Back to news

July 2, 2024 | International, Aerospace

Next-gen fighter not dead, but needs cheaper redesign, Kendall says

Air Force Secretary Frank Kendall says the service is committed to fielding a sixth-generation fighter — but may need to make "trade-offs" to afford it.

https://www.defensenews.com/air/2024/07/01/next-gen-fighter-not-dead-but-needs-cheaper-redesign-kendall-says/

On the same subject

  • DoD Needs Supply Chain Strategy To Survive Future Crises: Roper

    July 20, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    DoD Needs Supply Chain Strategy To Survive Future Crises: Roper

    "We were in a very frenzied state," Air Force acquisition head Will Roper says of DoD efforts to stave off the collapse of key suppliers during the early weeks of the coronavirus crisis. By THERESA HITCHENSon July 17, 2020 at 4:38 PM WASHINGTON: Air Force acquisition head Will Roper says DoD needs to develop a new supply chain strategy that incentivizes industry to build a more diverse, responsive and resilient supply chain. “What I hope sticks on the other side of COVID-19 is a strategic focus on the supply chain,” he told a webinar co-sponsored by Government Matters and the Farnborough International Association today, on the even of the virtual air show. “Government has to have a strategy. We have to explain to industry what we consider good supply chain management practices to be, and not to be. And we need to write that in plain English, which the government has a tough time doing frequently.” That strategy also has to be followed up with incentives for industry to do the right thing, he said. “We have to put our money where our mouth is,” Roper said. For example, he said, it should include incentivizing contractors, big and small, to use digital manufacturing technologies that allow companies to quickly pivot to different missions in times of need. “That's a strategic capability for the nation. We need to encourage that,” he said. Roper noted that the Air Force is attempting to do just that with its centerpiece Advanced Battle Management Program (ABMS), being designed as a technology foundation for running future all-domain wars via the Joint All-Domain Command and Control System (JADC2). “We've got a pretty cool program called the Advanced Battle Management System. It's not a cool name — it's kind of like Castle Anthrax in Monty Python: ‘it's not a good name but it's the one we've got',” he joked. “That's a program where adaptability is king.” He explained that the service is working with industry to both explain, and reward, technology initiatives that will give operators the ability to rapidly upgrade or switch out old capabilities for new ones. As Breaking D readers knows, ABMS is attempting to iterate technologies developed under the program on a four-month cycle. Roper said the first three weeks of the COVID-19 crisis threw DoD into a maelstrom as acquisition authorities tried to cope with the potential of supplier collapse. “We were in a very frenzied state,” he said. The Air Force is the executive agent for all DoD use of Defense Production Act Title III contracts to support industry suffering from the coronavirus pandemic. However, the Defense Industrial Base Sector Coordinating Council under the Office of the Secretary of Defense (OSD) actually chooses which companies to support based on service requests — including for the Air Force. While Roper sees ongoing problems from COVID-19 impacts on suppliers, especially small firms for whom cash-flow is highly important, he said that the Air Force and DoD are in a much better place now to handle them as they arise. “I don't think we'll see something as frenzied as what we went through during the first three weeks of COVID,” he said. “I think if this continues in future, we will have to take aggressive actions when there are hotspots that fire up in the country. Smaller companies are always going to be at risk by a few number of COVID-19 cases — they're going to have to shut down their facilities, they're going to have to clean, they're gonna have to be work force quarantining — and for companies of that size, having cash on hand to make payroll, to make invoicing, is critically important. Cash flow and liquidity is everything during a crisis. But we're more ready for that.” This is in part because leaders have a better grasp on what companies are likely to be at risk, Roper explained. “Now, we know who those critical suppliers are we have insight into our supply chain that we have ever had,” he said. For example, the small launch industry is one sector that Roper continues to keep a close eye on. “Small launch is still a big need for our industrial base for the Space Force and we want to try to try to do whatever we can to keep that market healthy,” he told reporters on July 14. Roper expressed some disappointment about OSD's July 1 decision to rescind a June-announced award of $116 million for six small launch companies: Aevum, Astra, X-Bow, Rocket Lab, Space Vector and VOX Space. He explained that OSD determined there “were some additional small business needs” that came up, because the small launch package was one of the last DPA approved actions, it was “the first to be put back in the batter's box.” “My hope is that whenever there's new Title III funding, or when resources free up due to other efforts not executing as planned, that those are the first to go back into the hopper. If I were asked today to put in one new Title III initiative, it's small launch,” he added. As Paul reported, Pentagon acquisition chief Ellen Lord on June 22 said she is seeking approval for a funding package request in the “lower double digit billions” from the White House to cover COVID-19 related costs, including paying for industry claims of supply chain and workforce reductions. And a group of CEOs from major defense primes, in a letter obtained by Breaking D, are asking for DoD help in seeking yet more COVID-19 stimulus funds from Congress. https://breakingdefense.com/2020/07/dod-needs-supply-chain-strategy-to-survive-future-crises-roper

  • Contract Awards by US Department of Defense - October 10, 2018

    October 11, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 10, 2018

    AIR FORCE United Launch Services, Centennial, Colorado, has been awarded a $967,000,000 other-transaction agreement for the development of a Launch System Prototype for the Evolved Expendable Launch Vehicle program. This award is part of a portfolio of three agreements that leverage commercial launch solutions in order to have at least two domestic, commercial launch service providers that meet National Security Space requirements, including the launch of the heaviest and most complex payloads. This agreement requires shared cost investment for the development of the Vulcan Centaur launch system. Work will be performed in Centennial, Colorado; and Decatur, Alabama, with launch facilities at Cape Canaveral Air Force Station, Florida; and Vandenberg Air Force Base, California, and is expected to be completed by March 31, 2025. This award is the result of a full and open competition. This agreement will be incrementally funded with fiscal 2018 through 2024 research, development, test and evaluation funds totaling a maximum of $967,000,000. Fiscal 2018 funds in the amount of $109,000,000 are being obligated at the time of award. The Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-19-9-0003). Orbital Sciences Corp., Chandler, Arizona, has been awarded a $791,601,015 other-transaction agreement for the development of a Launch System Prototype for the Evolved Expendable Launch Vehicle program. This award is part of a portfolio of three agreements that leverage commercial launch solutions in order to have at least two domestic, commercial launch service providers that meet National Security Space requirements, including the launch of the heaviest and most complex payloads. This agreement requires shared cost investment for the development of the OmegA launch system. Work will be performed in Chandler, Arizona; Magna and Promontory, Utah; Iuka, Mississippi; West Palm Beach, Florida; Sandusky, Ohio; and Michoud, Louisiana, with launch facilities at Kennedy Space Center, Florida; and Vandenberg Air Force Base, California. The work is expected to be completed by Dec. 31, 2024. This award is the result of a full and open competition. This agreement will be incrementally funded with fiscal 2018 through 2024 research, development, test and evaluation funds totaling a maximum of $791,601,015. Fiscal 2018 funds in the amount of $109,000,000 are being obligated at the time of award. The Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-19-9-0002). Blue Origin LLC, Kent, Washington, has been awarded a $500,000,000 other-transaction agreement for the development of a Launch System Prototype for the Evolved Expendable Launch Vehicle program. This award is part of a portfolio of three agreements that leverage commercial launch solutions in order to have at least two domestic, commercial launch service providers that meet National Security Space requirements, including the launch of the heaviest and most complex payloads. This agreement requires shared cost investment for the development of the New Glenn launch system. Work will be performed in Kent, Washington; Huntsville, Alabama; and Kennedy Space Center and Cape Canaveral Air Force Station, Florida, with launch facilities at Cape Canaveral Air Force Station, Florida; and Vandenberg Air Force Base, California. The work is expected to be completed by July 31, 2024. This award is the result of a full and open competition. This agreement will be incrementally funded with fiscal 2018 through 2024 research, development, test and evaluation funds totaling a maximum of $500,000,000. Fiscal 2018 funds in the amount of $109,000,000 are being obligated at the time of award. The Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-19-9-0001). General Electric Aviation, Cincinnati, Ohio, has been awarded a not-to-exceed $250,000,000 indefinite-delivery/indefinite-quantity (IDIQ) contract (FA8650-19-D-2057) for Advanced Turbine Technologies for Affordable Mission-Capability (ATTAM) Phase I. The mission of the ATTAM Phase I program is to develop, demonstrate, and transition advanced turbine propulsion, power and thermal technologies that provides improvement in affordable mission capability. This approach extends to a range of legacy, emerging, and future military propulsion, power and thermal technology needs in multiple applications. Work will be performed in Cincinnati, Ohio, and is expected to be completed by October 2026. This award is the result of a competitive acquisition and 54 offers were received. No specific funds are obligated on the basic IDIQ, although in conjunction with the basic IDIQ award, the first task order (FA8650-19-F-2087) is incrementally funded with fiscal 2018 research, development, test and evaluation funds in the amount of $25,000 at time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. . DEFENSE LOGISTICS AGENCY US Foods Inc., doing business as US Foods – Lexington, Lexington, South Carolina, has been awarded a maximum $452,617,541 firm-fixed price, indefinite-delivery/indefinite-quantity with economic-price-adjustment contract for full line food distribution support. This was a competitive acquisition with two responses received. This is a two-year base contract with one, one-year option period and one two-year option period. Maximum dollar amount is for the life of the contract. Location of performance is South Carolina, with an Oct. 9, 2023 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3205). Fairbanks Morse LLC, Beloit, Wisconsin, has been awarded a maximum $33,661,555 firm-fixed-price delivery order (SPRMM1-19-F-LK01) under basic ordering agreement SPRMM1-15-G-0901 for turbochargers. 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 stand-alone order with the option to purchase an additional 24 units within 90 days from award. Location of performance is Wisconsin, with a May 11, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania. Fairbanks Morse LLC, Beloit, Wisconsin, has been awarded a maximum $33,661,555 firm-fixed-price delivery order (SPRMM1-19-F-LK00) under basic ordering agreement SPRMM1-15-G-0901 for turbochargers. 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 stand-alone order with the option to purchase an additional 24 units within 90 days from award. Location of performance is Wisconsin, with a May 11, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania. MISSILE DEFENSE AGENCY Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, is being awarded a $164,000,000 contract modification (P00034) to previously awarded, sole-source, cost-plus-incentive-fee, cost-plus-fixed- fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract HQ0147-10-D-0001 for the Terminal High Altitude Area Defense Field Support Contract (TFSC). This modification will increase the total ceiling value from $561,200,000 to $725,200,000. The contractor will continue to perform the same effort under the general scope of the TFSC, which includes logistics performance requirements, forward stationing for theater support, logistics information capabilities, post deployment software support, product assurance, safety, missile support, security and engineering services. This modification will also incorporate the International Engineering Services Program and Field Surveillance Program activity. The work will be performed in Huntsville, Alabama; Sunnyvale, California; Grand Prairie, Texas; and Troy, Alabama. The ordering period remains from March 25, 2010, through March 31, 2019. This contract was awarded under the sole-source authority pursuant to Federal Acquisition Regulations 6302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." No additional funds are being obligated by this modification; fiscal 2017, 2018 and 2019 operations and maintenance; and procurement funds will be obligated with execution of future task orders. No task orders are being issued at this time. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-10-D-0001). (Awarded Oct. 9, 2018) ARMY AM General LLC, Auburn Hills, Michigan, was awarded a $121,257,443 cost-plus-fixed-fee contract for engineering, logistics, and system technical support functions for all High Mobility Multipurpose Wheeled Vehicle Family of Vehicles. One bid was solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 9, 2023. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0001). NAVY The Boeing Co., St. Louis, Missouri, is awarded $34,889,633 for firm-fixed-price, cost-plus-fixed-fee delivery order N6833519F0436 against a previously issued basic ordering agreement (N00019-16-G-0001). This order procures hardware and retrofit kits/upgrades to replace obsolete components and software in the existing Servocylinder Test Stations and Electro-Hydraulic Valve Test Station for F/A-18 A-F and EA-18G aircraft. Work will be performed in St. Louis, Missouri (50 percent); Chatsworth, California (40 percent); and Naval Air Station North Island, California (10 percent), and is expected to be completed in May 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $34,889,633 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Lakehurst, New Jersey, is the contracting activity. Teledyne Wireless LLC, Rancho Cordova, California, is awarded a $7,509,891 firm-fixed-price contract for the repair of the ALQ-99 system in support of EA-6B aircrafts. The contract does not contain a provision for an option quantity. Work will be performed in Rancho Cordova, California, and is expected to be completed by November 2021. Working capital funds (Navy) in the amount of $7,509,891 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-C-D002). DEFENSE HEALTH AGENCY Dawson D7, San Antonio, Texas, was awarded a five-year, $15,628,917, firm-fixed-price task order (HT001118C0031) through the Tribally-owned Small Disadvantaged Business participating in the Small Business Administration 8(a) Business Development Program. Place of performance is Falls Church, Virginia. This contract supports the Defense Medical Modeling Simulation Office in the requirements and implementation branch for the development of initial contracting requirements, cost estimates, and research. Services include using the Department of Defense procurement and acquisition process to ensure medical modeling and simulation products align with the services and across the enterprise. The base year of $1,614,917 is being funded with fiscal 2018 operations and maintenance funds. This award is a non-competitive direct 8(a) acquisition. Defense Health Agency, Falls Church, Virginia, is the contracting activity. (Awarded Sept. 28, 2018) *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1658771/source/GovDelivery/

  • Contract Awards by US Department of Defense - January 29, 2020

    January 30, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - January 29, 2020

    NAVY Geocent LLC, Metairie, Louisiana (N66001-20-D-3417); M.C. Dean Inc., Tysons, Virginia (N66001-20-D-3418); McKean Defense Group LLC, Philadelphia, Pennsylvania (N66001-20-D-3419); Parsons Government Services Inc., Pasadena, California (N66001-20-D-3420); Science Applications International Corp., Reston, Virginia (N66001-20-D-3421); Serco Inc., Herndon, Virginia (N66001-20-D-3422); Systems Technology Forum Ltd., Fredericksburg, Virginia (N66001-20-D-3423); Valkyrie Enterprises Inc., Virginia Beach, Virginia (N66001-20-D-3424); and VT Milcom Inc., Virginia Beach, Virginia (N66001-20-D-3425), are each awarded a $56,339,692 indefinite-delivery/indefinite-quantity, multiple-award contract with cost-plus-fixed-fee, firm-fixed-price and cost (no fee) pricing. Support includes project management, administration, drafting, technical integration, testing, maintenance, engineering, logistics, facilities and security for software and hardware of new and existing command, control, communications, computers, intelligence, surveillance and reconnaissance systems and networks. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two three-year option periods, which, if exercised, would bring the overall potential value of this contract to an estimated $249,033,405. Work will be performed primarily in the Indo-Asia-Pacific Region and Navy Region Southwest including Hawaii, Guam, Japan, California, Nevada, Washington state, Oklahoma, South Korea, Singapore, Philippines and Australia; and outside this region in Bahrain, Djibouti and Italy. Work will be performed outside the continental U.S. (50%); and inside the continental U.S. (50%) on a full-time basis. The period of performance of the base award is from Jan. 29, 2020, through Jan. 28, 2022. If all options were exercised, the period of performance would extend through Jan. 28, 2028. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); and other funding, which may include working capital funds (DoD); Department of Homeland Security funds; and research, development, test and evaluation (Navy) funds. This contract was competitively procured via a request for proposal (N66001-19-R-0001) which was published on the Federal Business Opportunities website and the Naval Information Warfare Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity. Northrup Grumman Systems Corp., Linthicum Heights, Maryland, is awarded a $15,752,580 cost-plus-fixed-fee modification to exercise options to previously-awarded contract N00024-15-C-5319 for level of effort engineering services and associated travel to provide continuous support of two AN/SLQ-32(V)Y Surface Electronic Warfare Improvement Program (SEWIP) Block 3 System low rate initial production units. This option exercise is for the continued level of effort engineering services in support of SEWIP Block 3 low-rate initial-production units. SEWIP is an evolutionary acquisition and incremental development program to upgrade the existing AN/SLQ-32(V) electronic warfare system. SEWIP Block 3 will provide select Navy surface ships a scalable electronic warfare enterprise suite with improved electronic attack capabilities. Work will be performed in Linthicum, Maryland, and is expected to be completed by December 2020. Fiscal 2018 other procurement (Navy) funding in the amount of $60,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded an $11,301,660 fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures Joint Precision Approach and Landing Systems Airborne Radio Communication ARC-210 Generation 5 radio units for the Navy. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in March 2021. Fiscal 2020 shipbuilding and conversion (Navy) funds for $403,110; and other procurement (Navy) funds for $3,627,990 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0006). BAE Systems Technology Solutions & Services, Rockville, Maryland, is awarded a $10,536,004 modification (P00002) to a previously-awarded cost-plus-fixed-fee contract (N00421-20-C-0003). This modification exercises an option to provide engineering and technical services for integrated communications and information systems radio communications for Navy ships, in support of the Naval Air Warfare Center, Webster Outlying Field, to support the integrated communications and information systems radio communications. Work will be performed in St. Inigoes, Maryland (60%); California, Maryland (30%); Bath, Maine (5%); and Pascagoula, Mississippi (5%), and is expected to be completed in July 2025. Fiscal 2020 shipbuilding and conversion (Navy) funds for $4,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. ARMY Continental Heavy Civil Corp., Miami, Florida, was awarded a $23,778,240 firm-fixed-price contract for the NASA Wallops Beach Renourishment Project in Accomack County, Virginia. Bids were solicited via the internet with five received. Work will be performed in Wallops Island, Virginia, with an estimated completion date of March 12, 2021. Fiscal 2019 civil construction, Corps of Engineers funds in the amount of $23,778,240 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-20-C-0002). AECOM Management Services Inc., Germantown, Maryland, was awarded a $17,000,000 modification (000260) to contract W52P1J-12-G-0028 for Army Prepositioned Stock (APS-2) logistics support services in support of maintenance, supply and transportation at Mannheim and Dulmen, Germany. Work will be performed in Mannheim and Dulmen, Germany, with an estimated completion date of Nov. 20, 2020. Fiscal 2020 operations and maintenance, Army funds in the amount of $17,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Vision Point Systems Inc.,* Fairfax, Virginia, was awarded a $13,500,000 firm-fixed-price contract to provide corrosion engineering and logistics technical, analytical, programmatic, research and development, technical assistance, testing, training, and technical writing support for the U.S. Army Combat Capabilities Development Command (CCDC) Ground Vehicle Systems Center (GVCS) and Tank-automotive and Armaments Command (TACOM) Life Cycle Management Center (LCMC). Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 28, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0012). Dawn/Higley JV LLC,* Warren, Ohio, was awarded an $11,458,223 firm-fixed-price contract to repair and renovate interior and exterior of an aircraft maintenance hangar. Bids were solicited via the internet with five received. Work will be performed in Mansfield, Ohio, with an estimated completion date of Aug. 31, 2021. Fiscal 2020 Air Guard sustainment, repair, maintenance in the amount of $11,458,223 were obligated at the time of the award. U.S. Property and Fiscal Office for Ohio 179th Mission Support Contracting, Mansfield, Ohio, is the contracting activity (W50S8R-20-C-0002). AIR FORCE Technica Corp., Sterling, Virginia, has been awarded a $13,591,345 cost-plus-fixed-fee modification to exercise the first option period, Feb. 15, 2020, through Feb. 14, 2021. The contract provides weapon system engineering and maintenance services to include incremental software version development and installation, security patch installations, preventative maintenance, trouble shooting and responsive Tier 1, 2 and 3 support for the Cyberspace Vulnerability Assessment/Hunter (CVA/H) weapon system. Work will be performed in Sterling, Virginia, and is expected to be complete by Aug. 14, 2025. This award is the result of a competitive acquisition. Offerors were solicited under the Network-Centric Solutions (NETCENTS) Network Operations and Infrastructure Small Business contract holders and seven offers were received. Fiscal 2020 research, development, test and evaluation; operations and maintenance; and procurement funds in the amount of $13,591,345 are being obligated at the time of modification to exercise the first option period. The Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division, Joint-Base San Antonio-Lackland, San Antonio, Texas, is the contracting activity (FA8732-14-D-0015, task order FA8307-19-F-0098). Starwin Industries LLC, Dayton, Ohio, has been awarded a $9,554,000 firm-fixed price indefinite-delivery/indefinite-quantity contract for F-16 Bugeye radomes. This contract provides for the supply of both left and right Bugeye radomes for the F-16 aircraft. Work will be performed in Dayton, Ohio, and is expected to be complete by Jan. 28, 2026. This award is the result of a competitive acquisition, two solicitations mailed and two offers received. Fiscal 2019 research and development funds (not multiyear) in the amount of $35,872 are being obligated at the time of award. The Air Force Life Cycle Management Center, F-16 Division, Hill Air Force Base, Utah, is the contracting activity (FA8232-20-D-0006). DEFENSE LOGISTICS AGENCY Lions Services Inc.,** Charlotte, North Carolina, has been awarded a maximum $10,468,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for advanced combat helmet chinstraps. This is a one-year base contract with two one-year options periods. Location of performance is North Carolina, with a Jan. 28, 2021, performance completion date. Using military service is Army. 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-B082). * Small business ** Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2069174/source/GovDelivery/

All news