Back to news

January 16, 2020 | International, Land

Raytheon awarded $9M to maintain HARM weapons for Morocco, Turkey, U.S.

ByChristen McCurdy

Jan. 15 (UPI) -- Raytheon inked a $9 million deal to maintain high-speed anti-radiation missiles, known as HARM, for the Air Force, the government of Morocco and the government of Turkey, according to the Pentagon.

The agreement funds repair and sustainment services for 155 missiles owned by Turkey, Morocco and the United States.

The AGM-88 high-speed anti-radiation missile is a joint U.S. Navy and Air Force program developed by the Navy and Raytheon..

The 800-pound missile can operate in preemptive, missile-as-sensor and self-protect modes and was developed to suppress or destroy surface-to-air missile radar and radar-directed air defense systems

In July Raytheon received $17.8 million to develop computers to launch HARM weapons, and in 2017 in the contractor was awarded $17 million to deliver a targeting system for the program.

Foreign military sales funds in the amount of $251,665, and Air Force funds in the amount of $8.24 million are obligated at the time of the award.

Work will be performed in Tucson, Ariz., and is expected to be completed in December 2020.

https://www.upi.com/Defense-News/2020/01/15/Raytheon-awarded-9M-to-maintain-HARM-weapons-for-Morocco-Turkey-US/5811579137062/

On the same subject

  • Contract Awards by US Department of Defense - November 20, 2019

    November 20, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 20, 2019

    DEFENSE LOGISTICS AGENCY Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $379,377,099 firm-fixed-price requirements contract for maintenance, repair and consumable material support for the V-22 platform. 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. Locations of performance are Maryland, Texas and Pennsylvania, with a Nov. 20, 2024, performance completion date. Using military services are 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 Aviation, Philadelphia, Pennsylvania (SPE4AX-20-D-9401). The Boeing Co., St. Louis, Missouri, has been awarded a maximum $232,003,560 firm-fixed-price delivery order (SPRPA1-20-D-000U) against a five-year basic ordering agreement (SPRPA1-14-D-002U) for the AH64 CH47 Global Material Support Program. 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 four-year option period. Locations of performance are Missouri and Arizona, with a Nov. 18, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. MOOG Inc., East Aurora, New York, has been awarded a maximum $13,658,400 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation pneumatic accumulators. This was a limited competitive acquisition with two offers received. This is a five-year contract with no option periods. Location of performance is New York, with a Nov. 1, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0007). NAVY Lockheed Martin Corp., Rotary and Mission Systems, Orlando, Florida, is awarded a $92,205,970 firm-fixed-price modification (P00008) to a previously awarded cost-plus-fixed-fee, cost reimbursable contract (N68335-18-C-0681). This modification exercises an option to procure 34 electronic Consolidated Automated Support System (eCASS) units to include 32 for the Navy and two for the government of Kuwait. Additionally, this modification procures eCASS related equipment such as self-maintenance and test/calibration operational test program sets, calibration equipment suites/kits, rack rail kits, shore installation kits and ship installation kits in support of the Navy and the government of Kuwait. Work will be performed in Orlando, Florida, and is expected to be completed in December 2022. Fiscal 2018, 2019 and 2020 aircraft procurement (Navy); and Foreign Military Sales funds in the amount of $92,205,970 will be obligated at time of award, $641,592 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Raytheon Missile Systems, Tucson, Arizona, is awarded an $84,769,892 fixed-price-incentive (firm target) and firm-fixed-price contract modification to previously-awarded contract N00024-19-C-5418 to exercise options in support of the fiscal 2020 Evolved Sea Sparrow Missile (ESSM) Block 2 low rate initial production (LRIP) requirements. This contract modification will procure the remaining materials in support of the ESSM FY20 LRIP Lot 3 all up rounds and spares requirements. The ESSM program is an international cooperative effort to design, develop, test and procure ESSM missiles. The ESSM provides enhanced ship defense. Work will be performed in Tucson, Arizona (50%); Richmond, Australia (6%); Raufoss, Norway (6%); Andover, Massachusetts (5%); Mississauga, Canada (4%); Ottobrunn, Germany (3%); Hengelo Ov, Netherlands (3%); Grand Rapids, Michigan (3%); San Jose, California (2%); Ottawa, Canada (2%); Aranjuez, Spain (2%); San Diego, California (2%); Koropi Attica, Greece (2%); Hopewell Junction, New York (1%); Ankara, Turkey (1%); Westlake Village, California (1%); Eight Mile Plains Brisbane, Australia (1%); Grenaa, Denmark (1%); Torrance, California (1%); Canton, New York (1%); Minneapolis, Minnesota (1%); Newmarket, Canada; Lystrup, Denmark; Milwaukie, Oregon; and Cincinnati, Ohio, are less than 1% each and make up the remaining 2%. Work is expected to be complete by June 2023. Fiscal 2020 weapons procurement (Navy) funding in the amount of $84,769,892 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract modification was not competitively procured in accordance with 10 U.S. Code 2304(c)(4). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $56,255,635 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract to exercise the second option period for base operating support services at Camp Lemonnier, Djibouti. The work to be performed provides for all management and administration, public safety, galley, ordnance, air operations, fire and emergency services, bachelor quarters, housing, pest control, integrated solid waste, base support vehicles and equipment, custodial, electrical, water, wastewater, port operations, supply, morale-welfare-recreation, facilities investment and environmental services to provide base operating support services. After award of this option, the total cumulative contract value will be $188,808,738. Work will be performed at various installations in the territory of Djibouti, Africa, and other areas within Africa, and work is expected to be completed November 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance, (Navy), contract funds in the amount of $56,255,635 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Europe Africa Central, Naples, Italy, is the contracting activity (N62470-17-D-4012). Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $54,597,891 cost-plus-incentive-fee contract modification to previously awarded contract N00024-17-C-6259 to exercise and fund options for Navy equipment, production support and required long lead materials. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be complete by September 2021. Fiscal 2020 other procurement (Navy); and 2019 shipbuilding and conversion (Navy) funding in the amount of $46,832,561 will be obligated at the time of award and will not 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. SeaFix Inc., Saipan, Marianas Protectorate, is awarded a not-to-exceed $15,214,417 firm-fixed-price, cost-reimbursement, indefinite-delivery/indefinite-quantity contract with a four-year ordering period for Navy Watercraft Afloat Maintenance Services. This contract provides for full range of logistics support services to include maintenance and associated material management for Afloat Navy Lighterage in support of the Marine Corps Prepositioning Program and deployed forces world-wide. This contract includes one six-month option period which, if exercised, would bring the cumulative value of this contract to $18,930,294. Work will be performed outside the continental U.S. aboard Military Sealift Command Ships (98%), primarily in Guam, Saipan, Diego Garcia and South Korea; and in Jacksonville, Florida (2%). Work is expected to be completed Jan. 14, 2024. If all options are exercised, work will continue through July 14, 2024. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. This contract was competitively solicited and procured via the Federal Business Opportunity website as a total HUBZone set-aside, with two offers received. The Marine Corps, Blount Island Command, Jacksonville, Florida, is the contracting activity (M67004-20-D-0002). Northrop Grumman Systems Corp., Baltimore, Maryland, is awarded a $13,046,971 modification for the firm-fixed-price portion of a previously awarded contract (M67854-19-C-0043). This modification is for the purchase of gallium nitride full rate production diminishing manufacturing sources and communications equipment group shelter integration in Lot One in support of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Baltimore, Maryland, and is expected to be complete by May 2, 2022. Fiscal 2020 procurement (Marine Corps) funds in the amount of $13,046,971 will be obligated at the time of award and will not expire at the end of the current fiscal year. The contract modification was not competitively procured. The base contract was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-C-0043). BAE Systems Jacksonville Ship Repair, Jacksonville, Florida, is awarded an $11,161,336 cost-plus-award-fee modification to previously-awarded contract N00024-16-C-2302 to exercise options for the USS Billings (LCS 15) post-shakedown availability. Post-shakedown availabilities (PSA) are accomplished within a period of approximately 10-16 weeks between the time of ship custody transfer to the Navy and the shipbuilding and conversion (Navy) funding obligation work limiting date. The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA. The work to be performed will include correction of government-responsible trial card deficiencies, new work identified between custody transfer and the time of PSA and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. Work will be performed in Jacksonville, Florida, and is expected to be completed by January 2021. Fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $1,431,018; fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $1,431,015; and fiscal 2020 other procurement (Navy) funding in the amount of $202,227 will be obligated at time of 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. Melwood Horticultural Training Center Inc., Upper Marlboro, Maryland, is awarded an $8,639,459 indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of Option Four under an IDIQ contract for custodial services at U.S. Naval Academy complex. The work to be performed provides for custodial services such as trash removal, cleaning, vacuuming, floor cleaning and scrubbing, re-lamping, specialized cleaning of the John Paul Jones Crypt, and basketball floor installation and removal. After award of this option, the total cumulative contract value will be $41,707,319. Work will be performed in Annapolis, Maryland. This option period is from December 2019 to November 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance, (Navy) contract funds in the amount of $8,639,459 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Washington, Public Works Department, Annapolis, Maryland, is the contracting activity (N40080-16-D-0303). ARMY SAF Inc.,* Akron, Ohio (W91237-20-D-0001); and A&H - AMBICA JV LLC,* Livonia, Michigan (W91237-20-D-0002), will compete for each order of the $49,000,000 firm-fixed-price contract for an indefinite-delivery contract for design-build and design-bid-build construction projects. 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 Nov. 18, 2024. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. SIG Sauer Inc., Newington, New Hampshire, was awarded a $10,000,000 firm-fixed-price contract for procurement of .300 Winchester Magnum Ammunition. 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 Sept. 30, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-D-0003). CSRA,* Huntsville, Alabama, was awarded a $9,178,300 modification (0029 42) to contract W31P4Q-05-A-0028 for non-standard rotary wing aircraft project office systems engineering and technical assistance support services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 19, 2020. Fiscal 2020 Foreign Military Sales funds in the amount of $9,178,300 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AIR FORCE CORRECTION: The Nov. 13, 2019, announcement of a $32,266,994 modification to ManTech International Inc., Fairfax, Virginia, exercising Option Year One to previously awarded contract FA8819-18-C-1001 for security support, included the wrong modification number. The correct modification number is P00018. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2021006/source/GovDelivery/

  • Contract Awards by US Department of Defense - September 13, 2019

    September 16, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 13, 2019

    ARMY Raytheon Co., McKinney, Texas, was awarded a $427,298,588 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for procurement of Common Sensor Payload systems, spare parts and engineering and system support services. One bid was were solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 12, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-19-D-0005). Honeywell International Inc., Phoenix, Arizona, was awarded a $46,965,295 firm-fixed-price contract for overhaul and repair of the T55-GA-714A engine. Bids were solicited via the internet with one received. Work will be performed in Phoenix, Arizona, with an estimated completion date of Sept. 30, 2020. Fiscal 2010 Army working capital funds in the amount of $46,965,295 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0051). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $24,397,228 modification (P00261) to contract W56HZV-15-C-0095 to provide total package fielding for the Joint Light Tactical Vehicle. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 30, 2020. Fiscal 2019 other procurement, Army funds in the amount of $24,397,228 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Great Lakes Dredge and Dock Co. LLC, Oak Brook, Illinois, was awarded a $15,577,450 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Saint Marys, Georgia, with an estimated completion date of April 15, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $15,580,450 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-19-C-0029). Pontchartrain Partners LLC,* New Orleans, Louisiana, was awarded a $9,956,700 firm-fixed-price contract for mobilization and demobilization, clearing and grubbing, stripping, containment dike construction, interior and semi-compacted berm construction, demolition and construction of drop-outlet structure, turfing, and as-built drawings. Bids were solicited via the internet with two received. Work will be performed in Corpus Christi, Texas, with an estimated completion date of Dec. 31, 2020. Fiscal 2019 civil construction funds in the amount of $9,956,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0016). PAF Electrical Inc., Portland, Oregon, was awarded a $7,393,100 firm-fixed-price contract for the delivery of four generator step up power transformers and accessories to Fort Randall power plant in Pickstown, South Dakota. Bids were solicited via the internet with eight received. Work will be performed in Pickstown, South Dakota, with an estimated completion date of Dec. 31, 2023. Fiscal 2019 civil construction funds in the amount of $7,393,100 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-19-C-0035). DEFENSE LOGISTICS AGENCY Philips Healthcare Informatics Inc., Pleasanton, California, has been awarded a maximum $400,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for digital imaging network picture archiving communications system products and maintenance. This was a competitive acquisition with ten offers received. This is the seventh contract competitively awarded under the open solicitation, SPE2D1-15-R-0004. This is a five-year base contract with one five-year option period. Locations of performance are California, and other areas located within and outside the continental U.S., with a Sept. 12, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0036). Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $92,000,000 firm-fixed-price, 15-month bridge contract for facilities maintenance, repair and operations items. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Hawaii, Guam and New Jersey, with a Dec. 14, 2020, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-19-D0015). AJ Wholesale Produce Inc.,* Sheboygan, Wisconsin, has been awarded a maximum $48,600,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with four responses received. This is a 54-month contract with no option periods. Locations of performance are Michigan and Wisconsin, with a March 9, 2024, performance completion date. Using customers are Department of Agriculture schools and Reservations. 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-S734). Northrop Grumman Systems Corp., Oklahoma City, Oklahoma, has been awarded a minimum $42,838,512 firm-fixed-price, indefinite-quantity contract for the manufacture of B-2 hot trailing edge production units. This is 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 four-year base contract with one five-year option period. Locations of performance are Oklahoma, Ohio, Missouri, and California, with an Oct. 1, 2024, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-19-D-0001). Moog Inc., Elma, New York, has been awarded a maximum $41,773,400 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation cylinder assemblies. This was a competitive acquisition with one offer received. This is a five-year contract with no option periods. Location of performance is New York, with a Sept. 1, 2024, 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-0121). Raytheon Co., Andover, Massachusetts, has been awarded a maximum $23,774,837 firm-fixed-price contract for traveling wave tubes. 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 one-time procurement contract with no option periods. Location of performance is Massachusetts, with a Jan. 31, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-C-0061). AIR FORCE ITility LLC, Herndon, Virginia (FA5641-19-DA-006); ValidaTek Inc., McLean, Virginia (FA5641-19-DA-007); and CAE USA Mission Solutions Inc., Tampa, Florida (FA5641-19-DA-008), have been awarded a $95,000,000 indefinite-delivery/indefinite-quantity contract for advisory and assistance services. This contract provides for technical and analytical services to support and improve policy development, decision making, management, administration, and systems operation. Work will be performed primarily at Headquarters U.S. Air Forces in Europe (USAFE), USAFE bases, USAFE geographically separated units, U.S. European Command, U.S. Africa Command, and U.S. Army in Europe, including Installation Management Command and is expected to be completed by Sept. 12, 2026. This contract is the result of a competitive acquisition and eleven offers received. Fiscal 2019 operation and maintenance funds in the amount of $2,500 are being obligated for each awardee at the time of the award. The 764th Specialized Contracting Squadron, Ramstein Air Base, Germany, is the contracting activity. Rand and Jones Enterprises Co., Inc., Buffalo, New York, has been awarded a $9,500,000 indefinite-delivery/indefinite-quantity contract for a Simplified Acquisition of Base Engineering Requirements (SABER) contract for completion of minor, non-complex construction projects requiring minimum design. This contract consists of a number of general construction disciplines including, but not limited to, plumbing, masonry, electrical, mechanical, carpentry, architectural, painting and HVAC. Work will be performed at Rome, Newport and Stockbridge, New York, and is expected to be completed by Sept. 12, 2024. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 research and development funds will be used and no funds are being obligated at the time of the award. The Air Force Research Laboratory Specialized Acquisition & Operational Contracting Branch, Rome, New York, is the contracting activity. NAVY Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $57,462,554 cost-plus-fixed-fee modification to a previously awarded contract N00024-17-C-6327 to exercise options for engineering support services for the Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare Increment One Block One (I1B1) Systems full-rate production in support of the Expeditionary Warfare program office. This option exercise is for Engineering Support Services for Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) to introduce new technologies; address diminishing material and depot repairs to keep JCREW systems viable for future production; and maintain operational readiness for the field. Work will be performed in San Diego, California, and is expected to be complete by September 2020. Fiscal 2019 research, development, test, and evaluation funding in the amount of $2,971,124; and 2019 other procurement (Navy) funding in the amount of $1,406,871 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. American Petroleum Tankers LLC, Blue Bell, Pennsylvania, is awarded a $31,548,000 modification under a previously awarded firm-fixed-price contract N62387-15-C-5405 to fund the fourth one-year option period. The option will continue to provide one U.S. flagged Jones Act tanker (M/T Empire State), for the transportation of petroleum product in support of the Defense Logistics Agency–Energy in accordance with the terms of the charter. The vessel is capable of deployment to worldwide locations. The current contract includes a one-year firm period of performance, three one-year option periods and one 11-month final option period. Work will be performed worldwide, and is expected to be completed by Aug. 20, 2020. The option will be funded by transportation working capital funds for fiscal 2019 and 2020. Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N62387-15-C-5405). University of Washington, Seattle, Washington, is awarded an $11,882,737 cost-plus-fixed-fee contract, which includes one unexercised option task valued at $792,524, for the statement of work, "Backbone Components of an Arctic Mobile Observing System: seagliders, floats, SA and C2." Work will be performed in Seattle, Washington, and is expected to be completed September 2024. Fiscal 2019 research, development, test, and evaluation (Navy) funds for $1,839,015 will be obligated at time of award, none of which will expire at end of current fiscal year. This contract was competitively procured under N00014-19-S-B001, entitled "Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science & Technology." Since proposals will be received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-19-C-2076). DEFENSE INFORMATION SYSTEMS AGENCY Iridium Government Services LLC., Tempe, Arizona, was awarded a non-competitive, firm-fixed price contract on Sept. 13, 2019, for unlimited access to Iridium's global commercial satellite network for enhanced mobile satellite airtime communication services. The original solicitation was issued on the basis of other than full and open competition pursuant to 10 U.S. Code 2304(c)(1), only one responsible source and no other type of supplies or services would satisfy agency requirements. The face value of this action is $16,666,666 funded by fiscal 2019 defense working capital funds. The total cumulative face value of the contract is $738,500,000. Performance will be at the contractor's facility. The period of performance is seven years, from Sept. 15, 2019, through Sept. 14, 2026. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-19-C-0006). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Exquadrum Inc., Adelanto, California, has been awarded a $9,810,053 cost-plus-fixed-fee modification (P00003) exercising the option period on previously awarded HR0011-18-C-0138 for a Defense Advanced Research Projects Agency research program. Fiscal 2019 research and development funds in the amount of $2,400,000 are being obligated at the time of award. Work will be performed in Adelanto, California (58%); and Huntsville, Alabama (42%), with an estimated completion date of August 2020. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. U.S. TRANSPORTATION COMMAND JAR Assets LLC, Mandeville, Louisiana, has been awarded a contract modification, P00026, on contract HTC711-16-C-W001 in the estimated amount of $8,869,099. This modification provides continued transportation of bulk jet fuel and marine diesel fuel by tug and barge for the Defense Logistics Agency. Work will be performed at ports and points along the inland waterways and Gulf Coast locations in the Gulf Region. The option period of performance is from Oct. 1, 2019, to Sept. 30, 2020. Fiscal 2020 defense working capital funds will be obligated at the start of performance. This modification brings the total cumulative estimated face value of the contract from $35,011,884 to $43,880,983. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1960562/source/GovDelivery/

  • Harker: Navy Planning New Multi-Year Destroyer Buy - USNI News

    June 28, 2021 | International, Naval

    Harker: Navy Planning New Multi-Year Destroyer Buy - USNI News

    The Navy plans to enter into another multi-year contract for the Arleigh Burke-class Flight III destroyers, the acting secretary confirmed to Congress today. The service will sign a contract for Fiscal Year 2023 through 2027, acting Navy Secretary Thomas Harker told the Senate Appropriations defense subcommittee. “Multi-year contracts are very important to us. We do …

All news