Back to news

January 2, 2019 | International, Land

SAIC Strikes Out On Mobile Protected Firepower, Plans To Remain In Combat Vehicle Market

Even though SAIC [SAIC] was eliminated from the Army's new light tank program, the company's second major vehicle loss in the last year, the company will continue exploring combat vehicle opportunities, according to a company spokeswoman.Lauren Presti said...

http://www.defensedaily.com/saic-strikes-mobile-protected-firepower-plans-remain-combat-vehicle-market

On the same subject

  • Contract Awards by US Department of Defense - November 5, 2018

    November 7, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 5, 2018

    AIR FORCE Lockheed Martin Corp., Orlando, Florida, has been awarded a $350,000,000 increase to an indefinite-delivery/indefinite-quantity contract for Joint Air-to-Surface Standoff Missile (JASSM) production support. Contractor will provide lifecycle support for all efforts related to JASSM, Long Range Anti-Ship Missile, JASSM-Extended Range, and any JASSM variant in the areas of system upgrades, integration, production, sustainment, management and logistical support. Work will be performed in Orlando, Florida, and is expected to be completed by April 17, 2022. This award is the result of sole-source acquisition. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-17-D-0002). General Atomics - Aeronautical Systems Inc., Poway, California, has been awarded a $263,403,355 firm-fixed-price contract for MQ-9 Reaper production. This contract provides for the production of the MQ-9 Reaper aircraft in the fiscal 2018 production configuration. Work will be performed at Poway, California, and is expected to be complete by Nov. 30, 2021. This award is the result of a sole-source acquisition. Fiscal 2017 and 2018 aircraft procurement funds in the amount of $263,403,355 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-F-2374). Raytheon Co., El Segundo, California, has been awarded an $11,532,469, competitive, cost-plus-fixed-fee contract for the research and development of Millimeter-Wave Digital Arrays (MIDAS) Defense Advanced Research Projects Activity program. The contractor will address the MIDAS program goals through innovations in digital tile architecture and integrated, scalable apertures with groundbreaking transmit and receive components. Work will be performed in El Segundo, California, and is expected to be completed by Nov. 4, 2020. Fiscal 2018 research and development funds in the amount of $2,928,098 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-7993). DEFENSE LOGISTICS AGENCY Burlington Apparel Fabrics, Greensboro, North Carolina, has been awarded a maximum $40,632,816 firm-fixed-price, indefinite-delivery contract for blue wool cloth. This was a competitive acquisition with one response received. This is a one-year contract with four one-year option periods. The maximum dollar amount is for the life of the contract. Location of performance is North Carolina, with a Nov. 4, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1112). Burlington Apparel Fabrics, Greensboro, North Carolina, has been awarded a maximum $40,563,765 firm-fixed-price, indefinite-delivery contract for blue poly/wool cloth. This was a competitive acquisition with one response received. This is a one-year contract with four one-year option periods. The maximum dollar amount is for the life of the contract. Location of performance is North Carolina, with a Nov. 4, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1100). Southeast Power Systems of Orlando,* Orlando, Florida, has been awarded a maximum $8,247,300 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for diesel engine fuel pumps. 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 three-year contract with no option periods. Location of performance is Florida, with a Nov. 4, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0016). NAVY Transoceanic Cable Ship Co. LLC, Baltimore, Maryland, is awarded a $35,952,500 firm-fixed-price contract for the time charter services of a cable-laying and repair ship. This contract contains options, which if exercised, would bring the contract value to $224,619,153. Work will be performed worldwide, and is expected to be completed Jan. 10, 2019. If options are exercised, work will continue through November 2023. Fiscal 2019 operations and maintenance (Navy) funds in the amount of approximately $42,000,000 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website and Navy Commerce Online website. Two offers were received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-C-3506). ExxonMobil Marine Ltd., Spring, Texas, was awarded a $16,572,038 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for worldwide delivery of lubricants and related support services to Military Sealift Command vessels, Navy ships, and other government-owned or government-chartered ships designated by the Military Sealift Command. This contract contains options, which if exercised, will bring the contract value to $86,602,374. Work will be performed worldwide and is expected to be completed by Nov. 3, 2019. If all options are exercised, work will continue through Nov. 4, 2023. Fiscal 2019 Navy working capital funds in the amount of $5,000 are obligated to cover the minimum-guarantee. Navy working capital funds will be obligated on individual delivery orders for the fiscal year when delivery orders are issued. This contract was competitively procured, with proposals solicited via the government-wide Point of Entry Federal Business Opportunities website, with four offers received in response to the solicitation. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519D7000). (Awarded Nov. 2, 2018) General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $13,888,444 cost-plus-fixed-fee modification to previously-awarded contract N00024-09-C-2104 for planning and execution of USS Indiana (SSN 789) post-delivery work period. Work includes long-lead-time material procurement, in preparation to accomplish the maintenance, repair, alterations, testing and other work on USS Indiana. Work will be performed in Groton, Connecticut, and is expected to be completed by April 2019. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $8,638,444 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, Groton, Connecticut, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded $12,106,016 for modification P00003 to a previously awarded cost-plus-incentive-fee contract (N00019-18-C-1022) in support of the Infrared Search and Track (IRST) Block II Phase 2 non-recurring engineering effort. This modification incorporates an engineering development model and upgrades two sets of IRST Block I system weapon replacement assemblies. Work will be performed in Orlando, Florida (73 percent); and St. Louis, Missouri (27 percent), and is expected to be completed in April 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $6,500,000 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. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1682676/

  • Spanish Navy to receive first Naval Strike Missiles in 2027

    May 31, 2023 | International, Naval

    Spanish Navy to receive first Naval Strike Missiles in 2027

    Deliveries will coincide with the arrival of new frigates, extending the range of Harpoon missiles now installed on Spanish warships.

  • Contract Awards by US Department of Defense - July 10, 2019

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

    Contract Awards by US Department of Defense - July 10, 2019

    NAVY Wyle Laboratories Inc.,* Huntsville, Alabama, is being awarded an $81,220,643 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for certified and qualified operational contractor support services aircrew to support mission essential testing and evaluation of all manned air vehicles under the operational responsibility of the Naval Test Wing Atlantic/Pacific squadrons. Work will be performed at the Naval Air Station (NAS) Patuxent River, Maryland (94%); NAS Pt. Mugu, California (5%); and NAS China Lake, California (1%), and is expected to be completed in September 2024. No funds are being obligated at time of award; funds will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals; two offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0071). CCI Construction Services LLC,* Honolulu, Hawaii (N62478-16-D-4012); Dawson Federal Inc.,* Honolulu, Hawaii (N62478-16-D-4014); and TKH-ASI LLC,* Kahului, Hawaii (N62478-16-D-4016), are being awarded a $75,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of operations (AO). The work to be performed provides for, but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build, or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. After award of this modification, the total cumulative contract value will be $320,000,000. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force and miscellaneous federal and other facilities in the NAVFAC Hawaii AO. Work is expected to be completed by June 2021. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by operations and maintenance (Navy); and Navy working capital funds. NAVFAC Hawaii, Pearl Harbor, Hawaii, is the contracting activity. (Awarded July 9, 2019) Paradigm Mechanical Corp.,* Lemon Grove, California, is being awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $49,000,000 for plumbing, heating, and air conditioning construction alterations, renovations and repair projects at Naval Air Weapons Station, China Lake; Marine Corps Air Ground Combat Center, Twentynine Palms; Marine Corps Logistics Base, Barstow; and Mountain Warfare Training Center, Bridgeport. Projects will be primarily design-bid-build (fully designed) task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of plumbing, heating, and air-conditioning system installation projects. Work will be performed in China Lake, California (25%); Twentynine Palms, California (25%); Barstow, California (25%); and Bridgeport, California (25%). The term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance, (Navy) (O&M, N) contract funds in the amount of $5,000 are being obligated at time of this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with one proposal received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2602). R.C. Construction Co. Inc., Greenwood, Mississippi, is being awarded a $33,116,313 firm-fixed-price contract for construction of range improvements and modernization located at Marine Corps Recruit Depot, Parris Island, South Carolina. This project constructs a new rifle range in the same location as the existing Hue City Range. This range will meet applicable Marine Corps requirements for known distance (KD) ranges as set forth in MIL HDBK 1027.3B, range facilities and miscellaneous training facilities other than buildings, and Marine Corps Orders (MCO) 3570.1C, 3550.9, and 3574.2L. Range support buildings to be constructed include target storage, control house and toilet facilities. All facilities will be concrete or reinforced concrete masonry unit structures with stucco exterior and concrete slab on grade. A target-area berm, retaining walls, safety sidewalls, a safety tunnel and 600-yard range berm will be constructed, and sidewalls with acoustic insulation will also be included. Earth berm structures include a behind-the-target bullet impact berm with side and rear retaining walls as appropriate with flat lead mining equipment maintenance surfaces. Built-in equipment will include the target system benches, target numbers and relocated target lifters, flagpoles and firing line benches. Special costs include post construction award services and geospatial mapping and survey. Work will be performed in Parris Island, South Carolina, and is expected to be completed by August 2021. Fiscal 2019 military construction, (Navy) contract funds in the amount of $28,326,200 are being obligated at time of this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9017). The Raytheon Co., Tucson, Arizona, is being awarded a $17,777,245 firm-fixed-price contract to procure 114 High Speed Anti-Radiation Missile command launch computers to include two pre-production units, one first article test unit and 111 production units in support of the Navy. Work will be performed in Tucson, Arizona, and is expected to be completed in October 2021. Working capital (Navy); and fiscal 2017, 2018 and 2019 aircraft procurement (Navy) funds in the amount of $17,777,245 will be obligated at time of award, $6,243,087 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0026). Diversified Maintenance Systems Inc.,* Sandy, Utah, is being awarded a not-to-exceed the amount of $15,000,000 indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction alterations, renovations and repair projects at Naval Weapons Station, Seal Beach. Projects will be primarily design-bid-build (fully designed) task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. Work will be performed in Seal Beach, California. The term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance, (Navy) (O&M, N) contract funds in the amount of $5,000 are being obligated at time of this and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with 13 proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2621). ARMY Amherst Madison Inc., Charleston, West Virginia (W91237-19-D-0019); and Mi-De-Con Inc.,* Ironton, Ohio (W91237-19-D-0020), will compete for each order of the $49,000,000 firm-fixed-price contract for small construction projects. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of July 9, 2024. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri, was awarded a $49,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of July 9, 2024. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-D-0032). Specialized Materials and Chemicals LLC, Brigham City, Utah, was awarded a $38,600,000 firm-fixed-price contract for the procurement of ammonium Perchlorate. 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 July 9, 2022. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-3021). Walga Ross Group 2 JV,* Topeka, Kansas, was awarded a $21,808,640 firm-fixed-price contract for the construction of the South Access Control Point for the Fort Bliss Replacement Hospital at Fort Bliss, Texas. Bids were solicited via the internet with two received. Work will be performed in El Paso, Texas, with an estimated completion date of Nov. 8, 2020. Fiscal 2018 military construction funds in the amount of $21,808,640 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0032). Seatrax Inc.,* Houston, Texas, was awarded a $15,098,156 firm-fixed-price contract for a new floating crane to perform the duty cycle bank grading work in support of the revetment mission on the Mississippi River. Bids were solicited via the internet with one received. Work will be performed in Houston, Texas, with an estimated completion date of Sept. 30, 2021. Fiscal 2019 operations and maintenance, civil funds in the amount of $15,098,156 were obligated at the time of the award. U.S Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-19-C-0007). Walga Ross Group 2 JV,* Topeka, Kansas, was awarded a $12,219,560 firm-fixed-price contract for the construction of the North Access Control Point for the Fort Bliss Replacement Hospital at Fort Bliss, Texas. Bids were solicited via the internet with two received. Work will be performed in El Paso, Texas, with an estimated completion date of Nov. 8, 2020. Fiscal 2018 military construction funds in the amount of $21,808,640 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0031). AIR FORCE Nomlaki Technologies, Sacramento, California, has been awarded a $10,402,000 firm-fixed-price contract for repairing four bridges. This contract provides demolition and disposal of all debris of four reinforced concrete bridges at Beale Air Force Base, in accordance with all local city ordinances, state and federal regulations and design and construction of a bridge system (up to four bridges) to cross the four waterways and replace the original bridges. Work will be performed at Beale AFB, California, and is expected to be completed by Oct. 24, 2020. Fiscal 2019 operations and maintenance funds in the amount of $10,402,000 are being obligated at the time of award. This award is the result of a competitive acquisition with five offers received. The 9th Contracting Squadron, Beale AFB, Marysville, California, is the contracting activity (FA4686-19-C-A004). DEFENSE LOGISTICS AGENCY Goodrich Corp., Rome, New York, has been awarded a maximum $9,148,161 firm‐fixed‐price, indefinite-delivery/indefinite‐quantity contract for ball bearing units. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(2) from Federal Acquisition Regulation 6.302‐1. This is a five-year contract with no option periods. Location of performance is New York, with a July 30, 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‐0077). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1901092/source/GovDelivery/

All news