Back to news

April 8, 2024 | International, Land

South Korea launches second military spy satellite

South Korea’s Defense Ministry said it confirmed the satellite entered orbit and communicated with an overseas ground station after separation.

https://www.c4isrnet.com/space/2024/04/08/south-korea-launches-second-military-spy-satellite/

On the same subject

  • Contract Awards by US Department of Defense - December 10, 2018

    December 14, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 10, 2018

    DEFENSE LOGISTICS AGENCY Caterpillar Inc., Peoria, Illinois, has been awarded a maximum $118,172,545 fixed-price with economic-price-adjustment contract for commercial portable power equipment. Other contracts are expected to be awarded under this solicitation (SPE8EC-17-R-0010), and awardees will compete for a portion of the maximum dollar value. This was a competitive acquisition with seven offers received. This is a five-year contract with no option periods. Locations of performance are Indiana, Texas and the United Kingdom, with a Dec. 9, 2023, performance completion date. Using customers are Army Navy Air Force Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EC-19-D-0034). Honeywell International Inc., Tempe, Arizona, has been awarded a maximum $11,137,310 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for modulating valves. 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 contract with no options periods. Location of performance is Arizona, with a Nov. 30, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0035). (Awarded Dec. 6, 2018) The Boeing Co., St. Louis, Missouri, has been awarded a $7,957,022 cost-plus-fixed-fee delivery order (SPRPA1-19-F-0003), against a three-year, six-month contract (SPRPA1-14-D-002U), with no option periods for F-15 parts and engineering. This was a sole-source acquisition using justification 10 U.S. Code. 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Missouri, with a May 18, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2022 Defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. (Awarded Dec. 6, 2018) NAVY CH2M Hill Constructors Inc., Englewood, Colorado (N62470-13-D-6019); Environmental Chemical Corp., Burlingame, California (N62470-13-D-6020); Kellogg, Brown & Root Services Inc., Arlington, Virginia (N62470-13-D-6021); URS Group Inc., Morrisville, North Carolina (N62470-13-D-6022), are awarded an $86,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award contract for global contingency construction projects worldwide. The construction and related engineering services would respond to natural disasters humanitarian assistance conflict, or projects with similar characteristics. Work will be predominately construction. The contractor, in support of the construction effort, may be required to provide initial base operating support services, which will be incidental to construction efforts. After award of this modification, the total cumulative contract value will be $886,000,000. Work will be performed worldwide and the term of the contract is not to exceed 68 months with an expected completion date of February 2019. No funds will be obligated at time of award, funds will be obligated on individual task orders as they are issued. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. PAE Applied Technologies LLC, Fort Worth, Texas, is awarded $72,000,552 for modification P00074 to a previously awarded cost-plus-fixed-fee contract (N00421-14-C-0038), to exercise an option for range engineering, operations and maintenance services in support of the Naval Air Warfare Center Aircraft Division, Atlantic Test Range, and the Atlantic Targets and Marine Operations Division. Services to be provided include system operations; laboratory and field testing; marine operations and target support; engineering; range sustainability; maintenance, data reduction, and analysis. Work will be performed in Patuxent River, Maryland, and is expected to be completed in December 2019. Fiscal 2019 working capital fund (Defense and Navy); and Major Range and Test Facility Base funds in the amount of $35,209,082 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. BAE Systems Hawaii Shipyards Inc., Honolulu, Hawaii, was awarded a $50,605,368 cost-plus-award-fee, cost-plus-incentive-fee contract modification to previously awarded contract (N00024-14-C-4412), for scheduled Extended Docking Selected Restricted Availability (EDSRA) on USS Hopper (DDG-70). The ship is homeported in Honolulu, Hawaii. The scheduled EDSRA is the opportunity in the ship's life cycle primarily to conduct repair and alteration to systems that will update and improve the ship's military and technical capabilities. This repair modification will include repair and alteration requirements. A focal point of the work is to support alteration installation team modernization packages. Work will be performed at Pearl Harbor, Hawaii, and is expected to be completed by July 2020. Fiscal 2019 operations and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $25,302,684 will be obligated at time of award and funding in the amount of $25,138,776 will expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. (Awarded Dec. 3, 2018) Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded $49,885,708 for firm-fixed-price modification P00004 to a previously awarded advance acquisition contract (N00019-18-C-1037), for long-lead parts and associated support for the full rate production of two Lot 7 E-2D Advanced Hawkeye aircraft. Work will be performed in Syracuse, New York (29 percent); El Segundo, California (29 percent); Melbourne, Florida (14 percent); Rolling Meadows, Illinois (7 percent); Menlo Park, California (6 percent); Greenlawn, New York (4 percent); Owego, New York (2 percent); Indianapolis, Indiana (2 percent); Edgewood, New York (2 percent); Woodland Hills, California (2 percent); Marlborough, Massachusetts (1 percent); Independence, Ohio (1 percent); and various locations within the continental U.S. (1 percent), and is expected to be completed in December 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $49,885,708 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. Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $44,665,555 cost-plus-fixed-fee contract modification to previously awarded contract (N00024-16-C-2106) for Naval nuclear propulsion components. This contract modification includes options which, if exercised, would bring the cumulative value of this contract to $139,923,083. Work will be performed in Monroeville, Pennsylvania (94 percent); and Schenectady, New York (6 percent). No completion date or additional information is provided on Naval nuclear propulsion program contracts. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $44,665,555 will be obligated at time of award and funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Northrop Grumman, Sykesville, Maryland, is awarded a $35,143,328 five-year, firm-fixed requirements, long-term contract for the repair of nine items of the aircraft launch and recovery equipment systems under the Advanced Recovery Control system. Work will be performed in Sykesville, Maryland, and work is expected to be completed by December 2023. Working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code. 2304(C)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-PY01). Raytheon Co., Integrated Defense Systems, San Diego, California, is awarded a $21,327,364 cost-plus-incentive-fee contract modification for contract (N00024-14-C-5128) for continued platform systems engineering agent support of the ship elf defense system MK 2. Work will be performed in San Diego, California and is expected to be completed by June 2019. Fiscal 2019 research, development, test, and evaluation (Navy); fiscal 2019 other procurement (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $21,327,364 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, District of Columbia, is the contracting activity. Aretè Associates Inc.,* Northridge, California, is awarded a $17,083,516 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N61331-18-D-0012) to exercise an option for coastal battlefield reconnaissance and analysis (COBRA) systems. Work will be performed in Tucson, Arizona (35 percent); Destin, Florida (35 percent); and Santa Rosa, California (30 percent), and is expected to be completed by July 2021. No funding will be obligated at the time of award. Funds will be obligated as delivery orders are issued. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity. Jacobs Government Services Co., Arlington, Virginia, is awarded $15,000,000 firm-fixed-price modification under a previously awarded indefinite-quantity architect-engineering contract (N40080-17-D-0018), to exercise Option Two for engineering and design services for industrial and research facilities within the Naval Facilities Engineering Command. The total contract amount after exercise of this option will be $75,000,000. No task orders are being issued at this time. Work will be performed at various administrative facilities within the Naval Facilities Engineering Command, Washington area of responsibility, including but not limited to, Maryland (45 percent); Washington, District of Columbia (30 percent); Virginia (20 percent), and may also be performed in the remainder of the U.S. (5 percent). Work for this options is expected to be completed December 2019. 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 fiscal 2019 operations and maintenance (Navy and Marine Corps); and fiscal 2019 Navy working capital funds. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity. AIR FORCE Florida Turbine Technologies Inc., Jupiter, Florida, has been awarded a not-to-exceed $50,000,000 indefinite-delivery/indefinite-quantity contract for Advanced Turbine Technologies for Affordable Mission (ATTAM)- capability Phase I. The mission of the ATTAM Phase I program is to develop, demonstrate, and transition advanced turbine propulsion, power and thermal technologies that provides improvement in affordable mission capability. Work will be performed in Jupiter, Florida, and is expected to be completed by December 2026. This award is the result of a competitive acquisition and 54 offers were received. No specific funds are obligated on the basic IDIQ, although in conjunction with the basic IDIQ award, the first task order, a cost-share task order, is fully funded with fiscal 2018 research, development, test and evaluation funds in the amount of $8,000, and fiscal 2019 research, development, test and evaluation funds in the amount of $99,714 at time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (contract FA8650-19-D-2056 and initial task order FA8650-19-F-2086). ARMY Harris Corp., Palm Bay, Florida, was awarded a $34,606,257 cost, firm-fixed-price contract for procurement of FliteScene digital map software licenses maintenance agreements software support upgrades and releases engineering services materials, and travel. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0011). Pavement Technical Solutions Inc.,* Ashburn, Virginia (W9128F-19-D-0024); and RDM International Inc.,* Chantilly, Virginia (W9128F-19-D-0025); Applied Pavement Technology Inc.,* Urbana, Illinois (W9128F-19-D-0026), and All About Pavements Inc.,* Purcellville, Virginia (W9128F-19-D-0027), will share in a $20,000,000 firm-fixed-price contract for management system implementation on roads, parking areas and airfields and updating, testing, and maintenance. Nine bids were solicited with four bids received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 9, 2023. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1709400/

  • Here’s what we know about Turkey’s newly launched homemade frigate

    January 26, 2021 | International, Naval

    Here’s what we know about Turkey’s newly launched homemade frigate

    By: Burak Ege Bekdil ANKARA, Turkey — Turkey on Jan. 23 launched its first locally built frigate, the I-class TCG Istanbul, advancing a program that involves the production of four corvettes and four frigates. Under the MILGEM program, Turkey manufactured and delivered four Ada-class corvettes to the Navy. The Istanbul is the first of the four I-class frigates. The Istanbul was built under a 2019 contract awarded by the government procurement agency SSB to STM, a government-controlled defense company. The warship will be used in advanced air defense, naval warfare and patrolling missions, and it will support underwater warfare missions. It will be delivered to the Navy in 2023. “The MILGEM program dates back to early 2000s. But it is delivering critical platforms just when needed, i.e., when Turkey needs hard power to support its assertive foreign policy in the eastern Mediterranean,” defense analyst Ozgur Eksi said. Turkey and its traditional Aegean rival Greece came close to military conflict several times during 2020 due to their disputes over continental shelf, airspace, territorial waters, demilitarization of Greek islands and islets, air traffic centers, and exclusive economic zones in addition to the broader territorial disputes around Cyprus. The I-class frigates will feature weapons systems including a locally made 16-cell MDAS vertical launching system (a total of 64 surface-to-air missiles yet to be specified); four-by-four SSM launch canisters for the Atmaca weapon; an Aselsan-made 76mm Gokdeniz close-in weapon system; two Aselsan-made 25mm machine guns; and a HIZIR torpedo countermeasures system. The ship class' specifications are: Dimensions: Length: 113.2 meters; Beam: 14.4 meters; Draught: 4.05 meters Displacement: 3,000 tons Speed: Max: 29-plus knots; Economic: 14 knots Range with economic speed: About 5,700 nautical miles Main Propulsion: CODAG, two MTU 20V 4000 M93L diesel engines (driving two shafts) and a LM2500 gas turbine (in CODAG configuration) Power generation: Four diesel generators Platforms: Capacity to carry two S70 Seahawk helicopters (one in the hangar and one on the platform); Two rigid hull inflatable boats Endurance: Minimum 15 days of operational capability without replenishments https://www.defensenews.com/naval/2021/01/25/heres-what-we-know-about-turkeys-newly-launched-homemade-frigate

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

    June 10, 2019 | International, Aerospace, Naval, Land, Security, Other Defence

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

    NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $1,808,545,655 cost-plus-incentive-fee, cost-plus-award-fee, cost-plus-fixed-fee contract for continued design maturation and development of Block 4 capabilities in support of the F-35 Lightning II Phase 2.3 Pre-Modernization for the Air Force, Navy, Marine Corps; and non-U.S. Department of Defense (DoD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in August 2026. Fiscal 2019 research, development, test and evaluation (Air Force, Navy, and Marine Corps); and non-U.S. DoD participant funds in the amount of $98,998,910 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($732,460,990; 40.50 percent); Navy ($371,475,278; 20.54 percent), Marine Corps ($345,974,784; 19.13 percent) and non-U.S. DoD participants ($358,634,603; 19.83 percent). This contract was not competitive procured pursuant to U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0010). Northrop Grumman Systems Corp., Baltimore, Maryland, is awarded a $958,049,562 firm-fixed-price contract for the procurement of 30 full-rate production Ground/Air Task Oriented Radar units under the portfolio management of Program Executive Officer Land Systems, Quantico, Virginia. This procurement also includes spares parts and retrofit kits. Work will be performed in Linthicum, Maryland (37 percent); East Syracuse, New York (28 percent); Stafford Springs, Connecticut (7 percent); Tulsa, Oklahoma (6 percent); Syracuse, New York (4 percent); Valencia, California (3 percent); San Diego, California (3 percent); Richardson, Texas (3 percent); Farmingdale, New York (2 percent); St. Paul, Minnesota (2 percent); Gilbert, Arizona (1 percent); Phoenix, Arizona (1 percent); Lowell, Massachusetts (1 percent); Littleton, Colorado (1 percent); and Durham, North Carolina (1 percent), and is expected to be complete by Jan. 13, 2025. Fiscal 2019 procurement funds (Marine Corps) in the amount of $194,748,327 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract award was not competitively procured 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). Bath Iron Works, Bath, Maine, is awarded a $61,697,197 cost-plus-award-fee modification to previously-awarded contract N00024-18-C-2313 to exercise options for accomplishment of lead yard services (LYS) for the DDG 51-class destroyer program. LYS provides necessary engineering, technical, material procurement and production support; configuration; class flight and baseline upgrades and new technology support; data and logistics management; lessons-learned analysis; acceptance trials; post-delivery test and trials; post-shakedown availability support; reliability and maintainability; system safety program support; material and fleet turnover support; shipyard engineering team; turnkey; crew indoctrination, design tool/design standardization, detail design development, and other technical and engineering analyses for the purpose of supporting DDG 51 Class ship construction and test and trials. In addition, DDG 51 Class LYS may provide design, engineering, procurement and manufacturing/production services to support design feasibility studies and analyses that modify DDG 51-class destroyers for foreign military sales programs sponsored by the Department of the Navy and the Department of Defense. Work will be performed in Bath, Maine (95 percent); Brunswick, Maine (4 percent), and other locations below one percent (1 percent) and is expected to be completed by June 2020. Fiscal 2015, 2016 and 2017 shipbuilding and conversion (Navy) funding in the amount of $58,345,440 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. L3 Communications MariPro Inc., Goleta, California, is awarded a $41,440,334 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, sole-source contract to provide support services to sustain U.S. and allied navy training and test and evaluation ranges around the world. L3 will repair or replace original equipment manufacturer systems. Services and associated deliverables include the design, production and installation of both shore electronic systems and ocean sensor system hardware assemblies; operation and maintenance of the delivered hardware to support operational test events of the delivered system, and data products identified in the contract data requirements lists. Other services under this requirement include operating, maintaining, repairing, performing logistics support, refurbishing, modernizing, upgrading, revising, improving, performing information assurance and expanding of range hardware, software and its performance. Work will be performed at various locations throughout the world and is expected to be completed by June 2024. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $245,477 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-19-D-A900). AIR FORCE EMC Corp., Irvine, California, has been awarded a $74,423,388 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for instrumentation support, configuration, management, development, loading, integration, analysis and decommutation (ILIAD) and flight test instrumentation systems operation. This contract provides for greater mission capabilities by accessing contractor personnel with specialized training and expertise in utilization and troubleshooting of the ILIAD system. Work will be performed at Edwards Air Force Base and Irvine, California, and is expected to be complete by June 6, 2024. This award is the result of a sole-source acquisition. Fiscal 2019 research and development funds in the amount of $109,387 are being obligated at the time of award. The Air Force Test Center, Directorate of Contracting, Test Range and Specialized Contracting Branch, Edwards AFB, California, is the contracting activity (FA9304-19-D-0001). DEFENSE LOGISTICS AGENCY Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $90,000,000 firm-fixed-price, 254-day 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 New Jersey, California, Arizona, Nevada, and Utah, with a Feb. 18, 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-D0008). ARMY Quantum Spatial Inc., St. Petersburg, Florida (W912GB-19-D-0021); and Woolpert-Black & Veatch, Beavercreek, Ohio (W912GB-19-D-0022) will compete for each order of the $49,000,000 firm-fixed-price contract for surveying and mapping services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of June 6, 2024. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity. Encanto Facility Services 2 LLC,* Albuquerque, New Mexico, was awarded a $45,000,000 firm-fixed-price contract for maintenance, repair, upgrade and minor construction of real property facilities at Fort Hood, Texas. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of June 7, 2022. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-D-0031). Exp Federal, Chicago, Illinois (W912GB-19-D-0013); Stanley COWI JV, Muscatine, Iowa (W912GB-19-D-0014); Black & Veatch, Overland Park, Kansas (W912GB-19-D-0012); and WSP USA Inc., Virginia Beach, Virginia (W912GB-19-D-0015) will compete for each order of the $36,000,000 firm-fixed-price contract for general architect and engineering services. 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 June 6, 2024. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity. Komada LLC,* Colorado Springs, Colorado, was awarded a $22,090,954 firm-fixed-price contract for repair of Teller Dam at Fort Carson, Colorado. Bids were solicited via the internet with seven received. Work will be performed in Fort Carson, Colorado, with an estimated completion date of Oct. 30, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $22,090,954 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-19-C-0028). Medvolt Construction Services LLC,* Kansas City, Missouri, was awarded a $18,058,404 firm-fixed-price contract for construction of flood walls, earthen levees, interior storm water piping, tributary channel realignment and bank stabilization, and detention pond with gatewell, at Swope Park Industrial Area in Kansas City, Missouri. Bids were solicited via the internet with three received. Work will be performed in Kansas City, Missouri, with an estimated completion date of Nov. 28, 2022. Fiscal 2019 civil construction funds in the amount of $18,058,404 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-1074). The Boeing Co., Ridley Park, Pennsylvania, was awarded a $10,115,993 modification (P00025) to contract W58RGZ-17-C-0059 to support CH-47F Block II Engineering and Manufacturing Development program. Work will be performed in Ridley Park, Pennsylvania, with an estimated completion date of July 27, 2021. Fiscal 2019 research, development, test and evaluation funds in the amount of $10,115,993 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Eco & Associates Inc.,* Tustin, California, was awarded a $10,000,000 firm-fixed-price contract for architect and engineer services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 7, 2024. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-19-D-0004). NWI&T Atkins SB JV LLC,* Idaho Falls, Idaho, was awarded a $10,000,000 firm-fixed-price contract for architect and engineer services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 7, 2024. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-19-D-0005). WASHINGTON HEADQUARTERS SERVICES Copper River Technologies, Anchorage, Alaska, has been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity with a maximum amount of $21,000,000. The contract is to provide professional-level analytical, communication, event management, and logistics services as well as administrative-level general and executive services to provide continuous process improvement, business process reengineering, and organizational efficiencies support services to Facilities Services Directorate (FSD), Space Portfolio Management Division, other FSD Divisions and satisfy Department of Defense, Office of the Secretary of Defense, and Washington Headquarters Services requirements. Work performance will take place in Arlington, Virginia. Fiscal 2019 operations and maintenance funds in the amount of $3,322,696 are being obligated at time of award. The expected completion date is June 6, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-D-0015). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1870180/source/GovDelivery/

All news