Back to news

January 22, 2019 | International, Naval

Lockheed Martin And Fincantieri Marinette Marine Awarded Contract To Build Littoral Combat Ship 31

WASHINGTON, D.C., Jan. 21, 2019 – The U.S. Navy awarded the Lockheed Martin (NYSE: LMT) and Fincantieri Marinette Marine (FMM) team a fixed-price-incentive-fee contract to build an additional Littoral Combat Ship (LCS).

LCS 31 will be built in Marinette, Wisconsin, at FMM, the Midwest's only naval shipyard, and is the 16th Freedom-variant LCS ordered by the Navy to date. The team will leverage capital investment and improvement in the shipyard and efficiencies created with serial production to maintain high quality at an affordable cost.

"We are excited to continue our partnership with the Navy and FMM to build and deliver capable ships to the fleet,” said Joe DePietro, vice president and general manager, Lockheed Martin Small Combatants and Ship Systems. "With the Freedom-variant in serial production, we continue to enhance efficiency and incorporate capability while maintaining ship and program affordability."

Since the LCS program's inception, Freedom-variant LCS production has injected hundreds of millions of dollars into local economies throughout the Midwest. The program supports thousands of direct and indirect jobs throughout the United States, including more than 7,500 in Michigan and Wisconsin.

The Lockheed Martin and FMM team is in full-rate production of the Freedom-variant and has delivered seven ships to the U.S. Navy to date. There are seven ships in various stages of construction at FMM.

Lockheed Martin's Freedom-variant LCS is highly maneuverable, lethal and adaptable. Originally designed to support focused missions such as mine warfare, anti-submarine warfare and surface warfare, the team continues to evolve capabilities based on rigorous Navy operational testing, sailor feedback and multiple successful fleet deployments. The Freedom-variant LCS integrates new technology and capability to affordably support current and future mission capability from deep water to the littorals.

For additional information, visit: www.lockheedmartin.com/lcs.

https://news.lockheedmartin.com/2019-01-21-Lockheed-Martin-and-Fincantieri-Marinette-Marine-Awarded-Contract-to-Build-Littoral-Combat-Ship-31

On the same subject

  • Contracts for July 22, 2021

    July 23, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    Contracts for July 22, 2021

    Today

  • Contract Awards by US Department of Defense - December 15, 2020

    December 17, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 15, 2020

    DEFENSE LOGISTICS AGENCY Thomas Scientific LLC, Swedesboro, New Jersey, has been awarded a maximum $105,820,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for nasopharyngeal swabs. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(2), as stated in Federal Acquisition Regulation Part 6.302-2. This is a four-month contract with a three-month option period. Location of performance is New Jersey, with an April 24, 2020, ordering period end date. Using customers are Veterans Administration, Indian Health Service, Department of Justice, Department of Homeland Security, Department of Health and Human Services and Department of Defense. Type of appropriation is fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-21-D-0004). Fidelis Sustainability Distribution LLC, Carson City, Nevada, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various robotic surgery systems and associated hardware, software and consumable items. This was a competitive acquisition with 105 offers received. This is a five-year contract with no option periods. Locations of performance are Nevada and Illinois, with a Dec. 14, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-21-D-0002). Silver Oak Leaf Inc.,** Alpharetta, Georgia, has been awarded a maximum $13,534,957, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for coats and trousers. This is a two-year base contract with one two-year option period. This was a competitive acquisition with two responses received. Locations of performance are Georgia and Puerto Rico, with a Dec. 14, 2022, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal year 2021 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1407). Innovative Federal Operations Group Inc., Carlsbad, California, has been awarded a maximum $7,557,359 firm-fixed price, definite-quantity contract for disposable protective coveralls. This was a competitive acquisition with seven responses received. Locations of performance are California and Turkey, with a Jan. 14, 2021, performance completion date. Using customer is Federal Emergency Management Agency. Type of appropriation is fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-C-0003). AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $46,890,000 firm-fixed-price contract for the F-15 Qatar program. This contract provides for the Foreign Military Sales (FMS) requirement to procure Digital Electronic Warfare System spares for the Qatar Emiri Air Force. Work will be performed in St. Louis, Missouri, and is expected to be completed Aug. 23, 2023. This award is the result of a sole-source acquisition. FMS funds in the amount of $22,976,100 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8634-18-C-2701). The Boeing Co., St. Louis, Missouri, has been awarded a $17,764,388 fixed-price-incentive-firm, cost-plus-incentive-fee, cost-plus-fixed-fee modification (P00009) to contract FA8634-18-C-2697 for infrared search and track to upgrade the current Air Force design equivalent of the Navy Block II configuration. This contract will retrofit the production ship sets by modifying the Block I Legion Pod with a replacement of the infrared receiver processor with the V3 infrared receiver and V3 processor from the Navy Block II and modified cabling harness within the pod structure. Work will be performed in St. Louis, Missouri, and is expected to be completed October 2022. This award is the result of a sole-source acquisition. Fiscal 2019 National Guard and Reserve equipment defense funds in the full amount are being obligated at the time of award. The F-15 Division Contracts Branch, Wright-Patterson Air Force Base, Ohio, is the contracting activity. NAVY Saxman One LLC, Manassas, Virginia, is awarded a $50,750,000 indefinite-delivery/indefinite-quantity contract for the Navy Internship and Apprenticeship Programs. This contract provides for the promotion of student internship opportunities such as the Science and Engineering Internship Program (SEAP), the Naval Research Enterprise Internship Program (NREIP), Naval Horizons and other short-term internship programs. The work to be performed includes web site development, provide customer service, increase program awareness, develop virtual training opportunities, provide intern notification, make payment of intern stipends, work with Naval Commands to obtain the proper security paperwork for the intern(s), coordinate internship agreements and provide reports to the Office of Naval Research. Work will be performed in Manassas, Virginia, and is estimated to be completed by Dec. 15, 2025. The total cumulative value of this contract is $50,750,000. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $125,000 are being obligated on a task order on a cost-plus-fixed-fee basis at the time of award. These funds will not expire at the end of the current fiscal year. This contract was solicited on a sole-source basis using an Alaska Native Corporation in accordance with 13 Code of Federal Regulations 124.506(b). The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-21-D-4002). CSRA LLC, a General Dynamics Information Technology Co., Falls Church, Virginia, is awarded a $28,092,546 modification to previously awarded indefinite-delivery/indefinite-quantity (IDIQ) contract N00039-17-D-0002 to extend network and information technology services being provided under the Outside Continental U.S. Navy Enterprise Network (ONE-Net) contract. The services provided under ONE-Net include service desk support, networks and systems operations support, field services support, information assurance services support, network technical support, business management office support, Tier II/III support, Tier IV support and host based security system support. Work will be performed in various locations outside the U.S. based on the requirement for each task order placed. Work is expected to be completed by September 2021. The total cumulative value of this contract is an estimated $171,828,967. No contract funds will be obligated on the base contract at the time of award. Contract funds will be obligated on individual task orders and will at the end of the fiscal year. This modification extends the period of performance of the contract by adding Option Period Five (Dec. 28, 2020, to June 27, 2021) with a ceiling of $17,717,296; and Option Period Six (June 28, 2021, to Sept. 30, 2021) with a ceiling of $10,375,250, which are both exercised with award of this modification. The contract type of the modification is an IDIQ hybrid contract with firm-fixed-price and cost only contract line item numbers. This contract includes options, which are being exercised at the time of award of this modification. This contract was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Bell Textron Inc., Fort Worth, Texas, is awarded a $22,791,652 cost-plus-fixed-fee order (N00019-21-F-0228) against previously issued basic ordering agreement N00019-16-G-0012. This order provides engineering and logistics support, procures four resident integrated logistics support detachment computer seats, trailer lease site for flight test engineers, support equipment workaround material and aircraft wiring integration remote terminal and flight control computer test station material in support of Marine Corps (USMC) AH-1Z; the governments of Bahrain and the Czech Republic UH-1Y and AH-1Z production aircraft; and USMC UH-1Y and AH-1Z aircraft modifications and sustainment. Work will be performed in Fort Worth, Texas (70%); and Patuxent River, Maryland (30%), and is expected to be completed in February 2022. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $957,796; fiscal 2021 aircraft procurement (Navy) funds in the amount of $703,526; fiscal 2019 aircraft procurement (Navy) funds in the amount of $14,842,613; and Foreign Military Sales funds in the amount of $2,645,319 will be obligated at time of award, $15,800,409 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., Huntington Beach, California, is awarded a $8,000,000 fixed-price incentive (firm target) undefinitized contract modification to previously awarded contract N00024-17-C-6307 for extra-large unmanned undersea vehicle maintenance analyses and logistics products. Work will be performed in Newport News, Virginia (52%); and Huntington Beach, California (48%), and is expected to be completed by December 2022. Fiscal 2020 research, development, test, and evaluation (Navy) funds in the amount of $4,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. *Small business **Service-disabled veteran-owned small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2447883/source/GovDelivery/

  • Contract Awards by US Department of Defense - June 26, 2019

    June 27, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 26, 2019

    ARMY Burgos Group LLC,* Albuquerque, New Mexico (W9126G-19-D-0041); Southwest Valley Constructors, Albuquerque, New Mexico (W9126G-19-D-0033); SLSCO Ltd., Galveston, Texas (W9126G-19-D-0036); Bristol Construction Services LLC,* Anchorage, Alaska (W9126G-19-D-0039); J&J Contractors Inc.,* North Billerica, Massachusetts (W9126G-19-D-0043); Gibralter-Caddell a Joint Venture, Montgomery, Alabama (W9126G-19-D-0037); Puyenpa Cottles Joint Venture LLC,* Copperas Cove, Texas (W9126G-19-D-0038); Texas Sterling Construction Co., Houston, Texas (W9126G-19-D-0035); BFBC LLC, Bozeman, Montana (W9126G-19-D-0034); JSR Inc.,* Schertz, Texas (W9126G-19-D-0045); Stormwater Plans, LLC doing business as SWP Contracting & Paving,* Glendale, Arizona (W9126G-19-D-0044); Gideon Contracting LLC,* San Antonio, Texas (W9126G-19-D-0042); and Randy Kinder Excavating Inc.,* Dexter, Missouri (W9126G-19-D-0040) will compete for each order of the $5,000,000,000 firm-fixed-price contract for horizontal construction services in support of the Department of Homeland Security, Rio Grande Valley, Laredo, Del Rio, Big Bend and El Paso Border Patrol sectors. Bids were solicited via the internet with 40 received. Work locations and funding will be determined with each order, with an estimated completion date of June 24, 2024. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity. Atlantic Diving Suppling Inc.,* Virginia Beach, Virginia (W56HZV-19-D-0070) and Sorinex Exercise Equipment Inc.,* Lexington, South Carolina (W56HZV-19-D-0071), will compete for each order of the $63,778,092 firm-fixed-price contract for procurement of Army combat fitness test equipment. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 6, 2022. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Peckham Vocational Industries Inc., Lansing, Michigan, was awarded a $22,860,897 modification (P00008) to contract W56HZV-17-C-0187 for services to support the organizational clothing and individual equipment effort for the repair, cleaning, warehousing, and distribution. Work will be performed in Lansing, Michigan, with an estimated completion date of June 30, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $22,860,897 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Manson Construction Co., Seattle, Washington, was awarded a $16,715,000 firm-fixed-price contract for annual maintenance dredging for the Oakland Inner and Outer Harbor federal navigation channel in Alameda County, California. Bids were solicited via the internet with two received. Work will be performed in Oakland, California, with an estimated completion date of Dec. 18, 2019. Fiscal 2019 operations and maintenance, civil funds in the amount of $16,715,000 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-19-C-0009). IAP Worldwide Services Inc., Cape Canaveral, Florida, was awarded a $16,289,540 hybrid (cost-no-fee, firm-fixed-price and time-and-materials) contract for satellite communication support. Bids were solicited via the internet with two received. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of Jan. 21, 2025. Fiscal 2019 operations and maintenance Army funds in the amount of $16,289,540 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-C-0034). International GeoConsultants JV, Germantown. Maryland, was awarded a $9,000,000 firm-fixed-price contract for geotechnical engineering services. 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 June, 25, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0034). General Dynamics Information Technology Inc., Fairfax, Virginia, was awarded a $7,805,000 modification (F406 22) to contract W91QUZ-06-D-0012 for combined mission command network operations and maintenance information technology services. Work locations and funding will be determined with each order, with an estimated completion date of April 12, 2020. U.S. Army 411th Contracting Support Battalion, Republic of Korea, is the contracting activity. NAVY BAE System Technology Solutions and Services Inc., Rockville, Maryland (N00039-19-D-0031); Serco Inc., Herndon, Virginia (N00039-19-D-0032); and Scientific Research Corp., Atlanta, Georgia (N00039-19-D-0033), are each awarded a cost-plus-fixed-fee, cost-only indefinite-delivery/indefinite-quantity multiple award contract for logistics, integration, engineering, procurement, fabrication, assembly, test, inspection, zone integration and installation of integrated command, control, communications, computers and intelligence (C4I) system of systems capabilities aboard new construction aircraft carrier and large deck amphibious ships, to include refueling and complex overhaul ships. Throughout the duration of the awarded contracts, the total obligated amount on orders for all of the awarded contracts combined will not exceed $747,097,000. Each contract includes options, which if exercised, would bring the estimated value of each contact to $601,513,730 for BAE System; $608,243,247 for Serco Inc., and $599,544,784 for Scientific Research Corp. These contracts will support various Navy shipbuilding programs. These programs require integrated C4I capabilities to provide communications for maritime operations and flight safety. The integrated capability is composed of distributed systems that provide network capabilities, communications, command and control, intelligence, and non-tactical data. Work will be performed in Newport News, Virginia (73%); Charleston, South Carolina (17%); and Pascagoula, Mississippi (10%), and work is expected to be completed by June 2029. No contract funds will be obligated at the time of award. Contract funds in the amount of $50,000 will be obligated on the first task order under each contract utilizing fiscal 2017 shipbuilding and conversion (Navy); fiscal 2019 shipbuilding and conversion (Navy), and fiscal 2019 research and development (Navy) funds. Contract funds will not expire at the end of the current fiscal year. These contracts were awarded pursuant to full and open competition, with three offers received. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Integrity Applications Inc.,* Chantilly, Virginia (N68936-19-D-0036); Toyon Research Corp.,* Goleta, California (N68936-19-D-0037); KAB Laboratories,* San Diego, California (N6893619D0038); and Booz Allen Hamilton, McLean, Virginia (N68936-19-D-0039), are each being awarded cost-plus-fixed-fee, indefinite-delivery, indefinite-quantity contracts. These contracts provide for research, development, testing and evaluation, technical assistance and systems engineering in the development, testing and fielding of future intelligence, surveillance, reconnaissance, and targeting systems. The estimated cumulative aggregate ceiling for all contracts is $49,839,291, with the companies having an opportunity to compete for individual orders. Work will be performed at various contractor facilities located inside the continental United States, and is expected to be completed in June 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $10,004 ($2,501 per company to satisfy the minimum guarantee amount) are being obligated at time of award, none of which will expire at the end of the current fiscal year. These contracts were competitively procured via an electronic request for proposals; four offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity. Tetra Tech Inc., Norfolk, Virginia, is awarded $9,870,904 for firm-fixed-price task order N44255-19-F-4112 under a previously awarded single award services contract for a base wide site investigation for munitions at Naval Base Kitsap-Bangor. The work to be performed provides a munition response site investigation for 15 sites having 21 locations. The scope includes all work necessary to define the source and nature of a release, describe pathways for contaminant migration, identify human and ecological receptors, conclude whether a No Further Action determination, a removal action, or a Remedial Investigation/Feasibility Study is warranted. The following surveys will be completed as part of this work: habitat/endangered species, historical and cultural resources, land surveying and clearing, munitions and clearing, and geophysical. Work will be performed in Silverdale, Washington, and is expected to be completed by June 2022. Fiscal 2019 environmental restoration (Navy) contract funds in the amount of $9,870,904 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-19-D-4112). AIR FORCE HDT Global, Salon, Ohio, has been awarded a $66,684,930, fixed-price incentive firm modification (P00038) to previously awarded FA8204-13-C-0010 for production of 19 Transporter Erector Replacement Program (TERP) production units. This contract provides for the procurement of 19 TERP production representative vehicles and initial spares over four option periods. Work will be performed in Cincinnati, Ohio, and Florence, Kentucky, and is expected to be completed by December 2020. This award is the result of a negotiated agreement to definitize engineering changes incorporated into the design portion of performance. Fiscal 2018 procurement funds in the amount of $15,225,936 to fully fund option period one. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity. United Technologies Corp., doing business as Collins Aerospace, Westford, Massachusetts, has been awarded a $31,920,402 indefinite-delivery/indefinite-quantity modification (P00008) to previously awarded firm-fixed-price contract FA8620-18-D-3014 for providing partner nations an ordering vehicle for the DB-110 Tactical Reconnaissance Pod Program. This modification raises the price ceiling from $31,920,402 to $215,025,402. Work will be performed in Westford, Massachusetts, and is expected to be completed by Nov. 14, 2023. This contract involves 100% foreign military sales to Oman, Poland, Morocco and Greece. This award is the result of a sole source acquisition. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. DEFENSE LOGISTICS AGENCY Brighton Cromwell LLC, Randolph, New Jersey, has been awarded a maximum $34,746,167 firm-fixed-price contract for specialized parts kits. 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 three-year base contract with two one-year option periods. Location of performance is New Jersey, with a June 25, 2022, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0163). Federal Prison Industries (UNICOR),** Washington, District of Columbia., has been awarded a maximum $14,141,250 modification (P00002) exercising the first one-year option period of a one-year base contract (SPE1C1-18-D1069) with two one-year option periods for Army physical fitness uniform trunks. This is an indefinite-delivery contract. Locations of performance are Minnesota, Colorado, Louisiana and Kentucky, with a July 11, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania. DEFENSE HEALTH AGENCY Spectrum Healthcare Resources Inc., St. Louis, Missouri, has been awarded a $9,061,238 firm-fixed-price contract, HT0014-19-C-0001. This contract provides support to the Defense Health Agency's national capital region for continuation of healthcare services at the Fort Belvoir Community Hospital Family Health Centers of Fairfax and Dumfries (outpatient clinics stemming from Fort Belvoir Community Hospital). The work includes all personnel and facilities to provide healthcare for approximately 51,000 TRICARE prime beneficiaries. Work will be performed in Virginia, beginning July 1, 2019, with an estimated completion date of Aug. 31, 2019. The contract includes a two- month base period. Fiscal 2019 operations and maintenance funds in the amount of $9,061,238 are obligated on this award. This was a sole-source acquisition. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1888547/source/GovDelivery/

All news