Back to news

October 4, 2018 | International, Aerospace

Lockheed Martin Selects Industry Mission Payload Providers for Next Gen OPIR Missile Warning System

Key Suppliers for "Go Fast" Program Selected Just 45 Days from Prime Contract Award

SUNNYVALE, Calif., Oct. 4, 2018 /PRNewswire/ -- Lockheed Martin (NYSE: LMT) has selected Raytheon and a Northrop Grumman/Ball Aerospace team to compete as potential mission payload providers for the U.S. Air Force's Next Generation Overhead Persistent Infrared (Next Gen OPIR) Geosynchronous (GEO) Block 0 missile warning satellite system.

This payload competition between Raytheon and Northrop Grumman/Ball Aerospace will be executed as part of the Phase 1 contract for the Air Force's Next Gen OPIR Block 0 GEO satellites. The competition includes development scope through the Critical Design Review (CDR) phase.

As part of a program heralded by the Air Force as a pacesetter for "Go Fast" acquisition, Lockheed Martin selected the two suppliers on September 28 -- just 45 days after the company's own prime contractor award. The Air Force awarded Lockheed Martin the contract for rapid development of the Next Gen OPIR Block 0 GEO system on August 14.

The Raytheon and Northrop Grumman/Ball Aerospace teams were selected due to their ability to meet stringent schedule and capability requirements. They are now tasked to develop detailed designs and compete their solutions for potential use on the Next Gen OPIR Block 0 GEO satellites. A final down-select is expected at the end of the CDR phase in 2020.

Next Gen OPIR is a new missile warning satellite system acquisition program that will deliver advanced capabilities to keep pace with adversary advancements. It will succeed the Space Based Infrared System by providing improved missile warning capabilities that are more survivable and resilient against emerging threats. The Air Force implemented Next Gen OPIR as a rapid acquisition program with Lockheed Martin targeting the first GEO satellite delivery in 60 months.

"Next Gen OPIR is a very important program for our nation, with a challenging schedule, and set of technical and resiliency requirements, different than prior programs," said Tom McCormick, Lockheed Martin's vice president for OPIR systems. "We recognize that this is a watershed program for the Air Force, and we understand the need to 'Go Fast' to ensure our national security posture stays ahead of emerging global threats."

Lockheed Martin is working with the Air Force on a variety of initiatives to increase the speed of satellite acquisition, including introducing more commonality of parts and procedures into production, building predictability into schedules and supply chain orders, and incorporating additive manufacturing.

About Lockheed Martin

Headquartered in Bethesda, Maryland, Lockheed Martin is a global security and aerospace company that employs approximately 100,000 people worldwide and is principally engaged in the research, design, development, manufacture, integration and sustainment of advanced technology systems, products and services. This year the company received three Edison Awards for ground-breaking innovations in autonomy, satellite technology and directed energy.

SOURCE Lockheed Martin

https://news.lockheedmartin.com/2018-10-04-Lockheed-Martin-Selects-Industry-Mission-Payload-Providers-for-Next-Gen-OPIR-Missile-Warning-System

On the same subject

  • Contract Awards by US Department of Defense - August 22, 2019

    August 27, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 22, 2019

    NAVY Diversified Maintenance Systems Inc.,* Sandy, Utah, is awarded a maximum amount $90,000,000 indefinite-delivery/indefinite-quantity contract for other specialty trade contractors construction alterations, renovations and repair projects at Naval Bases Coronado, Point Loma, and San Diego, and Marine Corps Air Station, Miramar. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, heating, ventilation, and air conditioning, and fire suppression/protection system installation projects. Work will be performed in San Diego, California. The term of the contract is not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with 18 proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2626). General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $64,838,526 cost-plus-incentive-fee contract for the Strategic Weapon System Fire Control Subsystem hardware, associated deliverables, and spares for production efforts supporting the second hull of the United Kingdom (U.K.) Dreadnought Class ballistic missile submarines, nuclear, recently named as HMS Valiant, and the U.K. Software Facility. Work will be performed in Pittsfield, Massachusetts, and is expected to be completed Aug. 22, 2025. United Kingdom funds in the amount of $7,570,000 will be obligated on this award, none of which will expire at the end of the current fiscal year. This contract is being awarded on a sole-source basis to General Dynamics Mission Systems in accordance with 10 U.S. Code 2304 (c)(4) and was previously synopsized on the Federal Business Opportunity website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Butt Construction Co. Inc.,* Dayton, Ohio (N69450-19-D-0517); CORE Engineering & Construction Inc.,* Winter Park, Florida (N69450-19-D-0514); Healtheon Inc.,* New Orleans, Louisiana (N69450-19-D-0515); OAC Action Construction Corp.,* Miami, Florida (N69450-19-D-0518); Optimum Construction,* Lafayette, Louisiana (N69450-19-D-0516); and Signature Renovations LLC,* Loretto, Tennessee (N69450-19-D-0513), are each awarded an indefinite-delivery/indefinite-quantity multiple award design-bid-build construction contract for construction projects located within the Naval Support Activity (NSA) Mid-South area of responsibility. The maximum dollar value for the five-year ordering period for all six contracts combined is $45,000,000. The work to be performed provides for, but is not limited to, general building type projects (new construction, renovations, alterations, demolition, roofing, repair work), including industrial infrastructure, administrative, training, dormitory and community support facilities. Signature Renovations LLC is awarded the initial task order at $234,859 for Building 789, chiller equipment upgrades, located at NSA Mid-South, Millington, Tennessee. Work for this task order is expected to be completed by February 2020. All work on this contract will be performed in Tennessee. The term of the contract is not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 operation and maintenance Navy (O&M, N) contract funds in the amount of $239,859 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded a $44,454,546 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for UHF/VHF standard rack mounted receiver/transmitter radios and accessories to replace out-of-date, non-upgradable radios currently deployed at tactical training ranges worldwide in support of the Systems Replacement and Modernization Program. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed by August 2024. Fiscal 2019 working capital funds (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $2,689,585 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-19-D-0006). BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $34,872,647 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides for up to 505,560 man-hours of technical, engineering, operations and maintenance support for communication-electronic equipment/systems and subsystems. These services are in support of the Naval Air Warfare Center Aircraft Division's Special Communications Mission Solutions Division. Work will be performed at various locations outside the continental U.S. (90%); and California, Maryland (10%), and is expected to be completed in August 2024. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was competitively procured via an electronic request for proposals; two offers were received. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0077). Raytheon Co., Intelligence, Information and Services, Indianapolis, Indiana, is awarded a $29,919,648 cost-plus-fixed-fee order (N00421-19-F-0531) against a previously issued basic ordering agreement (N00019-15-G-0003). This order provides for the procurement of V-22 Software Support Activity (SSA) systems and software engineering, avionics integration and testing, software testing, avionics acquisition support, and SSA operations to include classified and unclassified laboratories, configuration and data management, and release of avionics software products and related systems. Work will be performed in Indianapolis, Indiana, and is expected to be completed in December 2021. Fiscal 2017 and 2019 aircraft procurement (Navy); fiscal 2019 aircraft procurement (Air Force); fiscal 2018 and 2019 research, development, test and evaluation (Navy); and fiscal 2019 operation and maintenance (Air Force and Defense Wide) funds in the amount of $29,919,648 will be obligated at time of award, $13,464,417 of which will expire at the end of the current fiscal year. This order combines purchases for the Navy ($17,456,960; 58%); the Air Force ($10,847,531; 36%); and the Department of Defense ($1,615,157; 6%). The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded $23,664,866 for modification P00017 to previously issued order 0025 placed against basic ordering agreement N00019-16-G-0001. This modification exercises an option for engineering, logistics, and program management of F/A-18A-D, E/F, and EA-18G aircraft in support of reducing fleet out of reporting rates and maintenance planning. Work will be performed in St. Louis, Missouri, and is expected to be completed in September 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $5,822,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. I.E.-Pacific Inc.,* Escondido, California, is awarded $13,231,000 for firm-fixed-price task order N62473-19-F-5136 under a previously awarded multiple award construction contract (N62473-17-D-4628) for construction of a supply warehouse and administrative facility at Marine Corps Base, Camp Pendleton. The work to be performed provides for construction of a new supply warehouse facility with administrative spaces that will consolidate all supply and administrative support functions for the School of Infantry, West, into one building. In addition, the project will construct an outdoor covered training structure to support and conduct training of personnel for assembly and equipment issuance. The task order also contains one planned modification, which, if awarded, would increase cumulative task order value to $13,332,316. Work will be performed in Oceanside, California, and is expected to be completed by August 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $13,231,000 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Barnhart-Reese Construction Inc.,* San Diego, California, is awarded $11,456,209 for firm-fixed-price task order N62473-19-F-5115 under a previously awarded multiple award contract (N62473-17-D-4635) for construction of a satellite fire emergency response station in Area 27 of Marine Corps Base, Camp Pendleton. The building square footage should not exceed 15,285 square feet. The fire station is anticipated as a single-story building constructed with concrete masonry unit exterior bearing walls, concrete slabs, foundations and a steel frame supported standing seam metal roof. The complex will include administrative spaces, living quarters, changing areas, showers, laundry rooms, training facilities, storage spaces, a fitness room, kitchen/dining/day room facilities, a covered patio, bathrooms, maintenance areas, storage areas and vehicle apparatus bays. The task order also contains one planned modification, which, if awarded, would increase cumulative task order value to $11,490,362. Work will be performed at Camp Pendleton, California, and is expected to be completed by June 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $11,456,209 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Insight Pacific LLC,* Brea, California, is awarded $8,577,620 for firm-fixed-price task order N62478-19-F-4209 under a previously awarded multiple award construction contract (N62478-18-D-4026) for repair and maintenance of pumps at Joint Base Pearl Harbor-Hickam. The work on Main Pumps 3 and 4 at Dry Dock 4 includes disassembly, removal, main pump overhaul, motor cleaning/repair rewind and reinstallation. The work will also include the repair/replacement of the pump thrust bearings, shaft, shaft couplings and sleeves, bearing supports, piping, baffle plates, hydraulic blade angle systems and controls, oil head and the complete removal and reinstallation of the existing pump impellers. Work will be performed in Oahu, Hawaii, and is expected to be completed by March 2021. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $8,577,620 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. Raytheon Co., Tucson, Arizona, is awarded $7,229,582 for cost-plus-fixed-fee delivery order N00019-19-F-4153 against a previously issued basic ordering agreement (N00019-15-G-0003) in support of the Maritime Strike Tomahawk (MST) Rapid Deployment Capability. This delivery order provides for an updated technical data package of the guidance test set, upgrade of existing units to support the MST upgrades, including hardware, software. Work will be performed in Tucson, Arizona (85.2%); Logan, Utah (14%); and various locations within the continental U.S. (0.8%), and is expected to be completed in July 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $7,229,582 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 Phoenix Textile Corp., O'Fallon, Missouri, has been awarded a maximum $42,261,856 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is Missouri, with an Aug. 24, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-19-D-0006). CORRECTION: The contract announced on Aug. 15, 2019, for Sysco Alabama, Calera, Alabama (SPE300-19-D-3234), for $37,893,960, was announced with an incorrect award date. The correct award date is Aug. 20, 2019. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY The University of Southern California, Marina del Rey, California, was awarded a $19,843,137 cost-no-fee contract for a Defense Advanced Research Projects Agency research project. Work will be performed in Marina del Rey, California; Arlington, Virginia; and Columbia, Maryland, with an expected completion date of August 2023. Fiscal 2019 research, development, test and evaluation funding in the amount of $2,905,000 are being obligated at time of award. This contract was a competitive acquisition under a broad agency announcement and nine offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-19-C-0084). ARMY Weeks Marine Inc., Covington, Louisiana, was awarded an $8,385,050 firm-fixed-price contract for furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge. One bid was solicited with one bid received. Work will be performed in Lafourche, Louisiana, with an estimated completion date of Jan. 7, 2020. Fiscal 2019 operations and maintenance, Recovery Act, civil funds in the amount of $8,385,050 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0061). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1941859/source/GovDelivery/

  • Contract Awards by US Department of Defense - September 17, 2019

    September 18, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 17, 2019

    AIR FORCE The Aerospace Corp., El Segundo, California, has been awarded a $1,084,529,525 modification (P00017) to previously awarded contract FA8802-19-C-0001 for systems engineering and integration support for the National Space Community. This contract modification provides for the exercise of Option Year One for fiscal 2020 services being procured under the multiple year contract. Work will be performed at El Segundo, California, and is expected to be completed by Sept. 30, 2020. Total cumulative face value of the contract is $2,158,348,065. Fiscal 2020 research and development funds are being used and no funds are being obligated at the time of the award. The Space and Missile Systems Center, El Segundo, California, is the contracting activity. Semper Tek Inc., Lexington, Kentucky (FA8501-19-D-A010); Construction Services Group Inc., Charleston, South Carolina (FA8501-19-D-A011); Kmk Construction Inc., Jacksonville, Florida (FA8501-19-D-A012); Charlton Enterprise Inc., Folkston, Georgia (FA8501-19-D-A013); and York-Brawley JV LLC, Yorktown, Virginia (FA8501-19-D-A014), have been awarded a maximum value of $95,000,000, multiple-award, indefinite-delivery/indefinite-quantity, civil engineer multiple award construction contract. This contract supports operational design and construction contract efforts to provide 78th Civil Engineering Group the capability to have design and construction maintained in a short time frame. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by March 30, 2025. This award is the result of a competitive acquisition and 20 offers were received. No funds have been obligated to the contract; task orders will be funded with operations and maintenance funds. The Air Force Material Command Operational Contracting, Robins Air Force Base, Georgia is the contracting activity. Gulfstream Aerospace, Savannah, Georgia, has been awarded a $31,899,999 firm-fixed-price task order against contract FA8134-19-D-0001 for the Gulfstream aircraft order and contractor logistic support (CLS) for Philippines Air Force. This order is for the purchase of one Gulfstream aircraft, parts, tooling and two years of CLS for sustainment of the aircraft. Work will be performed at Manila, Philippines, and is expected to be completed by May 31, 2022. This award is the result of a sole source acquisition. This contract involves 100% foreign military sales to the Philippines. The total cumulative face value of the contract is $2,070,000,000. Foreign Military Sales funding in the amount of $31,899,999 are being obligated at time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8124-19-F-2500). Major Tool and Machine Inc., Indianapolis, Indiana, has been awarded a not-to-exceed $9,339,200 firm-fixed-price contract for low rate initial production modification (PZ0001) to previously awarded contract FA8681-19-C-0013 for the BLU-111 warhead. This modification provides for the definitization for a quantity of BLU-111 warheads produced under the basic contract. Work will be performed in Indianapolis, Indiana, and is expected to be complete by April 30, 2020. Fiscal 2019 procurement funds in the amount of $9,339,200 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. General Dynamics – Ordnance and Tactical Systems, Garland, Texas, has been awarded a not-to-exceed $9,691,384 firm-fixed-price contract for low rate initial production modification (PZ0001) to previously awarded contract FA8681-19-C-0015 for the BLU-111 warhead. This modification provides for the definitization for a quantity of BLU-111 warheads produced under the basic contract. Work will be performed in Garland, Texas, and is expected to be complete by April 30, 2020. Fiscal 2019 procurement funds in the amount of $9,691,384 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. Alliant TechSystems Operations LLC – ATK Tactical Propulsion and Control, Rocket Center, West Virginia, has been awarded a not-to-exceed $8,762,690 firm-fixed-price contract for low rate initial production modification (PZ0001) to previously awarded contract FA8681-19-C-0016 for the BLU-111 warhead. This modification provides for the definitization for a quantity of BLU-111 warheads produced under the basic contract. Work will be performed in Rocket Center, West Virginia, and is expected to be complete by April 30, 2020. Fiscal 2019 ammunition procurement funds in the amount of $8,762,690 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. Enfield Enterprises Inc., Springfield, Massachusetts, has been awarded a $7,221,081 requirements contract for the replacement of Halon and electrical at Guided Weapons Evaluation Facility. This contract consists of furnishing all plant, labor, materials and equipment, and performing all operations in connection with the replacement of Halon and electrical at Guided Weapons Evaluation Facility, Eglin Air Force Base, Florida, in accordance with the specifications and drawings. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by May 26, 2020. This award was the result of a competitive acquisition and two offers were received. Fiscal 2019 3600 research, development, test and evaluation funds are being obligated at the time of award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2823-19-C-A044). DEFENSE LOGISTICS AGENCY Alaska Structures Inc., Scottsdale, Arizona, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for commercial shelters. This is a one-year base contract with three one-year option periods. Locations of performance are Arizona and New Mexico, with a Sept. 25, 2020, performance completion date. Using military services are Army, Air Force, Navy and Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1197). DJ Engineering Inc.,* Augusta, Kansas, has been awarded an estimated $26,174,400 indefinite-delivery/indefinite-quantity contract for A-10 elevators. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Kansas, with a Sept. 16, 2024, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Ogden, Utah (SPRHA4-19-D-0004). W K Containers Inc.,* Mill Valley, California, has been awarded a maximum $7,007,122 fixed-price contract for commercial shipping and storage containers. This was a competitive acquisition with six offers received. This is a one-year contract with no option periods. Locations of performance are California and Korea, with a March 16, 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 (SPE8ED-19-C-0008). NAVY BAE Systems San Diego Ship Repair (BAE), San Diego, California, was awarded an $86,117,104 firm-fixed-price contract for the execution of USS Decatur (DDG 73) fiscal 2019 extended dry-docking selected restricted availability (EDSRA). This availability will include a combination of maintenance, modernization and repair of USS Decatur. This is a Chief of Naval Operations scheduled EDSRA. The purpose is to maintain, modernize and repair USS Decatur. This is a "long-term" availability and was solicited on a coast-wide (West Coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair and modernization for USS Decatur. This contract includes options which, if exercised, would bring the cumulative value of this contract to $88,816,552. Work will be performed in San Diego, California, and is expected to be completed by October 2020. Fiscal 2019 operation and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $86,117,104 was obligated at time of award and funding in the amount of $72,807,997 will expire at the end of the current fiscal year. This requirement was competitively solicited using full and open competition via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4455). (Awarded Sept. 7, 2019) BAE Systems San Diego Ship Repair (BAE), San Diego, California, was awarded an $84,595,351firm-fixed-price contract for the execution of USS Stethem (DDG 63) fiscal 2019 extended dry-docking selected restricted availability (EDSRA). This is a Chief of Naval Operations scheduled EDSRA. This availability will include a combination of maintenance, modernization, and repair of the USS Stethem. This is a "long-term" availability and was solicited on a coast-wide (West Coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair and modernization for USS Stethem. This contract includes options which, if exercised, would bring the cumulative value of this contract to $96,183,466. Work will be performed in San Diego, California, and is expected to be completed by October 2020. Fiscal 2019 operation and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $84,595,351 was obligated at time of award, and funding in the amount of $72,805,698 will expire at the end of the current fiscal year. This requirement was competitively solicited using full and open competition via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4459). (Awarded Sept. 7, 2019) CH2M HILL Inc., Englewood, Colorado, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract with a maximum amount of $75,000,000 for A-E services involving preparation of studies, plans, specifications, design, reports, cost estimates and all associated engineering services in support of Navy and other Department of Defense (DoD) environmental compliance programs for Navy, Marine Corps and other DoD installations and federal agencies. No task orders are being issued at this time. The work to be performed provides services for, but not limited to, petroleum storage tank and assets compliance, oil preparedness and planning compliance, air quality and Clean Air Act compliance, Safe Drinking Water Act compliance, Clean Water Act compliance (storm water), Clean Water Act Compliance (wastewater) and waste management. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within, but not limited to, the Naval Facilities Engineering Command, Atlantic area of responsibility including California (20%); Virginia (20%); North Carolina (20%); Europe, Africa, Southwest Asia (15%); Florida (5%); Maryland (5%); Washington (5%); Georgia (5%); and Texas (5%). The term of the contract is not to exceed 60 months with an expected completion date of September 2024. Fiscal 2019 operation and maintenance, (Navy) (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4015). AH/BC Navy JV LLC, Newport News, Virginia, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract with a maximum amount of $60,000,000 for compliance with Safe Water Act (SDWA), Clean Water Act (CWA) compliance program and all other environmental media regulations to support Navy, Marine Corps, other Department of Defense (DoD) installations and federal agencies worldwide. The work to be performed provides for support of compliance with the SDWA and CWA compliance program and all other environmental media regulations as required. The intent of this contract is to provide comprehensive A-E services to various Navy and other DoD installations/organizations worldwide in order to meet statutory compliance requirements for all applicable overseas environmental baseline guidance document, final governing standards, DoD, federal, state, local and installation-specific environmental laws, regulations, and guidance. This support includes preparation of studies, plans, specifications, design documents, reports, cost estimates and all associated engineering work including, but not limited to, work in SDWA compliance, storm water pollution prevention plans and CWA compliance, industrial pre-treatment/wastewater treatment plans and permit compliance, laboratory work and other miscellaneous environmental compliance services. No task orders are being issued at this time. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within, but not limited to, the Naval Facilities Engineering Command, Atlantic area of responsibility including, California (15%); Virginia (10%); North Carolina (10%); Florida (10%); Maryland (5%); Washington (5%); Georgia (5%); Far East Asia (5%); and Europe, Africa, Southwest Asia (35%). The term of the contract is not to exceed 60 months with an expected completion date of September 2024. Fiscal 2019 operation and maintenance, (Navy) (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4001). General Dynamics National Steel and Shipbuilding Co., San Diego, California, is awarded a $21,150,803 firm-fixed-price delivery order from multiple-award indefinite-delivery/indefinite-quantity contract N00024-16-D-4418 for a selected restricted availability on USS Stockdale (DDG 106) to execute depot-level maintenance, alterations and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, California, and is expected to be complete by May 2020. This delivery order includes options, which, if exercised, would bring the cumulative value of this contract to $21,328,830 and be complete by May 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $21,150,803 will be obligated at time of award and expire at the end of the current fiscal year. This delivery order was competitively procured with one request for proposal solicited and three offers received via all eligible multiple award indefinite-delivery/indefinite-quantity contractors in the San Diego, California, area. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded an $11,414,936 modification (P00004) to a previously awarded cost-plus-fixed-fee contract (N00019-18-C-1057). This modification exercises an option for Phase 1 design maturity, analysis and test planning for the Stand-off Land Attack Missile – Expanded Response production for the government of Saudi Arabia under the Foreign Military Sales (FMS) Act. Work will be performed in St. Louis, Missouri (37%); Indianapolis, Indiana (30%); Melbourne, Florida (10%); Pontiac, Michigan (10%); Middletown, Connecticut (7%); Black Mountain, North Carolina (2%); South Pasadena, California (1%); Albuquerque, New Mexico (1%); Stillwater, Oklahoma (1%); and various locations within the continental U.S. (1%). Work is expected to be completed in October 2019. Foreign Military Sales funds in the amount of $11,414,936 are being obligated on this 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. Briartek Inc.,* Alexandria, Virginia (N64498-19-D-4033), was awarded an $11,233,400 indefinite-delivery/indefinite-quantity contract with provisions for cost-plus-fixed-fee services and firm-fixed-price supplies to support Man Overboard Indicators (MOBI) ship installations. Work will be performed in Norfolk, Virginia (30%); San Diego, California (30%); Mayport, Florida (5%), Pearl Harbor, Hawaii (5%); Pascagoula, Mississippi (5%); Marinette, Wisconsin (5%), Everett, Washington (5%); Bremerton, Washington (5%); Yokosuka, Japan (5%); and Sasebo, Japan (5%), and is expected to be completed by September 2024. Fiscal 2019 operation and maintenance (Navy) funding in the total amount of $37,967 was obligated at time of award and will expire at the end of the current fiscal year. 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 Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (Awarded Sept. 13, 2019) The Boeing Co., Huntington Beach, California, is awarded a $10,849,103 cost-plus-fixed-fee modification to previously awarded contract (N00024-17-C-6307) for engineering services in support of the Extra Large Unmanned Undersea Vehicle (XLUUV) program. Engineering services under the existing contract will be used to further develop and study additional capabilities, payloads, operational uses, and deployment scenarios for the XLUUV program. Work will be performed in Huntington Beach, California, and is expected to be completed by September 2020. Fiscal 2018 and 2019 research, development, test and evaluation (Navy) funds in the amount of $374,638 will be obligated at time of award and $192,415 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. United States Marine Inc.,* Gulfport, Mississippi, is awarded a $9,510,838 firm-fixed-price modification to previously awarded contract (N00024-19-C-2226) in support of the Government of the Arab Republic of Egypt for eight 11 meter Naval Special Warfare rigid-hull inflatable boats, eight forward looking infrared systems, ship spare parts and other technical assistance for the Egyptian navy. Work will be performed in Gulfport, Mississippi, and is expected to be completed by December 2020. Foreign Military Sales funding in the amount of $9,510,838 will be obligated at time of award and contract funds will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(4), this contract was not competitively procured: international agreement. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Modern International Inc.,* Barrigada, Guam, is awarded a firm-fixed-price task order (N40192-19-F-4384) at $9,503,702 under an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract to repair the aqueous film forming foam and sprinkler system at Building 2641, North Ramp, on Andersen Air Force Base. The work to be performed provides for the replacement of the fire and foam pumps, pump controllers, risers, sprinkler piping, heads, fittings, foam holding tanks, trench drains and monitor nozzle system, hose reels, fire suppression, discharge containment system, fire alarms, heat and flame detectors, monitors, mass notification system, electrical wiring and conduits, fuel tanks and containment, fuel piping, lighting fixtures, ceiling tiles and abatement of hazardous materials. Work will be performed in Yigo, Guam, and is expected to be completed by October 2020. Fiscal 2019 operation and maintenance, (Navy) contract funds in the amount of $9,503,702 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-18-D-2801). ARMY Four Peaks Environmental Science & Data Solutions,* Wenatchee, Washington (W9127N-19-D-0005); Real Time Research Inc.,* Bend, Oregon (W9127N-19-D-0006); Environmental Assessment Services LLC,* Richland, Washington (W9127N-19-D-0007); R2 Resource Consultants Inc.,* Redmond, Washington (W9127N-19-D-0008): and S P Cramer & Associates Inc.,* Portland, Oregon (W9127N-19-D-0009), will compete for each order of the $40,000,000 firm-fixed-price contract for biological and ecological services for studies related to fishery issues. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 16, 2024. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity. Bowhead Mission Solutions LLC,* Springfield, Virginia, was awarded a $33,659,910 modification (KX04) to contract W15P7T-12-D-E010 for software and system engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 15, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $16,801,065 modification (P00693) to contract DAAA09-98-E-0006 for engineering and design for the Acetic Acid and Acetic Andhydride and Tank Farm Expansion project at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Jan. 31, 2021. Fiscal 2021 procurement of ammunition, Army funds in the amount of $16,801,065 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. General Dynamics Mission Systems Inc., Huntsville, Alabama, was awarded a $15,001,571 modification (P00036) to contract W58RGZ-18-C-0043 for engineering services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 17, 2023. Fiscal 2020 operations and maintenance, Army funds in the amount of $2,297,086 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Hamilton Sundstrand Corp., Phoenix, Arizona, was awarded a $13,944,038 firm-fixed-price contract for maintenance and overhaul, and upgrade and repair of the flight control computer. 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. 16, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0032). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1963450/source/GovDelivery/

  • What the USAF’s ‘four-plus-one’ fighter fleet looks like - Skies Mag

    November 19, 2021 | International, Aerospace

    What the USAF’s ‘four-plus-one’ fighter fleet looks like - Skies Mag

    The Next-Generation Air Dominance fighter, F-15EX, F-35, and F-16 are where the U.S. Air Force sees its fighter future.

All news