Back to news

April 14, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Podcast: How The A&D Supply Chain Is Coping With COVID-19

Michael Bruno Sean Broderick

Airbus has slashed near-term airliner production, and Boeing's cuts could be worse. Air traffic has collapsed, and fewer aircraft will need to be repaired. Meanwhile, factories everywhere face the dilemma of how to stay in operation with worker absences as high as 50%. Listen in as Vivek Saxena, managing director of Advisory Aerospace, speaks with Aviation Week editors Sean Broderick and Michael Bruno about how the supply chain is coping with COVID-19.

https://aviationweek.com/aerospace/podcast-how-ad-supply-chain-coping-covid-19

On the same subject

  • Contract Awards by US Department of Defense – October 05, 2020

    October 6, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense – October 05, 2020

    ARMY Science Applications International Corp., Reston, Virginia (W9128Z-21-D-0001); General Dynamics Information Technology Inc., Fairfax, Virginia (W9128Z-21-D-0020); and NCI Information Systems Inc., Reston, Virginia (W9128Z-21-D-0003), will compete for each order of the $800,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for engineering related activities in support U.S. Army Information Systems Engineering Command. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 4, 2023. The U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. General Dynamics Land Systems, Sterling Heights, Michigan, was awarded an $11,949,962 modification (P00118) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of March 31, 2022. Fiscal 2019 weapons and tracked combat vehicle procurement (Army) funds; and 2010 Foreign Military Sales (Morocco) funds in the amount of $11,949,962 were obligated at the time of the award. The U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. SPACE DEVELOPMENT AGENCY L3Harris Technologies Inc., Melbourne, Florida, is awarded a $193,599,342 firm-fixed-price contract for the Space Development Agency Tracking Layer Tranche 0, Wide Field of View program. The proposal was received and evaluated under request for proposal HQ0850-20-R-0003. The work to be performed under this contract will include on-time delivery of space vehicles and optical wide field of view payloads. Work will be performed in various locations in the continental U.S. (99.2%); and Canada (0.8%). Fiscal 2020 research, development, test and evaluation funds (defense-wide) will be obligated at the time of award. The Space Development Agency, Washington, D.C., is the contracting activity (HQ0850-21-C-0002). Space Exploration Technologies Corp., Hawthorne, California, is awarded a $149,175,246 firm-fixed-price contract for the Space Development Agency Tracking Layer Tranche 0, Wide Field of View program. The proposal was received and evaluated under request for proposal HQ0850-20-R-0003. The work to be performed under this contract will include on-time delivery of space vehicles and optical wide field of view payloads. Work will be performed in various locations in the continental U.S. Fiscal 2020 research, development, test and evaluation funds (defense-wide) will be obligated at the time of award. The Space Development Agency, Washington, D.C., is the contracting activity (HQ0850-21-C-0001). NAVY Upcavage, Bauer and Crane Inc.,* Tampa, Florida, was awarded a $48,292,758 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for the production, test and delivery of up to a maximum of 500 Steerable Antenna Systems (SAS) for electronic warfare/electronic attack pods AN/ALQ-167, AN/AST-9, AN/DLQ-9, and sub-scale targets BQM-34, BQM-74, BQM-167 and BQM-177 in support of U.S. weapon system testing supported by the Airborne Threat Simulation Organization. Additionally, this contract provides sustainment engineering to include teardown, evaluation and repair and modification services. Work will be performed in Tampa, Florida, and is expected to be completed in September 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; one offer was received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-21-D-0001). Systems Application and Technologies Inc.,* Oxnard, California, was awarded a $26,540,541 modification (P00035) to previously awarded cost-plus-fixed-fee, cost reimbursable contract N68936-18-C-0046. This modification exercises options to provide operational and intermediate level maintenance for both aerial and seaborne assets. This includes air and sea vehicles and vessels used for manned and unmanned training and test events. Aerial assets include subsonic and supersonic aerial targets. Seaborne assets include a combination of target and training support vessels. Work will be performed in Port Hueneme, California (57%); Point Mugu, California (35%); Ridgecrest, California (2%); Las Cruces, New Mexico (2%); Kauai, Hawaii (1%); Salt Lake City, Utah (1%); Lompoc, California (1%); and various locations outside the continental U.S. (1%), and is expected to be completed in September 2021. Working capital funds (Navy) funds in the amount of $14,155,000 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, Weapons Division, China Lake, California, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is awarded a $12,078,333 cost-plus-fixed-fee modification to previously awarded contract N00024-11-C-2300 to exercise an option for post-delivery support for the Littoral Combat Ship USS Cooperstown (LCS 23). Work will be performed in Marinette, Wisconsin (57%); Hampton, Virginia (14%); Moorestown, New Jersey (11%); San Diego, California (11%); and Washington, D.C. (7%), and is expected to be completed by February 2022. Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $8,200,000 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, D.C., is the contracting activity. Offshore Service Vessels LLC, Cut Off, Louisiana (N32205-19-C-3514), is awarded a $10,756,185 option under a previously awarded firm-fixed-price contract to fund the first one-year option period. The option will continue to provide for the U.S. flag Jones Act, West Coast based service support vessel Motor Vessel Alyssa Chouest which will be utilized to launch and recover Navy submersibles, divers and small craft. The previously awarded contract includes a 12-month firm period of performance, three 12-month option periods, and one 11-month option period, which, if exercised, would bring the cumulative value of this contract to $54,238,356. Work will be performed in Pearl Harbor, Hawaii, and at sea, and is expected to be completed, if all options are exercised, by Sept. 6, 2024. Working capital funds (Navy) in the amount of $10,756,185 will be obligated for fiscal 2021 and will expire at the end of fiscal 2021. The contract was competitively procured with proposals solicited via the Federal Business Opportunities website and six offers were received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-C-3514). TestVonics Inc.,* Peterborough, New Hampshire, is awarded a $10,139,475 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for air data calibrator systems to support the Naval Air Systems Command, Metrology and Calibration Program. The air data calibrator systems are used at intermediate level calibration laboratories afloat and ashore, as well as the depot level calibration laboratories to control and measure altitude and airspeed pressure in automated test applications. Work will be performed in Peterborough, New Hampshire, and is expected to be completed by October 2025. Fiscal 2020 aircraft procurement (Navy) funding in the amount of $307,455 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 in accordance with 10 U.S. Code 2304(c)(1); only one source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-21-D-0048). Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded a $9,485,744 not-to-exceed, fixed-price incentive modification to previously-awarded contract N00024-13-C-2307 for Engineering Change Proposal 51-2006, replacement of the distributed integrated power node centers with Mark C. Pope ADV 180 on Arleigh Burke Class guided missile destroyer DDG 121. This effort encompasses all of the manpower, support services, material, peripheral impacts and associated technical data and documentation required to prepare for and accomplish Engineer Change Proposal 51-2006. Work will be performed in Pascagoula, Mississippi, and is expected to be completed April 2022. Fiscal 2016 shipbuilding and conversion (Navy) funding is being in the amount of $3,962,729 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 in accordance with 10.U.S. Code 2304 (c) (3). The Supervisor of Shipbuilding, Conversion and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity. CH2M Hill Constructors Inc., Englewood, Colorado, was awarded an $8,247,534 firm-fixed-price task order modification (N69450-20-F-0078) under previously-awarded multiple-award construction contract N62470-19-D-8024 for Hurricane Sally recovery at Naval Air Station Pensacola, Florida. Work will be performed in Pensacola, Florida, and is expected to be completed by December 2020. This modification brings the total cumulative task order value to $14,247,534. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $7,998,716 (97%); and fiscal 2020 Defense Health Program funding in the amount of $248,818 (3%), was obligated at time of award and expired at the end of the fiscal 2020. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. (Awarded Sept. 30, 2020) Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded an $8,202,768 not-to-exceed, fixed-price incentive modification to previously-awarded contract N00024-13-C-2307 for Engineering Change Proposal 51-2006, replacement of the distributed integrated power node centers with Mark C. Pope ADV 180 on Arleigh Burke Class guided missile destroyer DDG 123. This effort encompasses all of the manpower, support services, material, peripheral impacts and associated technical data and documentation required to prepare for and accomplish Engineer Change Proposal 51-2006. Work will be performed in Pascagoula, Mississippi, and is expected to be completed April 2022. Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $3,172,302 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 in accordance with 10.U.S. Code 2304 (c) (3). The Supervisor of Shipbuilding, Conversion and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity. U.S. TRANSPORTATION COMMAND Amerijet International Inc., Miami, Florida, has been awarded task order HTC711-21-F-W003 under contract HTC711-19-D-W005 in the estimated amount of $13,419,759. The contract provides international, commercial, door-to-door, cargo transportation services. Multiple or single modes (e.g. airlift, sealift, linehaul) of transportation may be used in any combination to move cargo globally. The task order period of performance is from Oct. 7, 2020, to Nov. 1, 2020. 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. Air Transport International Inc., Wilmington, Ohio, has been awarded task order HTC711-21-F-W002 under contract HTC711-19-D-W002 in the estimated amount of $10,805,358. The contract provides international, commercial, door to door, cargo transportation services. Multiple or single modes (e.g. airlift, sealift, linehaul) of transportation may be used in any combination to move cargo globally. The task order period of performance is from Oct. 9, 2020, to Dec. 2, 2020. 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. AIR FORCE Cherokee Insights LLC, Tulsa, Oklahoma, has been awarded a $10,012,035 firm-fixed-price contract for analytics evaluation supporting insight to readiness for the base and two options. The purpose of this contract is to provide analytic studies to assist senior leaders at the Air Force Medical Readiness Agency with strategic and operational decision making to ensure a medically-ready force. Work will be performed in Falls Church, Virginia, and is expected to be completed Oct. 4, 2023. Fiscal 2021 operations and maintenance funds in the amount $3,257,017 are being obligated at the time of award. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity (FA8052-21-C-0001). * Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2372482/source/GovDelivery/

  • Lockheed Martin chosen to lead OSA study for NATO NGRC - Skies Mag

    February 4, 2024 | International, Land

    Lockheed Martin chosen to lead OSA study for NATO NGRC - Skies Mag

    While the RCAF is closely monitoring U.S. Army programs, it has observer status to the European effort to develop a next generation tactical helicopter.

  • Contract Awards by US Department of Defense - February 7, 2019

    February 11, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - February 7, 2019

    NAVY BAE Systems San Diego Ship Repair, San Diego, California (N00024-16-D-4419); Huntington Ingalls Industries Inc., San Diego, California (N00024-16-D-4420); and General Dynamics, National Steel and Shipbuilding Co., San Diego, California (N00024-16-D-4421), are each awarded firm-fixed-price modifications to exercise Option Period Three under previously-awarded indefinite-delivery/indefinite-quantity multiple-award contracts for complex, emergent and continuous maintenance and Chief of Naval Operations availabilities on amphibious ships. Each company will have the opportunity to provide offers for individual delivery orders during Option Period Three, with an estimated cumulative combined value of $406,853,897. Work will be performed in San Diego, California, and is expected to be complete by March 2020. No funding will be obligated at time of award. Funding will be provided as individual delivery orders are issued. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. Bell Helicopter Textron Inc., Fort Worth, Texas, is awarded $240,266,448 for modification P00009 to a previously awarded fixed-price-incentive contract (N00019-17-C-0030) for the manufacture and delivery of 12 Lot 16 AH-1Z aircraft for the kingdom of Bahrain under the Foreign Military Sales (FMS) program. Work will be performed in Fort Worth, Texas (60 percent); and Amarillo, Texas (40 percent), and is expected to be completed in August 2022. FMS funds in the amount of $240,266,448 are being 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. Leidos Inc., Reston, Virginia, is awarded a $33,001,816 firm-fixed-price, indefinite-delivery/indefinite-quantity supply contract with cost-reimbursable services for the Digital Video Surveillance System in support of guided-missile destroyer (DDG) modernization. The Naval Surface Warfare Center, Philadelphia Division is the Navy's agent for the coordination and planning of all the engineering and technical support services for the modernization program. The modernization program provides a full spectrum of technical support encompassing all phases of the alteration installation process. Supplies are to be delivered to various Navy bases, shipyards, repair facilities and contractor facilities in the continental U.S. Work will be performed in Reston, Virginia (85 percent); and at various places below one percent (15 percent), and is expected to be completed by February 2024. Fiscal 2018 other procurement (Navy) funding in the amount of $2,916,500 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (N64498-19-D-4011) The Boeing Co., St. Louis, Missouri, is awarded $23,108,547 for firm-fixed-priced delivery order N00383-19-F-0AY1 under previously awarded basic ordering agreement N00383-18-G-AY01 for the repair of various avionics equipment used on the F/A-18 aircraft. Work will be performed in Lemoore, California (99 percent); and Philadelphia, Pennsylvania (1 percent). Work is expected to be completed by December 2021. Working capital funds (Navy) in the amount of $23,108,547 will be obligated at the 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) in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. URS Group Inc., Morrisville, North Carolina, is awarded a $21,000,000 modification on a firm-fixed-price task order under a previously awarded multiple award construction contract (N62470-13-D-6022) for Phase One of Hurricane Michael repairs for stabilization and repairs to multiple buildings at Naval Support Activity Panama City, Florida. The work to be performed provides for removal of carpet, walls, windows and other unsalvageable items due to water penetration, clean-up of roofing materials and tarping of rooftops to mitigate further water intrusion. Repairs include roof replacement, roof decking, and sealing roof penetrations. The repairs also include correction of architectural, structural, plumbing, heating, ventilation and air conditioning, fire protection, electrical deficiencies and any other incidental related work as found due to damage from the hurricane. After award of this modification, the total task order value will be $42,510,000. Work will be performed in Panama City, Florida, and is expected to be completed by September 2019. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $21,000,000 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $18,265,659 for modification P00045 to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0004). This modification provides for the maintenance and operation of the Australia, Canada, United Kingdom Reprogramming Laboratory (ACURL). This effort includes support for all ACURL systems to include consumables for the F-35 aircraft in support of the governments of Australia, Canada and the U.K. Work will be performed in Valparaiso, Florida, and is expected to be completed in February 2020. Non-Department of Defense participant funds in the amount of $18,265,659 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Space and Airborne Systems, Marlborough, Massachusetts, is awarded a $16,680,230 modification to a previously awarded firm-fixed-price contract (N00039-16-C-0050) to exercise options to deliver spare items for the Navy Multiband Terminal (NMT) system and to produce, test and deliver fully integrated NMT. NMT is a multiband capable satellite communications terminal that provides protected and wideband communications. NMT supports Extremely High Frequency (EHF) / Advanced EHF Low Data Rate / Medium Data Rate / Extended Data Rate, Super High Frequency, Military Ka (transmit and receive) and Global Broadcast Service receive-only communications. Work will be performed in Largo, Florida (54 percent); South Deerfield, Massachusetts (25 percent); Stow, Massachusetts (13 percent); and Marlborough, Massachusetts (8 percent), and is expected to be completed by February 2020. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 other procurement (Navy); Navy working capital funds; and Foreign Military Sales funds in the amount of $16,680,230 will be obligated at the time of award. Funds 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 Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity. General Dynamics, Bath Iron Works, Bath, Maine, is awarded a $15,637,609 cost-plus-fixed-fee modification, against previously awarded contract N00024-14-C-4313 for LCS Planning Yard Services. This modification procures waterjet assembly battle spares for the LCS-6 and follow ships (Independence Class). Work will be performed in Chesapeake, Virginia (99 percent); and Bath, Maine (1 percent), and is expected to be complete by March 2021. Fiscal 2018 other procurement (Navy) funding in the amount of $15,637,609 will be obligated at award, and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity. American Petroleum Tankers LLC, Blue Bay, Pennsylvania, is awarded a $15,111,000 firm-fixed-price option with reimbursable elements under a previously awarded contract (N3220517C3502) to exercise Option One for the vessel the M/V Evergreen State in support of the Department of Defense Logistics Agency Energy. The U.S. flagged vessel provided under the contract is employed in the worldwide transportation of petroleum products. The vessel will primarily be expected to operate in, but not limited to, the U.S. East Coast/Gulf Coast region, in accordance with the terms of this charter. Work for this option is expected to be completed February 2020. Working capital funds in the amount of $9,687,600 are obligated on this award. The cumulative value of this contract, if all options are exercised, is $81,048,250. This procurement was released under full and open competition, with an unlimited number of companies solicited via the Federal Business Opportunities website, with three offers received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. General Dynamics Mission Systems, Fairfax, Virginia, is awarded a $14,512,050 firm-fixed-price modification to previously awarded contract N00024-16-C-5352 to exercise options for Surface Electronic Warfare Improvement Program (SEWIP) Block 1B3 full-rate production. SEWIP is an evolutionary acquisition and incremental development program to upgrade the existing AN/SLQ-32(V) electronic warfare system. SEWIP provides enhanced shipboard electronic warfare for early detection, analysis, threat warning, and protection from anti-ship missiles. SEWIP Block 1 focuses on obsolescence mitigation and special signal intercept. Work will be performed in Pittsfield, Massachusetts (55 percent); Thousand Oaks, California (25 percent); Mountain View, California (15 percent); and Fairfax, Virginia (5 percent), and is expected to be complete by May 2020. Fiscal 2019 other procurement (Navy); and fiscal 2019 and 2017 shipbuilding and conversion (Navy) funds in the amount of $14,512,050 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. Assurance Technology Corp., Carlisle, Massachusetts, is awarded $11,471,334 for cost-plus-fixed-fee modification P00029 to task order N00173-15-F-6201 under previously awarded contract (N00173-15-F-6201). This contract action is for research, development, and integration as it relates to Software Definable/Reconfigurable Systems design. This modification provides additional level of effort to be executed under the task order. The total cumulative face value of this task order is $46,792,500. Work will be performed in Washington, District of Columbia (93 percent); and Carlisle, Massachusetts (7 percent), and work is expected to be completed in July 2019. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $1,500,000 are obligated at the time of award. Funds will not expire at the end of the current fiscal year. The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity. ARMY The Raytheon Co., Fort Wayne, Indiana, was awarded a $406,280,000 hybrid (cost, cost-plus-fixed-fee, firm-fixed-price and fixed-price-incentive) contract for AN/ARC-231 Multiple-Mode Aviation Radio Suite, hardware components, repair services, technical, engineering and logistical support services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-19-D-0014). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $107,390,788 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks, Palletized Load System (PLS) trucks, and new PLS trailers. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2020. Fiscal 2017 and 2019 other procurement Army funds in the amount of $107,390,788 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0193). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $55,093,787 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks, Palletized Load System (PLS) trucks, and new PLS trailers. One bid was solicited via the internet with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Nov. 30, 2020. Fiscal 2017, 2018 and 2019 other procurement Army funds in the amount of $55,093,787 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0192). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $40,946,478 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of July 31, 2020. Fiscal 2019 other procurement Army funds in the amount of $40,946,478 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0194). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $29,319,096 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2020. Fiscal 2017 other procurement Army funds in the amount of $29,319,096 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0195). Record Steel and Construction Inc., Boise, Idaho, was awarded a $25,393,000 firm-fixed-price contract for design and construction of an E-3G mission and flight simulator training facility at Tinker Air Force Base, Oklahoma. Bids were solicited via the internet with eight received. Work will be performed in Tinker Air Force Base, Oklahoma, with an estimated completion date of Feb. 21, 2021. Fiscal 2017 military construction funds in the amount of $25,393,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-19-C-0002). STANTEC Consulting Services, Raleigh, North Carolina, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0001). Clark Nexsen Inc., Virginia Beach, Virginia, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0002). AECOM Technical Services Inc., Los Angeles, California, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0003). Whitman, Requardt and Associates LLP, Baltimore, Maryland, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0004). AAI Corp. doing business as Textron Systems, Hunt Valley, Maryland, was awarded a $7,050,000 modification (0004 10) to Foreign Military Sales (Australia) contract W58RGZ-17-D-0006 for contractor logistics support of the One System Remote Video Terminal. Work will be performed in Hunt Valley, Maryland, with an estimated completion date of May 7, 2019. Fiscal 2019 operations and maintenance Army; and Foreign Military Sales funds in the amount of $7,050,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AIR FORCE Parsons, Pasadena, California, has been awarded a $94,359,257 firm-fixed-price contract, for Launch Manifest Systems Integrator (LMSI). This acquisition will allow for necessary integration and manifesting services for the LMSI requirement. Work will be performed in Pasadena and Torrance, California, and is expected to be completed by Feb. 6, 2024. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 space procurement funds in the amount of $5,898,895 will be obligated at the time of award. The Contracting Division, Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-19-F-0003). https://dod.defense.gov/News/Contracts/Contract-View/Article/1751801/source/GovDelivery/

All news