Back to news

February 12, 2021 | International, Aerospace

Podcast: What Are SPACs -- And Why Are They Important To A&D?

Joe Anselmo Michael Bruno Graham Warwick

Investors are putting billions into urban air mobility and space projects, hoping to strike the next Tesla. Listen in as Aviation Week editors discuss the trend.

Don't miss a single episode. Subscribe to Aviation Week's Check 6 podcast in iTunes, Stitcher, Spotify and Google Play. Please leave us a review.

Check back soon for a transcript of Aviation Week's February 11, 2021, Check 6 podcast.

https://aviationweek.com/aerospace/podcast-what-are-spacs-why-are-they-important-ad

On the same subject

  • Contract Awards by US Department of Defense - October 01, 2019

    October 2, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 01, 2019

    AIR FORCE Faxon Machining Inc., Cincinnati, Ohio (FA8681-20-D-0001); and Major Tool & Machine Inc., Indianapolis, Indiana (FA8681-20-D-0002), have been awarded a $600,000,000 indefinite-delivery/indefinite-quantity contract for BLU-136/B next generation area attack warhead case production. This contract provides for the procurement of 15,000 BLU-136/B next generation area attack warhead cases. Work will be performed at Cincinnati, Ohio; and Indianapolis, Indiana, and is expected to be complete by Sept. 30, 2026. This award is the result of a competitive small business set-aside acquisition. Fiscal 2019 ammunition production funds in the amount of $109,500 is being obligated at the time of award. The Air Force Life Cycle Management Center, Direct Attack Division, Eglin Air Force Base, Florida, is the contracting activity. United Launch Services, Centennial, Colorado, has been awarded a $98,549,235 firm-fixed-price contract for Atlas V Completion launch services. This contract provides launch service completion for three National Security Space Launch Atlas V missions (two Air Force and one National Reconnaissance Office) previously ordered under contract FA8811-13-C-0003. Work will be performed at Centennial, Colorado; Decatur, Alabama; and Cape Canaveral Air Force Station, Florida, and is expected to be completed by Nov. 30, 2020. This award is the result of a sole source acquisition. Fiscal 2019 and 2020 procurement funds are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-20-C-0001). Tunista Logistics Solutions LLC, Honolulu, Hawaii, has been awarded a $90,000,000 contract for Barry M. Goldwater Range operations and maintenance services. This contract provides for operation and maintenance services of the government-owned, contractor-operated facilities at Gila Bend Air Force Auxiliary Field, Gila Bend, Arizona, and support services for operation of the Barry M. Goldwater Range in support of training missions for the F-35, F-16 and A-10 aircraft pilots for Air Force and other Department of Defense agencies. Ranges are broadly categorized as either primary training ranges or major range and test facility bases. The Barry M. Goldwater Range is considered a primary training range. Services include airfield management, target and range maintenance, civil engineering, fire and emergency services, security, logistics, air traffic control, custodial, trash and refuse, environmental engineering, biological and environmental monitoring. Work will be performed at Gila Bend Air Force Auxiliary Field, and is expected to be completed by Sept. 30, 2026. This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 operations and maintenance funds in the amount of approximately $13,000,000 are being obligated at the time of award. The 56th Contracting Squadron, Luke Air Force Base, Arizona, is the contracting activity (FA4887-20-D-0001). Teletronics Technology Corp., Newtown, Pennsylvania, has been awarded a $90,000,000 indefinite-quantity contract, for high speed data acquisition systems (HSDAS) and support. This contract provides the 59th Test and Evaluation Squadron with HSDAS and ancillary support services. The contract provides for configured systems, signal conditioning, data acquisition, multiplexing, recording and radio frequency telemetry functionality primarily used for flight and ground test. The contractor shall provide HSDAS commercial-off-the-shelf products and associated HSDAS services. Work will be performed at Nellis Air Force Base, Nevada, and is expected to be complete by March 2025. This award is the result of a sole source acquisition. Fiscal 2019 research and development funds in the amount of $58,967 are being obligated at the time of award. The 99th Contracting Squadron, Nellis Air Force Base, Nevada, is the contracting activity (FA4861-19-D-A006). Intelligent Waves LLC, Reston, Virginia, has been awarded an $89,200,000 indefinite-quantity contract for crowd sourced data support services. This contract provides the 59th Test and Evaluation Squadron with crowd support data support services. The contractor shall provide flight test mission instrumentation modifications, improvements and operations for 53rd Wing test aircraft test instrumentation packages at Nellis Air Force Base, Nevada, and other operational flight-testing locations. The contractor shall evaluate, upgrade, modify and operate instrumentation systems before, during, and after test missions. This work may include design, integration, functional checkouts and mission data capture activities for each period of performance. Work will be performed at Nellis Air Force Base, Nevada; Yuma, Arizona; Patuxent River, Maryland; Norfolk, Virginia; Wright Patterson Air Force Base, Ohio; and Hill Air Force Base, Utah, and is expected to be completed by March 2025. This award is the result of a sole source acquisition. Fiscal 2019 research and development funds in the amount of $1,600,000 are being obligated at the time of award. The 99th Contracting Squadron, Nellis Air Force Base, Nevada, is the contracting activity (FA4861-19-D-A005). DynCorp International LLC, Fort Worth, Texas, has been awarded a $68,400,284 modification (P00033) to previously awarded contract FA4890-17-C-0005 for Air Force Central Command war reserve materiel. The contract modification provides for the exercise of Option Year Three period of performance for services being provided under the basic contract. The location of performance is Shaw Air Force Base, South Carolina; Kuwait; Oman; Qatar; and United Arab Emirates, and work is expected to be completed by Sept. 30, 2020. The total cumulative face value of the contract is $255,195,955. Fiscal 2020 operations and maintenance funds in the amount of $68,379,284 are being obligated at the time of award. The Acquisition Management and Integration Center, Joint Base Langley-Eustis, Hampton, Virginia, is the contracting activity. ASRC Communications Ltd., Beltsville, Maryland, has been awarded a $66,954,742 firm-fixe-price single contract modification (P00039) to previously awarded contract FA3002-16-C-0004 for acquisition of base operations support services. Work will be performed at Vance Air Force Base, Oklahoma, and is expected to be completed by Sept. 30, 2020. This award is the result of a competitive source acquisition and six offers were received. Fiscal 2020 operations and maintenance funds are being used and no funds are being obligated at the time of the award. The Air Force Installation Contracting Center, the 338th Specialized Contracting Squadron, Joint Base San Antonio, Texas, is the contracting activity. Reliance Test & Technology, Crestview, Florida, has been awarded a $49,032,036 modification (P00056) to previously awarded contract FA2486-16-C-0002 for Eglin Operation and Maintenance Support Service. This contract modification increases the value of cost-type contract line item numbers for Option Period One. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by March 31, 2020. The total cumulative face value of the contract to $1,266,287,845. Fiscal 2019 research and development funds in the amount of $6,200,000 are being obligated at the time of award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity. Crew Training International Inc., Memphis, Tennessee, has been awarded a $42,279,639 firm-fixed-price modification (P00009) to previously awarded contract FA4890-19-C-0003 for the MQ9 Aircrew Training and Courseware Development contract. The contract modification is for the exercise of option year one. Work will be performed at Creech Air Force Base, Nevada; Holloman Air Force Base, New Mexico; March Air Reserve Base, California; and Hancock Air National Guard Base, New York, and is expected to be completed by Sept. 30, 2020. The total cumulative face value of the contract is $223,630,953. Fiscal 2020 operations and maintenance funds in the amount of $30,376,922 are being obligated at the time of award. The Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity. L-3 Communications Integrated Systems, Greenville, Texas, has been awarded a $17,518,309 cost-plus-fixed-fee contract modification for aircraft engineering, procurement and fabrication. Work will be performed in Greenville, Texas, and is expected to be completed by December 2022. This contract involves 100% foreign military sales. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $17,518,309 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-18-F-4802 P00006). SES Electrical LLC, Oak Ridge, Tennessee, has been awarded an $11,298,386 firm-fixed-price contract to repair main perimeter fence. As the result of Hurricane Michael, the contract is comprised of the removal and disposal of old damaged fence, removal and disposal of previously installed temporary fencing and replacement with new approved fencing materials at specific locations identified on Tyndall Air Force Base, Florida. Work will be performed at Tyndall Air Force Base, Florida, and is expected to be completed by Sept. 30, 2020. This award is the result of a sole source 8(a) Alaska Native Corporation acquisition. Fiscal 2019 operations and maintenance funding in the amount of $11,298,386 are being obligated at the time of award. The 325th Contracting Squadron, Tyndall Air Force Base, Florida, is the contracting activity (FA4819-19-C-A033). U.S. TRANSPORTATION COMMAND Twelve companies have been awarded task orders under the following International Charter Airlift Services in Support of the Civil Reserve Air Fleet contracts: HTC71118DCC37 -- Atlas Air Inc., Purchase, New York (HTC71120F1025, HTC71120F1026; $287,285,594); Federal Express, Memphis, Tennessee (HTC71120F1027; $38,903,491); Amerijet International, Fort Lauderdale, Florida (HTC71120F1041; $2,496,649); HTC71118DCC38 -- Miami Air International, Miami, Florida (HTC71120F1028; $7,084,737); Sun Country Airlines, Eagan, Minnesota (HTC71120F1029; $3,025,704); HTC71118DCC39 -- ABX Air, Wilmington, Ohio (HTC71120F1030; $9,394,053), Air Transport International Inc., Wilmington, Ohio (HTC71120F1031; $17,450,997); Kalitta Air LLC, Ypsilanti, Michigan (HTC71120F1032; $159,942,597); Omni Air International Inc., Tulsa, Oklahoma (HTC71120F1033; $77,654,435); United Parcel Service Co., Louisville, Kentucky (HTC71120F1034; $13,710,325); Western Global Airlines, Estero, Florida (HTC71120F1035; $17,812,110); and HTC71118DCC40 -- National Airlines, Orlando, Florida (HTC71120F1036; $12,464,771). The task orders provide international long-range and short-range charter airlift services for the Department of Defense. Work will be performed globally. The task order period of performance is from Oct. 1, 2019, to Sept. 30, 2020. Type of appropriation is Fiscal 2020 transportation working capital funds. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Air Transport International, Wilmington, Ohio, has been awarded task order (HTC71120F1037) on contract HTC71118DCC16 in the estimated amount of $86,633,164. This contract provides global air charter transportation services utilizing part 121 aircraft configured to simultaneously transport both passengers and cargo. Services required include full planeload port to port airlift transportation services, commercial equivalent economy passenger services, 463L pallet cargo services, and mission coordination. Work will be performed globally. Task order period of performance is Oct. 1, 2019, to Sept. 30, 2020. Fiscal 2020 transportation working capital funds were obligated at time of award. This task order will bring the total cumulative face value of the contract to $212,167,393 from $125,534,229. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Jacobs Technology Inc., Tampa, Florida, has been awarded a contract modification (P00029) on contract HTC71117CD001 obligating funds in the amount of $22,360,471. This modification provides continued information technology service management enterprise support to the U.S. Transportation Command. Work will be performed primarily on-site at Scott Air Force Base, Illinois, and other locations: Defense Information Systems Agency Defense Enterprise Computing Center, St. Louis, Missouri; U.S. TRANSCOM Office, Washington, District of Columbia; Joint Enabling Capabilities Command, Norfolk, Virginia; and the Pentagon. The option period of performance is from Oct. 1, 2019, to Sept. 30, 2020. Fiscal 2020 transportation working capital funds, operations; and operations and maintenance funds were obligated at award. This modification brings the total cumulative face value of the contract to $74,346,425 from $51,985,954. U.S. TRANSCOM, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a maximum $109,252,327 requirements contract for supplies related to the support of the T56 family of aircraft engines. 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 five-year base contract with one five-year option period. Location of performance is Indiana, with a Sept. 30, 2024, performance completion date. Using military services are Air Force and Navy. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-20-D-9400). Woodward Inc., Loves Park, Illinois, has been awarded a maximum $113,429,656 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation turbine engine main fuel controls. This was a competitive acquisition with one offer received. This is a five-year contract with no option periods. Location of performance is Illinois, with a Sept. 20, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0133). (Awarded Sept. 28, 2019) NAVY Progeny Systems,* Manassas, Virginia, was awarded a $25,689,916 cost-plus-fixed-fee, cost-plus-incentive-fee, and cost only contract for the procurement of Navy systems engineering. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $98,044,894. Work will be performed in Middletown, Rhode Island (70%); and Manassas, Virginia (30%), and is expected to be completed by September 2021. If all options are exercised, work will continue through September 2027. Fiscal 2019 research, development test and evaluation (Navy) funding in the amount of $800,000 will be obligated at time of award. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity (N00024-19-C-6201). (Awarded Sept. 30, 2019) Systems Application and Technologies Inc.,* Oxnard, California, is awarded a $25,275,828 modification (P00016) to a previously awarded cost-plus-fixed-fee/cost contract (N68936-18-C-0046) to maintain and operate aerial and seaborne assets and associated equipment for the Pacific Targets and Marine Operations Division of the Naval Air Warfare Center, Weapons Division (NAWCWD), Point Mugu, California. Work will be performed at Naval Base Ventura County, California (85%); China Lake, California (6%); and Las Cruces, New Mexico (3%); Kauai, Hawaii (2%); Salt Lake City, Utah (2%); Lompoc, California (1%); and various locations outside the continental U.S. (1%), and is expected to be completed in September 2020. Major range and test facility base; and working capital (Navy) funds in the amount of $11,690,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The NAWCWD, Point Mugu, California, is the contracting activity. Life Cycle Engineering Inc., North Charleston, South Carolina, was awarded an $8,696,376 firm-fixed-price task order (N32253-19-F-3000) off of the SeaPort-e multiple-award contract N00178-07-D-4077 for the procurement of technical, engineering, management, programmatic, logistics, and education (TEMPLE) services at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Hawaii. This procurement of TEMPLE services will provide advisory and assistance services to various departments (C135 Quality Assurance, C200 Engineering, C300 Operations, C710 Lifting and Handling, C900T Resource and Training, and C2300 Nuclear Engineering Planning Department) at the Pearl Harbor Naval Shipyard. This task order includes one option period which, if exercised, would bring the cumulative value of this task order to $17,563,077. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by September 2020. If the option period is exercised, work will continue through September 2021. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $8,696,376 was obligated at time of award and would have expired at the end of fiscal year 2019. This task order was competitively procured via SeaPort-e, with one offer received. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. (Awarded Sept. 28, 2019) CORRECTION: The Sept. 30, 2019, announcement of a $43,889,245 delivery order (N0002419F5637) under previously awarded contract N00024-15-D-5217 to Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, for 281 Technical Insertion Sixteen (TI-16) Common Display System Variant A water-cooled and air-cooled production consoles, included the incorrect completion month. The work is expected to be complete by September 2020. All other information in the announcement is correct. CORRECTION: The Sept. 30, 2019, announcement of an $8,004,622 modification (P00006) to a previously awarded contract (N00019-19-C-0004) to Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, included an incorrect work location. The correct location is Edwards Air Force Base, California. All other information in the announcement is correct. CORRECTION: The $67,371,583 contract awarded to EMCube Inc., Alexandria, Virginia (N00030-20-C-0009), to provide services for the U.S. and United Kingdom Trident II D5 Strategic Weapon System programs and the United Kingdom Dreadnought program, was incorrectly announced on Sept. 30, 2019. The contract is being awarded Oct. 1, 2019. All other information in the announcement is correct. DEFENSE HEALTH AGENCY Alutiiq Solutions LLC, Anchorage, Alaska, has been awarded a $11,910,439 firm-fixed-price contract, HT0014-19-C-0012. This contract provides support to the Defense Health Agency for continuation of information management and information technology services at the Walter Reed National Military Medical Center, the Fort Belvoir Community Hospital, and other joint medical facilities and components within the National Capital Region. The work includes, but is not limited to, project management, application and web development, clinical informatics, information assurance, help desk, data center and network operations, system architecture and engineering, and telecommunications support. Work will be performed in Maryland and Virginia, beginning Sept. 30, 2019, with an estimated completion date of March 29, 2020. The contract includes a six-month base period. Fiscal 2019 operations and maintenance funds in the amount of $11,910,439 are obligated on this award. This was an 8(a) direct award. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1976774/source/GovDelivery/

  • Contract Awards by US Department of Defense - May 06, 2020

    May 7, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - May 06, 2020

    DEFENSE LOGISTICS AGENCY Intuitive Surgical Inc., Sunnyvale, California, has been awarded a maximum $420,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for surgical robots, instruments and their related accessories. This is a five-year contract with no option periods. This was a competitive acquisition with 105 responses received. Location of performance is California, with a May 5, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-20-D-0006). Hartford Provision Co., doing business as HPC Foodservice, South Windsor, Connecticut, has been awarded a maximum $49,473,750 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with one response received. This is a four-year contract with no option periods. Locations of performance are Massachusetts, Rhode Island and Connecticut, with a May 6, 2024, performance completion date. Using customers are Air Force, Army, Marine Corps, Navy and federal civilian agencies. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3271). The Will-Burt Co., Orrville, Ohio, has been awarded a maximum $43,186,213 fixed-price long term contract for masts. This was a competitive acquisition with one offer received. This is a five-year contract with no option periods. Location of performance is Ohio, with a May 5, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-20-D-0078). CORRECTION: The contract announced on April 29, 2020, for Raytheon Co., Andover, Massachusetts (SPRRA2-20-C-0023), for $13,688,190 was announced with an incorrect award date. The correct award date is May 4, 2020. NAVY Huntington Ingalls Industries Inc., Newport News, Virginia, is awarded an $187,126,853 modification to previously awarded contract N00024-18-C-2106 to prepare and make ready for the refueling complex overhaul (RCOH) of USS John C. Stennis (CVN 74). Work will be performed in Newport News, Virginia (65%); and Norfolk, Virginia (35%). This modification will extend the period of performance for continued advance planning efforts including material forecasting, long lead time material procurement, purchase order development, technical document and drawing development, scheduling, resource forecasting and planning, development of cost estimates for work to be accomplished, data acquisition, pre-overhaul tests and inspections, pre-overhaul preparations, refueling preparations and other technical studies as required to prepare and make ready for the CVN 74 RCOH accomplishment. Work is expected to complete by January 2021. This modification constitutes the award of an existing option for an additional six months of effort. The original contract and this modification will be accomplished by Huntington Ingalls Industries Inc., Newport News, Virginia, under the authority of 10 U.S. Code 2304(c)(1). Huntington Ingalls Industries Inc. is the original building yard contractor for all ships of the CVN-68 class, the reactor plant planning yard, the lead design refueling yard and the only private shipyard capable of refueling and overhauling nuclear powered aircraft carriers. Therefore, it is the only source with the knowledge, experience and facilities required to accomplish this effort in support of the CVN 74 RCOH. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $187,126,853 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. The Boeing Co., Seattle, Washington, is awarded a $29,059,944 modification (P00172) to previously awarded firm-fixed-price contract N00019-14-C-0067 for the production and delivery of 10 P-8A A-kits, 10 turret deployment units and eight mechanism units in support of Lot 10 P-8A production aircraft. Work will be performed in Seattle, Washington (91%); and Mesa, Arizona (9%), and is expected to be complete by January 2024. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $29,059,944 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. W.M. Jordan Co. Inc., Newport News, Virginia, is awarded $26,929,000 for firm-fixed-price task order N40085-20-F-5271, under a multiple award construction contract for the design-build repair and renovation of Bachelor Enlisted Quarters Building (BEQB) 3609, Joint Expeditionary Base, Little Creek-Fort Story, Virginia. Work will be performed in Virginia Beach, Virginia. The work will provide for the design and construction renovation of BEQB 3609 to meet current quality standards and facility criteria for unaccompanied housing for the Navy. The site and building will be modified to meet anti-terrorism force protection requirements. Major building systems such as plumbing, heating, ventilation, and air condition, electrical and fire protection will be replaced with new systems. Work is expected to be complete by October 2022. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $26,929,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9089). L3 Adaptive Methods Inc., Centreville, Virginia, is awarded a $12,719,770 cost-plus-fixed-fee and cost contract for engineering services and capability development in support of the Undersea Warfare and Surface Warfare systems. Work will be performed in Keyport, Washington (30%); Centreville, Virginia (25%); Rockville, Maryland (15%); Manassas, Virginia (10%); Herndon, Virginia (5%); Dahlgren, Virginia (5%); Newport, Rhode Island (5%); Austin, Texas (1%); Moorestown, New Jersey (1%); Honolulu, Hawaii (1%); Fairfax, Virginia (1%); and Laurel, Maryland (1%), and is expected to be complete by April 2021. If all options are exercised, work will continue through April 2025. This contract includes options which, if exercised, would bring the cumulative value of this contract to $69,458,660. This contract combines purchases for the Navy (98%) and the government of Japan (2%) under the Foreign Military Sales (FMS) program. Fiscal 2020 research, development, test and evaluation (Navy); 2020 operations and maintenance (Navy); 2020 shipbuilding and conversion (Navy); and FMS Japan funding in the amount of $6,142,292 will be obligated at time of award. Funding in the amount of $1,191,829 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Section 1709 of the 2018 National Defense Authorization Act that modifies 15 U.S. Code 638(r), this Small Business Innovative Research Phase (SBIR) III contract is being awarded to L3 Adaptive Methods Inc., which is the same firm that was competitively selected for the SBIR Phase I and II awards. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-5211). The Boeing Co., Seattle, Washington, is awarded a $7,039,596 cost-plus-fixed-fee order (N00019-20-F-0647) against previously issued basic ordering agreement N00019-16-G-0001. This order procures non-recurring engineering for the design, fabrication and correction of deficiencies required for the delivery and installation of retrofit kits for Navy P-8A aircraft with Increment 3 Engineering Change Proposal (ECP) 6 capabilities. Work will be performed in Puget Sound, Washington. The P-8A ECP 6 provides a significant modification to the baseline aircraft, installing new airframe racks, radomes, antennas, sensors and wiring, while incorporating a new combat system suite with an improved computer processing and security architecture capability at the higher than secret level, a wide band satellite communication system, an anti-submarine warfare signal intelligence capability, a minotaur track management system and additional communications and acoustics systems to enhance search, detection and targeting capabilities. Work is expected to be complete by May 2021. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $7,039,596 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. ARMY Stantec Consulting Services Inc., Lexington, Kentucky, was awarded a $45,000,000 firm-fixed-price contract for U.S. Army Corps of Engineers Dam Safety Modification Mandatory Center of Expertise, national dam and levee safety, and geotechnical services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of May 5, 2025. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-20-D-0010). Thomas Instrument Inc.,* Brookshire, Texas, was awarded an $8,788,301 firm-fixed-price contract for maintenance and overhaul of UH-60 Blackhawk helicopters. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of May 6, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0368). AIR FORCE Space Exploration Technologies Corp., Hawthorne, California, has been awarded an $8,904,146 firm-fixed-price modification (P00007) to contract FA8811-19-C-0004 for non-National Security Space (NSS) Fleet surveillance. This contract provides for non-NSS Fleet surveillance efforts across the Space Exploration family of launch vehicles for non-NSS missions. The location of performance is Hawthorne, California; Vandenberg, California; and Cape Canaveral Air Force Space Station, Florida. The work is expected to be completed by Nov. 8, 2020. Fiscal 2019 missile procurement funds in the amount of $2,226,037; and fiscal 2019 space procurement funds in the amount of $6,678,110 will be obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-19-C-0004). AT&T Government Solutions Inc., Oakton, Virginia; and El Segundo, California, has been awarded a $8,449,798 modification (P00047) to contract FA8819-15-F-0005 for continued mission support services to the Space Force, Air Force Space and Missile Systems Center, Special Programs Directorate. Work will be performed at Los Angeles Air Force Base, California; and Colorado Springs, Colorado, and is expected to be completed by Jan. 31, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,976,668; fiscal 2020 operations and maintenance funds in the amount of $453,295; and fiscal 2019 Space production funds in the amount of $76,500 are being obligated at the time of award. Total cumulative face value of the contract is $54,074,819. The Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2178741/source/GovDelivery/

  • Boeing secures $2.38 billion contract for 15 additional U.S. Air Force KC-46A tankers
All news