Back to news

March 8, 2023 | International, Aerospace, Other Defence

Space Force offers launch pads to companies as commercial demand soars

The service will allocate launch pads to ABL Space, Stoke Space, Phantom Space and Vaya Space.

https://www.c4isrnet.com/battlefield-tech/space/2023/03/08/space-force-offers-launch-pads-to-companies-as-commercial-demand-soars/

On the same subject

  • Contract Awards by US Department of Defense - July 16, 2020

    July 17, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - July 16, 2020

    AIR FORCE Transcend Technological Systems LLC, Prattville, Alabama, has been awarded a ceiling $485,000,000 single-award, indefinite-delivery/indefinite-quantity contract for the Hill Enterprise Data Center (HEDC) – sustainment, modernization, and consolidation. This contract provides for sustainment and onboarding support for the HEDC and applications within the HEDC. Work will be performed at Hill Air Force Base, Utah, and expected to be completed July 15, 2027. This award is the result of a competitive acquisition and eight offers were received. Fiscal 2020 operations and maintenance funds in the amount of $2,500 will be obligated on the first task order, which will be awarded immediately after the basic contract. Air Force Sustainment Center Hill AFB, Utah, is the contracting activity (FA8201-20-D-0001). NAVY Kanto Kosan Co. LTD, Kanagawa, Japan (N62649-20-D-0012); and Seaon Environmental LLC, Tempe, Arizona (N62649-20-D-0013), are awarded a not-to-exceed $35,201,535 indefinite-delivery/indefinite-quantity, multiple-award contract that will include terms and conditions for the placement of firm-fixed-price task orders to provide oily wastewater purification services. This will include providing an oily water disposal barge, arranging oil/chemical separating barge consisting of a receiving tank, oil collecting tank, and a minimum of three settling tanks and purifying collected water/oil and discharge to the sea in accordance with applicable regulations in support of the U.S. Naval Ship Repair Facility and Japan Regional Maintenance Center, Yokosuka and Commander, Fleet Activities Yokosuka Port Operations. Work will be performed at Commander, Fleet Activities Yokosuka, Yokosuka, Japan. The contracts will run concurrently and will include a one-year base ordering period with four one-year option ordering periods. The initial ordering period will continue until July 2021; if all options are exercised, the final ordering period will be completed by July 2025. The total estimated value of the contracts will be $65,000,000. Fiscal 2020 operations and maintenance (Navy) (OMN) funds in the amount of $100,000 ($50,000 on each of the two contracts) will be obligated at time of award and funds will expire at the end of the current fiscal year. Annual OMN funds will be obligated as individual task orders are issued. This contract resulted from a full and open competitive solicitation and the requirement was posted to the Asia Navy Electronic Commerce Online and the Federal Business Opportunities websites, with two offers received. Naval Supply Systems Command Fleet Logistics Center Yokosuka, Contracting Department, Yokosuka, Japan, is the contracting activity. Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $15,296,009 cost-plus-fixed-fee and firm-fixed-price modification to previously-awarded contract N00024-17-C-5410 to exercise options for engineering and technical services and obsolescence solution in support of Standard Missile-2/6. Work will be performed in Tucson, Arizona, and is expected to be completed by June 2021. This contract combines purchases for the U.S. government (68.2%); and the governments of Australia, Taiwan, Korea, Japan, Spain, Netherlands and Denmark (31.8% combined), under the Foreign Military Sales (FMS) program. This contract also combines purchases for other Department of Defense funds (47.2%); FMS programs (31.8%); and the Navy (21%). Fiscal 2020 other Department of Defense funds; 2020 research, development, test and evaluation (Navy) funds; fiscal 2020 weapons procurement (Navy) funds; and FMS funds in the amount of $15,296,009 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, D.C., is the contracting activity. Beckman Coulter Inc., Brea, California, is awarded a $14,916,335 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract is for the production, test and delivery of up to 800 particle counter units to replace all existing obsolete units currently in use throughout the Navy and Marine Corps fleet. These units will provide the fleet's intermediate maintenance level technicians a mechanism for measuring particle contamination in fluids from aircraft government support equipment in hangars and depots in support of the Navy Hydraulic Contamination Program. Work will be performed in Loveland, Colorado (75%); and Brea, California (25%), and is expected to be completed by June 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal and two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0031). B.C. Schmidt Construction Inc.,* Colusa, California, is awarded a $10,000,000 maximum amount, indefinite-delivery/indefinite-quantity contract for new flooring work, additions, alterations, maintenance and repairs at various locations within Marine Corps Base Camp Pendleton and Naval Weapons Station Seal Beach, California. The work to be performed provides for the minimal design, installation, supervision, equipment, material, labor and all means necessary for new work. No task orders are being issued at this time. The term of the contract is not to exceed 60 months and work is expected to be completed by July 2025. Fiscal 2020 operations and maintenance (Navy) (O&M, N) contract funds in the amount of $2,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M, N; and O&M (Marine Corps). This contract was competitively procured via the beta.SAM.gov contract opportunities website and three proposals were received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-1117). ARMY Carahsoft Technology, Reston, Virginia, was awarded a $29,837,009 firm-fixed-price contract for movement of the logistics modernization program to the cloud. Bids were solicited via the internet with 11 received. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of July 15, 2021. Fiscal 2020 other procurement (Army) funds in the amount of $29,837,009 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-F-0419). Scientific Research Corp., Atlanta, Georgia, was awarded a $28,543,191 hybrid (cost-no-fee, cost-plus-fixed-fee) contract to provide a full spectrum of support to the Joint Pacific Alaska Range Complex at Eielson Air Force Base. 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 15, 2021. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-F-0120). HDR Architecture Inc., Seattle, Washington, was awarded a $21,000,000 firm-fixed-price contract to provide architectural and engineering services in support of planned construction projects at the Veteran Administration American Lake Campus. 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 July 16, 2028. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-20-D-1003). CORRECTION: The contract announced on June 15, 2020, for General Dynamics Land Systems, Sterling Heights, Michigan (W56HZV-20-F-0382), for $249,000,000 should have included this additional sentence: The initial delivery order is being awarded under this action to obligate $14.1 million to provide field service representative support for remaining test events, data deliverables, refurbishment of test systems, production of 24 S-MET systems, associated authorized stock list kits and prescribed stock list kits. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2277243/source/GovDelivery/

  • Contract Awards by US Department of Defense - March 18, 2020

    March 19, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - March 18, 2020

    NAVY Barber-Nichols Inc., Arvada, Colorado (N66604-20-D-E001); Booz Allen Hamilton, McLean, Virginia (N66604-20-D-E002); L3 Technologies Inc., Northampton, Massachusetts (N66604-20-D-E003); Leidos Inc., Reston, Virginia (N66604-20-D-E004); Leonardo DRS Inc., Melbourne, Florida (N66604-20-D-E005); Lockheed Martin Sippican Inc., Marion, Massachusetts (N66604-20-D-E006); MIKEL Inc., Middletown, Rhode Island (N66604-20-D-E007); Northrop Grumman Systems Corp., Annapolis, Maryland (N66604-20-D-E008); Progeny Systems Corp., Manassas, Virginia (N66604-20-D-E009); Foster-Miller Inc., doing business as QinetiQ-NA, Waltham, Massachusetts (N66604-20-D-E010); Raytheon Co., Keyport, Washington (N66604-20-D-E011); Rite-Solutions Inc., Pawcatuck, Connecticut (N66604-20-D-E012); Science Applications International Corp., Reston, Virginia (N66604-20-D-E013); Systems Engineering Associates Corp., Middletown, Rhode Island (N66604-20-D-E014); Sechan Electronics Inc., Lititz, Pennsylvania (N66604-20-D-E015); Sonalysts Inc., Waterford, Connecticut (N66604-20-D-E016); and Systems Planning and Analysis Inc., Alexandria, Virginia (N66604-20-D-E017), are being awarded a $73,730,343 indefinite-delivery/indefinite-quantity, multiple-award contract for the procurement of materials and services to design, develop, fabricate, test, install, document and deliver rapid prototype solutions in support of the Undersea Warfare/Undersea Defensive Family of Systems. Work will be performed at the contractors' sites, minimally at government locations and is expected to be completed by March 2023. For these base indefinite-quality/indefinite-delivery, three-year contracts, funding will not be obligated at time of award. A $2,500 minimum guarantee will be executed on each awardee's initial task order. This multiple-award contract was competitively procured with 17 acceptable offers received via the Federal Business Opportunities website. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity. Northrop Grumman Systems Corp., Orlando, Florida, is awarded a $48,235,113 single award, indefinite-delivery/indefinite-quantity contract (N65236-20-D-8012) with provisions for cost-plus, fixed-fee and firm-fixed-price task/delivery orders. This contract is for the procurement of Mobile User Objective System (MUOS) to legacy Ultra High Frequency (UHF) Satellite Communications Gateway Component systems and services. Work will be performed in Orlando, Florida, and is expected to be complete by March 2029. These systems support interoperability from tactical-to-tactical (point-to-point, point-to-group/net, group-to-net) satellite communications between MUOS and legacy UHF satellite communication users. In addition, the required services include Satellite Communication Gateway Component Suite B interface development, technical refresh enhancements, training, documentation updates, cybersecurity services, pre-installation test and checkout, implementation/installation and sustainment. Contract funds will not expire at the end of the current fiscal year. The contract includes a five-year ordering period, a two-year option period and one six-month option to extend services in accordance with Federal Acquisition Regulation 52.217-8. The option periods, if exercised, will bring the cumulative value of this contract to an estimated $65,214,634. Contract funds in the amount of $25,000 will be obligated at the time of award. This requirement was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) with only one responsible source. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. Teledyne Defense Electronics LLC, doing business as Teledyne Microwave Solutions, Rancho Cordova, California, is awarded a $34,963,200 firm-fixed-price requirements contract for the repair of traveling wave tubes (model 10 kW) in support of the Advanced Electronic Guidance and Instrumentation System/Combat System. Work will be performed in Rancho Cordova, California, and is expected to be complete by March 2025. This contract includes a five-year base period with no options. Annual working capital funds (Navy) will be obligated as individual task orders as issued, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-20-D-V001). Lockheed Martin Corp. Rotary and Mission Systems, Liverpool, New York, is awarded a $19,413,337 modification to previously awarded contract N00024-13-C-6292 to exercise and fund options for the production of Navy equipment. Work will be performed in Liverpool, New York (66%); Millersville, Maryland (33%); and Marion, Massachusetts (1%), and is expected to be complete by November 2021. Fiscal 2020 other procurement (Navy) funding in the amount of $19,413,337 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. CB Tech Services Inc.,* Honolulu, Hawaii (N32253-20-D-0006); Coastal Marine Services Inc.,* San Diego, California (N32253-20-D-0007); Sitta, Paige and Associates Inc.,* National City, California (N32253-20-D-0005); and Pacific Shipyards International,* Honolulu, Hawaii (N32253-20-D-0008), are awarded $13,000,000 for a multiple award, indefinite-delivery/indefinite-quantity contract with firm-fixed-price pricing for the procurement of interior decking commercial industrial services at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Hawaii. Work will be performed in the state of Hawai'i and is expected to be completed by February 2025. The four contractors may compete for task orders under the terms and conditions of the awarded contracts. The maximum ceiling value for all four contracts is $13,000,000. No funding will be obligated at time of award. This contract was competitively procured with five offers received via the Federal Business Opportunities website. The Naval Sea Systems Command, Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. FLIR Systems Inc., North Billerica, Massachusetts, is awarded a $12,133,461 ceiling increase modification to previously awarded firm-fixed-price contract (N00164-18-D-JQ99) for non-warranty repairs, provision item ordering spares, product revisions, upgrades and production systems of the maritime mounted sensor. Work will be performed in North Billerica, Massachusetts, and is expected to be complete by February 2023. The contract will support multiple electro-optic sensor systems to include the following maritime forward-looking infrared, combatant craft forward looking infrared, shipboard infrared sensor systems, sea forward looking infrared. The electro-optic systems are utilized by the Navy, Coast Guard, Marine Corps and U.S. Special Operations Command to carry out assigned missions. These systems provide electro-optical surveillance capability allowing the user to operate in low-light conditions. This contract was awarded on a sole-source basis in accordance with the statutory authority of 10 U.S. Code 2304(c) (1) as implemented by Federal Acquisition Regulations 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $650,000 will be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. Colonna Shipyards Inc., Norfolk, Virginia, is awarded an $8,903,875 firm-fixed-price contract for an 80-day shipyard availability for the emergency dry-docking of Navy Ship Spearhead (T-EPF 1). Work will be performed in Norfolk, Virginia, and is expected to be complete by June 2020. This contract includes an 80-day base period and three options, which if exercised, would bring the cumulative value of this contract to $9,241,725. Working capital contract funds (Navy) in the amount of $8,903,875 are obligated for fiscal 2020 and will not expire at the end of the fiscal year. The Military Sealift Command, Norfolk, Virginia, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia; and Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded an $8,759,811 cost-plus-incentive-fee modification to previously awarded contract N00024-09-C-6247 to exercise options for Integrated Submarine Imaging System (for submarine electronic warfare models AN/BLQ-10 and TI-18) kits and spares. Work will be performed in Manassas, Virginia (47%); Syracuse, New York (29%); Chantilly, Virginia (13%); Marion, Massachusetts (7%); and Newport, Rhode Island (4 %), and is expected to be completed by March 2023. Fiscal 2020 other procurement (Navy) funding in the amount of $8,759,811 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 Navy Yard, District of Columbia, is the contracting activity. (Awarded March 12, 2020) U.S. TRANSPORTATION COMMAND Construction Helicopters Inc., Howell, Michigan, has been awarded a task order modification, HTC711-18-F-R029/P00008, on contract HTC711-17-D-R016 in the amount of $33,995,543. This modification provides continued support of North Atlantic Treaty Organization Air Command-Afghanistan/Combined Security Transition Command. The services provide dedicated rotary wing air transportation to move passengers, cargo and human remains as well as perform casualty evacuation in support of the Afghan Air Force. Work will be performed in the government of Afghanistan. The option period of performance is from March 19, 2020, to March 18, 2021. Fiscal 2020 Afghanistan Security Force funds (Army) were obligated at award of the modification. This modification brings the total cumulative face value of the task order to $101,571,160, from $67,575,617. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. ARMY R&D Maintenance Services Inc.,* Tulsa, Oklahoma, was awarded a $15,989,749 cost-plus, firm-fixed-price contract for maintenance, repair, minor construction and operations of the Hartwell Lake and Dam project. Bids were solicited via the internet with four received. Work will be performed in Hartwell, Georgia, with an estimated completion date of Oct. 31, 2025. Fiscal 2020 civil investigation funds in the amount of $15,989,749 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-20-C-5000). Navistar Defense, Melrose Park, Illinois, was awarded an $11,442,992 firm-fixed-price Foreign Military Sales (Iraq) contract for 6x6 and 4x4 general transport trucks, recovery vehicles, and spare parts. Bids were solicited via the internet with five received. Work will be performed in Springfield, Ohio; and Ooltewah, Tennessee, with an estimated completion date of Feb. 28, 2021. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-F-0206). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2117069/source/GovDelivery/

  • High-tech French army truck maker sees demand for low-tech artillery components

    April 10, 2023 | International, Land

    High-tech French army truck maker sees demand for low-tech artillery components

    French armoured truck maker Arquus, specialised in manufacturing high-tech off-road military vehicles, has gone back to producing more low-tech undercarriages for howitzers as the ground war in Ukraine boosts demand for artillery.

All news