Back to news

September 15, 2021 | International, Aerospace

Leonardo trumpets Britishness of its UK medium-helicopter bid

Leonardo Helicopters has taken a further step in strengthening its credentials as the home team in the United Kingdom's upcoming New Medium Helicopter requirement, announcing nine local companies have joined its Team AW149 UK bid.

https://www.defensenews.com/digital-show-dailies/dsei/2021/09/15/leonardo-trumpets-britishness-of-its-uk-medium-helicopter-bid/

On the same subject

  • US Army to trim Black Hawk helicopter fleet

    December 20, 2023 | International, Aerospace

    US Army to trim Black Hawk helicopter fleet

    The Army will pare down its fleet of Black Hawk helicopters as end strength falls and the service prepares to field its replacement.

  • Contract Awards by US Department of Defense - January 30, 2020

    January 31, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - January 30, 2020

    ARMY General Dynamics Mission Systems, Orlando, Florida, was awarded an $883,000,000 order-dependent contract for the enhancement and maintenance of the Live Training Transformation (LT2) product line, including software architecture, LT2 framework, and individual products associated with the LT2 product line. 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 Jan. 31, 2028. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0007). PAE Professional Services, LLC, Falls Church, Virginia, was awarded a $90,000,000 firm-fixed-price contract to provide temporary construction security infrastructure, equipment, services and security surveillance services to support secure construction projects to support the Yongsan Relocation Program in the Far East District, South Korea. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 29, 2025. U.S. Army Corps of Engineers, Far East District, South Korea, is the contracting activity (W912UM-20-D-0002). Lockheed Martin Corp., Missiles and Fire Control, Dallas, Texas, was awarded a $77,064,274 Foreign Military Sales (Bahrain, Republic of Korea, Germany, Japan, Kuwait, Netherlands, Poland, Qatar, Romania, Saudi Arabia, Sweden, United Arab Emirates) contract for Phased Array Tracking Radar to Intercept on Target, Advanced Capability-3. Bids were solicited via the internet with one received. Work will be performed in Dallas, Texas, with an estimated completion date of Jan. 31, 2023. Fiscal 2019 and 2020 aircraft procurement, Army funds in the amount of $77,064,274 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-F-0003). Aerojet Rocketdyne, Camden, Arkansas, was awarded a $76,874,368 modification (P00005) to contract W31P4Q-18-D-0027 for procurement of Stinger flight motors. 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 Sept. 30, 2021. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Trade West Construction,** Mesquite, Nevada, was awarded a $52,672,800 firm-fixed-price contract to deepen the upstream approach to the locks in the north canal at the Soo Locks complex in Sault Ste. Marie, Michigan. Bids were solicited via the internet with three received. Work will be performed in Sault Ste. Marie, Michigan, with an estimated completion date of Sept. 30, 2021. Fiscal 2019 civil construction and State of Michigan contributed funds in the amount of $52,672,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity (W911XK-20-C-0002). Schutt Industries Inc.,** Clintonville, Wisconsin, was awarded a $51,492,774 firm-fixed-price contract for procurement of four models of a 2.5-ton single-axle chassis trailer. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 28, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0023). Hensel Phelps Construction Co, Tysons Corner, Virginia, was awarded a $34,227,105 firm-fixed-price contract for the design and construction of a new warehouse facility of approximately 44,000 gross square foot with associated office space. Bids were solicited via the internet with 10 received. Work will be performed at Fort Meade, Maryland, with an estimated completion date of July 8, 2022. Fiscal 2016, 2017, 2018 and 2019 military construction, Army funds in the amount of $34,227,105 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-C-0004). Applied Visual Technology Inc.,** Orlando, Florida, was awarded a $31,000,000 firm-fixed-price contract to design, develop, integrate, manage, deliver, install, test, document and support construction equipment virtual trainers. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 29, 2025. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0008). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $29,886,655 modification (P00096) to contract W56HZV-17-C-0067 for Abrams Systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Jan. 29, 2021. Fiscal 2019 and 2020 procurement of weapons and tracked combat vehicles, Army; operations and maintenance, Army; and Kuwait Foreign Military Sales funds in the amount of $29,886,655 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $26,321,249 firm-fixed-price contract for information technology services to support the mission of the 2nd Theater Signal Brigade/U.S. Army Europe. Bids were solicited via the internet with two received. Work will be performed in APO AE, Germany, and APO AE, Italy, with an estimated completion date of Jan. 31, 2021. Fiscal 2020 operations and maintenance, Army funds in the amount of $26,321,249 were obligated at the time of the award. U.S. Army Contracting Command, Fort Huachuca, Arizona, is the contracting activity (W91RUS-17-C-0010). Marton Technologies Inc.,** Newport News, Virginia, was awarded a $9,090,390 modification (000191) to contract W52P1J-14-G-0021 for continued performance of logistics support services at Fort Riley, Kansas. Work will be performed in Fort Riley with an estimated completion date of Jan. 31, 2121. Fiscal 2020 operations and maintenance, Army funds in the amount of $9,090,390 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. SGS LLC, Yukon, Oklahoma, was awarded an $8,996,222 contract to design and construct a single story, 13,838 square foot blood donor center at Fort Bliss, Texas. Bids were solicited via the internet with five received. Work will be performed at Fort Bliss, Texas, with an estimated completion date of Nov. 2, 2021. Fiscal 2016 military construction, Army funds in the amount of $8,996,222 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0009). AIR FORCE Israel Aerospace Industries Ltd., Lod, Israel, has been awarded a $240,000,000 estimated ceiling indefinite-delivery/indefinite-quantity contract for the acquisition of T-38 Wings. Work will be performed in Lod, Israel, and is expected to be complete by Jan. 2033. This award is the result of a competitive acquisition and four offers were received. Fiscal 2020 consolidated sustainment activity group working capital funds in the amount of $34,426,532 are being obligated at the time of award. The Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8208-20-D-0001). Gulfstream Aerospace Corp., Savannah, Georgia, has been awarded a delivery order in the amount of $127,430,000 firm-fixed‐price contract for the acquisition of two C-37B aircraft. Work will be performed in Savannah, Georgia, and is expected to deliver by September 2021. This award is the result of a sole-source acquisition. Fiscal 2020 procurement funds in the amount of $127,430,000 are being obligated at the time of award. The cumulative face value of the contract order is $127,430,000. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8134‐20-F‐3100). The Boeing Co., St. Louis, Missouri, has been awarded an $84,108,947 contract modification (P00007) to the previously awarded contract FA8634-18-C-2698 for the F-15 Advanced Display Core Processor (ADCP) II Low-Rate Initial Production 4. This contract modification exercises an option that provides the production and integration of the ADCP II boxes and related equipment into the F-15 platform. Work will be performed in St. Louis, Missouri, and is expected to be completed by July 22, 2022. This award is the result of a sole-source acquisition. Fiscal 2018, 2019 and 2020 procurement and working capital funds in the full amount are being obligated at the time of award. Total cumulative face value of the contract is $260,932,155. Fiscal 2018, 2019 and 2020 procurement funds in the amount of $74,346,630; and fiscal 2020 working capital funds in the amount of $9,762,318 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter/Bomber Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Global Connections to Employment Inc., Pensacola, Florida, has been awarded a $28,683,615 firm-fixed-price contract for custodial services. The contractor will provide non-personal services for continued operational support. Work will be performed at MacDill Air Force Base, Florida, and is expected to complete by Jan. 31, 2027. This award is to a mandatory source under the AbilityOne program (41 U.S. Code 85 and 41 Code of Federal Regulations 51). Fiscal 2020 operations and maintenance funds in the amount of $5,657,808 will be obligated under multiple task orders at the time of award. The 6th Contracting Squadron, MacDill Air Force Base, Florida, is the contracting activity (FA4814-20-D-0003). Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a $19,999,836 modification to previously awarded contract FA8750-18-C-0116 for Operational Resilient Cyber Advancements. The contract modification allows the performer to design and develop Microservice Architectures for defensive cyber operations technology in addition to utilizing a cloud-based orchestration engine to automate processes and develop Artificial Intelligence/Machine Learning technology thrusts. Work will be performed in McLean, Virginia, and is expected to be completed by Aug. 5, 2023. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,528,884 are being obligated at the time of award. The total cumulative face value of the contract is $67,435,795. The Air Force Research Laboratory, Rome, New York, is the contracting activity. NAVY Lockheed Martin Corp., Rotary and Mission Systems, Manassas, Virginia, is awarded an $81,645,285 cost-plus-incentive-fee contract modification to a previously awarded contract (N00024-17-C-6259) to exercise and fund options for naval production, engineering services and required materials for the government of Canada under the Foreign Military Sales (FMS) program. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by June 2026. FMS (Canada) funding for $79,584,238 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Northrop Grumman Mission Systems, Linthicum, Maryland, is awarded a $45,479,156 modification for the firm-fixed-price portion of a previously awarded contract (M67854-19-C-0043). This modification is for the purchase of two Gallium Nitride full rate production systems and spares in support of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Linthicum, Maryland, and is expected to be complete by April 4, 2023. Fiscal 2020 procurement (Marine Corps) funds in the amount of $45,479,156 will be obligated at the time of award and will not expire at the end of the current fiscal year. The contract modification was not competitively procured. The base contract was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. Jacobs Ewingcole JV, Pasadena, California, is awarded a firm-fixed-price task order N62473-20-F-4247 at $21,627,696 under an indefinite-delivery/indefinite-quantity contract for design-bid-build construction packages at Naval Air Weapons Station, China Lake, California. The work to be performed provides for preparation of design-bid-build construction packages consisting of full plans, specifications, cost estimates and other services. Work will be performed in Ridgecrest, California, and is expected to be completed by March 2021. Fiscal 2020 military construction (Navy) contract funds for $21,000,000 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5801). URS Group Inc., Morrisville, North Carolina, is awarded a $7,000,000 modification on a firm-fixed-price task order under a multiple award construction contract for phase one of Hurricane Michael repairs for stabilization and repairs to multiple buildings at Naval Support Activity, Panama City, Florida. After award of this modification, the total task order value will be $69,246,764. The work to be performed provides for construction, alteration and repair of real property and utilities because of Hurricane Michael. Work also includes any and all ancillary and incidental mechanical and electrical support services needed to accomplish required work including, but not limited to, disconnects, temporary reconnects, removals, extensions, modifications, alterations, reinstalls, new components and permanent reconnects necessary for functional operation. Work will be performed in Panama City, Florida, and is expected to be completed by October 2020. Fiscal 2019 operation and maintenance (Navy) contract funds for $7,000,000 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N62470-13-D-6022). DEFENSE LOGISTICS AGENCY Pinnacle Petroleum Inc.,* Huntington Beach, California, (SPE605-20-D-4516, $63,570,797); Falcon Fuels Inc.,** Paramount, California, (SPE605-20-D-4509, $57,497,366); Brad Hall and Associates Inc., Idaho Falls, Idaho, (SPE605-20-D-4505, $55,451,197); Petroleum Traders Corp.,** Fort Wayne, Indiana, (SPE605-20-D-4515, $18,411,287); Merrimac Petroleum Inc.,* Long Beach, California, (SPE605-20-D-4514, $16,596,199); Mansfield Oil Company of Gainesville Inc., Gainesville, Georgia, (SPE605-20-D-4513, $9,251,400) and Foster Fuels Inc.,** Brookneal, Virginia, (SPE605-20-D-4510, $7,238,675) have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE605-20-R-0200 for various types of fuel. These were competitive acquisitions with 39 offers received. These are 54-month contracts with a six-month option period. Locations of performance are Arizona, California, Georgia, Idaho, Indiana, Nevada, Utah and Virginia, with a Sept. 30, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. Federal Resources Supply Co., Stevensville, Maryland, has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 102 responses received. This is a five-year contract with no option periods. Location of performance is Maryland, with a Jan. 29, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0028). Minburn Technology Group LLC,** Great Falls, Virginia, has been awarded an $18,191,117 firm-fixed-price delivery order (SP4701-20-F-0029) against a 10-year Department of Defense Enterprise Services Initiative blanket purchase agreement (N66001-19-A-0006) and General Services Administration Federal Supply Schedule (GS-35F-309AA) for a Microsoft enterprise licensing agreement. This was a competitive acquisition with five responses received. This is a one-year delivery order with two one-year option periods. Location of performance is Virginia, with a Jan. 31, 2021, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania. Robertson Fuel Systems LLC, Tempe, Arizona, has been awarded an $8,899,105 firm-fixed-price, indefinite-delivery requirements contract for fuel tank assemblies. 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 four-year contract with no option periods. Location of performance is Arizona, with a Jan. 31, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0012). DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY ASRC Federal Professional Services LLC, Beltsville, Maryland, was awarded an estimated $54,757,914 firm-fixed-price contract (HS0021-20-C-0002) for the Defense Counterintelligence and Security Agency (DCSA). The contract provides for case processing and overall operation center support services in support of the background investigation process. Work will be performed at Boyers, Pennsylvania, and St. Louis, Missouri. This contract is funded with fiscal 2020 DCSA working capital funds with $13,577,188 obligated at time of award. The anticipated period of performance includes one 12-month base period and four 12-month option periods. The estimated lifecycle award value is $276,794,547. This requirement was synopsized on the Federal Business Opportunities website as a single-award, small business set-aside on Nov. 20, 2018. As a result, all small businesses were solicited and six offers were received. The Contracting Office, Quantico, Virginia, is the contracting activity. *Woman-owned small business **Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2070367/source/GovDelivery/

  • Contract Awards by US Department of Defense - August 27, 2020

    August 27, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - August 27, 2020

    ARMY Avon Protection Systems Inc., Cadillac, Michigan (W911SR-20-D-0001); and Canadian Commercial Corp., Ottawa, Canada (W911SR-20-D-0002), will compete for each order of the $127,200,000 firm-fixed-price contract to qualify and procure M61 canisters for the Joint Service General Purpose Mask. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 26, 2027. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Vectrus Systems Corp., Colorado Springs, Colorado, was awarded an $116,821,426 modification (P00064) to contract W91RUS-13-C-0006 for continued support of critical operation, maintenance and defense of Army communications, which supports the Army Operational Base Communications Information Systems and infrastructure in support of U.S. Central Command forces. Work will be performed in APO Kuwait, APO United Arab Emirates, APO Afghanistan, APO Jordan, APO Bahrain, APO Iraq and APO Qatar, with an estimated completion date of Feb. 28, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $73,992,653 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Bowhead Mission Solutions LLC,* Springfield, Virginia, was awarded a $115,752,117 cost-plus-fixed-fee contract for system engineering and technical assistance support for the Center of Excellence, Space and Missile Defense School. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 8, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W91260-20-F-5002). Aptim Aecom Decommissioning, Alexandria, Virginia, was awarded a $42,861,305 hybrid (cost-plus-incentive-fee and firm-fixed-price) contract for decommissioning and disposal activities for the Stationary Medium Power Plant Number 1 Reactor Facility in Fort Belvoir. Bids were solicited via the internet with four received. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of Sept. 1, 2025. Fiscal 2020 operations and maintenance (Army) funds in the amount of $42,861,305 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-C-0031). Affolter Contracting Co. Inc.,* La Marque, Texas, was awarded a $12,364,000 firm-fixed-price contract furnishing all plant, labor, materials and equipment, and constructing the Upper Yazoo Projects in Tallahatchie County, Mississippi. Bids were solicited via the internet with two received. Work will be performed in Greenwood, Mississippi, with an estimated completion date of June 30, 2024. Fiscal 2020 civil construction funds in the amount of $12,364,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-20-C-0006). AIR FORCE Northrop Grumman Systems Corp., McLean, Virginia, has been awarded a $93,000,000 indefinite-delivery/indefinite-quantity contract. This requirement is for a follow-on to continue performance of highly specialized technical services in support of product data systems, data management, migration processes and transformation initiatives. Work will be performed at Robins Air Force Base, Georgia, and is expected to completed May 9, 2024. This award is the result of a sole-source acquisition. The first order obligates fiscal 2020 operations and maintenance; and working capital funds in the amount of $19,847,079. Air Force Sustainment Center, Robins AFB, Georgia, is the contracting activity (FA8571-20-D-0006). Olgoonik Enterprises LLC, St. Robert, Missouri, has been awarded a $75,000,000 firm-fixed-price, single-award, indefinite-delivery/indefinite-quantity contract for the Fort Riley, Kansas; and McConnell Air Force Base, Kansas, Sunflower Simplified Acquisition Base Engineering Requirements (SABER) to maintain facilities and infrastructure at both bases. This award is the result of a competitive acquisition and seven offers were received. Task orders will be funded either by Army or Air Force operations and maintenance (O&M) funds. The initial task order for this contract was funded by Army O&M funds in the amount of $334,749. Work will be performed at Fort Riley, Kansas; and McConnell AFB, Kansas, and is expected to be completed Sept. 25, 2025. The 22nd Contracting Squadron, McConnell AFB, Kansas, is the contracting activity (FA4621-20-D-0002). NAVY Leidos Inc., Reston, Virginia, is awarded a $58,905,547 modification (P00004) to previously awarded cost-plus-fixed-fee contract N00019-19-C-0051. This modification provides for the development of Adaptive Radar Countermeasure (ARC) Software/Firmware (SW/FW) capabilities and integration of ARC SW/FW on the AN/ALQ-214A electronic countermeasure host. ARC SW/FW supplements F/A-18C-F survivability in the presence of radio frequency guided surface-to-air and air-to-air weapons systems. Work will be performed in Arlington, Virginia (50%); Clifton, New Jersey (25%); Goleta, California (10%); St. Louis, Missouri (10%); Raleigh, North Carolina (3%); and Huntsville, Alabama (2%), and is expected to be completed in February 2024. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $13,894,969 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. DZSP 21 LLC, Marlton, New Jersey, is awarded a $50,794,396 cost-plus-fixed-fee contract with one three-month base period and one three-month option period for base operating support (BOS) services at Joint Region Marianas. Work will be performed at various locations on the island of Guam, and is expected to be completed by February 2021. The work will provide facility and BOS for the following services: management and administration, port operations, material management, facility management, sustainment, restoration and modernization, electrical, wastewater, steam, hot water and demineralized water, potable water, transportation and environmental. Fiscal 2020 working capital funds (Defense); fiscal 2020 transportation Air Force working capital funds; fiscal 2020 operations and maintenance (Navy, Air Force and Defense); fiscal 2020 family housing operations and maintenance (Navy); fiscal 2020 operations and maintenance (Marine Corps, Army, Army National Guard and Air National Guard); fiscal 2020 health program funds (Defense); fiscal 2020 General Fund; and fiscal 2020 Defense Commissary Agency contract funds in the amount of $23,319,610 are obligated on this award, and all will expire at the end of the current fiscal year. This contract was issued as a sole-source procurement under the authority of 10 U.S. Code 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-20-C-3603). Nexagen Networks Inc.,* Morganville, New Jersey, is awarded a $45,970,509 single-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide subject matter expertise in the areas of program management; development management; operation support; systems engineering support; systems administration; information assurance; network security; configuration management; service desk support; web application development and technical writing in support of the management and operation of the coalition and allied programs and the Naval Tool for Interoperability and Risk Assessment under Naval Information Forces. The contract will include a five-year 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 value to $49,700,700. The base ordering period is expected to be completed by September 2025; if the option is exercised, the ordering period will be completed by March 2026. Work will be performed in Suffolk, Virginia (60%); Norfolk, Virginia (20%); Honolulu, Hawaii (15%); and various continental U.S. locations (5%). Fiscal 2020 operations and maintenance (Navy) (OMN) funds in the amount of $10,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. Annual OMN funds will be obligated as individual task orders are issued. This contract was competitively procured as a small business set-aside pursuant to the authority set forth in Federal Acquisition Regulation 16.504 and solicited through Navy Electronic Commerce Online and the Federal Business Opportunities websites, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-20-D-0027). Lockheed Martin Rotary and Mission Systems, Owego, New York, is awarded a $35,317,218 cost-plus-incentive-fee order (N00019-20-F-0358) against basic ordering agreement N000019-19-G-0029. This order procures labor and hardware for the development of preliminary software for Phase 2 Network Enabled Weapons (NEW) capabilities. Specifically, this order provides software coding, testing and integration of NEW into a software development branch of the MH-60R/S software configuration with a merge into MH-60R/S fleet release baseline after the capability has established maturity. Work will be performed in Owego, New York, and is expected to be completed in August 2023. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $3,761,000 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. RQ Construction LLC, Carlsbad, California, is awarded a $33,146,000 firm-fixed-price task order (N62473-20-F-5288) under a multiple award construction contract for the design and construction of a new child development center (CDC) complex at Marine Corps Air Station (MCAS) Miramar. The task order also contains one planned modification, which if exercised would increase cumulative task order value to $33,327,250. The work to be performed provides for two single story CDC facilities for infants, pre-toddlers, toddlers and pre-school aged children of military and authorized civilian personnel at MCAS Miramar. Combined total square footage for the two facilities shall not exceed 62,000 square feet. The CDC will provide adequate space for children between six weeks and five years of age. These two CDC facilities combined will provide an essential facility offering military personnel and authorized civilians and their families with full time, quality childcare and development for about 462 children. The new facilities will be single story reinforced concrete masonry unit, reinforced concrete foundation, slab on grade and composite steel deck, standing seam metal roof over metal deck and steel framing. Functional programmed spaces will include entrance vestibule, lobby, reception/sign-in, administration offices and work areas individual child activity rooms appropriately designed and sized for each children's age group, training room, staff break room, lactation room, central storage, restrooms for staff and public use, kitchen, laundry room, janitor's room, mechanical, electrical and telecommunication support spaces. Work will be performed in San Diego, California, and is expected to be completed by September 2022. Fiscal 2020 military construction (Navy) contract funds in the amount of $33,146,000 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. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5851). Mechanical Engineers of Hawaii Corp.,* Honolulu, Hawaii, is awarded an indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $15,000,000 for design and engineering services for mechanical engineering projects and related projects at various locations in the Naval Facilities Engineering Command (NAVFAC) Hawaii area of operations (AO). The work to be performed provides for request for proposal (RFP) documentation for design-bid-build (DBB) mechanical engineering projects with associated multi-discipline architect-engineering support services for new construction, alteration, repair and installation of mechanical systems and associated facilities. Other design and engineering services may include, but not limited to, design-build RFP documentation, engineering investigations/concept studies, functional analysis concept development/charrettes and post construction award services. Initial task order is being awarded at $281,952 for a DBB construction package, consisting of full plans, specifications, detailed cost estimate and other services to repair the Marine Corps Forces Pacific Telephone Exchange Building at Marine Corps Base Camp Smith. Work for this task order is expected to be completed by May 2022. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Hawaii AO. The term of the contract is not to exceed 60 months with an expected completion date of August 2025. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $281,952 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N; O&M (Marine Corps); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. NAVFAC Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-20-D-5034). Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $9,885,076 combination firm-fixed-priced, indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of Bridge Option Three under an IDIQ contract for base operating support services at Isa Air Base. After award of this bridge option, the total cumulative contract value will be $191,719,675. The work to be performed provides for but is not limited to, all management, supervision, tools, materials, supplies, labor and transportation services necessary to perform galley services, bachelor quarters and laundry services, facility management, emergency service requests, urgent service, routing service, minor work, facilities investment, custodial, pest control service, integrated solid waste, grounds maintenance, wastewater, operate reverse osmosis water treatment system and base support vehicles, environmental, fire emergency services and explosive safety officer services at Isa Air Base, Bahrain. Work will be performed in the Kingdom of Bahrain. This option period is from September 2020 to November 2020. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. Fiscal 2020 and 2021 operations and maintenance (Navy) contract funds in the amount of $9,885,076 for recurring and non-recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Europe, Africa, Central, is the contracting activity (N62470-14-D-6012). Raytheon Co., Space and Airborne Systems, El Segundo, California, is awarded an $8,357,826 modification (P00079) to previously awarded cost-plus-incentive-fee contract N00019-16-C-0002. This modification provides additional contractor logistics support maintainers for pre-operational support to facilitate logistics and maintenance activities in support of the Next Generation Jammer engineering and manufacturing development and test and evaluation activities. Work will be performed in Patuxent River, Maryland (49%); Point Mugu, California (38%); and Crane, Indiana (13%), and is expected to be completed in December 2021. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $8,357,826 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. DEFENSE LOGISTICS AGENCY Seiler Instrument and Manufacturing Co., Inc.,* St. Louis, Missouri, has been awarded a maximum $8,972,159 firm-fixed-price, requirements contract for production of the panoramic telescope. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is Missouri, with an Aug. 31, 2025, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0127). Campbellsville Apparel Co., Campbellsville, Kentucky, has been awarded a maximum $7,709,600 modification (P00012) exercising the fourth one-year option period of a one-year base contract (SPE1C1-16-D-1083) with four one-year option periods for undershirts and moisture wicking t-shirts. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Kentucky, with a Sept. 7, 2021, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Cobham Mission System, Davenport, Iowa, has been awarded a maximum $13,028,470 firm-fixed-price contract for oxygen concentrators. 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 four-year, two-month contract with no option periods. Location of performance is Iowa, with an Oct. 6, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2025 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-W070). UPDATE: JCB Inc., Pooler, Georgia (SPE8EC-20-D-0064), has been added as an awardee to the multiple award contract announced on Aug. 29, 2017, for commercial construction equipment, issued against solicitation SPE8EC-17-R-0005. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2327934/

All news