Back to news

June 29, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

Moderate Democrats rebuke defense budget cuts

Leaders of the House’s Blue Dog Coalition say they oppose calls to fund any less than the requested $753 billion national defense budget.

https://www.defensenews.com/congress/2021/06/28/moderate-democrats-rebuke-defense-budget-cuts/

On the same subject

  • Contract Awards by US Department of Defense – October 1, 2020

    October 2, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense – October 1, 2020

    U.S. TRANSPORTATION COMMAND The Federal Express Team, Memphis, Tennessee, has been awarded a modification (P00005) on contract HTC7111-8-D-CC37 in the estimated amount of $1,630,630,000. Team members include American Airlines Inc., Fort Worth, Texas; Amerijet International Inc., Miami, Florida; Atlas Air Inc., Purchase, New York; Federal Express Corp., Memphis, Tennessee; Polar Air Cargo Worldwide Inc., Purchase, New York; Eastern Airlines LLC, Wayne, Pennsylvania; and Hawaiian Airlines Inc., Honolulu, Hawaii. The modification provides continued international long-range and short-range charter airlift services for the Department of Defense. The option period of performance is from Oct. 1, 2020, to Sept. 30, 2022. Fiscal 2021 transportation working capital funds were obligated at award. This modification brings the total cumulative face value of the contract to $3,261,260,000 from $1,630,630,000. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. The Patriot Team, Tulsa, Oklahoma, has been awarded a modification on contract HTC711-18-D-CC39 in the estimated amount of $1,447,524,000. Team members include ABX Air Inc., Wilmington, Ohio; Air Transport International Inc., Wilmington, Ohio; JetBlue Airways Corp., Long Island City, New York; Kalitta Air LLC, Ypsilanti, Michigan; Northern Air Cargo LLC, Anchorage, Alaska; Omni Air International LLC, Tulsa, Okla.; United Airlines Inc., Chicago, Illinois; United Parcel Service Co., Louisville, Kentucky; and Western Global Airlines LLC, Estero, Florida. The modification provides continued international long-range and short-range charter airlift services for the Department of Defense. The option period of performance is from Oct. 1, 2020, to Sept. 30, 2022. Fiscal 2021 transportation working capital funds were obligated at award. This modification brings the total cumulative face value of the contract to $2,895,048,000 from $1,447,524,000. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. National Air Cargo Group Inc., Orlando, Florida, has been awarded a modification (P00006) on contract HTC711-18-D-CC40 in the estimated amount of $110,406,000. The modification provides continued international long-range and short-range charter airlift services for the Department of Defense. The option period of performance is from Oct. 1, 2020, to Sept. 30, 2022. Fiscal 2021 transportation working capital funds were obligated at award. This modification brings the total cumulative face value of the contract to $220,812,000 from $110,406,000. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Sun Country Inc., doing business as Sun Country Airlines, Minneapolis, Minnesota, has been awarded an indefinite-delivery/indefinite-quantity, fixed-price with economic-price-adjustment contract HTC711-20-D-CC08 with an estimated amount of $59,112,000. This International Charter Airlift Services contract is in support of the Civil Reserve Air Fleet and provides international long-range and short-range charter airlift services for the Department of Defense. Work will be performed globally. The option period of performance is from Oct. 1, 2020, to Sept. 30, 2022. Fiscal 2021 transportation working capital funds were obligated at award. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Delta Air Lines Inc., Atlanta, Georgia, has been awarded a modification (P00005) on contract HTC711-18-D-CC41 in the estimated amount of $28,026,000. The modification provides continued international long-range and short-range charter airlift services for the Department of Defense. The option period of performance is from Oct. 1, 2020, to Sept. 30, 2022. Fiscal 2021 transportation working capital funds were obligated at award. This modification brings the total cumulative face value of the contract to $56,052,000 from $28,026,000. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Phoenix Air Group, Inc., Cartersville, Georgia, has been awarded a modification (P00004) to task order HTC711-19-F-1554 in the amount of $7,051,282. This modification provides continued chartered passenger airlift services to the Naval Air Warfare Center. Work will be performed in Point Mugu, San Nicolas Island, and China Lake, California. The option period of performance is from Oct. 1, 2020, to Sept. 30, 2021. Fiscal 2021 transportation working capital funds were obligated at award. This modification brings the total cumulative face value of the task order to $18,350,249 from $11,298,967. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. NAVY Ambyth Shipping Micronesia Inc., Saipan, Northern Mariana Islands (N68171-21-D-0001); American Roll-On Roll-Off Carrier Group Inc., Parsippany, New Jersey (N68171-21-D-0002); Bahrain Fujairah Marine Services, Manama, Bahrain (N68171-21-D-0003); Black Bull Group Inc., Miami, Florida (N68171-21-D-0004); Bahrain Maritime & Mercantile International BSC, Sitra, Kingdom of Bahrain (N68171-21-D-0005); Cox Logistics, Juffair, Kingdom of Bahrain (N68171-21-D-0016); Crane Worldwide, Houston, Texas (N68171-21-D-0007); Crowley Government Services Inc., Jacksonville, Florida (N68171-21-D-0008); DaeKee Global Co. Ltd., Pusan, South Korea (N68171-21-D-0009); Downie Jones Ship Stores, Bulimba, Queensland, Australia (N68171-21-D-0010); Downie Jones Ship Stores Ltd., Wan Chai, Hong Kong Island, Hong Kong (N68171-21-D-0011); EMS Shipping & Trading GmbH, Leer (Ostfriesland), Niedersachsen, Germany (N68171-21-D-0012); Global Defense Logistics SRL, Constanta, Romania (N68171-21-D-0013); Global Maritime Logistics Support Inc., Olongapo City, Philippines (N68171-21-D-0014); Global Support Inc., Yokohama, Kanagawa, Japan (N68171-21-D-0015); Inchcape Shipping Services Dubai LLC, Dubai, United Arab Emirates (N68171-21-D-0017); Kentucky Defense Services LLC, Covington, Kentucky (N68171-21-D-0018); Multinational Logistic Services Ltd., Gziza, Malta (N68171-21-D-0020); Multinational Logistic Services USA, Longmeadow, Massachusetts (N68171-21-D-0021); National Alliance Management LLC, Las Vegas, Nevada (N68171-21-D-0022); OPS Corp., Pusan, South Korea (N68171-21-D-0023); Parsh Marine (S) Pte. Ltd., Singapore (N68171-21-D-0024); Qube Ports Pty. Ltd., Sydney, New South Wales, Australia (N68171-21-D-0025); Rio Logistics (S) Pte. Ltd., Singapore, Singapore (N68171-21-D-0026); Royal Cargo Inc., Paranaque City, Metro Manila, Philippines (N68171-21-D-0027); Shipping Consultants Associated Ltd., Chatham, Kent, United Kingdom (N68171-21-D-0028); Seabulk Towing Inc. (doing business as Seabulk Logistics Services), Fort Lauderdale, Florida (N68171-21-D-0029); Seaway Filipinas Logistics Inc., Zambales, Zambales, Philippines (N68171-21-D-0031); Stirling Advanced Logistical Services, Amman, Jordan (N68171-21-D-0032); Toll Remote Logistics Pty. Ltd., Melbourne, Victoria, Australia (N68171-21-D-0033); Tsui Wah Ferry Services Co. Ltd., Yau Ma Tei, Kowloon, Hong Kong (N68171-21-D-0034); and Waypoint LLC, Brookings, South Dakota (N68171-21-D-0035), are awarded an estimated $1,061,000,000 multiple award of firm-fixed price, indefinite-delivery/indefinite-quantity contracts to provide husbanding, management and integration services consisting of general charter and hire, utilities, force protection, communications and land transportation services to support maritime forces of the Department of Defense, other U.S. government agencies, and other nations to include Navy Ships, Marine Corps, Military Sealift Command (MSC), Air Force, Army, Coast Guard, North Atlantic Treaty Organization (NATO), and other foreign vessels participating in U.S. military or NATO exercises and missions. The contracts will run concurrently and will include a five-year base ordering period with one five-year option with individual requirements performed under task orders when specific dates and locations are identified. If the option period is exercised, the total estimated value of the contracts combined will have a ceiling value of $2,122,000,000. The ordering period of the contract is expected to be completed by October 2025; if all options are exercised, the ordering period will be completed by October 2030. Work will be performed in thirty geographic regions: United Arab Emirates (14%); Philippines (10%); Djibouti (7%); Eastern U.S. and U.S. territories (6%); Southeastern Asia 2 (5%); Indian Ocean (5%); South Korea (5%); South America (5%); Singapore (4%); Western California (4%); Southeastern Asia 1 (3%); Bahrain (3%); Oman (3%); Oceania (2%); China and Russia (2%); United Kingdom/Western Europe (North Sea) (2%); Italy (2%); Eastern Europe/Black Sea (2%); Western Europe (Mediterranean) (2%); Northern Atlantic (2%); Panama (2%); North America (2%); Japan (1%); Greece (1%); Africa (1%); Middle East (1%); Central America (1%); Caribbean and Bermuda (1%); Eastern U.S. territories (1%); and Western U.S. territories (1%). Due to the fact that the specific requirements for husbanding support cannot be predicted at this time, more specific information about where the work will be performed cannot be currently provided. Fiscal 2021 operations and maintenance (Navy) funds in the amount of $96,000 will be obligated ($3,000 on each of the 32 contracts to fund the contracts' minimum amounts) and funds will expire at the end of the current fiscal year. Additional funds will be obligated at the task order level with the appropriate fiscal year funding as issued by the main type commanders for each area of responsibility. Typical funding issued by each of the customers include operations and maintenance (Navy) funds from U.S. Fleet Forces Command; and working capital funds (Navy) from MSC. The requirement was competitively procured for the award of multiple contracts with the solicitation posted on beta.SAM.gov, Navy Electronic Commerce Online (NECO) and Euro NECO with 36 offers received. The Naval Supply Systems Command Fleet Logistics Center, Sigonella, Naples Detachment, Italy, is the contracting activity. BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded a $94,022,896 cost-plus-fixed-fee, cost-reimbursable, firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for airborne capabilities integration, including but not limited to sensors, communications systems, weapons systems and control technologies for a variety of manned and unmanned airborne platforms in support of the Airborne Systems Integration Division. Work will be performed in Saint Inigoes, Maryland (39%); Lexington Park, Maryland (29%); Patuxent River, Maryland (17%); Hollywood, Maryland (8%); Yuma, Arizona (4%); and California, Maryland (3%), and is expected to be completed in October 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; four offers were received. The Naval Air Warfare Command Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-21-D-0001). Systems Planning and Analysis Inc., Alexandria, Virginia, is awarded an $85,377,546 cost-plus-fixed-fee contract for the acquisition of technical services, program support, assessments, special studies and systems engineering for the Trident II Submarine Launched Ballistic Missile Strategic Weapons system. Work will be performed in Alexandria, Virginia (86%); and Strategic Systems Programs Headquarters, Washington, Navy Yard, Washington, D.C. (14%), with an expected completion date of Sept. 30, 2025. Subject to availability of funding, fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $5,168,031 will be obligated on base award. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-21-C-6019). The Lockheed Martin Corp., Rotary and Mission Systems, Mitchell Field, New York, is awarded a $68,603,033 cost plus incentive fee and cost plus fixed fee contract modification (P00005) to previously awarded and announced contract N00030-20-C-0045 for the U.S. and United Kingdom to provide Strategic Weapon System Trident fleet support, Trident II SSP Shipboard Integration (SSI) Increment 8, SSI Increment 16, Columbia class and U.K. Dreadnought class navigation subsystem development efforts. Work will be performed in Mitchel Field, New York (47%); Huntington Beach, California (36%); Clearwater, Florida (9%); Cambridge, Massachusetts (6%); and Hingham, Massachusetts (2%), with an expected completion date of Nov. 30, 2022. Subject to the availability of funding, fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $42,869,626; fiscal 2021 research, development, test and evaluation (Navy) contract funds in the amount of $4,247,698; and United Kingdom funds in the amount of $21,485,709, will be obligated at time of award. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4). Strategic Systems Programs, Washington, D.C., is the contracting activity. The Boeing Co., Huntington Beach, California, is awarded a $59,097,371 cost-plus-incentive-fee, and cost plus fixed-fee level of effort contract (N00030-21-C-6002) to provide the U.S. and United Kingdom Trident II (D5) maintenance, rebuilding and technical services in support of the Navigation subsystem. Work will be performed at Huntington Beach, California (63%); and Heath, Ohio (13%), along with field engineering conducted at Puget Sound, Washington (4%); Heath, Ohio (4%); Mitchell Field, New York (4%); Norfolk, Virginia (4%); Kings Bay, Georgia (4%); Port Canaveral, Florida (2%), and Faslane, Scotland (2%). Work is expected to be completed Sept. 30, 2022 (inclusive of all option periods). United Kingdom funds in the amount of $893,383 are being obligated on this award. Subject to the availability of funds, fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $27,877,125 will be obligated. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1). Only one responsible source and no other supplies or services will satisfy agency requirements. Strategic Systems Programs, Washington, D.C., is the contracting activity. Northrop Grumman Systems Corp.- Marine Systems (NGSC-MS), Sunnyvale, California, is awarded a $29,541,061 cost-plus incentive-fee contract (N00030-21-C-1010) for fiscal 2021 ongoing support of the Trident II (D-5) deployed SSBN and the SSGN Underwater Launcher Systems (ULS), NGSC-MS will provide technical engineering support and integration for D5, and SSGN Attack Weapon System (AWS). This support provides field services at sites and shipyards. Work will be performed in Sunnyvale, California (52%); Bangor, Washington (18%); Kings Bay, Georgia (14%); Rocket Center West Virginia (7%); Cape Canaveral, Florida (4%); St. Charles, Missouri (3%); and Camarillo, California (2%). The base year performance period is Oct. 1, 2020, to Sept. 30, 2021. Subject to availability of funds, fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $29,541,061 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract includes firm-fixed-price, cost-plus-incentive-fee and cost-plus-fixed-fee option contract line items. The contract was not competitively procured. Strategic Systems Programs, Washington, D.C., is the contracting activity. General Dynamics Ordnance and Tactical Systems, Bothell, Washington, was awarded a not-to-exceed $24,072,455 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of gas generators for use in the suppression system onboard the V-22 aircraft to provide explosion/fire suppression capabilities. The contract will include a three-year base ordering period with no options. Work will be performed in Moses Lake, Washington, and is expected to be completed by September 2023. This effort combines purchases with procurement and ammunition (Navy and Marine Corps) funds (82.9%); ammunition (Air Force) funds (14.7%); and Foreign Military Sales (FMS) funding (Japan) (2.4%) under the FMS program. Funds in the amount of $7,802,197 will be issued for delivery order N00104-20-F-B501 that will be awarded concurrently with the contract and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. The Naval Supply Systems Command, Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-20-D-B501). (Awarded Sept. 29, 2020) Science Applications International Corp., Reston, Virginia, was awarded a $22,614,979 combination cost-plus-fixed-fee, cost reimbursable, and firm-fixed-price type contract. The contract is for the First Article testing and production of the All Up Round MK 28 MOD 2 Exercise and MK 29 MOD 0 Warshot fuel tank assemblies for the MK 48 heavyweight torpedo, engineering services with associated other direct costs and contract data requirements list in support of the Naval Undersea Warfare Center Keyport Undersea Warfare Systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $142,265,948. Work will be performed in Bedford, Indiana (90%); and Middleton, Rhode Island (10%), and is expected to be completed by March 2022. Fiscal 2020 Foreign Military Sales/Armament Cooperative Program funds in the amount of $19,639,611 (87%); fiscal 2017 Navy Replace in Kind funds in the amount of $2,354,790 (10%); and fiscal 2020 Navy Replace in Kind funds in the amount of $620,578 (3%), 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 Undersea Warfare Center Division, Keyport, Keyport, Washington, is the contracting activity (N00253-20-C-0010). (Awarded Sept. 30, 2020) FLIR Surveillance Inc., Wilsonville, Oregon, is awarded a $14,565,377 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for BRITE Star Block II systems, repair actions, data, provision item order, training and engineering services. Work will be performed in Wilsonville, Oregon, and is expected to be completed by September 2025. This contract includes purchases for the Czech Republic under the Foreign Military Sales (FMS) program. FMS Czech Republic funding in the amount of $8,179,077 will be obligated at time of award and will not expire at the end of fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-20-D-JQ51). AIR FORCE The Boeing Co., El Segundo, California, has been awarded a $298,369,312 firm-fixed-price contract for the Evolved Strategic Satellite Communications program. This contract provides a prototype payload to develop hardware and software. Work will be performed in El Segundo, California, and is expected to be complete by May 2025. This award is the result of a sole-source acquisition. Fiscal 2020 research and development funds in the amount of $29,447,172 are being obligated at the time of award. The U.S. Space Force, Space and Missile Systems Center, Development Corps, Los Angeles Air Force Base, California, is the contracting activity (FA8808-20-C-0047). (Awarded Sept. 30, 2020) DynCorp International LLC, Fort Worth, Texas, has been awarded a $70,743,464 modification (P00042) to previously awarded contract FA4890-17-C-0005 for Air Force Central Command War Reserve Materiel (WRM). This modification provides for the exercise of Option Year Four for WRM services being provided under the basic contract. Work will be performed at Shaw Air Force Base, South Carolina; Kuwait; Oman; Qatar; and the United Arab Emirates, and is expected to be complete by September 2021. This modification brings the total cumulative face value of the contract to $326,492,114. Fiscal 2021 operations and maintenance funds in the amount of $69,799,021 are being obligated at the time of award. Headquarters Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity. Gryphon Technologies L.C., Washington, D.C., has been awarded a $49,149,327 hybrid firm-fixed-price, cost-plus-fixed-fee with a cost reimbursable line item, indefinite-delivery/indefinite-quantity contract for the processing, analysis and quantitative evaluation of environmental samples and other associated services in support of the Air Force Technical Applications Center's (AFTAC) mission. This contract also analyzes calibration samples and conducts studies on analytical techniques, instrumentation and data handling advancements. Work will be performed in Sunol, California, and is expected to be completed Sept. 30, 2028. This award is the result of a sole-source acquisition. Fiscal 2021 operations and maintenance funds in the amount of $4,119,773 are being obligated at the time of award. Headquarters Air Combat Command, Acquisition Management and Integration Center, Patrick Air Force Base, Florida, is the contracting activity (FA7022-21-D-0001). Dark Wolf Solutions LLC, Chantilly, Virginia, has been awarded a $9,087,314 firm-fixed-price task order for cyber innovation services. This contract provides for software penetration testing and adversarial assessment. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed April 11, 2022. Fiscal 2020 research, development, test and evaluation funds in the amount of $539,203 are being obligated at the time of award. The Air Force District of Washington, Joint Base Andrews – Naval Air Facility, Maryland, is the contracting activity (FA7014-21-F-0012). The Boeing Co., El Segundo, California, has been awarded a $7,176,568 cost-plus-fixed-fee modification (P00121) to previously awarded Wideband Global Satellite Communication (SATCOM) (WGS) Block II follow-on contract FA8808-10-C-0001. This contract modification provides for the acquisition of engineering support for a hosted payload accommodation effort. Work will be performed in El Segundo, California, and is expected to be completed December 2021. This modification brings the total cumulative face value of the contract to $2,514,827,988. Fiscal 2020 research, development, test and evaluation funds in the amount of $4,916,699 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. DEFENSE LOGISTICS AGENCY UPDATE: Federal-Fabrics-Fibers Inc.,* Lowell, Massachusetts (SPE1C1-21-D-1400), has been added as an awardee to the multiple award contract for commercial shelters issued against solicitation SPE1C1-18-R-0003 and awarded May 10, 2019. * Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2369073/source/GovDelivery/

  • Rafael offers new multi-missile launcher for Poland’s tank-destroyer program

    June 23, 2020 | International, Land

    Rafael offers new multi-missile launcher for Poland’s tank-destroyer program

    By: Seth J. Frantzman JERUSALEM — Rafael Advanced Defense Systems has joined Poland's Ottokar-Brzoza tank-destroyer program, offering its line of anti-tank guided missiles for the country's ground forces. Rafael would co-produce the weapons with Polish conglomerate Polish Armaments Group. The Israeli company unveiled a new multi-missile launcher laid out in a configuration of eight Spike non-line-of-sight missiles, which Poland could incorporate onto its BWP-1, a 1960s Soviet-era tracked armored vehicle, or its KTO Rosomak, a Polish variant of the Patria eight-wheel drive armored vehicle. Poland has hundreds of these vehicles in different variants, and wants to replace some aging ones for its anti-tank regiments. Poland launched the competition to be prepared to confront a major threat, such as a mass amount of armored vehicles. The tender is potentially worth hundreds of millions of dollars if the country outfits a large number of its vehicles with launchers. Rafael's NLOS launcher has a standoff range of 32 kilometers and is part of the company's Spike family of weapons, which is on more than 45 different platforms globally, according to the company. Mounted on a fixed rail, the launcher's operator inside a vehicle uses a target consul and coordinates from a target bank or forward observer, such as a UAV. The missiles have a unique data link and do not need GPS to fly to their target. The passive surprise element of the missile (it does not use laser designators) makes it less likely the enemy will see the volley coming. Other missiles, such as the MBDA Brimstone and Lockheed Martin's Hellfire, are also reportedly under consideration, and a variety of vehicle concepts with these weapons are available. These may include a launch station by Wojskowe Zakłady Motoryzacyjne; a chassis by OBRUM; a K9P chassis by Huta Stalowa Wola; the Borsuk tracked future armored vehicle; AMZ-Kutno's Bobr-3 vehicle; or Rheinmetall Defence's armored multipurpose vehicles. Other Spike variants are already used by Poland, including the Spike LR and LR2. A 2015 order from Poland for 1,000 Spike missiles was estimated to be worth $150 million, and an earlier one in 2002 that was reportedly for thousands of missiles was worth about $250 million. The missile type is already produced in Poland by Mesko, which Rafael says provides an existing infrastructure “for the future Polish production of the SPIKE NLOS missile as well as the launchers.” “As part of the its general vision and particularly now at this time of the COVID-19 pandemic, which has had a dramatic effect on all industries and economies, Rafael is continuously working to leverage industrial cooperation by contributing and operating with local industries,” the company said. Poland wants to make a qualitative leap in tank-destroyer units, according to local reports, to put a stop to a potential invasion. This would likely require the country to buy the latest generation of armored vehicles, including those with active defense capabilities. https://www.defensenews.com/land/2020/06/22/rafael-offers-new-multi-missile-launcher-for-polands-tank-destroyer-program/

  • Contract Awards by US Department of Defense - December 16, 2019

    December 17, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 16, 2019

    DEFENSE LOGISTICS AGENCY The Boeing Co., St. Louis, Missouri, has been awarded a maximum $835,737,596 modification (P00105) exercising the five-year option period of a five-year base contract (SPRPA1-14-D-002U) with one five-year option period for performance-based support of consumable items for various aviation platforms. This is a fixed-price-incentive firm contract. Location of performance is Missouri, with a Sept. 16, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Sysco Hampton Roads, Suffolk, Virginia, has been awarded a maximum $90,716,317 fixed-price with economic-price-adjustment, indefinite-quantity contract for perishable and semi-perishable subsistence supplies. This was a sole-source acquisition in accordance with 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 363-day bridge contract with no option periods. Location of performance is Virginia, with a Dec. 11, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 and 2021 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3241). (Awarded Dec. 12, 2019) Pomp's Tire Service Inc., New Berlin, Wisconsin, has been awarded a maximum $15,046,656 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for pneumatic tire and wheel assemblies. This was a competitive acquisition with one offer received. This is a three-year contract with no option periods. Location of performance is Wisconsin, with a Dec. 16, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0014). Puerto Rico Industries for the Blind Corp.,** Mayaguez, Puerto Rico, has been awarded a maximum $11,036,311 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for flame resistant jackets. This was a competitive acquisition with three responses received. This is a one-year base contract with four one-year option periods. Location of performance is Puerto Rico, with a Dec. 15, 2020, performance completion 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 (SPE1C1-20-D-1219). UPDATE: Atlantic Diving Supply Inc., doing business as ADS Inc., Virginia Beach, Virginia (SPE8EC-20-D-0052), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0005 announced April 5, 2017. ARMY Johnson Controls Building Automation Systems LLC, Huntsville, Alabama, was awarded a $400,000,000 firm-fixed-price contract for utility monitoring and control systems. 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 Dec. 19, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-20-D-0041). Lockheed Martin Corp., Orlando, Florida, was awarded a $64,736,518 modification (P00031) to contract W58RGZ-16-C-0008 for the Modernized Target Acquisition Designation Sight Pilot Night Vision Sensor Performance Based Logistics program sustainment, support elements, system components, test equipment and the supply retrograde infrastructure. Work will be performed in Orlando, Florida, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 Army working capital funds in the amount of $64,736,518 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Attain LLC,* McLean, Virginia, was awarded a $30,492,418 modification (BA07 27) to contract W91QUZ-11-D-0016 to acquire and retain contractor employees with technical experience. Work will be performed in Picatinny Arsenal, New Jersey, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 cost-plus-fixed-fee funds in the amount of $ 8,174,474 other procurement, Army funds were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. MGS Construction Services Inc.,* Sallisaw, Oklahoma (W911SA-20-D-2000); Ryan Herring Construction Inc.,* Lawton, Oklahoma (W911SA-20-D-2001); and A&J Construction Management LLC,* Springdale, Arizona (W911SA-20-D-2002) will compete for each order of the $15,000,000 firm-fixed-price contract for parts, labor, tools, equipment, materials, transportation and supervision necessary to perform design-build projects. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 15, 2024. U.S. Army Mission and Installation Contracting Command, Fort McCoy, Wisconsin, is the contracting activity. NAVY General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $299,886,600 cost-plus-incentive-fee and cost-plus-fixed-fee contract (N00030-20-C-0005) for fiscal 2020 through 2023 U.S. and United Kingdom Trident II (D-5) Fleet Ballistic Missile Submarines Fire Control System, Guided Missile Submarines Attack Weapon Control System, and Support Equipment Rework Facility support. Work will be performed in Pittsfield, Massachusetts (90%); Kings Bay, Georgia (3.0%); Bangor, Washington (2.0%); Dahlgren, Virginia (2.0%); Cape Canaveral, Florida (1.0%); Puget Sound Naval Shipyard, Washington (1.0%); and Norfolk Naval Shipyard, Virginia (1.0%). Work is expected to be completed Dec. 30, 2024. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $9,061,163, fiscal 2020 other procurement (Navy) funds in the amount of $14,907,880, fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $1,006,230, and United Kingdom funds in the amount of $8,890,232 are being obligated on this award. Of this amount, $10,067,393 will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole source basis in accordance to 10 U.S. Code 2304(c)(1) and (4) and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin, Manassas, Virginia, is awarded a $27,681,322 cost-plus-fixed-fee and cost-only modification to previously-awarded contract N00024-19-C-6400 to exercise options for systems engineering and integration on Navy submarines. This option exercise is for engineering and technical services and includes all material travel, subsistence and incidental material in support of those services. Work will be performed in Manassas, Virginia (68%); Groton, Connecticut (10%); Waterford, Connecticut (10%); Middletown, Rhode Island (7%); and Newport, Rhode Island (5%), and is expected to be completed by December 2020. Fiscal 2018 shipbuilding and conversion (Navy) and fiscal 2020 research, development, test and evaluation funding in the amount of $7,198,430 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. Motorola Solutions Inc., Chicago, Illinois, is awarded a $23,803,734 firm-fixed-price contract for lifecycle sustainment of the enterprise land mobile radio system for Naval Facilities Engineering Command anti-terrorism/force protection ashore program systems at various Navy installations worldwide. The work to be performed provides for preventive maintenance of hardware and software; response and resolution of service calls for corrective maintenance to include equipment repair, overhaul, or replacement, asset and configuration management, password management and software upgrade installation. The contract also contains four unexercised options, which if exercised would increase cumulative contract value to $93,614,301. Work will be performed worldwide, and is expected to be completed by December 2020. If all options are exercised, work will continue through June 2023. Fiscal 2020 operations and maintenance, (Navy) contract funds in the amount of $23,803,734 are obligated on this award and will expire at the end of the current fiscal year. This contract was solicited on a sole-source basis. Statutory authority for the use of other than full and open competition is found at 10 U.S. Code 2304 (c)(1) as implemented by Federal Acquisition Regulation 6.302-1(iii), only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-C-2214). AIR FORCE ViaSat Inc., Carlsbad, California, has been awarded a $93,000,000 indefinite-delivery/indefinite-quantity contract to provide AN/PRC-161 Handheld Link 16 radios, ancillaries and associated training to special warfare operators. Work will be performed at Carlsbad, California, and is expected to be completed by Dec. 31, 2023. This contract is awarded on a non-competitive basis. Fiscal 2020 other procurement funds are being used and no funds are being obligated at the time of the award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8629-20-D-5000). Able Aerospace Services Inc., Mesa, Arizona, has been awarded a $9,405,053 requirements contract for the overhaul of the dynamic components on the TH-1H helicopter. This contract provides for the overhaul of the dynamic components associated with the TH-1H helicopter which is used to train and develop pilot skills. The dynamic components provide power-train and aerodynamic functionality to the flight characteristics of the aircraft. Work will be performed at Mesa, Arizona, and is expected to be completed by Dec 15, 2024. This award is the result of a competitive acquisition and one offer was received. Fiscal 2020 defense working capital funds are being used and no funds are being obligated at the time of the award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-20-D-0004). Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a not-to-exceed $9,111,111 predominantly firm-fixed-price undefinitized contract to provide technical security team support services in support of the Pakistan F-16 program. Work will be performed in Pakistan and is expected to be complete by June 18, 2020. This contract involves 100% foreign military sales to Pakistan. This award is the result of a sole-source acquisition. Foreign military sales funds of $4,464,444 are being obligated at the time of award. The Air Force Life Cycle Management Center, Air Force Security Assistance and Cooperation Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8630-20-C-5020). DEFENSE HEALTH AGENCY Cape Fox Facilities Services LLC, Manassas, Virginia, was awarded a three-year contract (one-year base and two option periods) with an estimated value of $19,500,300. This contract supports the Defense Health Agency, Deputy Assistant Director for Information Operations, Solutions Delivery Division. The contractor shall perform all activities within the scope of this contract under the construct of the Information Technology Infrastructure Library (ITIL), specifically the service operation and service transition domains. This initiative supports all operations and maintenance activities for the applications listed below under the ITIL construct. The seven applications are as follows: MHS Management Analysis and Reporting Tool, Patient Encounter Processing and Reporting, Electronic Surveillance System for the Early Notification of Community-based Epidemics, Protected Health Information Management Tool, Business Objects Common Services, Defense Medical Human Resources System - Internet and the Expense Assignment System. The contract was awarded on a sole source basis as authorized and in accordance with Section 8(a) of the Small Business Act (15 U.S. Code 637(a)(1)). The location of performance is inside the U.S. The base year is funded with fiscal 2020 operations and maintenance funding in the amount of $8,065,200. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity (HT0011-20-C-0001). MISSILE DEFENSE AGENCY The Boeing Co., Huntsville, Alabama, is being issued a $15,800,000 modification (P00024) to a previously awarded contract, HQ0277-18-C-0003. The value of this contract is increased from $62,361,210 to $78,161,210. Under this modification, the contractor will demonstrate a successful transition of fiber combined laser technology from the Massachusetts Institute of Technology–Lincoln Laboratory. The work will be performed in Huntington Beach, California. The period of performance is extended from March 31, 2020, until March 31, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $3,000,000 are being obligated at the time of award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity. *Small Business **Small business in historically underutilized business zones https://www.defense.gov/Newsroom/Contracts/Contract/Article/2041268/source/GovDelivery/

All news