Back to news

March 25, 2024 | International, Naval

Navy wish list seeks Red Sea missiles, backs submarine-industrial base

The Navy's wish list seeks to accelerate future capability development and fill in gaps that have arisen since the service drafted its FY25 budget plans.

https://www.defensenews.com/naval/2024/03/25/navy-wish-list-seeks-red-sea-missiles-backs-submarine-industrial-base/

On the same subject

  • Contract Awards by US Department of Defense - January 26, 2021

    January 27, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - January 26, 2021

    NAVY BAE Systems Information and Electronic Systems, Nashua, New Hampshire, is awarded an $81,348,624 firm-fixed-price modification (P00005) to previously awarded contract N00019-19-C-0001. This modification exercises an option to procure 1,512 radio frequency countermeasures for Lot 12 of F-35 Joint Strike Fighter aircraft in support of non-U.S. Department of Defense participants, Foreign Military Sales (FMS) customers and for the Navy. Work will be performed in Nashua, New Hampshire (74%); Landenberg, Pennsylvania (7%); Topsfield, Massachusetts (2.5%); Industry, California (1.6%); Hamilton, New Jersey (1.5%); Carson, California (1.3%); Dover, New Hampshire (1.1%); Londonderry, New Hampshire (1%); Chartley, Massachusetts (1%); and various locations within the continental U.S. (9%), and is expected to be completed in March 2024. Fiscal 2021 procurement of ammunition (Navy and Marine Corps) funds in the amount of $27,761,832; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $26,040,168; fiscal 2020 aircraft procurement (Air Force) funds in the amount of $15,925,392; and FMS funds in the amount of $11,621,232 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $64,121,341 modification (P00013) to firm-fixed-price order N00019-20-F-0571 against previously issued basic ordering agreement N00019-19-G-0008. This modification exercises options for the procurement of Digital Channelized Receiver/Techniques Generator and Tuner Insertion program technology to upgrade F-35 Joint Strike Fighter aircraft with Digital Tuner Insertion Program electronic warfare racks and high efficiency low voltage power supply. These upgrades will enable for future upgrades to Lot 15 Block 4 configuration, including Technical Refresh Three for the Air Force and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2025. Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $57,865,601; and non-DOD participant funds in the amount of $6,255,740 will be obligated at the 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. Raytheon Space and Airborne Systems, Marlborough, Massachusetts, is awarded a $19,950,844 modification to previously awarded firm-fixed-price contract N00039-16-C-0050 to produce, test and deliver fully integrated Navy Multiband Terminals (NMT). NMT is a multiband capable satellite communications terminal that provides protected and wideband communications. The total cumulative face value of the contract is $557,882,121. Work will be performed at Largo, Florida (54%); South Deerfield, Massachusetts (25%); Stow, Massachusetts (13%); and Marlborough, Massachusetts (8%), with an expected completion date of May 2022. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $19,950,844 will be obligated at the time of award and will not expire at the end of the fiscal year. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Jacobs Government Services Co., Alexandria, Virginia, is awarded a $15,000,000 firm-fixed-price modification to exercise an option under previously awarded contract N40080-17-D-0018 for architectural/engineering design services within the Naval Facilities Engineering Systems Command, Washington, D.C., area of responsibility. Award of this option brings the total cumulative contract value to $90,000,000. Work will be performed at various administrative facilities located within, but not limited to, Maryland; Washington, District of Columbia; and Virginia, and is expected to be completed by December 2021. No funds will be obligated at time of award. Task orders under this award will be primarily funded by fiscal 2021 operation and maintenance (Navy); fiscal 2021 operation and maintenance (Marine Corps); and fiscal 2021 Navy working capital funds. The Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity. Laurel Technologies Partnership, Johnstown, Pennsylvania, is awarded an $11,044,416 firm-fixed-price modification to previously awarded contract N63394-20-C-0008 to exercise options for Programmable Power Supply MK 179 Mod 0 production units in support of the Vertical Launch System (VLS). This option exercise is for the manufacture, assembly, test and delivery of additional production units of the VLS Programmable Power Supply MK 179 Mod 0. The VLS provides area and self-defense, anti-air warfare capabilities, counter-air and land attack cruise missile defense and surface and subsurface warfare capabilities. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by March 2022. Fiscal 2021 defense-wide procurement funding in the amount of $11,044,416 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity. AIR FORCE Sierra Nevada Corp., Sparks, Nevada, has been awarded a $29,791,307 firm-fixed-price and cost-reimbursement-no-fee order modification (P00002) to contract FA8509-20-F-0014 for the MC-130J Airborne Mission Networking program low rate initial production. This order provides for the procurement of production kits, spares and weapon system trainer support. Work will be performed in Centennial, Colorado, and is expected to be completed Jan. 19, 2023. Fiscal 2021 U.S. Southern Command other procurement funds in the amount of $5,522,844; fiscal 2021 Air Force other procurement funds in the amount of $6,564,225; fiscal 2020 Air Force other procurement funds in the amount of $6,937,237; and fiscal 2019 other procurement funds in the amount of $10,767,001, are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. Collins Aerospace, Cedar Rapids, Iowa, has been awarded an estimated $27,000,000 firm-fixed-price contract for KC-135 Aero-I satellite communications replacement. This contract provides to identify, develop, integrate and test a commercial off the shelf Iridium Satellite Communication system to replace the current C/KC-135 International Marine/Maritime Satellite system. Work will be performed in Cedar Rapids, Iowa; and Tinker Air Force Base, Oklahoma, and is expected to be completed July 31, 2026. This contract involves optional Foreign Military Sales to Turkey and France. This award is the result of a competitive acquisition and seven offers received. Fiscal 2020 aircraft procurement funds in the amount of $3,800,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity (FA8105-21-D-0002). AAR Allen Service Inc., doing business as AAR Aircraft Component, Garden City, New York, has been awarded a $9,188,386 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for F-16 accessory drive gearbox (ADG) and jet fuel starter (JFS) repairs. This contract provides for the repair of both ADG and JFS, which are utilized in the secondary power system of the F-16 C/D aircraft. Work will be performed in Garden City, New York, and is expected to be completed by Jan. 26, 2026. This award is the result of a competitive acquisition and three offers were received. Defense working capital funds, a no year appropriation, in the amount of $1,498,440 are being obligated on the initial order. The Air Force Material Command, Hill Air Force Base, Utah, is the contracting activity (FA8251-21-D-0005). DEFENSE LOGISTICS AGENCY Genesis Vision,* doing business as Rochester Optical, Rochester, New York, has been awarded a maximum $29,700,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for optical lenses. This was a competitive acquisition with one response received. This is a three-year base contract with two one-year option periods. Location of performance is New York, with a Jan. 25, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-21-D-0015). ARMY Sikorsky Aircraft Cor., Stratford, Connecticut, was awarded a $26,009,930 modification (P00165) to contract W58RGZ-17-C-0009 to exercise an option for two Army Black Hawk Exchange and Sales Team UH-60M aircraft. Work will be performed in Stratford, Connecticut, with an estimated completion date of Nov. 30, 2021. Fiscal 2021 aircraft procurement (Army) funds in the amount of $26,009,930 were obligated at the time of the award. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AITC-Five Domains JV LLC, Winter Springs, Florida, was awarded a $19,803,618 firm-fixed-price contract to provide train, advise, assist and mentor services for the Kingdom of Saudi Arabia. Bids were solicited via the internet with one received. Work will be performed in Riyadh, Saudi Arabia, with an estimated completion date of Aug. 31, 2022. Fiscal 2021 Foreign Military Sales (Saudi Arabia) funds in the amount of $19,803,618 were obligated at the time of the award. The U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-21-C-0009). Perspecta Enterprise Solutions LLC, Herndon, Virginia, was awarded a $15,304,502 firm-fixed-price contract for an eight-month bridge to continue support to integrate, sustain, modernize and protect the information technology (IT) architecture, infrastructure and associated IT services of Human Resource Command. Bids were solicited via the internet with one received. Work will be performed in Fort Knox, Kentucky, with an estimated completion date of June 26, 2021. Fiscal 2021 operation and maintenance (Army) funds in the amount of $7,427,207 were obligated at the time of the award. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J21C2001). Eastman Aggregate Enterprises LLC, Lake Worth, Florida, was awarded a $14,040,069 firm-fixed-price contract for the Beach Erosion Control and Hurricane Protection Project beach renourishment. Bids were solicited via the internet with eight received. Work will be performed in Sunny Isles Beach, Florida, with an estimated completion date of Jan. 27, 2022. Fiscal 2018 civil construction funds in the amount of $14,040,069 were obligated at the time of the award. The U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-21-C-0006). Poseidon Barge Ltd., Berne, Indiana, was awarded an $8,379,000 modification (P00002) to contract W912BU-19-P-0051 for the purchase of and modification to the structure of pontoons. Work will be performed in Berne, Indiana, with an estimated completion date of May 26, 2022. Fiscal 2019 revolving funds in the amount of $8,379,000 were obligated at the time of the award. The U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2483503/source/GovDelivery/

  • Contract Awards by US Department of Defense - May 05, 2020

    May 6, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - May 05, 2020

    NAVY Raytheon Space and Airborne Systems, McKinney, Texas, is awarded $325,000,000 for a firm-fixed-price contract for the repair of the Advanced Targeting Forward Looking Infrared System used in support of the F/A-18 aircraft. Work will be performed in McKinney, Texas (59%); and Jacksonville, Florida (41%). Work is expected to be complete by May 2025. This is a five-year base period with no option periods. Annual working capital (Navy) funds in the amount of $54,507,477 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-sourced requirement under authority 10 U.S. Code 2304 (c)(1), and one offer was received. The Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-WC01). Flightline Electronics Inc., Victor, New York, is awarded an $18,588,079 firm-fixed-price indefinite-delivery/indefinite-quantity contract for the manufacture and delivery of 543 TTU-597/E engineering change proposal kits to address parts obsolescence and availability issues on the fuel control test set for Navy and Foreign Military Sales customers. Additionally, this contract provides logistics support documents to include technical manual updates, provisioning data and the interim support items list. Work will be performed in Victor, New York (60%); and Cheltenham, Gloucestershire, United Kingdom (40%), and is expected to be complete by May 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304 (c)(1). The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0008). Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $10,178,059 modification (P00029) to a previously awarded, fixed-price-incentive-firm-target, cost-plus-fixed-fee contract (N00019-17-C-0015). This modification provides for additional repairs in support of the V-22 Common Configuration Readiness and Modernization program. Additionally, this modification provides non-recurring engineering for a drive tube engineering change proposal in support of V-22 (Osprey multirole combat aircraft) production. Work will be performed in Fort Worth, Texas (30%); Ridley Park, Pennsylvania (15%); Amarillo, Texas (13%); Red Oak, Texas (3%); East Aurora, New York (3%); Park City, Utah (2%); McKinney, Texas (1%); Endicott, New York (1%); various locations within the continental U.S. (28%); and various locations outside the continental U.S. (4%). Work is expected to be complete by September 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $4,804,019; fiscal 2019 aircraft procurement (Navy) funds in the amount of $5,119,758; fiscal 2020 operations and maintenance (Navy) funds in the amount of $240,500; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $5,108 will be obligated at time of award, $5,044,519 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. AIR FORCE StandardAero Inc., San Antonio, Texas, has been awarded a $237,395,588 firm-fixed-price, indefinite-delivery/indefinite-quantity contract action for the J85 engine repair. The contractor will provide maintenance, repair and overhaul repairs of the J85 engine. Work will be performed in San Antonio, Texas, and is expected to be completed by May 2028. This award is the result of a competitive acquisition in which one bid was received. Fiscal 2020 operations and maintenance funds in the amount of $10,135,844 is being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8124-20-D-0005). L-3 Communications Integrated Systems, Greenville, Texas, has been awarded a not-to-exceed $76,000,028 cost-plus-fixed-fee, undefinitized contract modification (P00008) to contract FA8620-19-F-4872 for procurement of Group B materials, ground systems integration lab and subcontracts. Work will be performed in Greenville, Texas, and is expected to be completed by March 31, 2024. This contract involves 100% Foreign Military Sales and is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $37,240,021 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity. DMS Contracting Inc., Mascoutah, Illinois (FA4407-20-D-0001); C. Rallo Contracting Co. Inc., St. Louis, Missouri (FA4407-20-D-0002); Davinroy Mechanical Contractor Inc., Belleville, Illinois (FA4407-20-D-0003); Hank's Excavating & Landscaping Inc., Belleville, Illinois (FA4407-20-D-0004); J&B Builders Inc., St. Charles, Illinois (FA4407-20-D-0005); Mantle-Plocher JV, Worden, Illinois (FA4407-20-D-0006); Surmeier & Surmeier, Mascoutah, Illinois (FA4407-20-D-0007); and Pugsley Byrne JV LLC, Brighton, Illinois (FA4407-20-D-0008), have been awarded indefinite-delivery/indefinite-quantity contracts with a maximum estimated aggregate value of $45,000,000 under a multiple award task order contract. The awards are in support of the multiple award paving contract program to support the Scott Air Force Base construction program, including paving and civil categories. Work will be performed on Scott AFB, Illinois, and is expected to be completed May 4, 2021. These awards are the result of a competitive acquisition and nine offers were received. Fiscal 2020 operations and maintenance funds in the amount of $500 are being obligated to each contractor at the time of award. The 375th Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $60,000,000 firm-fixed-price contract for facilities maintenance, repair and operations items. 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 an 18-month bridge contract with no option periods. Locations of performance are Illinois and Alaska, with a Nov. 5, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-20-D-0011). Raytheon Co., Andover, Massachusetts, has been awarded a maximum $36,688,190 firm-fixed-price delivery order (SPRRA2-20-F-0077) against a seven-year basic ordering agreement (SPRRA2-19-R-0046) for radio frequency exciters. 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, 11-month contract with no option periods. Location of performance is Massachusetts, with a March 31, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama. Leading Technology Composites Inc., doing business as LTC Inc., Wichita, Kansas, has been awarded a maximum $26,752,704 modification (P00010) exercising the second one-year option period of a one-year base contract (SPE1C1-18-D-1073) with three one-year option periods for enhanced side ballistic inserts. This is a firm-fixed-price, indefinite-quantity contract. Location of performance is Kansas, with a May 4, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. American Water Enterprises LLC, Camden, New Jersey, has been awarded a $21,810,972 modification (P00251) to a 50‐year contract (SP0600‐03‐C‐8268), with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Rucker, Alabama. This is a fixed-price with prospective-price-redetermination contract. Locations of performance are New Jersey and Alabama with an April 15, 2054, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2054 Army operations and maintenance funds. The contracting activity is Defense Logistics Agency Energy, Fort Belvoir, Virginia. Raytheon Co., Andover, Massachusetts, has been awarded a maximum $8,362,088 firm-fixed-price delivery order (SPRRA2-20-F-0079) against a seven-year basic ordering agreement (SPRRA2-19-R-0046) for radio frequency exciters. 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 two-year, nine-month contract with no option periods. Location of performance is Massachusetts, with a Jan. 31, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama. ARMY ASM Research LLC, Fairfax, Virginia, was awarded a $40,284,199 firm-fixed-price contract to provide comprehensive credentialing and privileging program support for the Army National Guard or Air National Guard. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of May 4, 2025. The National Guard Bureau Operational Contracting Division, Arlington, Virginia, is the contracting activity (W9133L-20-D-1000). Miller Electric Co. Inc., Reno, Nevada, was awarded a $12,000,000 modification (P00004) to contract W911SA-17-D-2006 for sustainment, modernization and improvement projects for the 88th Army Reserve Centers throughout the states of Kansas and Nebraska. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2021. The 419th Contract Support Brigade, Fort McCoy, Wisconsin, is the contracting activity. CAE USA Inc., Tampa, Florida, was awarded an $11,157,134 firm-fixed-price contract for advanced helicopter flight training support services. Bids were solicited via the internet with seven received. Work will be performed at Fort Rucker, Alabama, with an estimated completion date of May 15, 2027. Fiscal 2020 operations and maintenance, Army funds in the amount of $11,157,134 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity (W9124G-20-C-0008). Manhattan Construction Co., Tulsa, Oklahoma, was awarded an $8,300,000 modification (PZ0001) to contract W912BV-20-C-0008 for alternate care facilities in Oklahoma. Work will be performed in Tulsa and Oklahoma City, Oklahoma, with an estimated completion date of May 10, 2020. Fiscal 2020 civil construction funds in the amount of $8,300,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Perspecta Labs Inc., Basking Ridge, New Jersey, was awarded a $29,917,092 cost-plus-fixed-fee contract for a research project under the Fast Network Interface Cards (FastNICs) program. The FastNICs program will speed up applications such as the distributed training of machine learning classifiers by 100x through the development, implementation, integration and validation of novel, clean-slate network subsystems. Work will be performed in Basking Ridge, New Jersey, with an expected completion date of May 2024. Fiscal 2019 research, development, test and evaluation (RDT&E) funding in the amount of $1,110,000; and fiscal 2020 RDT&E funding in the amount of $2,925,000 are being obligated at time of award. This contract was a competitive acquisition under an open broad agency announcement and eight offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0090). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2177362/source/GovDelivery/

  • Contract Awards by US Department of Defense - November 10, 2020

    November 11, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 10, 2020

    AIR FORCE The Boeing Co., Defense, Space & Security, St. Louis, Missouri, has been awarded a $9,800,000,000 indefinite-delivery/indefinite-quantity contract for F-15 support for Saudi Arabia. This contract provides for modernization and sustainment of the F-15 Saudi fleet to include such efforts as hardware, software, and interface design, development, integration, test, subsystem and structural component production and installation of future modifications and enhancements to the F-15 Saudi weapon system as well as product support. Work will be performed in St. Louis and as separately specified in individual task and delivery orders and is expected to be completed by November 2025. The ordering period for this contract is five years from the date of contract award plus an option for an additional five year ordering period. This contract involves Foreign Military Sales (FMS) to the Kingdom of Saudi Arabia and is the result of a sole-source acquisition. Initial delivery order FA8634-21-F-0015 will be awarded concurrently in the amount of $1,032,649 using FMS modification and development type 4F funds. The F‐15 Division Contracts Branch, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8634‐21‐D‐2703). The 3M Co., St. Paul, Minnesota, has been awarded a $37,460,947 firm-fixed-price modification (P00003) to contract FA8638-20-C-0046 for the production capacity expansion for N95 respirators undefinitized contract action (UCA). This modification definitizes the UCA. Work will be performed in Aberdeen, South Dakota, and is expected to be completed April 30, 2021. This award is the result of a sole-source acquisition. Fiscal 2020 other procurement funds in the full amount are being obligated at the time of award. This modification brings the total cumulative face value of the contract to $125,460,947. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Leidos Inc., Reston, Virginia, has been awarded a $10,319,026 cost-plus-fixed-fee contract for Pulsed and Continuous Wave Innovation for Integration and Effects Research (PACIFIER). This contract provides for enhanced experimental and predicative capabilities to address existing and emerging laser systems and to quantify the effects of high power continuous-wave lasers interacting with a variety of materials and targets. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be completed Sept. 30, 2025. This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,800,233 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-20-C-0026). (Awarded Sept. 29, 2020) KIDDE Technologies Inc., Wilson, North Carolina, has been awarded a $7,800,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture of fire cartridge extinguishers. This contract provides for supply of fire cartridge extinguishers for F-35, E-8, E-3, and KC-10 aircraft. Work will be performed in Wilson, North Carolina, and is expected to be completed Dec. 31, 2026. This contract involves sales to Joint Partner Nations and Foreign Military Sales countries and is the result of a sole-source acquisition. Fiscal 2021 Joint Strike Fighter funds in the amount of $97,986 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-21-D-0001). NAVY RAMSys GmbH, Ottobrunn, Germany, was awarded a €35,324,329 and $35,634,345 firm-fixed-price modification to a previously awarded contract (N00024-18-C-5403) for fiscal 2021 German Navy requirements for Rolling Airframe Missile (RAM) MK 49 Guided Missile Launching Systems (GMLS), and associated shipboard hardware and spares. The RAM Guided Missile Weapon System is co-developed and co-produced under an International Cooperative Program between the U.S. and Federal Republic of Germany's governments. RAM is a missile system designed to provide anti-ship missile defense for multiple ship platforms. This contract is to procure material, fabricate parts, assemble, test, and deliver RAM MK 49 GMLSs and spares. Work will be performed in Tucson, Arizona (33%); Ulm, Germany (26%); Roethenbach, Germany (16%); Louisville, Kentucky (12%); Ottobrunn, Germany (10%); and Schrobenhausen, Germany (3%), and is expected to be completed by June 2028. German cooperative funds in the amount of €35,324,329 and $35,634,345 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured under the exception 10 U.S. Code 2304(c) (4), International Agreement. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Nov. 5, 2020) KBR Diego Garcia LLC, Houston, Texas, is awarded a $61,307,522 modification for the exercise of Option Three under an indefinite-delivery/indefinite-quantity contract for base operating support services at U.S. Navy Support Facility, Diego Garcia. After award of this option, the total cumulative contract value will be $240,038,950. The work to be performed provides for general management and administration services; command and staff (information technology services, information technology support and management, telephone services, telecommunication services, antenna maintenance); public safety (fire protection and emergency services); air operations (ground electronics, airfield facilities, and passenger terminal and cargo handling); port operations; supply (supply services and petroleum, oil and lubricant management and operations, and ship's store service activities); morale, welfare and recreation support; galley; bachelor quarters; facilities support (facility management, facility investment sustainment, restoration and modernization, custodial, pest control, integrated solid waste management, grounds maintenance, and pavement clearance); utilities (electrical, compressed gases, wastewater, steam, hot water and demineralized water and potable water); base support vehicles and equipment; and environmental to provide integrated base operating services. Work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by November 2021. No funds will be obligated at time of award. Fiscal 2021 operation and maintenance (Navy and Air Force); and fiscal 2021 non-appropriated funds in the amount of $42,801,266 for recurring work will be obligated on individual task orders issued during the option period, of which $42,801,266 will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Far East, Yokosuka, Japan, is the contracting activity (N62742-17-D-3600). Northrop Grumman Systems Corp., Linthicum, Maryland, is awarded a $33,921,325 cost-plus-fixed-fee job order with a two-year period of performance, to procure supplies, services, and repairs for the AN/ALQ-218 and AN/ALQ-240 systems and their variants. Work will be performed at the Baltimore, Maryland facility and will be completed by November 2022. Contract funds in the amount of $40,000 will be obligated at the time of contract award. Obligated funding is fiscal 2020 aircraft procurement, Navy. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured; only one responsible source and no other sources will satisfy agency requirements. The contracting agency is Naval Surface Warfare Center, Crane Division, Crane, Indiana (N0016421GWS42). Hornbeck Offshore Operators LLC, Covington, Louisiana, is awarded a $9,176,100 firm-fixed-price contract for the Undersea Rescue Command support vessel HOS Dominator in the Eastern Pacific vicinity of San Diego, but may be employed worldwide. This vessel shall function as offshore support vessel primarily for the U.S. West Coast. The vessel's primary mission shall be to support Navy submarine rescue utilizing the Navy Submarine Rescue Chamber Flyaway System, Assessment Underwater Work System, and the Navy Submarine Rescue Diving and Recompression System, including training. The vessel may also serve as escort for submarine sea trials, as well as a diving platform utilizing existing and developing portable diving systems, and other missions as required by the Navy and permitted by the vessel's certifications and classifications. The contract also contains four unexercised options which, if exercised, would increase cumulative contract value to $44,245,122. Work is expected to be completed by November 2025. Fiscal 2021 working capital funds (Navy) in the amount of $6,787,800 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website, with four proposals received. The Navy's Military Sealift Command Norfolk, Virginia, is the contracting activity (N32205-21-C-4115). ARMY Turner Construction Co., New York, New York, was awarded a $34,050,240 firm-fixed-price contract for construction of a new aircraft hangar facility at Redstone Arsenal. Bids were solicited via the internet with three received. Work will be performed at Redstone Arsenal, Alabama, with an estimated completion date of Dec. 31, 2022. Fiscal 2020 military construction, Army funds in the amount of $34,050,240 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-21-C-0006). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/article/2411921/source/govdelivery/

All news