Back to news

May 27, 2024 | International, Land

The ISO 42001 Compliance Checklist

The ISO 42001 compliance checklist helps to lay the foundation for what your organization should expect when working towards certification.

https://thehackernews.uk/iso42001-checklist

On the same subject

  • Contract Awards by US Department of Defense - July 29, 2019

    July 30, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 29, 2019

    NAVY DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $382,535,170 cost-plus-incentive-fee, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite quantity contract for the development, integration, and production of hardware solutions. This contract will provide design, procurement, production, sparing, test, installation, and support of displays, workstations, processors, and network systems; the production of subsequent systems, kits and enclosures; and engineering and technical services. This contract combines purchases for the Navy (92.7 percent); and the government of the United Kingdom under the Foreign Military Sales program (4.6 percent), and per a memorandum of understanding with the Commonwealth of Australia (2.7 percent). Work will be performed in Johnstown, Pennsylvania (82 percent); Burnsville, Minnesota (15 percent); Germantown, Maryland (1 percent); Largo, Florida (1 percent); and Chesapeake, Virginia (1 percent), and is expected be complete in July 2025. This contract includes options which, if exercised, would bring the cumulative value of the contract to an estimated $830,711,796, and be complete in December 2026. Fiscal 2019 other procurement (Navy) funding in the amount of $296,895 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Undersea Warfare Center Division Keyport, Keyport, Washington, is the contracting activity (N00253-19-D-0004). Alliant Techsystems Operations LLC, a wholly owned subsidiary of Northrop Grumman Innovation Systems Inc., Northridge, California, is being awarded a $167,338,657 firm-fixed-price contract for 263 full-rate production Lot 8 Advanced Anti-Radiation Guided Missiles (AARGM). This contract provides for conversion of U.S. government-provided AGM-88B High Speed Anti-Radiation Missiles into 260 AGM-88E AARGM all-up-rounds and 3 Captive Air Training Missiles, including supplies and services required for manufacture, spares, and fleet deployment. Work will be performed in Northridge, California (80%); and Ridgecrest, California (20%), and is expected to be completed in March 2022. Fiscal 2017, 2018, and 2019 weapons procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); and fiscal 2019 operations and maintenance (Navy) funds in the amount of $167,338,657 will be obligated at time of award, $1,319,319 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-5. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919C0049). Allied Pacific Builders Inc.,* Waipahu, Hawaii (N62478-16-D-4006); Environet Inc.,* Kamuela, Hawaii (N62478-16-D-4007); Hako Plumbing Inc.,* Honolulu, Hawaii (N62478-16-D-4008); Heartwood Pacific LLC,* Keaau, Hawaii (N62478-16-D-4009); Raass Brothers Inc.,* Provo, Utah (N62478-16-D-4010); and TOMCO Corp.,* Honolulu, Hawaii (N62478-16-D-4011), are awarded a combined $95,000,000 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 $340,000,000. 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, and is expected to be completed by March 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. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity. PAE Aviation and Technical Services LLC, Greenville, South Carolina, is awarded $50,396,007 for modification P00023 to a previously issued firm-fixed-price, cost-reimbursable indefinite-delivery/indefinite-quantity contract N00421-15-D-0007 to exercises an option for organizational, selected intermediate, and limited depot maintenance and logistics support for F-5F and F-5N aircraft. Work will be performed in Fallon, Nevada; Yuma, Arizona; and Key West, Florida, and is expected to be completed in July 2020. No funds are being obligated at time of award; funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Katmai Health Services LLC,* Anchorage, Alaska, is awarded ceiling value $19,562,319 indefinite-delivery/indefinite-quantity contract to provide role player services for Infantry Immersion Training. Work will be performed at Camp Lejeune, North Carolina (40%); Camp Pendleton, California (40%); and Marine Corps Base, Hawaii (20%), and work is expected to be completed July 2021, having an ordering period of two years. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $1,618,452 will be obligated on the first task order immediately following contract award and funds will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-5 and 15 U.S. Code 637. The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M67854-19-D-7836). General Dynamics Missions Systems Inc., Marion, Virginia, is awarded a $16,313,717 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacturing of AN/SPG-62 antenna systems parabolic radio frequency reflectors. The AN/SPG-62 antenna systems are mounted and operated in the ship's open spaces and are subsystems of the Mk-99 fire control system, part of the AEGIS combat system suite. The AN/SPG-62 antenna system reflector enables the continuous-wave radio frequency signal from the Mk-99's radar transmitter to illuminate targets to be engaged, fired upon and destroyed by the ship's weapons. Work will be performed in Marion, Virginia, and is expected to be completed by December 2024. Fiscal 2017, 2018 and 2019 other procurement (Navy) funding in the amount of $941,313 will be obligated at time of award, and $387,014 will expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with Federal Acquisition Regulation 6.302-1 (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WP49). AIR FORCE Kilgore Flares Co., Toone, Tennessee, has been awarded a $90,000,000 indefinite-delivery/indefinite-quantity contract for MJU-53/B countermeasure flares. This contract provides an infrared countermeasure flare which is a magnesium based flare utilized on USAF Air Mobility Command C-17 and C-5 aircraft. Work will be performed at Toone, Tennessee, and is expected to be completed by July 2023. This contract involves foreign military sales, however, the countries are unknown at this time. This award is the result of a competitive acquisition with two offers received. Fiscal 2018 procurement funds in the amount of $3,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-D-0012). Armtec Countermeasures Co., Coachella, California, has been awarded a $90,000,000 indefinite-delivery/indefinite-quantity contract for MJU-53/B countermeasure flare. This contract provides an infrared countermeasure flare which is a magnesium based flare utilized on Air Force Air Mobility Command C-17 and C-5 aircraft. Work will be performed at Camden, Arkansas, and is expected to be completed by July 2023. This contract involves foreign military sales, however, the countries are unknown at this time. This award is the result of a competitive acquisition with two offers received. Fiscal 2018 procurement funds in the amount of $3,000 is being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-D-0013). Sierra Nevada Corp., Sparks, Nevada, has been awarded a $23,248,916 modification (P00001) to previously awarded indefinite-delivery/indefinite-quantity contract FA3002-19-D-A003 for A-29 pilot and maintenance training for the Afghanistan Air Force at Moody Air Force Base, Georgia; and in Afghanistan. The contract modification provides for the addition of outside the continental U.S. instructor pilots in Afghanistan. This modification involves building partner capacity/pseudo-foreign military sales to Afghanistan. Work is expected to be completed by Dec. 31, 2023. No funds are being obligated at the time of award. The 338th Contracting Squadron, Joint Base San Antonio, Randolph, Texas, is the contracting activity. Merrill Corp., doing business as Mission Support, Clearfield, Utah, has been awarded a $20,466,034 ceiling indefinite-delivery/indefinite‐quantity contract for the acquisition of A‐10 flap assemblies. This contract provides for the acquisition of left and right outboard flap assemblies and left and right inboard flap assemblies. Work will be performed in Clearfield, Utah, and is expected to be complete by July 28, 2025. This award is the result of a competitive acquisition and five offers were received. Consolidated sustainment activity group working capital funds in the amount of $4,997,734 are being obligated at the time of award. The Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8212‐19‐D‐0002). Lockheed Martin Space, Sunnyvale, California, has been awarded a $13,150,000 cost‐plus‐fixed‐fee modification (P00151) to contract FA8810‐13‐C‐0002 for space based infrared system contractor logistics support for studies and modification projects. Work will be performed at Peterson Air Force Base, Buckley AFB, Greeley Air National Guard Station, and Boulder, Colorado, and is expected to be completed by Oct. 31, 2021. Fiscal 2018 procurement funds in the amount of $13,150,000 are being obligated at the time of award. The Air Force Space and Missile Systems Center, Peterson Air Force Base, Colorado Springs, Colorado, is the contracting activity. The Boeing Co., St. Louis, Missouri, has been awarded a $10,395,313 firm-fixed-price and cost-plus-fixed-fee modification (P00005) to previously awarded delivery order contract FA8634-17-F-0002 for F-15 Advanced Display Core Processor (ADCP) II low-rate initial production Lot 1. This engineering change proposal provides for the production and integration of the ADCPII boxes and related equipment into the F-15 platform. Work will be performed at St. Louis, Missouri, and is expected to be completed by July 31, 2021. This award is the result of a sole source acquisition. Fiscal 2019 procurement; and fiscal 2018 and 2019 research and development funds in the amount of $10,395,313 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter/Bomber Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity. The Boeing Co., St. Louis, Missouri, has been awarded a $9,244,494 firm-fixed-price and cost-plus-fixed-fee modification (P00006) to previously awarded delivery order contract FA8634-17-F-0002, for F-15 Advanced Display Core Processor II low-rate initial production Lot 1. This modification provides for the performance of a study to mitigate risks posed to the F-15E to reduce its flight risk from serious to medium. Work will be performed at St. Louis, Missouri, and is expected to be completed by July 31, 2021. This award is the result of a sole source acquisition. Fiscal 2018 research and development funds in the amount of $9,244,494 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter/Bomber Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity. ARMY Dawson-Zapata JV,* Honolulu, Hawaii, was awarded a $40,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for range maintenance and support activities utilizing robotic technology. 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 Jan. 2, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-D-0002). WASHINGTON HEADQUARTERS SERVICES Johns Hopkins University, Applied Physics Laboratory, Laurel, Maryland, was awarded a $24,905,967 cost-plus-fixed-fee contract to support the government with development of prototypes, test plans, rapid fielding, operational experiments and changes in existing acquisition programs, with a focus on identification and reduction of programmatic and technical risk provides for applied research. Work performance will take place in Laurel, Maryland. Fiscal 2019 operation and maintenance funds in the amount of $1,512,000; and fiscal 2019 research, development, test and evaluation funds in the amount of $23,393,697 are being awarded. This contract was not competitively procured because the task order is executed against a single award, indefinite-delivery/indefinite-quantity. The expected completion date is May 30, 2020. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-D-0006). (Awarded July 26, 2019) DEFENSE LOGISTICS AGENCY Sopakco Inc.,* Mullins, South Carolina (SPE3S1-19-D-Z123, $16,888,463); and The Wornick Co., Cincinnati, Ohio (SPE3S1-19-D-Z122, $16,618,875), have both been awarded firm-fixed-price contracts under solicitation SPE3S1-19-R-0005 for Tailored Operational Training Meals. These are five-year contracts with no option periods. This was a competitive acquisition with three responses received. Locations of performance are South Carolina and Ohio, with a July 28, 2024, performance completion date. Using military services are National Guard and Reserve Forces. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Skurka Aerospace Inc., Camarillo, California, has been awarded a maximum $9,428,066 firm-fixed-price contract for direct current motors. 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 one-year base contract with one, one-year option period. Location of performance is California, with a July 28, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Warren, Michigan (SPRDL1-19-C-0190). MISSILE DEFENSE AGENCY Cummings Aerospace,* Huntsville, Alabama, is being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with a maximum amount of $9,982,641. Under this new contract, the contractor will integrate and enhance the Simulation Framework ToolKit and Coordinated Cyber/Electronic Warfare Integrated Fires Tool to conduct quick-turn, end-to-end, left through right of launch analysis with varying sensor and weapon technologies. A task order in the amount of $1,894,626 is being issued. The work will be performed in Huntsville, Alabama. The ordering period is from July 29, 2019, through July 28, 2024. A special topic broad agency announcement (BAA) number HQ0147-17-S0002 was posted to the Federal Business Opportunities web site to solicit white papers related to advanced research technology and development in accordance with Federal Acquisition Regulation 6.102(d)(2)(i) to meet full and open competition requirements. The government received 26 white papers in response to the BAA and selected seven white papers from which proposals were requested. This award results from one of seven proposals received. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,894,626 for the first task order are being obligated on this award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-D-0009). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1918513/source/GovDelivery/

  • US Air Force wish list includes more F-15EX jets but no F-35s

    June 3, 2021 | International, Aerospace

    US Air Force wish list includes more F-15EX jets but no F-35s

    The Air Force's biggest unfunded priority is to buy 12 more F-15EX aircraft.

  • Contract Awards by US Department of Defense - April 1, 2019

    April 2, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - April 1, 2019

    MISSILE DEFENSE AGENCY Lockheed Martin Corp. Missiles and Fire Control, Dallas, Texas, is being awarded a $2,457,390,566 modification (P00015) to a previously-awarded contract HQ0147-17-C-0032 for the production of Terminal High Altitude Area Defense (THAAD) interceptors and associated one-shot devices to support the U.S. government (USG) and the Kingdom of Saudi Arabia (KSA) Foreign Military Sales (FMS) case requirements. The THAAD interceptors and associated one-shot devices will be procured under fixed-price incentive (firm target) contract line items. The value of this contract is increased from $1,431,251,585 to $3,888,642,151. One offer was solicited with one offer received. The work will be performed in Dallas, Texas; Sunnyvale, California; Huntsville, Alabama; Camden, Arkansas; and Troy, Alabama, with an expected completion date of April 1, 2026. Fiscal 2019 USG procurement funds in the amount of $922,729,226; and KSA FMS funds in the amount of $1,534,661,340 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. AIR FORCE The Boeing Co., Boeing Defense Space and Security, St. Louis, Missouri, has been awarded a $250,000,000 indefinite-delivery/indefinite-quantity contract for Joint Direct Attack Munition/Laser Joint Direct Attack Munition (JDAM/LJDAM) technical services, aircraft integration, and sustainment. This contract provides for JDAM/LJDAM-specific activities including, but not limited to, technical services, aircraft integration, and sustainment. Work will be performed in St. Louis, and is expected to be complete by March 2029. This contract involves sales to the U.S. government (52 percent); and foreign military sales (48 percent) to various countries. Fiscal 2019 (Air Force and Navy) procurement and ammunition funds in the amount of $12,829,441 are being obligated on the first task order at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-19-D-0005). Peerless Technologies Corp., Fairborn, Ohio, has been awarded for $47,241,075 for advisory and assistance services to support the Air Force Civil Engineering Center energy directorate. This contract provides for support of current Air Force energy policy execution, development of new plans and procedures, and implementation of future centralized energy program management endeavors. Work will be performed at Tyndall Air Force Base, Florida, and is expected to be complete by April 10, 2024. This award is the result of a competitive acquisition and four offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,328,435 are being obligated at the time of award. The Air Force Installation Contracting Agency, Joint Base San Antonio, Texas, is the contracting activity (FA8903-19-F-0126). NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $151,287,000 fixed-price-incentive-firm modification (P00016) to a previously awarded advance acquisition contract (N00019-17-C-0001). This modification provides for the procurement of long-lead items for the manufacture and delivery of 21 F-35 Lightning II Lot 14 low-rate initial production aircraft for the governments of Australia (15) and Norway (6). Work will be performed in Fort Worth, Texas (30 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); Nagoya, Japan (5 percent); and Baltimore, Maryland (5 percent), and is expected to be completed in Dec 2022. International partner funds in the amount of $151,287,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchase for the governments of Australia ($108,170,000; 71 percent); and Norway ($43,117,000; 29 percent) under a cooperative agreement. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Moog Inc., Elma, New York, is awarded an $84,801,681 firm-fixed-price, long-term contract for repair of three items used on the V-22 aircraft. The contract will include a three-year base period with no option periods. Work will be performed in Elma, New York (85 percent); and Cherry Point, North Carolina (15 percent). Work is expected to be completed by March 2022. Annual 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-sourced requirement 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-P901). MLT Systems LLC,* Stafford, Virginia, is being awarded a $44,822,205 firm-fixed-price task order (M67854-19-F-3000) under previously awarded contract N00178-10-D-6179 for Program Manager Advanced Amphibious Assault support services for business, acquisition, logistics, engineering, and test and evaluation (T&E) related activities to include acquisition policy and program documentation development; program analysis; logistics management support to include government furnished property maintenance; financial management; engineering; and T&E support. Work will be performed in Stafford, Virginia (74 percent); Camp Pendleton, California (18 percent); Aberdeen, Maryland (5 percent); and Albany, Georgia (3 percent); and is expected to be completed by April 23, 2023. Fiscal 2019 procurement (Marine Corps) funds in the amount of $8,297,486; and fiscal 2019 research, development, test and evaluation (Marine Corps) funds in the amount of $2,067,314 will be obligated at the time of award and will not expire at the end of the current fiscal year. The base contract was competitively procured via SeaPort, Zone 2 – National Capital Region, with four offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-F-3000). Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $27,333,806 fixed-price indefinite-delivery, indefinite-quantity contract for the procurement of up to 62 430 Aircraft Direction Finders; 123 4230 Radio Tuner Panels; and 123 High Frequency 121 Radios in support of Lots 9, 10, and 11 P-8A Poseidon aircraft. These are in support of the Navy and the governments of Australia, the United Kingdom, Norway, New Zealand, Saudi Arabia, and South Korea. In addition, this contract provides for technical and engineering support, repair of repairables, and technical data. Work will be performed in Cedar Rapids, Iowa (95 percent); and Thiais Cedex, France (5 percent), and is expected to be completed in March 2022. Fiscal 2018 aircraft procurement (Navy); and foreign military sales (FMS) funds in the amount of $6,012,416 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0007). (Awarded March 29, 2019) Lockheed Martin Space, Sunnyvale, California, is awarded $17,976,489 for cost-plus-fixed-fee level-of-effort completion modification P00001 to a previously awarded contract (N00030-18-C-0023) to provide the United Kingdom (UK) with engineering and technical support services and deliverable materials for the Trident II Fleet Ballistic Missile System. This contract provides for support for technical planning, direction, coordination, and control to ensure that UK Fleet Ballistic Missile Program requirements are identified and integrated to support planned milestone schedules and emergent requirements. Re-entry Systems UK resident technical support, operational support hardware, and consumable spares are also provided for. Work will be performed in Cape Canaveral, Florida (39.41 percent); Sunnyvale, California (37.62 percent); Titusville, Florida (9.54 percent); Coulport, Scotland (5.70 percent); St. Mary's, Georgia (2.17 percent); Silverdale, Washington (2.11 percent); and various places below one percent (3.45 percent), with an expected level-of-effort completion date of March 31, 2020, and a deliverable items completion date of June 30, 2021. UK Funds in the amount of $17,976,489 will be obligated on this award. Contract funds will not expire at the end of the current fiscal year. This contract was awarded on a sole source basis, pursuant to 10 U.S. Code 2304(c)(4), and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is being awarded a $13,429,873 firm fixed-price contract modification to previously awarded contract (N00024-18-C-4208) to exercise options to procure Machinery Control System (MCS) consoles and cabinets for the DDG 51 new construction ship program and DDG 51 midlife modernization program and associated land based engineering sites. The DDG 51 Class MCS provides control and monitoring capability of the ship's auxiliary, damage control, electrical, and propulsion systems. As part of its electrical capability, the MCS interfaces with the ship's power generation and electrical distribution system. Work will be performed in Orlando, Florida (90 percent); and Baltimore, Maryland (10 percent), and is expected to be completed by March 2021. Fiscal 2018 shipbuilding and conversion (Navy); fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2019 research, development, test and evaluation (Navy) in the amount of $13,429,873 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 Navy Yard, District of Columbia, is the contracting activity. Northrop Grumman Systems Corp., San Diego, California, is being awarded a $12,872,342 modification (P00012) to a previously awarded fixed-price-incentive contract (N00019-17-C-0018). This modification upgrades three MQ-4C Triton aircraft from a baseline Integrated Functional Capability (IFC) 3 software configuration to a Multi-IFC 4 software configuration. Additionally, this modification updates drawings and associated technical data in support of the MQ-4C IFC software configuration upgrade. Work will be performed in Palmdale, California (48 percent); San Diego, California (38 percent); and Moss Point, California (14 percent), and is expected to be completed in October 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $12,872,342 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. SJC-BVIL,* Montrose Colorado, was awarded an $11,487,876 firm-fixed-price task order under a previously awarded design-build indefinite-delivery/indefinite-quantity unrestricted multiple awarded construction contract (N40084-19-F-4319) for commercial and institutional building construction contract to repair receiver site building Facility 201 at U.S. Naval Support Facility, Diego Garcia, British Indian Ocean Territory. The work to be performed provides replacement of engine generators of North Power Plant 730. The work includes architectural, civil/structural, electrical, mechanical and fire protection. The work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by April 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $11,487,876 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, Far East, Diego Garcia, British Indian Ocean Territory, is the contracting activity. (Awarded March 31, 2019) T3W Business Solutions Inc.,* San Diego, California, is awarded a $9,629,274 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract for professional and administrative support services to support Naval Information Warfare Center Pacific (NIWC Pacific) corporate operations. Support includes total force manpower management; material control; travel services; facilities operations; data management and visualization; and general administrative support. This is one of three multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $30,132,338. All work will be performed in San Diego, California, and work for the base period is expected to be completed March 31, 2021. If all options are exercised, the period of performance would extend through March 31, 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using working capital funds (Navy) and operations and maintenance (Navy) funds. This contract was competitively procured via Request for Proposal N66001-18-R-0177 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nineteen offers were received and three were selected for award. NIWC Pacific, San Diego, California, is the contracting activity (N66001-19-D-3420). Thor Solutions LLC,* Arlington, Virginia, is awarded a $9,482,581 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract for professional and administrative support services to support Naval Information Warfare Center Pacific (NIWC Pacific) corporate operations. Support includes total force manpower management; material control; travel services; facilities operations; data management and visualization; and general administrative support. This is one of three multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $28,719,124. All work will be performed in San Diego, California, and work for the base period is expected to be completed March 31, 2021. If all options are exercised, the period of performance would extend through March 31, 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using working capital funds (Navy); and operations and maintenance (Navy) funds. This contract was competitively procured via Request for Proposal N66001-18-R-0177 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nineteen offers were received and three were selected for award. NIWC Pacific, San Diego, California, is the contracting activity (N66001-19-D-3421). Kros-Wise Inc.,* San Diego, California, is awarded a $9,382,074 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract for professional and administrative support services to support Naval Information Warfare Center Pacific (NIWC Pacific) corporate operations. Support includes total force manpower management; material control; travel services; facilities operations; data management and visualization; and general administrative support. This is one of three multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $28,378,360. All work will be performed in San Diego, California, and work for the base period is expected to be completed March 31, 2021. If all options are exercised, the period of performance would extend through March 31, 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using working capital funds (Navy) and operations and maintenance (Navy) funds. This contract was competitively procured via Request for Proposal N66001-18-R-0177 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nineteen offers were received and three were selected for award. NIWC Pacific, San Diego, California, is the contracting activity (N66001-19-D-3419). Northrop Grumman Systems Corp., San Diego, California, is being awarded a $7,241,880 advance acquisition contract modification (P00002) to a previously awarded cost-reimbursable contract (N00019-18-C-1028). This modification extends the period of performance and provides additional funding to procure long lead components, material, parts and associated efforts required to maintain the MQ-4C Triton Unmanned Aircraft System planned low rate initial production, lot 4 production schedule. Work will be performed in San Diego, California (25.3 percent); Baltimore, Maryland (22.7 percent); Salt Lake City, Utah (20.2 percent); Bridgeport, West Virginia (8.2 percent); Red Oak, Texas (4.7 percent); Vandalia, Ohio (.2 percent); various locations within the continental U.S. (15.1 percent); and various locations outside the continental U.S. (3.6 percent), and is expected to be completed in May 2019. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,241,880 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. DEFENSE LOGISTICS AGENCY American Water Operations and Maintenance LLC, Voorhees, New Jersey, has been awarded a maximum $49,144,712 modification (P00145) to a 50-year contract (SP0600-08-C-8257) with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Polk, Louisiana. This is a fixed-price prospective redetermination contract. Locations of performance are Louisiana and New Jersey, with a Jan. 31, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2059 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Polk, Louisiana. ARMY Burns & McDonnell, Kansas City, Missouri, was awarded a $48,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2024. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4007). Korean Airlines Co. Ltd., Seoul, Republic of Korea, was awarded a $9,446,385 modification (P00003) to contract W91QVN-17-D-0003 for depot level helicopter maintenance. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2020. 411th Combat Support Brigade, Seoul, South Korea, is the contracting activity. World Wide Technology, St. Louis, Missouri, was awarded a $7,883,995 firm-fixed-price contract for information technology hardware. Bids were solicited via the internet with one received. Work will be performed in St. Louis, Missouri, with an estimated completion date of May 3, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $2,739,383 were obligated at the time of the award. 409th Combat Support Brigade, Wiesbaden, Germany, is the contracting activity (W912CM-19-F-0013). CDW Government LLC, Vernon Hills, Illinois, was awarded a $7,701,689 firm-fixed-price contract for hardware supply, specialty notebooks, standard desktop, performance desktop, Standard Micro Form Factor, Performance Micro Form Factor, rugged tablets and monitors. Bids were solicited via the internet with three received. Work will be performed in Bruchmuehlbach-Miesau, Germany, with an estimated completion date of May 6, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,701,689 were obligated at the time of the award. 409th Combat Support Brigade, Wiesbaden, Germany, is the contracting activity (W912CM-19-F-0018). Raytheon Co., McKinney, Texas, was awarded a $7,383,058 firm-fixed-price contract for logistics maintenance capability, repair parts, replenishment material, configuration management, product assurance support, special engineering studies, system engineering, failure analysis, test and evaluation, equipment publications, obsolescence redesigns, test evaluation material for repairs, field service representative technical assistance, and contractor repair in support of the Tube-launched, Optically-tracked, Wireless-guided Improved Target Acquisition System. One bid was solicited with one bid received. Work will be performed in McKinney, Texas, with an estimated completion date of March 31, 2022. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,383,058 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0069). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1802502/

All news