Back to news

May 23, 2024 | International, Aerospace

Replicator drones already being delivered, Pentagon says

The program meant to counter China by helping the Pentagon quickly buy thousands of drones. It's nearing the halfway point of an August 2025 deadline.

https://www.c4isrnet.com/pentagon/2024/05/23/replicator-drones-already-being-delivered-pentagon-says/

On the same subject

  • Contract Awards by US Department of Defense - December 16, 2019

    December 17, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 16, 2019

    DEFENSE LOGISTICS AGENCY The Boeing Co., St. Louis, Missouri, has been awarded a maximum $835,737,596 modification (P00105) exercising the five-year option period of a five-year base contract (SPRPA1-14-D-002U) with one five-year option period for performance-based support of consumable items for various aviation platforms. This is a fixed-price-incentive firm contract. Location of performance is Missouri, with a Sept. 16, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Sysco Hampton Roads, Suffolk, Virginia, has been awarded a maximum $90,716,317 fixed-price with economic-price-adjustment, indefinite-quantity contract for perishable and semi-perishable subsistence supplies. This was a sole-source acquisition in accordance with 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 363-day bridge contract with no option periods. Location of performance is Virginia, with a Dec. 11, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 and 2021 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3241). (Awarded Dec. 12, 2019) Pomp's Tire Service Inc., New Berlin, Wisconsin, has been awarded a maximum $15,046,656 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for pneumatic tire and wheel assemblies. This was a competitive acquisition with one offer received. This is a three-year contract with no option periods. Location of performance is Wisconsin, with a Dec. 16, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0014). Puerto Rico Industries for the Blind Corp.,** Mayaguez, Puerto Rico, has been awarded a maximum $11,036,311 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for flame resistant jackets. This was a competitive acquisition with three responses received. This is a one-year base contract with four one-year option periods. Location of performance is Puerto Rico, with a Dec. 15, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1219). UPDATE: Atlantic Diving Supply Inc., doing business as ADS Inc., Virginia Beach, Virginia (SPE8EC-20-D-0052), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0005 announced April 5, 2017. ARMY Johnson Controls Building Automation Systems LLC, Huntsville, Alabama, was awarded a $400,000,000 firm-fixed-price contract for utility monitoring and control systems. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 19, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-20-D-0041). Lockheed Martin Corp., Orlando, Florida, was awarded a $64,736,518 modification (P00031) to contract W58RGZ-16-C-0008 for the Modernized Target Acquisition Designation Sight Pilot Night Vision Sensor Performance Based Logistics program sustainment, support elements, system components, test equipment and the supply retrograde infrastructure. Work will be performed in Orlando, Florida, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 Army working capital funds in the amount of $64,736,518 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Attain LLC,* McLean, Virginia, was awarded a $30,492,418 modification (BA07 27) to contract W91QUZ-11-D-0016 to acquire and retain contractor employees with technical experience. Work will be performed in Picatinny Arsenal, New Jersey, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 cost-plus-fixed-fee funds in the amount of $ 8,174,474 other procurement, Army funds were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. MGS Construction Services Inc.,* Sallisaw, Oklahoma (W911SA-20-D-2000); Ryan Herring Construction Inc.,* Lawton, Oklahoma (W911SA-20-D-2001); and A&J Construction Management LLC,* Springdale, Arizona (W911SA-20-D-2002) will compete for each order of the $15,000,000 firm-fixed-price contract for parts, labor, tools, equipment, materials, transportation and supervision necessary to perform design-build projects. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 15, 2024. U.S. Army Mission and Installation Contracting Command, Fort McCoy, Wisconsin, is the contracting activity. NAVY General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $299,886,600 cost-plus-incentive-fee and cost-plus-fixed-fee contract (N00030-20-C-0005) for fiscal 2020 through 2023 U.S. and United Kingdom Trident II (D-5) Fleet Ballistic Missile Submarines Fire Control System, Guided Missile Submarines Attack Weapon Control System, and Support Equipment Rework Facility support. Work will be performed in Pittsfield, Massachusetts (90%); Kings Bay, Georgia (3.0%); Bangor, Washington (2.0%); Dahlgren, Virginia (2.0%); Cape Canaveral, Florida (1.0%); Puget Sound Naval Shipyard, Washington (1.0%); and Norfolk Naval Shipyard, Virginia (1.0%). Work is expected to be completed Dec. 30, 2024. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $9,061,163, fiscal 2020 other procurement (Navy) funds in the amount of $14,907,880, fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $1,006,230, and United Kingdom funds in the amount of $8,890,232 are being obligated on this award. Of this amount, $10,067,393 will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole source basis in accordance to 10 U.S. Code 2304(c)(1) and (4) and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin, Manassas, Virginia, is awarded a $27,681,322 cost-plus-fixed-fee and cost-only modification to previously-awarded contract N00024-19-C-6400 to exercise options for systems engineering and integration on Navy submarines. This option exercise is for engineering and technical services and includes all material travel, subsistence and incidental material in support of those services. Work will be performed in Manassas, Virginia (68%); Groton, Connecticut (10%); Waterford, Connecticut (10%); Middletown, Rhode Island (7%); and Newport, Rhode Island (5%), and is expected to be completed by December 2020. Fiscal 2018 shipbuilding and conversion (Navy) and fiscal 2020 research, development, test and evaluation funding in the amount of $7,198,430 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. Motorola Solutions Inc., Chicago, Illinois, is awarded a $23,803,734 firm-fixed-price contract for lifecycle sustainment of the enterprise land mobile radio system for Naval Facilities Engineering Command anti-terrorism/force protection ashore program systems at various Navy installations worldwide. The work to be performed provides for preventive maintenance of hardware and software; response and resolution of service calls for corrective maintenance to include equipment repair, overhaul, or replacement, asset and configuration management, password management and software upgrade installation. The contract also contains four unexercised options, which if exercised would increase cumulative contract value to $93,614,301. Work will be performed worldwide, and is expected to be completed by December 2020. If all options are exercised, work will continue through June 2023. Fiscal 2020 operations and maintenance, (Navy) contract funds in the amount of $23,803,734 are obligated on this award and will expire at the end of the current fiscal year. This contract was solicited on a sole-source basis. Statutory authority for the use of other than full and open competition is found at 10 U.S. Code 2304 (c)(1) as implemented by Federal Acquisition Regulation 6.302-1(iii), only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-C-2214). AIR FORCE ViaSat Inc., Carlsbad, California, has been awarded a $93,000,000 indefinite-delivery/indefinite-quantity contract to provide AN/PRC-161 Handheld Link 16 radios, ancillaries and associated training to special warfare operators. Work will be performed at Carlsbad, California, and is expected to be completed by Dec. 31, 2023. This contract is awarded on a non-competitive basis. Fiscal 2020 other procurement funds are being used and no funds are being obligated at the time of the award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8629-20-D-5000). Able Aerospace Services Inc., Mesa, Arizona, has been awarded a $9,405,053 requirements contract for the overhaul of the dynamic components on the TH-1H helicopter. This contract provides for the overhaul of the dynamic components associated with the TH-1H helicopter which is used to train and develop pilot skills. The dynamic components provide power-train and aerodynamic functionality to the flight characteristics of the aircraft. Work will be performed at Mesa, Arizona, and is expected to be completed by Dec 15, 2024. This award is the result of a competitive acquisition and one offer was received. Fiscal 2020 defense working capital funds are being used and no funds are being obligated at the time of the award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-20-D-0004). Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a not-to-exceed $9,111,111 predominantly firm-fixed-price undefinitized contract to provide technical security team support services in support of the Pakistan F-16 program. Work will be performed in Pakistan and is expected to be complete by June 18, 2020. This contract involves 100% foreign military sales to Pakistan. This award is the result of a sole-source acquisition. Foreign military sales funds of $4,464,444 are being obligated at the time of award. The Air Force Life Cycle Management Center, Air Force Security Assistance and Cooperation Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8630-20-C-5020). DEFENSE HEALTH AGENCY Cape Fox Facilities Services LLC, Manassas, Virginia, was awarded a three-year contract (one-year base and two option periods) with an estimated value of $19,500,300. This contract supports the Defense Health Agency, Deputy Assistant Director for Information Operations, Solutions Delivery Division. The contractor shall perform all activities within the scope of this contract under the construct of the Information Technology Infrastructure Library (ITIL), specifically the service operation and service transition domains. This initiative supports all operations and maintenance activities for the applications listed below under the ITIL construct. The seven applications are as follows: MHS Management Analysis and Reporting Tool, Patient Encounter Processing and Reporting, Electronic Surveillance System for the Early Notification of Community-based Epidemics, Protected Health Information Management Tool, Business Objects Common Services, Defense Medical Human Resources System - Internet and the Expense Assignment System. The contract was awarded on a sole source basis as authorized and in accordance with Section 8(a) of the Small Business Act (15 U.S. Code 637(a)(1)). The location of performance is inside the U.S. The base year is funded with fiscal 2020 operations and maintenance funding in the amount of $8,065,200. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity (HT0011-20-C-0001). MISSILE DEFENSE AGENCY The Boeing Co., Huntsville, Alabama, is being issued a $15,800,000 modification (P00024) to a previously awarded contract, HQ0277-18-C-0003. The value of this contract is increased from $62,361,210 to $78,161,210. Under this modification, the contractor will demonstrate a successful transition of fiber combined laser technology from the Massachusetts Institute of Technology–Lincoln Laboratory. The work will be performed in Huntington Beach, California. The period of performance is extended from March 31, 2020, until March 31, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $3,000,000 are being obligated at the time of award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity. *Small Business **Small business in historically underutilized business zones https://www.defense.gov/Newsroom/Contracts/Contract/Article/2041268/source/GovDelivery/

  • New Requirements Point To Clean-Sheet Jet Trainer Designs

    November 12, 2021 | International, Aerospace

    New Requirements Point To Clean-Sheet Jet Trainer Designs

  • Contract Awards by US Department of Defense - May 9, 2019

    May 10, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - May 9, 2019

    AIR FORCE United Launch Services, Centennial, Colorado, has been awarded a $149,376,775 firm-fixed-price modification (P00002) to previously awarded contract FA8811-19-C-0002 for National Security Space Launch Delta IV heavy launch services. This modification provides for launch vehicle production services for National Reconnaissance Office (NRO) Launch Mission Two, the second of three planned NRO launch missions under this contract. Work will be performed in Centennial, Colorado; Decatur, Alabama; and Cape Canaveral Air Force Station, Florida, and is expected to be complete by December 2022. This modification brings the total cumulative face value of the contract to $449,813,010. Fiscal 2019 missile procurement funds in the amount of $139,028,436 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. Systems & Technology Research,* Woburn, Massachusetts, has been awarded a $28,680,552 cost-plus-fixed-fee contract for research, development, operations and maintenance. This contract provides for the Dynamic Exploitation Modeling for Operational Systems (DEMOS) program, with an objective to implement automated tools for generating indications and warning and transition prototype systems to operational end users for a variety of missions. Work will be performed in Woburn, Massachusetts, and is expected to be complete by July 26, 2023. Fiscal 2018 and 2019 (Office of the Secretary of Defense) research, development, test and evaluation funds in the amount of $4,955,000; and fiscal 2019 (Defense Intelligence Agency) operations and maintenance funds in the amount of $700,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-1030). UPDATE: An $18,300,000 contract announced on March 28, 2019, to Merex Aircraft Co. Inc., Camarillo, California (FA8212-19-D-0001), for the acquisition of A-10 flap assemblies has been terminated due to a bid protest. CORRECTION: The contract announced on May 2, 2019, for Engility Corp., Andover, Massachusetts (FA8650-19-C-6024), for research and development, included an incorrect award amount, as did a subsequent correction. The correct award amount is $58,296,527. DEFENSE INTELLIGENCE AGENCY Engility Corp., Chantilly, Virginia was awarded an indefinite-delivery/indefinite-quantity contract (HHM402-19-D-0003) with a maximum ceiling value of $106,000,000 for exploitation management support services to the Defense Intelligence Agency's (DIA) National Media Exploitation Center (NMEC), Bethesda, Maryland. This contract has a five-year base ordering period and five one-year options, with a June 1, 2019, start date and a potential completion date of May 31, 2029. Through this award, DIA will procure document and media management, program support, and related intelligence support services for NMEC. Work is to be performed in the National Capital Region. Fiscal 2019 operations and maintenance funds in the amount of $5,474,490 are being obligated for a cost-plus fixed-fee task order at the time of award. This was a competitive unrestricted acquisition and four offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. NAVY Airborne Tactical Advantage Co. LLC, Newport News, Virginia, is awarded $55,611,547 for modification P00018 to a previously awarded firm-fixed-price, cost reimbursable contract (N00019-15-D-0026). This modification exercises the fourth option year in support of the Contracted Air Services program. This modification provides contractor-owned and operated Type III high subsonic and Type IV supersonic aircraft to Navy fleet customers for a wide variety of airborne threat simulation capabilities. Work will be performed in Newport News, Virginia (44 percent); Point Mugu, California (37 percent); and various locations outside the continental U.S. (19 percent), and is expected to be completed in May 2020. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. B3 Enterprises LLC,* Woodbridge, Virginia (N44255-17-D-4011); Iron Mike - Bristol JV, LLC,* Centennial, Colorado (N44255-17-D-4012); Macnak Construction LLC,* Lakewood, Washington (N44255-17-D-4013); Tompco Inc.,* Seabeck, Washington (N44255-17-D-4014); and Veterans Northwest Construction LLC,* Seattle, Washington (N44255-17-D-4015), are awarded a firm-fixed-price modification under previously awarded indefinite-delivery/indefinite-quantity contract to increase the maximum not-to-exceed amount by $50,000,000 for design-build or design-bid-build construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Northwest (NW) area of operations (AO). The work to be performed provides for new construction, renovation, alteration, demolition and repair work by design-build or design-bid-build of facilities. Types of projects include, but are not limited to administrative and industrial facilities, housing renovation, child care centers, lodges, recreation/fitness centers, retail complexes, warehouses, housing offices, community centers, commercial and institutional buildings, manufacturing and industrial buildings and other similar facilities. With the award of this modification, the value of this contract is now $149,000,000. All work on this contract will be performed primarily within the NAVFAC NW AO which includes Washington (92 percent); Alaska (2 percent); Oregon (2 percent); Idaho (1 percent); Montana (1 percent); Wyoming (1 percent); and work for this contract may also be performed in the remainder of the U.S. (1 percent). The term of the contract is not to exceed 60 months, with an expected completion date of April 2022. No funds will be obligated at the time of award and no funds will expire at the end of the current fiscal year. Funds will be obligated as task orders are issued. Task orders have been and will be primarily funded by military construction (Navy); operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Federal Business Opportunities website with 16 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC NW, Silverdale, Washington, is the contracting activity. DAV-Force Inc.,* Norman, Oklahoma (N0003919D0026); GLOTECH Inc.,* Rockville, Maryland (N0003919D0027); INDUS Technology Inc.,* San Diego, California (N0003919D0028); and North American Consulting Services Inc.,* Point Pleasant, West Virginia (N0003919D0029), are each awarded a $40,433,013 indefinite-delivery/indefinite-quantity, hybrid, firm-fixed-price, cost-reimbursable-type, multiple award contract for communications security accounting and special inventory manager support services in support of U.S. security assistance and security cooperation programs. Work will be performed in various overseas locations based on the requirement for each task order placed. The ordering period is five years with an expected completion date of May 2024. Foreign military sales funds in the amount of a minimum of $5,000 per awardee will be obligated at the time of award via a task order to each awardee. Funds in the amount of $10,000 will expire at the end of the current fiscal year. This contract was competitively procured with small business proposals solicited via the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with seven offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity. Great Eastern Group Inc.,* Fort Lauderdale, Florida, is awarded a $12,220,564 firm-fixed-price contract with reimbursable elements, for logistic support of SBX-1 by the Offshore Support Vessel MV Hercules. This contract includes a one-year base period with three one-year option periods and an 11-month option period, which, if exercised, would bring the cumulative value of this contract to $48,189,426. Work will be performed in Dutch Harbor, Alaska, and is expected to be completed by July 2020. If all options are exercised, work will continue through June 25, 2024. Research development, test and evaluation funds in the amount of $3,734,457 are obligated at the time of award and will not expire at the end of the current fiscal year. This contract was solicited as a small business set-aside with more than 50 companies solicited via the Federal Business Opportunities website and six offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C3500). Rolls-Royce Corp., Indianapolis, Indiana, is awarded an $8,622,670 firm-fixed-price modification to previously-awarded contract N00019-17-C-0081. This modification is for the procurement of 10 MT7 marine turbine installation parts kit shipsets for the Landing Craft, Air Cushion (LCAC) 100 Class craft. This procurement is in support of the Ship-to-Shore Connector Program. An MT7 installation parts kit is one “shipset” (craft) consisting of four engine intakes, two right-hand engine exhausts and two left-hand engine exhausts. Work to be performed includes production of the installation parts kit shipsets and delivery to Textron Marine and Land Systems for the assembly of the LCAC 100 Class craft. Work will be performed in Indianapolis, Indiana, and is expected to be completed by January 2021. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $1,724,534; and fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $6,898,136 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, working in conjunction with the Naval Air Systems Command. Northrop Grumman Systems Corp., Woodland Hills, California, was awarded $7,203,829 for modification P00001 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N0001919D0025). This modification provides for the procurement of up to 42 additional technical refresh mission computers for AH-1Z aircraft, including trainer units and spare units for the government of Bahrain under the Foreign Military Sales program. Work will be performed in Salt Lake City, Utah (55 percent); Baltimore, Maryland (25 percent); and Woodland Hills, California (20 percent), and is expected to be completed in December 2023. No funds will be obligated at the time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded April 29, 2019) ARMY Ripple Effect Communications Inc.,* Rockville, Maryland, was awarded a $38,513,810 modification (P00005) to contract W81XWH-17-D-0003 for program administration and technical support services. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of May 22, 2022. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity. IronMountain Solutions Inc.,* Huntsville, Alabama, was awarded a $22,705,832 time-and-materials Foreign Military Sales (Afghanistan, Bahrain, United Arab Emirates, Tunisia, Thailand, Taiwan, Sweden, Egypt, Jordan, Latvia, Mexico, Saudi Arabia and Slovakia) contract for technical support services. Bids were solicited via the internet with three received. Work will be performed in Huntsville, Alabama, with an estimated completion date of May 8, 2020. Fiscal 2019 research, development, test, and evaluation; operations and maintenance, Army; and other procurement, Army funds in the amount of $22,705,832 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-17- R-0001). Tocci Building Corp, Woburn, Massachusetts, was awarded a $20,612,338 firm-fixed-price contract for replacement family housing design and build. Bids were solicited via the internet with six received. Work will be performed in Natick, Massachusetts, with an estimated completion date of May 10, 2021. Fiscal 2015 and 2018 Army family housing construction funds in the amount of $20,612,338 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-18-R-0006). Tsay/Ferguson-Williams LLC,* San Juan Pueblo, New Mexico, was awarded a $17,982,082 cost-plus-award-fee contract for operations and maintenance services. Bids were solicited via the internet with 13 received. Work will be performed in Fort Stewart, Georgia, with an estimated completion date of Jan. 31, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $4,579,182 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Stewart, Georgia, is the contracting activity (W912WJ-19-C-0011). Quantitech Inc.,* Huntsville, Alabama, was awarded a $16,026,683 time-and-materials Foreign Military Sales (Afghanistan, Bahrain, United Arab Emirates, Tunisia, Thailand, Taiwan, Sweden, Egypt, Jordan, Latvia, Mexico, and Slovakia) contract for support services. Bids were solicited via the internet with two received. Work will be performed in Huntsville, Alabama, with an estimated completion date of May 8, 2020. Fiscal 2019 research, development, test, and evaluation; operations and maintenance, Army; and other procurement, Army funds in the amount of $16,026,683 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-16-R-0010). WASHINGTON HEADQUARTERS SERVICES Cherokee Nation Environmental Solutions LLC, Tulsa, Oklahoma, has been awarded a $15,100,000 firm-fixed-price contract. The contract expands existing mission critical chilled water distribution to provide mission critical cooling to mission critical rooms and equipment. The contract acquires design-build construction of a redundant chilled water loop in the Pentagon A-ring tunnels, risers for lateral distribution of chilled water, and a new secondary distribution pump. Work performance will take place at the Pentagon, Arlington, Virginia. Fiscal 2015 military construction funds in the amount of $15,100,000 are being awarded. This contract was a sole-source acquisition. The expected completion date is June 10, 2021. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-C-0043). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1843457/source/GovDelivery/

All news