Back to news

February 4, 2019 | International, Aerospace

The US Air Force wants to continue its light-attack experiment. Will industry buy in?

By:

WASHINGTON — If the U.S. Air Force takes two years to conduct a light-attack experiment — made possible in part by industry investments — and then abandons it, why should defense contractors buy into the next one?

That was the question posed to the Air Force's top uniformed acquisition official by one attendee of a Feb. 1 event held by the Air Force Association.

"I think there's a skepticism out here,” said Mike Loh, a retired Air Force four-star general who now runs a consulting firm.

“There's got to be a requirement or funding or both at the end of that, otherwise you've got guys in industry that are investing a lot of money, and they're looking back at light-attack aircraft,” he said. “What did you do? Nothing. You put it on the back burner.”

Loh's question highlights the confusion surrounding the Air Force's path forward on the light-attack experiment, as well as unease about the way the service approaches industry investment in short-term experimentation or development campaigns with no clear contract award at the end of the process.

Industry investments have already allowed the service to fly the aircraft, set up logistics infrastructure and try new capabilities

Last month, Air Force officials confirmed the service would not put out a final solicitation for the light-attack program. Matt Donovan, its undersecretary, said on Jan. 18 that the service preferred to conduct additional experiments and wanted to broaden the campaign.

This latest shift follows a failed attempt to acquire a light-attack plane about a decade ago. In 2009, the Air Force began the Light Attack/Armed Reconnaissance program, and its competitors — the Textron AT-6 and Sierra Nevada Corp.-Embraer A-29 Super Tucano — are the same two aircraft involved in the current experimentation campaign.

That program fizzled out due to political reasons around 2013, but the Air Force is still hopeful it can press ahead with its latest light-attack effort.

“I have ideas of how we go forward, and I think we know how we go forward,” Lt. Gen. Arnold Bunch, the military deputy for the Office of the Assistant Secretary of the Air Force for Acquisition, said of the light-attack experiment on Friday. ”We are planning to broaden the experimentation out and carry the experimentation forward, and I think when our budget hits, you'll understand more of what we're doing."

Bunch said the experiment has helped validate the Air Force's requirement for a light-attack capability that can counter violent extremist threats in a low-cost manner.

“What I don't want to do is end up in a position that I've got F-35s chasing small buses or mopeds or whatever else we may be trying to chase,” he said.

But when it came down to it, Air Force officials looked at the new National Defense Strategy — which prioritizes a high-end fight — and decided against making a large-scale buy of light-attack planes in the upcoming budget, he said.

The Pentagon's annual report by the director of operational test and evaluation, released Thursday, shed some light on what may have been the Air Force's initial plans for the light-attack program.

The service would have purchased 359 aircraft for eight operational squadrons and three training units, with a contract for either the AT-6 or A-29 to be awarded before September, the report said. The Air Force also considered getting a waiver so that it conduct component-level, live-fire tests for both aircraft before making a final downselect.

An Air Force spokeswoman confirmed to Defense News that the timeline and procurement quantities noted in the DOT&E report are no longer accurate.

Expanding the experiment

What becomes of the light-attack experiment remains unknown — Air Force officials haven't made it clear what the service wants to see in future stages of the effort.

Air Force Chief of Staff Gen. Dave Goldfein stressed the importance of getting buy-in from international militaries during a Jan. 26 interview with Defense News. He also said aircraft like helicopters and drones could be considered in addition to the turboprop planes that dominated the first phases of the experiment.

On Friday, Bunch said the service could look at “technologies we may be able to put on platforms or solutions that we may not have thought of” during the first phase of the experiment.

“I know many people have talked about specific platforms. What I want to talk about [is] not necessarily that,” he said. That may point to a systems-of-systems approach similar to what the Air Force is seeking with its Advanced Battle Management System — a replacement for its JSTARS ground surveillance planes that will be comprised of a network of existing and new sensors.

But the Air Force will need to be clear with industry about what it wants, said Andrew Hunter, head of the defense-industrial initiatives group at the Center for Strategic and International Studies.

For example, “if the answer is that they need to do some kind of dramatic cost-cutting initiative, give them a number,” he said.

It might also benefit the Air Force to incorporate prototypes in the large-scale international exercises it regularly holds with partners, which has the added benefit of giving foreign militaries more exposure to technology that the U.S. might buy, he said.

“I think people will stick with it for a while because there's still a belief that the Air Force will invest and, more important, that there is still a broad international market for this capability,” Hunter said of the light-attack experiment.

But, he added, the uncertainty regarding the future of the effort illustrates the constraints of rapid prototyping and experimentation: There's no promise of a program of record at the end of the road.

“[While] there is some value of exercising the muscle ... not every one of these is going to lead to a production program,” he said.

After two years of experimentation, the Air Force still doesn't have an answer for how it should fill its light-attack requirement, but Bunch, the acquisition official, was adamant the experiment has had value.

"I may be the only one that believes it, but I actually believe it has been a success. We tried something we hadn't done. We built a partnership with industry. We experimented. We learned a lot, and we got to the point where we weren't ready to make a large buy decision at this stage. I still believe that is learning,” Bunch said.

“And I believe it is something we will take the lessons learned and roll it into how we go forward,” he added. “We've got to look at ourselves in the mirror and say: ‘Was that good or was it bad, and how do we do it better?' We've got to do our own image check."

https://www.defensenews.com/air/2019/02/01/the-us-air-force-wants-to-continue-its-light-attack-experiment-will-industry-buy-in

On the same subject

  • Contract Awards by US Department of Defense - October 1, 2018

    October 2, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 1, 2018

    ARMY Lockheed Martin, Orlando, Florida, was awarded a $631,757,949 fixed-price-incentive Foreign Military Sales (Netherlands and Japan) contract to procure a variety of Hellfire II missile variants in containers. One bid was solicited with one bid received. Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 30, 2021. Fiscal 2017 and 2018 foreign military sales; and other procurement, Army funds in the combined amount of $631,757,949 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-C-0130). CACI-ISS Inc., Chantilly, Virginia, was awarded a $126,799,620 modification (P00044) to contract W15QKN-15-C-0049 for training, sustainment and deployment of the Integrated Personnel and Pay System. Work will be performed in Arlington, Virginia, with an estimated completion date of Oct. 31, 2021. Fiscal 2018 other procurement, Army funds in the amount of $12,140,000 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. Alion Science and Technology Corp., was awarded a $49,873,115 cost-plus-fixed-fee contract to increase knowledge and understanding of state-of-the art technologies and techniques suitable to developing the agile and adaptive capabilities needed to ensure the success of the future Army. Bids were solicited via the internet with one received. Work will be performed in McLean, Virginia, with an estimated completion date of Sept. 29, 2021. Fiscal 2018 research, development, test and evaluation funds in the amount of $5,130,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-18-C-0090). Greenman-Pedersen Inc., Babylon, New York, was awarded a $49,500,000 firm-fixed-price contract for resident engineer and inspection services for the East River Bridges Program. 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 Sept. 27, 2028. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-18-D-0003). Nordic PCL Construction Inc., Honolulu, Hawaii, was awarded a $41,476,374 firm-fixed-price contract for construction of an F-22 Fighter Alert Facility at Joint Base Pearl Harbor-Hickam, Hawaii. Bids were solicited via the internet with two received. Work will be performed in Joint Base Pearl Harbor-Hickam, Hawaii, with an estimated completion date of Dec. 31, 2020. Fiscal 2016 military construction funds in the amount of $41,476,374 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-18-C-0009). Altus LLC,* Darlington, Maryland (W91CRB-19-D-0001); Applied Research Associates Inc., Albuquerque, New Mexico (W91CRB-19-D-0002); Joint Research and Development Inc.,* Stafford, Virginia (W91CRB-19-D-0003); and SURVICE Engineer Co. LLC,* Belcamp, Maryland (W91CRB-19-D-0004), will compete for each order of the $48,000,000 cost-plus-fixed-fee contract for performance of analytical services associated with target descriptions, vulnerability, survivability and weapons effectiveness studies, and support to current operations. 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, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Honeywell International Inc., Phoenix, Arizona, was awarded a $37,701,755 firm-fixed-price contract for tank engine parts for the AGT-1500 tank engine. One bid was solicited with one bid received. Work will be performed in Phoenix, Arizona, with an estimated completion date of Oct. 31, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $37,701,755 were obligated at the time of the award. U.S. Property and Fiscal Office, Kansas, is the contracting activity (W912JC-19-C-5707). Raytheon IDS, Andover, Massachusetts, was awarded a $35,000,000 firm-fixed-price domestic and Foreign Military Sales (Taiwan) contract for Sweep 9 modification kits. One bid was solicited with one bid received. Work will be performed in Andover, Massachusetts, with an estimated completion date of Sept. 28, 2022. Fiscal 2018 other procurement, Army funds in the amount of $35,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-18-C-0112). Ames Construction Inc., Burnsville, Minnesota, was awarded a $34,775,560 firm-fixed-price contract for fish bypass channel and replacement weir at Lower Yellowstone River Intake. Bids were solicited via the internet with six received. Work will be performed in Glendive, Montana, with an estimated completion date of March 19, 2021. Fiscal 2015 and 2018 operations and maintenance Army funds in the amount of $22,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-18-C-0031). MOCA Systems, Boston, Massachusetts (W912DQ-18-D-7000); Accura Engineering and Consulting Services Inc.,* Atlanta, Georgia (W912DQ-18-D-7001); and Crawford Consulting Services,* East Pittsburgh, Pennsylvania (W912DQ-18-D-7002), will compete for each order of the $28,500,000 firm-fixed-price contract for architect-engineering services for construction management services. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of March 28, 2027. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity. Sheffield Korte Team LLC,* Lawton, Oklahoma, was awarded a $27,227,500 firm-fixed-price contract for design and construction of an Army Reserve Center at Joint Base Lewis-McChord, Washington. Bids were solicited via the internet with seven received. Work will be performed in Fort Lewis, Washington, with an estimated completion date of Oct. 1, 2020. Fiscal 2018 military construction; and operations and maintenance, Army funds in the amount of $27,227,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-18-C-0040). Honeywell International Inc., Phoenix, Arizona, was awarded a $23,013,694 firm-fixed-price contract for tank engine parts for the AGT-1500 tank engine. One bid was solicited with one bid received. Work will be performed in Phoenix, Arizona, with an estimated completion date of May 31, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $23,013,694 were obligated at the time of the award. U.S. Property and Fiscal Office, Kansas, is the contracting activity (W912JC-19-C-5704). exp Federal Inc.,* Chicago, Illinois, was awarded a $16,128,727 firm-fixed-price contract to supply and install a pulse generating system, a pulse generating control system, a power monitoring system and a pulse generating cooling system as part of an integrated system at the Permanent Barrier I Aquatic Nuisance Species. Bids were solicited via the internet with one received. Work will be performed in Romeoville, Illinois, with an estimated completion date of Sept. 30, 2021. Fiscal 2018 civil works funds in the amount of $16,128,727 were obligated at the time of the award. U.S. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-18-C-0021). Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $12,500,000 cost-plus-fixed-fee contract for development, test, and purchase of Counter Unmanned Aerial System solutions. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-18-D-0008). Navqsys LLC,* Aberdeen Proving Ground, Maryland, was awarded a $10,514,449 cost-plus-fixed-fee contract for expertise in program of record requirements, engineering requirements development, implementation management, logistics coordination, supply chain management, technical documentation, operational reporting, issue resolution, site surveys, contract preparation, execution management and budgetary planning and execution. Bids were solicited via the internet with five received. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 27, 2022. Fiscal 2018 operations and maintenance Army funds in the amount of $10,514,449 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-18-C-0008). Emerson Construction Co. Inc.,* Temple, Texas, was awarded a $10,453,000 firm-fixed-price contract to construct a new standard design Supply Storage Activity Warehouse. Bids were solicited via the internet with seven received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Jan. 4, 2021. Fiscal 2018 military construction funds in the amount of $10,453,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0078). Terra Construction Inc.,* Oklahoma City, Oklahoma, was awarded a $9,854,000 firm-fixed-price contract to renovate and repair Buildings 3426, 3427 and 3428 at Fort Sill, Oklahoma. Two bids were solicited with two bids received. Work will be performed in Fort Sill, Oklahoma, with an estimated completion date of Sept, 21, 2020. Fiscal 2018 operations and maintenance, Army funds in the amount of $10,447,648 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-18-F-0185). Emerson Construction Co. Inc.,* Temple, Texas, was awarded a $10,453,000 firm-fixed-price contract to construct a new standard design Supply Storage Activity Warehouse. Bids were solicited via the internet with seven received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Jan. 4, 2021. Fiscal 2018 military construction funds in the amount of $9,854,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0079). K-W Construction,* San Marcos, Texas, was awarded a $9,515,500 firm-fixed-price contract for renovations of Building B44 at Fort Sam Houston, Texas. Bids were solicited via the internet with three received. Work will be performed in Fort Sam Houston, Texas, with an estimated completion date of Sept. 30, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $9,515,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0100). CORRECTION: A Sept. 28, 2018, announcement that Norfolk Dredging Co., Chesapeake, Virginia, was awarded an $11,311,500 firm-fixed-price contract (W912BU-18-C-0047) for maintenance dredging of the Delaware River is incorrect. That contracts has not yet been awarded. U.S. TRANSPORTATION COMMAND Nine companies have been awarded task orders under the following International Charter Airlift Services in Support of the Civil Reserve Air Fleet contracts: HTC711-18-D-CC37 -- Atlas Air Inc., Purchase, New York (HTC711-19-F-1000; $231,789,791); Federal Express, Memphis, Tennessee (HTC711-19-F-1001; $34,326,712); HTC711-18-D-CC39 -- ABX Air,* Wilmington, Ohio (HTC711-19-F-1004; $10,694,315): Air Transport International Inc.,* Wilmington, Ohio (HTC711-19-F-1005; $16,873,851); Kalitta Air LLC,* Ypsilanti, Michigan (HTC711-19-F-1006; $160,621,410); Omni Air International Inc.,* Tulsa, Oklahoma (HTC711-19-F-1007; $97,084,582); United Parcel Service Co., Louisville, Kentucky (HTC711-19-F-1008; $14,903,387); Western Global Airlines,* Estero, Florida (HTC711-19-F-1009; $7,495,547); and HTC711-18-D-CC40 -- National Airlines,* Orlando, Florida (HTC711-19-F-1010; $8,110,420). The task orders provide international long-range and short-range charter airlift services for the Department of Defense. Work will be performed globally. The task order period of performance is from Oct. 1, 2018, to Sept. 30, 2019. Type of appropriation is fiscal year 2019 Transportation Working Capital Funds. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. International Auto Logistics LLC, Brunswick, Georgia, has been awarded an indefinite-delivery requirements-type, fixed-price with economic price adjustment contract (HTC71119DR001) in the amount of $295,057,155. The contract provides complete transportation and storage services for Department of Defense (DoD) sponsored shipments of privately-owned vehicles (POVs) belonging to military service members and transportation of DoD-sponsored shipments of POVs for DoD civilian employees. Work will be performed at multiple locations inside and outside the continental U.S. The contract base period of performance is from Oct. 1, 2018, to Sept. 30, 2020. Fiscal year 2019 Transportation Working Capital Funds were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity. Air Transport International has been awarded a task order in the amount of $84,833,663 under fixed-price, indefinite-delivery/indefinite-quantity with economic price adjustments and incentives contract HTC711-18-D-CC16 for combination passenger and cargo charter airlift services. This contract provides global air charter transportation services utilizing Part 121 aircraft configured to simultaneously transport both passengers and cargo. Services required include full planeload port-to-port airlift transportation services, commercial equivalent economy passenger services, 463L pallet cargo services, and mission coordination. Work will be performed globally. Contract period of performance is Jan. 16, 2018, to Dec. 31, 2021; task order period of performance is Oct. 1, 2018, to Sept. 30, 2019. The cumulative value of the contract has increased to $125,534,228 from $40,700,565. Fiscal 2019 Transportation Working Capital Funds were obligated at time of award. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity. International Auto Logistics LLC, Brunswick, Georgia, has been awarded a task order modification P00020, in the amount of $74,743,060, on contract HTC711-14-D-R025. This modification provides continued support of transportation and storage of Department of Defense (DoD)-sponsored shipments of privately-owned vehicles belonging to military service members, and transportation of DoD-sponsored shipments of privately-owned vehicles belonging to DoD civilian employees. Work will be performed at multiple locations within the U.S. and outside the U.S. The option period of performance is Oct. 1, 2018, to Feb. 28, 2019. Fiscal 2019 Transportation Working Capital Funds were obligated at award. This modification brings the total cumulative face value of the contract to $837,708,354 from $762,965,293. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity. Affigent LLC, Herndon, Virginia, has been awarded a firm-fixed-price task order (HTC71118FD112) in the amount of $12,637,147. The contract provides Oracle annual license maintenance and support renewal to the U.S. Transportation Command (USTRANSCOM) TCJ6. This renewal is for Oracle annual maintenance and support for USTRANSCOM and its component commands, Military Surface Deployment and Distribution Command, Air Mobility Command, Military Sealift Command and Joint Enabling Capabilities Command. Work will be performed in Scott Air Force Base, Illinois. The contract period of performance is from Oct.1, 2018, to Sept. 30, 2019. Fiscal 2019 Transportation Working Capital Operating Funds were obligated at award. USTRANSCOM, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity. Northrop Grumman Technical Services Inc., Herndon, Virginia, was awarded an $11,816,167 modification exercising the third option period on task order HTC711-16-F-D011. The modification provides continued non-personal advisory and assistance service for consulting and planning of acquisition and life cycle phases of supply value chain systems in support of U.S. Transportation Command and other associated supporting organizations. The modification brings the total cumulative face value of the contract to $39,936,618 from $28,120,451. Work will be performed at Scott Air Force Base, Illinois. Performance is from Oct. 1, 2018, through Sept. 30, 2019. Fiscal 2019 Transportation Working Capital Funds have been obligated. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity. AMYX Inc.,* Reston, Virginia, has been awarded a $10,836,764 modification on GSA One Acquisition Solution for Integrated Services (OASIS) indefinite-delivery/indefinite-quantity contract GSA00Q14OADS103, exercising the second option period on task order HTC711-17-F-D001 for continued non-personal advisory and assistance service support providing functional, engineering and resource management services for entire acquisition life cycles, information technology systems supported and in support of the U.S. Transportation Command and other associated supporting organizations. The modification brings the total cumulative face value of the contract to $28,567,462 from $17,730,698. Work will be performed at Scott Air Force Base, Illinois. Performance is from Oct. 1, 2018, to Sept. 30, 2019. Fiscal 2019 Transportation Working Capital Funds will be obligated. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity. Tapestry Solutions Inc., San Diego, California, has been awarded an $8,229,223 modification (P00015) exercising the fourth option period under a firm-fixed-price contract HTC711-15-C-D001with cost-plus-fixed-fee, labor hour and cost reimbursable contract line items. The modification brings the total cumulative face value of the contract to $27,367,062 from $19,137,840. This contract provides Integrated Computerized Deployment System sustainment and modifications to implement software solutions in support of Department of Defense transportation requirements. Work will be performed at Scott Air Force Base, Illinois, as well as at the contractor's offsite facility in San Diego, California. The option period of performance is Oct. 1, 2018, through Sept. 30, 2019. This support is funded by fiscal 2019 Transportation Working Capital Funds. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity. AIR FORCE M1 Support Services LP, Denton, Texas, has been awarded a $71,318,065 modification (A00039) to previously awarded contract FA3002-16-C-0006 for aircraft maintenance services. This modification exercises the third option period of a seven-year, firm-fixed price contract for T-6, T-38 undergraduate pilot training, and T-38 Introduction to Fighter Fundamentals aircraft maintenance services. This modification brings the total cumulative face value of the contract to $202,434,619. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be complete by Sept. 30, 2019. Fiscal 2019 operations and maintenance funds the full amount being obligated at the time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity. COLSA Corp., Huntsville, Alabama, has been awarded a $69,618,375 modification (P00039) to contract FA2486-16-F-0031 for Technical and Management Advisory Services Command, control, communications, computer, intelligence, surveillance and reconnaissance (C4ISR)/cyber support. The contractor will provide additional research, development, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; Hanscom AFB, Massachusetts; Gunter Annex, Alabama; Patrick AFB, Florida; Edwards AFB, California; Scott AFB, Illinois; Robins AFB, Georgia; Beale AFB, California; Hill AFB, Utah; Langley AFB, Virginia; and San Antonio, Texas, and is expected to be completed by Sept. 30, 2019. This modification involves foreign military sales to Australia, Belgium, Canada, Chile, Denmark, Egypt, Finland, France, India, Indonesia, Iraq, Japan, Jordan, Korea, Morocco, NATO, Netherlands, New Zealand, Norway, Oman, Poland, Portugal, Qatar, Romania, Saudi Arabia, Singapore, Taiwan, Thailand, Turkey, United Arab Emirates, and the United Kingdom. Fiscal 2019 research, development, test and evaluation funds; production funds; and operations and maintenance funds in the amount of $17,165,708 will be obligated at the time of award. Total cumulative face value of the contract is $183,437,730. Air Force Test Center, Eglin AFB, Florida, is the contracting activity. DynCorp International LLC, Fort Worth, Texas, has been awarded a $68,254,084 modification (P00023) to contract FA4890-17-C-0005 for Air Force Central Command War Reserve Materiel. Work will be performed at Shaw Air Force Base, South Carolina; Kuwait, Oman, Qatar, and Unite Arab Emirates. The contract modification provides for the exercise of option year two period of performance (Oct. 1, 2018, to Sept. 30, 2019) for services being provided under the basic contract. Fiscal 2019 operations and maintenance funds in the amount of $66,698,421 are being obligated at the time of award. Total cumulative face value of the contract is $168,357,739. Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity. M1 Support Services, Denton, Texas, has been awarded a $12,047,564 modification (A00032) to contract FA3002-15-C-0006 for trainer maintenance services. Work will be performed at Sheppard Air Force Base, Texas; and Naval Air Station Pensacola, Florida, and is expected to be completed Sept. 30, 2019. The total cumulative face value of the contract is $76,720,526. Fiscal 2019 operations and maintenance funds in the amount of $6,023,939 will be obligated at the time of award. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the administrative contracting activity. Enhanced Veterans Solutions Inc., Springfield, Virginia, has been awarded a $10,196,413 unilateral modification (P00035) to previously awarded contract FA4452-15-C-0001 for Communication, Operation & Maintenance Functions II support. This modification provides for the funding of the fourth option of a multiple year contract, and brings the total cumulative face value of contract to $38,391,010. Work will be performed at Scott Air Force Base, Illinois, and is expected to be complete by Oct. 1, 2019. Fiscal 2019 operations and maintenance funds; and transportation working capital funds in the amount of $10,196,413 are being obligated at time of award. The 763rd Specialized Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity. Tapestry Solutions, San Diego, California, has been awarded an $8,538,289 unilateral modification (P00022) to previously awarded contract FA4452-15-C-0003 for sustainment and integration support for the Mobility Enterprise Information Service. This modification provides for the funding of the fourth option of a multiple year contract, and brings the total cumulative face value of contract to $45,271,093. Work will be performed at Scott Air Force Base, Illinois, and is expected to be complete by Sept. 30, 2019. Fiscal year 2019 transportation working capital funds in the amount of $8,538,289 are being obligated at the time of award. The 763rd Specialized Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity. TFOM-HHS Group JV, Austin, Texas, has been awarded an $8,182,232 for Healthcare Aseptic Management Services. The contract provides for medical aseptic housekeeping, waste management, and linen management. These services constitute the enterprise-level Healthcare Aseptic Management Services requirement for the Air Force Medical Service as directed by the Healthcare Aseptic Management Services Requirement Approval Document. Work will be performed in the Southwest Region of the U.S. The award includes a transition period from Feb. 14, 2019, to March 31, 2019, funded with fiscal 2018 operations and maintenance funds. A base period plus five option periods will follow the transition period from June 1, 2019, to Feb. 13, 2025. The base period will be funded incrementally using fiscal 2019 operations and maintenance funds. This award is the result of a competitive acquisition and 11 offers were received. The 773rd Enterprise Sourcing Squadron, Joint Base San Antonio – Lackland, Texas, is the contracting activity (FA8052-18-C-0008). InfoReliance Corp., Fairfax, Virginia, has been awarded a $7,865,267 unilateral modification (P00004) to previously awarded contract FA4452-18-F-0003 for the Global Air Transportation Execution System. This modification provides for the funding of the first option of a multiple year contract, and brings the total cumulative face value of contract to $15,561,738. Work will be performed at Scott Air Force Base, Illinois, and is expected to be complete by Sept. 30, 2019. Fiscal 2019 transportation working capital funds in the amount of $7,865,267 are being obligated at time of award. The 763rd Specialized Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity. NAVY Custom Mechanical Systems Corp.,* Bargersville, Indiana, was awarded $34,685,621 for firm-fixed-price task order N4425518F4438 under a previously awarded, multiple award construction contract (N44255-17-D-4034) for the construction of a low rise, steel framed, blast hardened reinforced concrete masonry waterfront support facility and the construction of an upland general purpose storage facility at Naval Base Kitsap-Bangor. This project will consolidate operations on the pier, expand shops and expand upland capabilities closer to the point of use. The increased capability minimizes the time and resources required to coordinate production workers, tools, and equipment. Work will be performed in Bangor, Washington, and is expected to be completed by June 2021. Fiscal 2017 military construction (Navy) contract funds in the amount of $34,685,621 are obligated on this award; of which $13,178,808 will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity. (Awarded Sept. 29, 2018) Hornbeck Offshore Operators LLC, Covington, Louisiana, was being awarded a $33,619,420 modification to the fixed-price portion of a previously awarded firm-fixed-price contract (N6238715C2507) to exercise a one-year option period for the operation and maintenance of four modified offshore-supply vessels identified as T-AGSEs serving as blocking vessels in support of the Navy. The contract includes a 215-day base period, nine one-year option periods and one 150-day option period. Work for this option period will be performed at sea worldwide, and is expected to be completed by Sept. 30, 2019. Working capital funds (Navy and Transportation) funds in the amount of $33,619,420 are obligated at the time of award. The funds will not expire at the end of the fiscal year. Military Sealift Command, Norfolk, Virginia, is the contracting activity. (Awarded Sept. 29, 2018) Ocean Ships Inc.,* Houston, Texas, was awarded a $32,745,387 firm-fixed-price contract for the operation and maintenance of the Oceanographic Survey (T-AGS) fleet of vessels. This contract includes four 12-month option periods, one 150-day option period and one 215-day option period, which, if exercised, would bring the cumulative value of this contract to $176,193,231. Work will be performed at sea worldwide and is expected to be completed Sept. 30, 2019. Working capital funds in the amount of $32,745,387 are obligated for fiscal 2019 and will not expire at the end of the fiscal year. This contract was awarded as a small business set aside. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220517C3100). (Awarded Sept. 29, 2018) The Boeing Co., Huntington Beach, California, is awarded a $26,663,956 cost-plus-fixed-fee contract to provide the U.S. and United Kingdom Trident II (D5) maintenance and rebuilding and technical services in support of the Navigation subsystem. Work will be performed in Huntington Beach, California (75.0 percent); and Heath, Ohio (25.0 percent), with an expected completion date of Sept. 30, 2020. United Kingdom funds in the amount of $1,512,629 are being obligated on this award. Subject to the availability of funding, fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $25,151,327 will be obligated. Funds in the amount of $25,151,327 will expire at the end of fiscal 2019. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1)&(4). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N-00030-19-C-0002). Raytheon Co., Marlborough, Massachusetts, is awarded a $22,733,022 cost-plus-fixed-fee modification to previously awarded contract N00024-14-C-5315 for engineering services, travel, and other direct costs in support of AN/SPY-6 Air and Missile Defense Radar (AMDR) low-rate initial production. The AMDR suite is being developed to fulfill Integrated Air and Missile Defense requirements for multiple ship classes. This suite consists of an S-Band radar (AMDR-S), an X-band radar and a Radar Suite Controller. AMDR will provide multi-mission capabilities, simultaneously supporting long range, exoatmospheric detection, tracking and discrimination of ballistic missiles, as well as Area and Self Defense against air and surface threats. Work will be performed in Marlborough, Massachusetts, and is expected to be completed by November 2018. Fiscal 2016 shipbuilding and conversion (Navy); and fiscal 2018 research, development, technology and evaluation funding the amount of $13,057,902 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. Systems Application and Technologies Inc., Largo, Maryland, is awarded $20,489,591 for modification P00050 to a previously awarded cost-plus-fixed-fee contract (N00421-15-C-0036) to procure continued support services to include the design, development, procurement, building, installation, test, evaluation, calibration, modification, operation and maintenance on aircraft and engines for the Air Vehicle Modification and Instrumentation Department in support of the Navy, and other government and commercial customers. Work will be performed in Patuxent River, Maryland (95 percent); China Lake, California (2.5 percent); and Point Mugu, California (2.5 percent), and is expected to be completed in September 2019. Working capital (Navy) funds in the amount of $1,100,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded a $19,645,973 cost-plus-fixed-fee contract to provide logistics engineering and integration support of the U.S. Ohio-class and UK Vanguard-class Strategic Weapon System (SWS) platforms, including support of future concepts. Work will be performed in Saint Mary's, Georgia (47.9 percent); Mechanicsburg, Pennsylvania (30.9 percent); Rockville, Maryland (11.7 percent); Silverdale, Washington (3.2 percent); Portsmouth, Virginia (1.1 percent); Mount Dora, Florida (1.1 percent); New Market, Maryland (1.1 percent); Carlisle, Pennsylvania (1.0 percent); Mooresboro, North Carolina (1.0 percent); and Mesa, Arizona (1.0 percent), with an expected completion date of Sept. 30, 2019. United Kingdom funds, in the amount of $3,466,833, are being obligated on this award. Subject to the availability of funding, fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $15,779,579; and fiscal 2019 research development test and evaluation (Navy) contract funds in the amount of $399,561 will be obligated. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1)&(4). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N-00030-19-C-0007). Lightforce USA Inc.,* Orofina, Idaho, is awarded a $15,760,499 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production of Squad-Variable Powered Scopes (S-VPS) in support of U.S. Special Operations Command. This procurement is for the S-VPS, spare parts and training. The S-VPS is a low-profile, wide-field-of-view, passive scope for near-range engagements out to and beyond the maximum effective range of the weapon system, for small arms employed by special operations forces. This contract includes options which, if exercised, would bring the cumulative value of the contract to $21,172,435. Work will be performed in Orofino, Idaho, and is expected to be completed by September 2023. Fiscal 2018 procurement (Defense-wide) funding in the amount of $1,512,000 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 five offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-JQ31). The Charles Stark Draper Laboratory, Cambridge, Massachusetts, is awarded a $13,380,171 cost-plus-fixed-fee contract to provide research into the applications of technologies to meet guidance requirements for operations on the Common Missile Compartment for the U.S. Columbia-class program and the United Kingdom Dreadnought-class program; provide specialized technical knowledge and support for the hypersonic guidance, navigation and control application; provide technical and engineering services to support the Guidance, Navigation and Control system that will support the Navy's hypersonic flight experiments. Work will be performed in Cambridge, Massachusetts (81 percent); and El Segundo, California (19 percent), with an expected completion date of Sept. 30, 2019. Subject to the availability of funds, fiscal 2019 research, development, test, and evaluation funds in the amount of $13,380,171 will be obligated. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1)&(4). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-19-C-0001). Systems Planning and Analysis Inc., Alexandria, Virginia, is awarded an $11,053,897 cost-plus-fixed-fee contract for program management and financial support of the Trident II (D5) Strategic Weapons System life extension program and future concepts, including the Common Missile Compartment. Work will be performed in Alexandria, Virginia (82 percent); Washington, District of Columbia (15 percent); Greenville, South Carolina (2 percent); and Orlando, Florida (1 percent), with an expected completion date of Sept. 30, 2019. Subject to availability of funding, fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $8,299,018; and fiscal 2019 research development test and evaluation, (Navy) contract funds in the amount of $2,754,880 will be obligated. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N-00030-19-C-0032). Northrop Grumman Systems Corp., Melbourne, Florida, is awarded $10,833,190 for modification P00062 to a previously awarded cost-plus-incentive-fee contract (N00019-13-C-9999). This modification provides non-recurring and recurring engineering support to incorporate crew comfort provisions on the E-2D Advanced Hawkeye aircraft in support of the government of Japan. Work will be performed in Melbourne, Florida (76.13 percent); St. Augustine, Florida (21.89 percent); and various locations within the continental U.S. (1.98 percent), and is expected to be completed in June 2020. Foreign Military Sales (FMS) funds in the amount of $10,833,190 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. Knowledge Management Inc., Tyngsboro, Massachusetts, was awarded a ceiling $10,000,000 firm-fixed-priced, indefinite-delivery/indefinite-quantity task order contract to support the Marine Corps Training Command, Center for Distance Education and Training (CDET). This effort is to provide interactive multimedia instructional support services for the Marine Corps Training Command CDET. These objectives include: 1) initial project assessment; 2) front end analysis; 3) design product; 4) development product; and 5) post-production courseware updates in support of CDET's interactive multimedia design needs for the Marine Corps. This contract includes five 12-month ordering periods with an aggregate ceiling value of $10,000,000. The majority of the work will be performed at the contractor's facilities, and work is expected to be completed by September 2023. This is a non- severable service contract in which each deliverable procured at the task order will include a delivery date. No funds were obligated at the time of award. Fiscal 2018 operations and maintenance will be obligated on task orders as they are issued. This contract was set aside to small businesses and competitively procured via the Federal Business Opportunities website, with 16 offers received in response to this solicitation. The Marine Corps Installations Command, National Capital Region, Regional Contracting Office, Quantico, Virginia, is the contracting activity (M00264-18-D-0004). (Awarded Sept. 25, 2018) Lockheed Martin Rotary and Mission Systems, Syracuse, New York, was awarded a $9,591,348 cost-plus-incentive-fee modification to previously awarded contract (N00024-09-C-6247) for the procurement of electronic warfare AN/BLQ-10 kits and spares. Work will be performed in Syracuse, New York (99 percent); and Manassas, Virginia (1 percent), and is expected to be completed by October 2020. Fiscal 2017 and 2018 other procurement (Navy); fiscal 2015 and 2018 shipbuilding and conversion (Navy); and fiscal 2018 research, development, test and evaluation (Navy) in the amount of $9,591,348 will be obligated at time of award, and no funding will 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 Sept. 28, 2018) Mnemonics Inc.,* Melbourne, Florida, is awarded a $7,654,967 firm-fixed-price contract to procure 109 radio frequency blanking units and associated special test equipment in support of F/A-18E/F/G aircraft production and the retrofit of all existing EA-18G aircraft. Work will be performed in Melbourne, Florida, and is expected to be completed in March 2020. Fiscal 2018 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds in the amount of $7,654,967 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This award combines purchases for the Navy ($5,167,003; 67 percent); and FMS ($2,287,964; 33 percent). This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0017). DEFENSE LOGISTICS AGENCY Goodyear Tire and Rubber Co., Akron, Ohio, has been awarded an estimated $26,448,587 fixed-price, indefinite-delivery, requirements contract for tires used in the Global Tire Program. This is a three-year contract with no option periods. This acquisition was limited to approved sources with one response received. Location of performance is Ohio, with a Nov. 30, 2021, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-18-D-0127). (Awarded Sept. 30, 2018) Kearfott Corp.,* Black Mountain, North Carolina, has been awarded a maximum $17,185,308 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for actuators. This is a five-year contract with no options. 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 North Carolina and Alabama, with a Sept. 30, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-D-0216). Kearfott Corp.,* Black Mountain, North Carolina, has been awarded a maximum $15,540,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for roll trim servos. This is a five-year contract with no options. 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 North Carolina, with a Sept. 30, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-D-0223). CORRECTION: The contract announced on Sept. 28, 2018, for American States Utility Services Inc., Fredericksburg, Virginia, (SP0600-17-C-8328, modification P00004) was announced with incorrect obligation amounts. The correct value for the modification is $80,107,521, which increases the obligated value from $5,554,732 to $5,966,669. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1650440/source/GovDelivery/

  • Contract Awards by US Department of Defense - December 14, 2018

    December 17, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 14, 2018

    DEFENSE LOGISTICS AGENCY Spacelabs Healthcare Inc., Snoqualmie, Washington, has been awarded a maximum $450,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for patient monitoring systems, accessories and training. This is a five-year base contract with one five-year option period. This was a competitive acquisition with 36 responses received. Location of performance is Washington, with a Dec. 13, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0008). OrthoScan, Scottsdale, Arizona, has been awarded a maximum $125,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for radiology systems, accessories and training. This is a five-year base contract with one five-year option period. This was a competitive acquisition with 50 responses received. Location of performance is Arizona, with a Dec. 13, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0007). UPDATE: Moridge Manufacturing Inc., Moundridge, Kansas (SPE8EC-19-D-0031) has been added as an awardee to the multiple-award contract for commercial agricultural equipment, issued against solicitation SPE8EC-17-R-0007, announced May 18, 2017. NAVY Textron Inc., New Orleans, Louisiana, is awarded a $314,288,369 modification to previously awarded letter contract N00024-17-C-2480 for the procurement of additional long lead time material (LLTM) for the Ship to Shore Connector program, Landing Craft, Air Cushion (LCAC) 100 Class Craft 109 through 118, for the continuation of pre-fabrication activities for LCAC 109 through 112, and for the initial procurement of LLTM for LCAC 119 through 123. The SSC Program is the functional replacement for the existing fleet of vehicles, which are nearing the end of their service life. It is an Air Cushion Vehicle designed for a 30-year service life. The SSC mission is to land surface assault elements in support of Operational Maneuver from the Sea, at over-the-horizon distances, while operating from amphibious ships and mobile landing platforms. SSC provides increased performance to handle current and future missions, as well as improvements which will increase craft availability and reduce total ownership cost. Work will be performed in New Orleans, Louisiana (46 percent); Leesburg, Virginia (18 percent); Mandal, Norway (8 percent); Gloucester, United Kingdom (7 percent); Livonia, Michigan (7 percent); Cincinnati, Ohio (4 percent); Eatontown, New Jersey (2 percent); Gold Beach, Oregon (2 percent); Riverdale, Iowa (2 percent); Huntington Beach, California (2 percent); Metairie, Louisiana (2 percent), and is expected to be complete by July 2023. Fiscal 2017, 2018 and 2019 shipbuilding and conversion (Navy) funding in the combined amount of $235,716,277 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. Raytheon Missile Systems, Tucson, Arizona, is awarded a $149,435,507 cost-plus-incentive contract for the engineering, manufacturing, and development of Standard Missile-2 Block IIIC. Work will be performed in Tucson, Arizona (85 percent); Wolverhampton, England (6 percent); East Aurora, New York (6 percent); Middletown, Ohio (2 percent); and Englewood, Colorado (1 percent), and is expected to be completed by October 2022. Fiscal 2019 and 2018 research, development, testing and evaluation (Navy) funding in the amounts of $50,090,148 and $234,663 respectively will be obligated at time of award. Funding in the amount of $234,663 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 Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5412). Raytheon Co., Missile Systems, Tucson, Arizona, is awarded a $32,636,301 firm-fixed-price modification to previously awarded contract N00024-18-C-5432 for over-the-horizon weapon systems. Work will be performed in Kongsberg, Norway (75 percent); Tucson, Arizona (15 percent); Schrobenhausen, Germany (4 percent); Raufoss, Norway (3 percent); McKinney, Texas (2 percent); and Louisville, Kentucky (1 percent), and is expected to be complete by December 2020. Fiscal 2019 weapon procurement (Navy); fiscal 2019 research, development, testing, and evaluation (Navy); and fiscal 2019 other procurement (Navy) in the amount of $32,636,301 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. Raytheon Missile Systems, Tucson, Arizona, is awarded a $32,162,533 cost-only contract for long lead material in support of fiscal 2019 Evolved Sea Sparrow Missile (ESSM) Block 2 low-rate initial production requirements. The ESSM program is an international cooperative effort to design, develop, test, and procure ESSM missiles. The ESSM provides enhanced ship defense. This contract combines purchases for the Navy (43 percent); and the governments of Canada, Australia, Germany, Norway, Turkey, the Netherlands, and Denmark under the NATO Sea Sparrow Consortium. Work will be performed in Raufoss, Norway (47 percent); Mississauga, Canada (32 percent); and Richmond, Australia (21 percent), and is expected to be complete by December 2022. Fiscal 2017 and 2018 other procurement (Navy); fiscal 2018 and 2019 weapons procurement (Navy); and non-expiring Other Funds funding in the amount of $21,991,327 will be obligated at time of award and funds in the amount of $216,649 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with the authority 10 U.S. Code 2304 (c)(4). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5418). Raytheon Missile Systems, Tucson, Arizona, is awarded a $24,717,120 cost-only contract for long lead material in support of fiscal 2019 Evolved Sea Sparrow Missile (ESSM) Block 1 production and spares requirements. The ESSM program is an international cooperative effort to design, develop, test, and procure ESSM missiles. The ESSM provides enhanced ship defense. This contract includes foreign military sales to the kingdom of Saudi Arabia. Work will be performed in Raufoss, Norway (44 percent); Mississauga, Canada (34 percent); and Richmond, Australia (22 percent), and is expected to be complete by December 2021. Foreign military sales funding in the amount of $23,846,439 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with the authority 10 U.S. Code 2304 (c)(4). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5410). Austal USA, Mobile, Alabama, has been issued a fixed-price-incentive firm target modification to a previously awarded contract (N00024-17-C-2301) to exercise options for the construction of two fiscal 2019 littoral combat ships (LCS). The Navy has not completed the competition for fiscal 2019 LCS class ships, therefore, the specific contract award amount for these ships is considered source selection sensitive information (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation (FAR) 2.101 and FAR 3.104) and will not be made public at this time. Austal USA will perform and oversee all necessary design, planning, construction, and test and trials activities in support of delivery of these ships to the Navy. Work will be performed in Mobile, Alabama (50 percent); Pittsfield, Massachusetts (24 percent); Cincinnati, Ohio (5 percent); Henderson, Washington (2 percent), Kingsford, Michigan (1 percent); Bristol, Connecticut (1 percent), Slidell, Louisiana (1 percent); and various other locations of less than 1 percent each (totaling 16 percent), and is expected to be complete by September 2025. Fiscal 2019 shipbuilding and conversion (Navy) funding 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. ARMY AC FIRST LLC., Germantown, Maryland, was awarded a $129,918,292 modification (0002 37) to contract W52P1J-12-G-0048 for logistics support services, maintenance, supply, and transportation services. Work will be performed in Bagram, Afghanistan, with an estimated completion date of Dec. 21, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $12,500,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Harper Construction Co. Inc., San Diego, California, was awarded a $59,467,470 firm-fixed-price contract for construction of a reception barracks complex. Bids were solicited via the internet with two received. Work will be performed in Fort Sill, Oklahoma, with an estimated completion date of Dec. 14, 2020. Fiscal 2015 and 2016 military construction funds in the amount of $59,467,470 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-19-C-0003). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $30,358,753 modification (P00001) to contract W56HZV-18-F-0153 for procurement of Family of Medium Tactical Vehicles. Work will be performed in Oshkosh, Wisconsin; and Liverpool, New York, with an estimated completion date of Dec. 31, 2020. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $30,358,753 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Gary Kubiak & Son Electric Inc.,* Robbinsville, New Jersey, was awarded a $12,898,760 firm-fixed-price contract for repair of the electrical distribution system (Buildings 194-194 and main base area) for Joint Base McGuire-Dix-Lakehurst. Bids were solicited via the internet with five received. Work will be performed in Trenton, New Jersey, with an estimated completion date of Dec. 13, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $12,898,760 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-19-C-0004). Lockheed Martin Corp., Orlando, Florida, was awarded a $10,219,884 hybrid (cost-plus-fixed-fee and firm-fixed-price) Foreign Military Sales (Qatar) contract for support services for the Modernized Target Acquisition Designation Sight/Pilot Night Vision Sensor for the Apache Attack helicopter. One bid was solicited with one bid received. Work will be performed in Orlando, Florida, with an estimated completion date of March 31, 2024. Fiscal 2019 foreign military sales funds in the amount of $10,219,884 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0006). CORRECTION: The Nov. 8 announcement that Deloitte & Touche LLP, Arlington, Virginia, was awarded an $18,056,941 firm-fixed-price contract to provide a cyberspace analytics capability was announced early, and incorrectly stated the estimated date of completion and amount of obligated funds. The contract was actually awarded Dec. 12, 2018; the estimated date of completion is Nov. 11, 2023; and fiscal 2019 research, development, test and evaluation funds in the amount of $8,736,000 were obligated at the time of the award. All other information in the announcement was correct. AIR FORCE Peraton Inc., Herndon, Virginia, has been awarded a $65,615,581 cost-type term order for Xdomain technology through research, evolution, enhancement, maintenance, and support software and report. The scope of this effort is to provide engineering, programmatic and technical expertise, to include: requirements definition/analysis, research, systems engineering, software engineering, development testing, software integration, quality control, configuration management, system integration, interoperability testing, security analysis/implementation, lab-based security assessment testing support, system installation planning, system component procurement, on-site installation/configuration, site security assessment testing support, system familiarization, and system operational support. Work will be performed in Herndon, Virginia; and Rome, New York, and is expected to be completed by Dec. 15, 2023. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 research, development, test and evaluation funds in the amount of $250,000; and fiscal 2019 operations and maintenance funds in the amount of $72,615 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-F-0003). Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $10,302,132 modification (P00001) to contract FA8682-19-C-0010 for Lot Two production of three Long Range Anti-Ship Missiles. Work will be performed in Orlando, Florida, and is expected to be completed by Feb. 28, 2020. The award is the result of sole-source acquisition. Fiscal 2018 research, development, test and evaluation funds will fund the contract. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1714535/source/GovDelivery/

  • Missile defense info sharing with allies still a challenge as need to operate together grows

    August 9, 2018 | International, Land

    Missile defense info sharing with allies still a challenge as need to operate together grows

    By: Jen Judson HUNTSVILLE, Alabama -- The U.S. is seeing the need more and more to become increasingly interoperable with allies when it comes to missile defense, but there are many challenges still to overcome, according to a panel of former and current missile defense stakeholders at the August 7 Defense News Missile Defense Networking Reception. “Probably the challenge that we struggle with the most with regards to our foreign partners is increasing and enhancing our cross-domain solution capability,” Col. Francisco Lozano, the Army's project manager for the service's Lower Tier Project office within the Program Executive Office Missiles and Space, said. “So not only just the ability to share information between our international partners in a given combat scenario but actually to do it at a high enough fast data rate so that the information is relevant and actionable.” The Army has worked toward this in exercises in Europe specifically, not just focusing on missile defense, but all levels of information sharing as it attempts to tie together systems and networks so, if the coalition had to respond in a crisis, information would flow more freely and in a more timely fashion for allies and partners to fight together. “So that becomes important for us to continue to improve, especially as just U.S. defense systems in general proliferate across multiple different countries” Lozano said. The colonel noted that the Army is finding ways to learn from its partners and allies that are involved in regular combat operations even if they are not directly connected system-to-system. “We stay tied in very closely with them and it has become a great partnership situation where we are continuing and able to work very closely in their country to understand the execution of engagements, what impacts are on certain systems and certain environments operated 24/7 for very long periods of time, understand the relevancy of certain threats and how those threats are employed and then improve those through [tactics, techniques and procedures] and [concepts of operations] not only for a given country but also for ourselves,” Lozano said. https://www.defensenews.com/digital-show-dailies/smd/2018/08/08/missile-defense-info-sharing-with-allies-still-a-challenge-as-need-to-operate-together-grows/

All news