Back to news

January 6, 2024 | International, Land

The DoD is getting its innovation act together, but more can be done

Opinion: The DoD is awake. It has realized new and escalating threats require rapid change, or we may not prevail in the next conflict.

https://www.defensenews.com/opinion/2024/01/05/the-dod-is-getting-its-innovation-act-together-but-more-can-be-done/

On the same subject

  • OMFV: Army Wants Smaller Crew, More Automation

    July 20, 2020 | International, Land

    OMFV: Army Wants Smaller Crew, More Automation

    The draft RFP for the Bradley replacement, out today, also opens the possibility for a government design team to compete with private industry. By SYDNEY J. FREEDBERG JR.on July 17, 2020 at 1:51 PM WASHINGTON: The Army is giving industry a lot of freedom in their designs for its future armored troop transport, letting them pick the gun, weight, number of passengers and more. But there's one big exception. While the current M2 Bradley has three crew members – commander, gunner, and driver – a draft Request For Proposals released today says that its future replacement, the OMFV, must be able to fight with two. Fewer humans means more automation. It's an ambitious goal, especially for a program the Army already had to reboot and start over once. The other fascinating wrinkle in the RFP is that the Army reserves the right to form its own design team and let it compete against the private-sector contractors. This government design team would be independent of any Army command to avoid conflicts of interest. If the Army does submit its own design, that would be a major departure from longstanding Pentagon practice. But the Army has invested heavily in technologies from 50mm cannon to automated targeting algorithms to engines, so it's not impossible for a government team to put all that government intellectual property together into a complete design. The Army has embraced automation from the beginning of the Bradley replacement program, and that's been consistent before and after January's decision to reboot. OMFV's very name, Optionally Manned Fighting Vehicle, refers to the service's desire to have the option to operate the vehicle, in some situations, by remote control – eventually. But an unmanned mode remains an aspiration for future upgrades, not a hard-and-fast requirement for the initial version of the vehicle scheduled to enter service in 2028. By contrast, the two-person crew is one of the few hard-and-fast requirements in the draft RFP released this morning. It's all the more remarkable because there few such requirements in the RFP or its extensive technical annexes (which are not public). Instead, in most cases, the Army lays out the broad performance characteristics it desires and gives industry a lot of leeway in how to achieve them. That's a deliberate departure from traditional weapons programs, which lay out a long and detailed list of technical requirements. But the Army tried that prescriptive approach on OMFV and it didn't work. Last year, in its first attempt to build the OMFV, the Army insisted that industry build – at its own expense – a prototype light enough that you could fit two on an Air Force C-17 transport, yet it had to be tough enough to survive a fight with Russian mechanized units in Eastern Europe. Only one company, General Dynamics, even tried to deliver a vehicle built to that specification and the Army decided they didn't succeed. So the Army started over. It decided heavy armor was more important than air transportability, so it dropped the requirement to fit two OMFVs on a single C-17; now it'll be satisfied if a C-17 can carry one. In fact, it decided rigid technical requirements were a bad idea in general because it limited industry's opportunity to offer ingenious new solutions to the Army's problems, so the service replaced them wherever it could with broadly defined goals called characteristics. And yet the new draft RFP does include a strict and technologically ambitious requirement: the two-person crew. Now, since the OMFV is a transport, it'll have more people aboard much of the time, and when an infantry squad is embarked, one of them will have access to the vehicle's sensors and be able to assist the crew. But when the passengers get out to fight on foot, there'll just be two people left to operate the vehicle. A two-person crew isn't just a departure from the Bradley. This is a departure from best practice in armored vehicle design dating back to World War II. In 1940, when Germany invaded France, the French actually had more tanks, including some much better armed and armored than most German machines. But a lot of the French tanks had two-man crews. There was a driver, seated in the hull, and a single harried soldier in the turret who had to spot the enemy, aim the gun, and load the ammunition. By contrast, most German tanks split those tasks among three men – a commander, a gunner, and a loader – which meant they consistently outmaneuvered and outfought the overburdened French tankers. A lot of modern vehicles don't need a loader, because a mechanical feed reloads automatically. But in everything from the Bradley to Soviet tanks, the minimum crew is three: driver, gunner, and commander. That way the driver can focus on the terrain ahead, the gunner can focus on the target currently in his sights, and the commander can watch for danger in all directions. A two-person crew can't split tasks that way, risking cognitive overload – which means a greater risk that no one spots a threat until it's too late. So how do fighter jets and combat helicopters survive, since most of them have one or two crew at most? The answer is extensive training and expensive technology. If the Army wants a two-person crew in its OMFV, the crew compartment may have to look less like a Bradley and more like an Apache gunship, with weapons automatically pointing wherever the operator looks. The Army's even developing a robotic targeting assistant called ATLAS, which spots potential targets on its sensors, decides the biggest threat and automatically brings the gun to bear – but only fires if a human operator gives the order. Now, industry does not have to solve these problems right away. The current document is a draft Request For Proposals, meaning that the Army is seeking feedback from interested companies. If enough potential competitors say the two-man crew is too hard, the Army might drop that requirement. The current schedule gives the Army about nine months, until April 2021, to come out with the final RFP, and only then do companies have to submit their preliminary concepts for the vehicle. The Army will pick several companies to develop “initial digital designs” – detailed computer models of the proposed vehicle – and then refine those designs. Physical prototypes won't enter testing until 2025, with the winning design entering production in 2027 for delivery to combat units the next year. https://breakingdefense.com/2020/07/omfv-army-wants-smaller-crew-more-automation/

  • Contract Awards by US Department of Defense - October 29, 2018

    October 30, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 29, 2018

    DEFENSE LOGISTICS AGENCY Atlantic Diving Supply Inc., doing business as ADS,* Virginia Beach, Virginia (SPE8EH-19-D-0001); W.S. Darley & Co.,* Itasca, Illinois (SPE8EH-19-D-0002); Unifire Inc.,* Spokane, Washington (SPE8EH-19-D-0003); Mallory Safety and Supply,* Longview, Washington (SPE8EH-19-D-0004); Federal Resources Supply Co.,* Stevensville, Maryland (SPE8EH-19-D-0005); and L.N. Curtis & Sons,* Oakland, California (SPE8EH-19-D-0006), are sharing a maximum $78,000,000 bridge contract under solicitation SPM8EH-12-R-0009 for fire and emergency services equipment. These are firm-fixed-price, indefinite-delivery/indefinite-quantity, 120-day bridge contracts. These were sole-source acquisitions using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are California, Illinois, Maryland, Virginia, and Washington, with a Feb. 27, 2019, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal year 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Califon Systems LLC,** Dallas, Georgia, has been awarded a maximum $20,000,000 firm-fixed-price contract for medical equipment, maintenance of medical equipment, and/or spare parts for medical equipment. This is a five-year contract with no option periods. This was a competitive acquisition with 59 responses received. Location of performance is Georgia, with an Oct. 28, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0003). General Dynamics Land Systems, Sterling Heights, Michigan, has been awarded a $14,334,060 firm-fixed-price contract for distribution boxes. This is a one-year contract with one one-year option. 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 Michigan and Florida, with a Jan. 31, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0009). Honeywell International Inc., Torrance, California, has been awarded a maximum $10,028,200 firm-fixed-price delivery order (SPRPA1-19-F-LH07) against a five-year basic ordering agreement (SPRPA1-14-G-001Y) for heat exchangers. This is a two-year, six-month contract with no option periods. 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 California, with an April 29, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. ARMY The Boeing Co., Mesa, Arizona, was awarded a $46,051,155 modification (P00097) to contract W58RGZ-15-C-0017 to complete negotiations on, and take delivery of, undelivered items as well as continue investments in both supply chain management performance and reliability improvements. Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of April 30, 2019. Fiscal 2019 Army working capital funds in the amount of $46,051,155 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. NAVY JLL-Midnight Sun IFMS, LLC,* Kotzebue, Alaska, is awarded a $30,408,548 indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Air Station Jacksonville and outlying areas. The work to be performed provides for base operations support services to include facility investment, other (training pools), utilities management, electrical, wastewater, steam, water, compressed air, base support vehicles and equipment, environmental, and other related services. The maximum dollar value including the base period and seven option years is $236,917,489. Work will be performed in Jacksonville, Florida (99 percent); and outlying areas (1 percent), and is expected to be completed by December 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy and Marine Corps Reserve); fiscal 2019 Navy working capital funds; fiscal 2019 Defense Health Program; and fiscal 2019 family housing operations and maintenance (Navy) contract funds in the amount of $24,099,510 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-1750). Reid Middleton Inc.,* San Diego, California, is awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for structural engineering services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for preparation of fully designed plans and specifications for design-bid-build construction projects; preparation of request for proposal packages for design-build projects; structural and/or seismic investigations, studies, evaluations and recommendations for upgrades to existing facilities; anti-terrorism design related to analysis of blast effects and design to prevent progressive collapse; innovative structural system design; technical reviews of government-prepared designs and design-build packages; post construction award services; cost estimating; and coordination of various technical disciplines. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to California (87 percent); Arizona (5 percent); Nevada (5 percent); Colorado (1 percent); New Mexico (1 percent); and Utah (1 percent), and is expected to be completed by October 2023. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy and Marine Corps). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2414). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY HRL Laboratories LLC, Malibu, California, was awarded a $9,155,987 cost-plus-fixed-fee completion contract for a Defense Advanced Research Projects Agency (DARPA) millimeter-wave GaN maturation project. Work will be performed in Malibu, California (97 percent); and Huntington Beach, California (3 percent), with an expected completion date of April 2020. Fiscal 2018 research, development, test and evaluation funds in the amount of $1,208,000 are being obligated at time of award. This contract was a competitive acquisition off the Microsystems Technology Office office-wide broad agency announcement HR001116S0001, with 138 offers received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-19-C-0006). *Small Business **Veteran-owned small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1675408//

  • Contract Awards by US Department of Defense - July 28, 2020

    July 29, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - July 28, 2020

    U.S. TRANSPORTATION COMMAND James J. Flanagan Shipping Corp., Beaumont, Texas, has been awarded a $144,135,422 firm-fixed-price contract (HTC711-20-D-R050). The contract provides stevedoring and related terminal services at ports in Beaumont, Corpus Christi, and Port Arthur, Texas. The contract period of performance is from Oct. 3, 2020, to Oct. 2, 2025. Fiscal 2020 transportation working capital funds were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. NAVY Teledyne Brown Engineering Inc., Huntsville, Alabama, is awarded an $83,647,556 cost-plus-fixed-fee, cost reimbursable indefinite-delivery/indefinite-quantity contract. This contract provides research and development support services for the Medical Modeling and Simulation Planning Tools Sustainment, Enhancement and Application program for the Naval Health Research Center, San Diego, California. Work will be performed in Huntsville, Alabama (80%); and San Diego, California (20%), and is expected to be completed by August 2026. No funds will be obligated at the time of award. The initial task order for $8,853,470 for the base period of performance will be awarded with fiscal 2019 research, development, test and evaluation (Defense Health Program) funding of $296,551, which will expire at the end of the current fiscal year; and fiscal 2020 research, development, test and evaluation (Navy) funding of $4,359,068, which will not expire. The balance of the task order will be incrementally funded. The total value of the initial task order for the base period and one option year, if exercised, is $17,918,761. This contract was competitively procured via the beta.SAM.gov website and one offer was received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-20-D-5008). L-3 Communications Integrated Systems L.P., Waco, Texas, is awarded a $20,102,664 modification (P00053) to previously awarded cost-plus-fixed-fee contract N00019-15-C-0093. This modification exercises options for the installation of auxiliary power units, digital red switch systems and Family of Beyond Line-of-Sight Terminals/Presidential National Voice Conferencing modifications and associated support on two E-6B Mercury aircraft. Work will be performed in Waco, Texas, and is expected to be completed by July 2021. Fiscal 2020 aircraft procurement (Navy) funds for $20,102,664 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. Caterpillar Defense Products, Peoria, Illinois, is awarded an $18,233,057 time and material, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engineering, logistics and program management services. Work will be performed at Caterpillar's facilities and fleet concentration areas in the continental U.S. and shipboard locations outside of the continental U.S. according to each task order to be assigned. It is estimated that 80% of the work will occur at the contractor's facilities and 20% of the work will occur at government facilities. The services under this contract will provide enhanced life cycle manager, management and in-service engineering agent support services for Navy, Military Sealift Command and Coast Guard engine lines under Caterpillar's cognizance in order to augment the effectiveness of critical diesel engine programs, including diesel readiness system and diesel maintenance system, by engaging with a primary diesel engine original equipment manufacturer Caterpillar. The contract will have a five year ordering period and work is expected to be completed by July 2026. Fiscal 2020 operations and maintenance (Navy) funding in the total amount of $204,510 will be obligated at time of award and will expire at the end of the 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 Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-4035). Lockheed Martin Corp., Owego, New York, is awarded an $18,100,000 modification (P00015) to previously awarded firm-fixed-price, cost-plus-fixed-fee contract N00019-19-C-0013. This modification provides non-recurring efforts and modifies three Lot 14 MH-60R helicopters to the initial India configuration in support of the MH-60R modification program for the government of India. Work will be performed in Owego, New York (95%); and Stratford, Connecticut (5%), and is expected to be completed by March 2022. Foreign Military Sales funds for $18,100,000 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. Progeny Systems Corp., Manassas, Virginia, was awarded an $18,063,794 cost-plus-fixed-fee level of effort and cost-only modification to previously awarded contract N00024-18-C-6265 to exercise options for engineering and technical services for Navy submarines that will include software development, commercial off-the-shelf products and hardware and software integration. Work will be performed in Manassas, Virginia (65%); Middletown, Rhode Island (25%); and San Diego, California (10%). The supplies under this contract, Small Business Innovative Research Topic N96-278, will lead to the development of new designs that will replace obsolete subsystems, provide recommendations to reduce acquisition life cycle costs and improve reliability. The scope of work will involve the application of engineering disciplines required to analyze, design, fabricate and integrate hardware and software solutions for commercial off-the-shelf based subsystems that collectively provide capabilities to Naval platforms. Work is expected to be completed by July 2021. Fiscal 2020 shipbuilding and conversion (Navy); and 2020 research, development, test and evaluation (Navy) funding in the amount of $2,637,309 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, D.C., is the contracting activity. (Awarded July 24, 2020) The Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded a $13,833,549 firm-fixed-price task order (N40085-20-F-5948) under a multiple award construction contract for repairs and improvements to the industrial wastewater treatment plant at Marine Corps Air Station, Cherry Point, North Carolina. Work will be performed in Havelock, North Carolina. The work to be performed provides for improvements and repairs to the industrial wastewater treatment plant; repairs to process equipment including the influent flow meter; grit removal system; primary clarifiers; equalization basins; scum pumps; up-flow clarifiers; continuous treatment facility; chemical ventilation systems; sludge dewatering system; construction of a new effluent Parshall flume; new sludge storage tank; and chemical storage tanks. Repairs to structural components include the chemical tote area, various equipment pads, concrete tank patching and handrails. Repairs to the existing electrical and process control systems include new conduit, wire and site lighting. Site improvements include drainage issue correction and the repair and upgrade of fences around the complex. Work is expected to be completed by July 2022. Fiscal 2020 operations and maintenance (Marine Corps) contract funds in the amount of $13,833,549 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command Mid-Atlantic, Cherry Point, North Carolina, is the contracting activity (N40085-20-D-0036). Military and Federal Construction Co.,* Jacksonville, North Carolina, is awarded a $10,823,608 firm-fixed-price task order (N40085-20-F-5918) under a multiple award construction contract for repairs to the bachelor enlisted quarters (BEQ 4313) at Marine Corp Air Station, Cherry Point, North Carolina. Work will be performed in Havelock, North Carolina. The work to be performed provides for improvements and repairs to BEQ 4313, including interior components and surfaces; concrete cantilever breezeways; windows and doors; interior and exterior walls; vanities and head accessories; floor coverings; stair trends; building exterior; electrical panels and subpanels; arc fault breakers; light fixtures; the fire suppression system; water supply; waste and vent piping; plumbing piping and fixtures; and the parking lot. Work is expected to be completed by February 2022. Fiscal 2020 operations and maintenance (Marine Corps) contract funds in the amount of $10,823,608 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command Mid-Atlantic, Cherry Point, North Carolina, is the contracting activity (N40085-16-D-6303). Alpha Marine Services LLC, Galliano, Louisiana, is awarded a $9,754,990 firm-fixed-price contract for the time charter of seven tractor-like tugs in support of Navy bases at Kings Bay, Georgia; and Mayport, Florida. This contract includes a 12-month base period, four 12-month option periods and a six-month option period, which, if exercised, will bring the cumulative value of this contract to $55,177,663. Work will be performed in Kings Bay (50%); and Mayport, Florida (50%), and is expected to be completed by July 2025. Working capital funds (Navy) in the amount of $9,754,990 are obligated for fiscal 2020 and fiscal 2021 and will expire at the end of the fiscal years. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-3511). Global, a 1st Flagship Co.,* Newport Beach, California, is awarded an $8,912,327 modification to cost-plus-fixed-fee contract N00024-17-C-4404 to exercise Option Period Three. This contract includes options which, if exercised, will bring the cumulative value of this contract to $60,737,344. Currently, the total value of the base, Option Period One, and Option Period Two is $41,290,787. The contract is to acquire services and material necessary to support and maintain all vessels assigned to the Naval Sea Systems Command (NAVSEA) Inactive Ship Maintenance Office, Bremerton, Washington. Work will be performed in Bremerton, Washington, and San Diego, California. This option exercise is for services and material necessary to operate and maintain all vessels assigned to the NAVSEA Inactive Ship Maintenance Office, Bremerton, Washington. Services include receipt, inspection, survey, maintenance and disposal of vessels. In addition, the contractor may perform structural, mechanical and electrical repairs. Work is expected to be completed by August 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $2,651,310 will be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. ARMY BFBC LLC, Bozeman, Montana, was awarded a $57,738,442 modification (P00014) to contract W912PL-19-C-0014 to design and construct approximately nine miles of three-phase power distribution, lighting, closed-circuit television camera, linear ground detection system and shelters for the Barrier Wall Project. Work will be performed in Yuma, Arizona, with an estimated completion date of June 29, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $57,738,442 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity. Amentum Services Inc., Germantown, Maryland, was awarded a $15,000,000 modification (000271) to contract W52P1J-12-G-0028 for Army prepositioned stock logistics support services in support of maintenance, supply and transportation at Mannheim and Dulmen, Germany. Work will be performed in Mannheim, Germany, with an estimated completion date of Nov. 20, 2020. Fiscal 2020 operations and maintenance (Army) funds in the amount of $15,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Ad HOC Research Associates,* Havre de Grace, Maryland, was awarded an $11,040,092 firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract to provide support for the Cyber Battle Lab, Capabilities Development Integration Division, Futures and Concept Center, Army Futures Command development and experimentation in support of all areas of cyber electromagnetic activities to include cyberspace operations, electronic warfare, Department of Defense Information Network-Army (DODIN-A), and information operations. Bids were solicited via the internet with 12 received. Work will be performed at Fort Gordon, Georgia, with an estimated completion date of July 27, 2025. No funding was obligated at time of award. Funding will be obligated by delivery orders under the contract. Mission and Installation Contracting Command-Fort Gordon, Fort Gordon, Georgia, is the contracting office (W91249-20-D-0006). Kiewit Infrastructure South, Omaha, Nebraska, was awarded a $7,015,443 firm-fixed-price contract to restore the North Jetty at Ponce de Leon Inlet, Volusia County, Florida. Bids were solicited via the internet with three received. Work will be performed in Ponce de Leon, Florida, with an estimated completion date of Feb. 10, 2022. Fiscal 2020 civil construction funds in the amount of $7,015,443 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-20-C-0008). AIR FORCE Hologic Inc., Marlborough, Massachusetts, has been awarded a firm-fixed-price, undefinitized contract action with a price ceiling of $7,597,607 to build and validate equipment used in manufacturing of COVID-19 testing consumables intended to expand domestically manufactured test availability in the U.S. The contractor will provide all necessary personnel, supervision, management, tools, equipment, transportation, materials and any other items or services necessary to meet the deliverables in accordance with the contract, as well as with commercial and local standards. Work will be performed in San Diego, California; Marlborough, Massachusetts; and Menomonie and Somerset, Wisconsin, and is expected to be completed Jan. 31, 2021. This award is the result of a sole-source acquisition under Unusual and Compelling Urgency authority. Fiscal 2020 other procurement funds in the amount of $423,522 were obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8641-20-C-0002). (Awarded July 25, 2020) *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2291605/source/GovDelivery/

All news