifications for UK defense given the presence of several airbases and the UK's ballistic missile submarines carrying the nuclear deterrent. https://aviationweek.com/defense/brexit-certainty-after-boris-johnson-election-landslide

  • Contract Awards by US Department of Defense - November 19, 2018

    November 20, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 19, 2018

    ARMY Arora Group Inc.,* Gaithersburg, Maryland, was awarded an $85,457,545 firm-fixed-price contract to provide personal and non-personal services. Bids were solicited via the internet with 25 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2023. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K00-19-D-0002). Birdon America Inc.,* Denver, Colorado, was awarded a $44,452,448 modification (P00062) to contract W56HZV-14-C-0015 for bridge erection boats and crew protection kits. Work will be performed in Denver, Colorado, with an estimated completion date of March 31, 2020. Fiscal 2019 other procurement, Army funds in the amount of $44,452,448 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. URS Federal Services Inc., Germantown, Maryland, was awarded a $20,000,000 modification (0002 36) to contract W52P1J-12-G-0028 for logistic support services, maintenance, supply and transportation. Work will be performed in Mannheim and Dulmen, Germany, with an estimated completion date of Nov. 20, 2021. Fiscal 2019 operations and maintenance Army funds in the amount of $20,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. CSRA LLC, Huntsville, Alabama, was awarded an $8,790,283 modification (000033) to Foreign Military Sales (Uganda, Iraq, Croatia, Greece, Tunisia, Indonesia, Kenya, Saudi Arabia and Afghanistan) contract W31P4Q-05-A-0028 for non-standard rotary wing aircraft project office systems engineering and technical assistance support services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 19, 2019. Fiscal 2018 other procurement, Army; and foreign military sales funds in the amount of $8,790,283 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. NAVY Northrop Grumman Systems Corp., Herndon, Virginia (N00189-19-D-Z006); Capstone Corp., Alexandria, Virginia (N00189-19-D-Z007); Science Applications Information Corp., Reston, Virginia (N00189-19-D-Z008); General Dynamic Information Technology, Fairfax, Virginia (N00189-19-D-Z009); Booz Allen Hamilton Inc., McLean, Virginia (N00189-19-D-Z010); and CALIBRE Systems Inc., Alexandria, Virginia (N00189-19-D-Z011), are awarded an estimated $577,471,075 in multiple award cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide Joint Force development and training support services to enhance and improve the joint fighter's ability to adapt and overcome an ever-evolving threat environment in support of the Joint Chiefs of Staff. The contracts will run concurrently and include a 60-month base ordering period with an option for an additional six-month ordering period. If the option period is exercised, the total estimated value of the contracts combined will be $636,917,163. Work will be performed at government facilities in Suffolk, Virginia (90 percent); and at various contractor locations throughout the U.S. (10 percent). The percentage of work at each of the contractor facilities cannot be determined at this time. The base ordering period of the contract is anticipated to begin May 2019 and is expected to be completed by April 2024; if all options are exercised, the ordering period will be completed by October 2024. Fiscal 2019 operations and maintenance (Defense Acquisition) funds in the amount of $60,000 will be obligated ($10,000 on each of the six contracts to fund the contracts' minimum amounts); and funds will expire at the end of the current fiscal year. This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was solicited through the Federal Business Opportunities website, with eight offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $41,509,096 firm-fixed-price delivery order (N00019-18-F-2494) against a previously issued basic ordering agreement (N00019-14-G-0020). This modification procures Xilinx and Intel-Altera Diminishing Manufacturing Sources parts that have reached end-of-life in order to support future aircraft deliveries for the Air Force, Marine Corps, and Navy as well as Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2019. Fiscal 2017 aircraft procurement (Air Force); 2018 aircraft procurement (Air Force, Marine Corps and Navy); 2019 operations and maintenance (Air Force, Marine Corps, and Navy); and FMS funding in the amount of $41,509,096 will be obligated at time of award, $32,836,293 of which will expire at the end of the current fiscal year. This delivery order combines purchases for the Air Force ($22,936,546; 55 percent); Marine Corps ($13,505,208; 33 percent); Navy ($4,766,733; 11 percent); and FMS ($300,609; 1 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. CRP Contracting,* Columbus, Ohio, is awarded a $31,116,904 firm-fixed-price contract for airfield lighting repairs at Naval Air Station Kingsville. The work to be performed provides for repairs to the airfield electrical infrastructure. The work also includes removal and installation of a new standing seam roof and removal and replacement of windows and incidental related work. Work will be performed in Kingsville, Texas, and is expected to be completed by November 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $31,116,904 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-C-0503). Triton Marine Construction Corp., Bremerton, Washington, was awarded a $17,914,200 firm-fixed-price contract for the repair of trestle box beams at Naval Weapons Station Earle. The work to be performed provides for concrete spall repairs on the underside of Trestle 1A to the pile caps, beams, and deck; carbon fiber reinforced polymer strengthening of existing reinforced concrete box beams using the wet layup process; and installation of five new pile bents ten new piles will be driven on Trestle 1A to strengthen the existing box beams. Work will be performed in Colts Neck, New Jersey, and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $17,914,200 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9032). (Awarded Nov. 16, 2018). Telephonics Corp., Farmingdale, New York, is awarded a $15,130,351 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for the procurement of a maximum quantity of 50 Identification Friend or Foe Interrogator (IFFI) AN/UPX-43(V) 1 and 50 IFFI mounting trays, repair of repairables and required technical data in support of P-8A Poseidon Production Lots 9, 10, and 11 for the Navy, partner countries and foreign military sales (FMS) customers. Work will be performed in Farmingdale, New York, and is expected to be completed in November 2021. Fiscal 2018 aircraft procurement (Navy); and FMS funds in the amount of $3,588,904 will be obligated at time of award; none of which will expire at the end of the current fiscal year. The first order combines purchases for the Navy ($2,687,946; 75 percent); and the government of the United Kingdom ($900,958; 25 percent). This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0002). CFM International Inc., West Chester, Ohio, is awarded $13,033,283 for modification P00002 to a previously awarded firm-fixed-price contract (N0001918C1071) to exercise an option for the procurement of one Poseidon CFM56-7B27AE engine for the government of Norway in support of the P-8 Poseidon aircraft under the Foreign Military Sales program. Work will be performed in Villaroche, France (53 percent); Evendale, Ohio (43 percent); Singapore (3 percent); and Bromont, Canada (1 percent), and is expected to be completed in September 2019. Foreign Military Sales funds in the amount of $13,033,283 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. Colonna's Shipyard Inc.,* Norfolk, Virginia, is awarded an $11,884,493 firm-fixed-price contract for a 90-calendar day shipyard availability for the post shakedown availability and dry docking of USNS City of Bismarck (T-EPF 9). Work will include clean and gas-free tanks, voids, cofferdams and spaces, heater exchangers; modify fore peak structure, perform annual stern ramp maintenance, install heat tracing and thermal insulation on piping, perform annual maintenance of ride control system, bilge cleaning, reduction gear maintenance, self-contained breathing apparatus annual certification, high expansion foam system certification, heating, ventilation, and air conditioning system annual maintenance, annual sewage plant maintenance, docking and undocking, evacuation system annual certification, waterjet hydraulics maintenance, and installation of the adaptive force package. The contract includes options which, if exercised, would bring the total contract value of this contract to $13,593,593. Work will be performed in Norfolk, Virginia, and is expected to begin Jan. 7, 2019, with completion by April 6, 2019. Fiscal 2019 operations and maintenance funds in the amount of $13,593,593 are obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as a small business set-aside, with more than two companies solicited via the Federal Business Opportunities website, with two offers received, with two found to be in the competitive range. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C6702). 3 Phoenix Inc.,* Chantilly, Virginia, is awarded a $10,271,000 cost-plus-fixed-fee, cost only modification to previously awarded contract N00024-13-C-6264 to exercise an option for engineering and technical services and other direct costs in support thereof for the Small Business Innovative Research (SBIR) Phase III contract, topic number N04-138-Real-time Data Fusion and Visualization Interface for Environmental Research Data. Work will be performed in Chantilly, Virginia (40 percent); Wake Forest, North Carolina (40 percent); and Hanover, Maryland (20 percent), and is expected to be completed by October 2019. Fiscal 2017 shipbuilding and conversion (Navy); fiscal 2018 and 2019 other procurement (Navy); and fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $6,753,273 will be obligated at the time of award and funding in the amount of $724,610 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Kellogg Brown and Root Services Inc., Houston, Texas, is awarded $9,847,635 for task order A00012 under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract N62470-17-D-4012 for modification of the first option period for base operations support services at Camp Lemonnier, Djibouti, and other areas within Africa. The work to be performed provides for all management and administration, public safety, galley, ordnance, air operations, fire and emergency services, bachelor quarters, housing, pest control, integrated solid waste, base support vehicles and equipment, custodial, electrical, water, wastewater, port operations, supply, morale-welfare-recreation, facilities investment, and environmental services to provide base operations support services. After award of this option, the total cumulative contract value will be $132,110,862. Work will be performed at various installations in territory of Djibouti, Africa; and other areas within Africa, and is expected to be completed November 2019. No funds will be obligated at time of award. The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity. VT Halter Marine Inc., Pascagoula, Mississippi, was awarded a not-to-exceed $9,000,0000 undefinitized contract action for functional design engineering, procurement of long-lead time material, and limited advanced production to support the Oceanographic Survey Ship (T-AGS 67). Work will be performed in Pascagoula, Mississippi (85 percent); Pittsburgh, Pennsylvania (13 percent); and New Orleans, Louisiana (2 percent), and is expected to be completed by May 2019. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $6,750,000 will be obligated at 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 (N00024-18-C-2208). (Awarded Nov. 16, 2018) Lockheed Martin Corp. Mission Systems and Training, Baltimore, Maryland, is awarded $7,105,135 for a firm-fixed-price contract for the manufacture of spare and repair parts used in the MK-41 Vertical Launching System. This is a one-year contract with no option periods. Work will be performed in Ventura, California (85 percent); and Baltimore, Maryland (15 percent), and will be completed by November 2019. Fiscal 2018 and 2019 working capital funds (Navy) in the amount of $7,105,135 will be issued as a delivery order that will be awarded concurrently with the contract. Funds will not expire at the end of the current fiscal year. One company was solicited for this non-competitive requirement and one offer was received in response to the original solicitation in accordance with 10 U.S. Code 2304(c)(1). Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-19-D-ZD21). AIR FORCE Northrop Grumman Aerospace Systems, San Diego, has been awarded a $489,924,430 definitization and increase in scope fixed-price-incentive-fee and cost-plus-incentive-fee contract (FA8620-18-C-1000 PZ0004) for the Japan Global Hawk program. The contract provides for: three RQ-4 Global Hawk Block 30i air vehicles each containing an enhanced integrated sensor suite payload, two ground control elements, spares and support equipment, system engineering and program management tasks required to execute, manage, control, and report on all program activities, and a site survey. Work will be performed in San Diego and is expected to be completed by Sept. 1, 2022. This contract involves foreign military sales (FMS) to Japan and is the result of a sole-source acquisition. This action will increase funding by $294,542,454 for a total of $425,012,030 in FMS funding. FMS funding in the amount of $64,912,400 will be awarded as priced options to be exercised as soon as Japan releases the remaining funds. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Thales Air Traffic Management Inc., Clarksburg, Maryland, has been awarded a $30,634,338 firm-fixed-price contract option for Deployable Instrument Landing System (D-ILS) production units and spare parts. This contract option provides 9 D-ILS to be deployed worldwide. Work will be performed in Clarksburg, Maryland, and is expected to be completed September 2020. Fiscal 2017 and 2018 procurement funds in the amount of $30,634,338 are being obligated at the time of award. The total cumulative face value of the contract is $126,104,149 and has not changed with this award. Aerospace Management Systems Contracting Office, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-18-C-0034). Engility Corp., Andover, Massachusetts, has been awarded a $30,304,806 cost-plus-incentive-fee contract for systems engineering and integration follow-on services. This contract provides support to ensure the Air Force Space Overhead Persistent Infrared and Space Based Environmental Monitoring program requirements are met in a timely manner. Work will be performed in El Segundo, California, and is expected to be completed by Feb. 28, 2021. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 research, development, test and evaluation funds in the amount of $15,48,920; space procurement funds in the amount of $783,582; and operations and maintenance funds in the amount of 1,934,075 will be obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8810-19-F-0001). MISSILE DEFENSE AGENCY Lockheed Martin Corp. - Rotary and Mission Systems, Colorado Springs, Colorado, is being competitively awarded an indefinite-delivery/indefinite quantity contract with a maximum amount of $240,000,000. Under this new contract, the contractor will support the development, deployment and sustainment of the Objective Simulation Framework Modeling & Simulation framework that leverages existing or mature capabilities with a modular, scalable, reconfigurable, and composeable architecture. A task order in the amount of $49,703,444 is being issued immediately after the award of this contract. The work will be performed in Huntsville, Alabama. The ordering period is from Nov. 19, 2018, through Nov. 18, 2023. This contract was competitively procured via publication on the Federal Business Opportunities website with three proposals received. Fiscal 2018 research and development funds in the amount of $1,700,000 are being obligated on the award of the first task order and will expire at the end of the current fiscal year. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-D-0002). DEFENSE LOGISTICS AGENCY Coastal Pacific Food Distributors, Stockton, California, has been awarded a maximum $52,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full food-line distribution. This is a 142-day bridge contract, which could possibly end early when the guaranteed minimum is met. Locations of performance are California, Japan, Singapore, Philippines and Diego Garcia, with an April 30, 2019, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-4046). Burlington Apparel Fabrics, Greensboro, North Carolina, has been awarded a maximum $47,951,352 firm-fixed-price, indefinite-delivery contract for blue poly/wool cloth. This was a competitive acquisition with one response received. This is a one-year contract with four one-year option periods. The maximum dollar amount is for the life of the contract. Location of performance is North Carolina, with a Nov. 18, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1113). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1694434/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 12, 2019

    July 15, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 12, 2019

    NAVY DLT Solutions LLC, Herndon, Virginia, is being awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms General Services Administration (GSA) Federal Supply Schedule contracts. The agreement is part of a multi-reseller/multi-software publisher software category management award for commercial-off-the-shelf software; information technology asset management software; software maintenance support; information technology professional services; and related services in support of DoD ESI and under the direction of Office of Management and Budget, Enterprise Software Category. The software publishers are: Appdynamics, Archibus, Cloudbees, Flexera and Polyverse. The BPA provides for purchase of these products and services by the DoD, U.S. intelligence community and the Coast Guard. The overall estimated value of this BPA category is $820,450,000. The ordering period will be for a maximum of 10 years from July 12, 2019, through July 11, 2029. 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 as task orders using operations 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. Four offers were received and four were selected for award. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-19-A-0045). Air New Zealand Gas Turbines, Auckland, New Zealand (N64498-19-D-4028); and MTU Maintenance Brandenburg-Berlin, Ludwigsburg, Germany (N64498-19-D-4029), were both awarded a $70,000,000 indefinite-delivery/indefinite quantity, firm-fixed-priced contract for the commercial depot-level overhaul of up to 24 L0M2500 paired blade turbine gas generators. The Naval Surface Warfare Center, Philadelphia Division, requires the commercial depot level overhaul of Navy, Coast Guard, Military Sealift Command and Foreign Military Navy LM2500 paired blade turbine gas generators, National Stock Number 2S 2835-01-032-9125. The two contractors may compete for task orders under the terms and conditions of the awarded contracts. Work under the Air New Zealand Gas Turbines contract will be completed at the contractor's facilities in Auckland, New Zealand, and is expected to be completed by June 2023. Work under the MTU Maintenance Brandenburg-Berlin contract will be completed at the contractor's facilities in Ludwigsfelde, Germany, and is expected to be completed by June 2023. Fiscal 2019 operations and maintenance (Navy) funding in the total amount of $5,740,811 will be obligated at time of award and will 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 Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (Awarded July 10, 2019) C&C Power Solutions LLC,* Columbus, Georgia, is being awarded a $65,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract to procure, renovate, repower, overhaul and/or repair different power systems within its fleet of power equipment services at Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center (EXWC) Mobile Utilities Support Equipment (MUSE). Initial seed task order is being awarded at $2,559,924 for a four, 900-kilowatt generator package at EXWC MUSE Port Hueneme, California. Work for this task order is expected to be completed by July 2020. All work on this contract will be performed in Port Hueneme, California, and is expected to be completed by July 2025. Fiscal 2019 other procurement, Navy (OP, N) contract funds in the amount of $2,559,924 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by OP, N. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The EXWC Acquisitions Department, Port Hueneme, California, is the contracting activity (N39430-19-D-2124). Palantir Technologies, Palo Alto, California, is being awarded a $27,640,000 fixed-price blanket purchase agreement under the Department of Defense (DoD) Enterprise Software Initiative to provide commercial-off-the-shelf hardware, software and services for DoD, the Intelligence community and the Coast Guard. This one-year agreement includes four, one-year option periods, which if exercised, would bring the potential value of this agreement to an estimated $143,800,000 million. The ordering period of the base agreement will be from July 12, 2019, through July 11, 2020. If all options are exercised, the ordering period will extend through July 11, 2024. No funds will be obligated at the time of award. Funds will be obligated at the delivery order level using operations and maintenance (DoD) funds. This agreement was non-competitively procured with a brand name justification in accordance with Federal Acquisition Regulation 8.405-6 via a limited source solicitation and publication on the General Services Administration eBuy web site. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-19-A-0044). Mercury Defense Systems Inc., Cypress, California, is being awarded a $22,901,395 cost-plus-fixed-fee, cost reimbursable order (N00421-19-F-6104) against a previously issued basic ordering agreement (N00421-17-G-0001). This order provides for the development, integration, delivery and test of the Radar Air-to-Ground Environment in support of the Integrated Battlespace Simulation and Test Air Combat Environment Test and Evaluation Facility. Work will be performed in Cypress, California (80%); Patuxent River, Maryland (10%); and Edwards Air Force Base, California (10%), and is expected to be completed in July 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $300,000 will be obligated at time of award, none 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. Frontier Technology Inc., Beavercreek, Ohio, is being awarded a $13,236,204 cost-plus-fixed-fee task order (N63394-19-F-0041) under previously awarded indefinite-delivery/indefinite-quantity contract N63394-17-D-0003 for providing enterprise product life cycle management integrated decision environment services. Work will be performed in Washington, District of Columbia (80%); and Chesapeake, Virginia (20%), and is expected to be completed by September 2020. Fiscal 2012 shipbuilding and conversion (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2019 research, development, test and evaluation (other defense agencies) funding in the amount of $6,722,842 will be obligated at time of award, and $6,122,842 will expire at the end of the current fiscal year. This task order was not competitively procured. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The services under this contract cover software development and installation, software configuration management and technical support, software solutions and training. These services are in support of the Affordable System Operation Effectiveness (ASOE) initiatives across the Department of Defense. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity. IAP Worldwide Services Inc., Cape Canaveral, Florida, is being awarded a $10,870,239 indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of the first option period under an IDIQ contract for base operations services at Naval Support Activity, Annapolis, Maryland. The work to be performed provides for all management, supervision, labor hours, training, equipment and supplies necessary to perform base operating services to include but not be limited to facility investment, service calls, pest control, operation of utility plants, refuse collection, special events and snow and ice removal. After award of this option, the total cumulative contract value will be $31,751,865. Work will be performed in Annapolis, Maryland, and the option period is from August 2019 to November 2019. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy); and fiscal 2019 Navy working capital funds in the amount of $7,274,602 for recurring work will be obligated on individual task orders issued during the contract period. Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-18-D-0500). Schuyler Line Navigation Co. (SLNC),* Annapolis, Maryland, is being awarded a $10,595,700 (fixed-price for firm period) firm-fixed-price contract with reimbursable elements, for employment in worldwide trade for the transportation and/or prepositioning of cargo by the shallow draft tanker MT SLNC Pax. This contract includes a one-year base period with three one-year option periods and an 11-month option period, which, if exercised, would bring the cumulative value of this contract to $51,435,950. Work will be performed in the Western Pacific Ocean (intentions Japan or Korea), and is expected to be completed, if all options are exercised, by Oct. 29, 2024. Fiscal 2019 transportation working capital funds in the amount of $1,765,950 are being obligated at time of award and none of which will expire at the end of the current fiscal year. Transportation working capital funds will be obligated in fiscal 2020 and will not expire at the end of fiscal 2020. This contract was a small business set-aside with more than 50 companies solicited via the Federal Business Opportunities website and three offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-R-3504). Paradromics Inc.,* Austin, Texas, is being awarded a contract option in the amount of $8,275,758 from a previously awarded cost type of contract. Support includes development of a neural interface system capable of performing continuous, simultaneous full-duplex (read and write) interaction with at least one thousand neurons in regions of the human sensory cortex. This option builds on the designs and prototypes developed from the base award, and provides in vivo animal testing and human studies. This option has a one-year period of performance from July 12, 2019, through July 11, 2020. Work will be performed at the contractor's facilities in Austin, Texas. The option will be incrementally funded at the time of award in the amount of $3,000,000. The original contract was competitively procured via Defense Advanced Research Projects Agency (DARPA) Broad Agency Announcement (BAA) 16-09 “Neural Engineering System Design (NESD).” Forty-one offers were received and six were selected for award. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-17-C-4005). AIR FORCE Sossec Inc., has been awarded a $355,000,000 ceiling increase modification (P0030) to previously awarded firm-fixed-price agreement FA8626-17-9-1000 for the propulsion consortium initiative. Work will be performed at Atkinson, New Hampshire, and is expected to be completed by July 31, 2024. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Propulsion Acquisition Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Textron Defense Systems, Wilmington, Massachusetts, has been awarded a $51,263,809 firm-fixed-price contract modification (P00012) to previously awarded contract FA8204-14-C-0011 for the Minuteman III Intercontinental Ballistic Missile weapon system multiprobe antenna procurement. Work will be performed at Wilmington, Massachusetts, and is expected to be completed by July 13, 2029. Fiscal 2019 procurement funds in the amount of $4,645,109 are being obligated at the time of award. The Air Force Nuclear Weapon Center, Hill Air Force Base, Layton, Utah, is the contract activity. ARMY The Boeing Co., Mesa, Arizona, was awarded a $96,873,221 modification (P00024) to foreign military sales (United Arab Emirates) contract W58RGZ-16-C-0023 for Apache aircraft integrated logistics support, product assurance and Longbow Crew Trainers. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2024. Fiscal 2010 Foreign Military Sales funds in the amount of $96,873,221 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DynCorp International LLC, Fort Worth, Texas, was awarded a $29,311,547 modification (P00251) to domestic and foreign military sales (Slovakia) contract W58RGZ-13-C-0040 for the aviation field maintenance services contract. Work will be performed in Afghanistan, Honduras and Germany, with an estimated completion date of Sept. 30, 2019. Fiscal 2010 and 2019 operations and maintenance, Army; and Foreign Military Sales funds in the combined amount of $29,311,547 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Joint Research and Development Inc.,* Stafford, Virginia, was awarded a $25,000,000 hybrid (cost-no-fee, cost-plus-fixed-fee and firms-fixed-price) contract for operations, research and technology and program and integration support for the U.S. Army Combat Capabilities Development Command, Chemical Biological Center's Chemical Biological Applications and Risk Reductions business unit. 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 July 14, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-19-D-0008). BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $17,789,259 firm-fixed-price contract to upgrade and rehabilitate the water intake pumps at Radford Army Ammunition Plant. One bid was solicited with one bid received. Work will be performed in Radford, Virginia, with an estimated completion date of Aug. 31, 2021. Fiscal 2019 procurement of ammunition, Army funds in the amount of $17,789,259 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-11-G-0002). DEFENSE INFORMATION SYSTEMS AGENCY SES Government Solutions Inc., Reston, Virginia, was awarded a firm-fixed-price task order against the competitive single award blanket purchase agreement (BPA) from General Services Administration's Information Technology Schedule 70 contract for commercial satellite communication services, HC1013-18-A-0002, which was awarded April 13, 2018. The face value of this task order is $7,151,397, funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the BPA is $516,700,000 (contract ceiling). Performance will be centralized to the U.S. Central Command, with the BPA representing worldwide coverage. The task order period of performance is four years, consisting of a 12-month base period of July 15, 2019, through July 14, 2020, and three 12-month option periods. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (GS-35F-0328V/HC1013-18-A-0002, HC1013-19-F-0119). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1903937/source/GovDelivery/

All news