Back to news

July 16, 2018 | International, Land

This is the city the Army has picked for its new Futures Command

By: and

WASHINGTON — The new Army Futures Command (AFC) will be in Austin, Texas, congressional sources, who are now being notified of the choice, have confirmed.

The new four-star command was stood up in October at the Association of the U.S. Army's annual conference in Washington. The plan is to realign the Army's modernization priorities under a new organization that will implement cross-functional teams that correspond with the service's top six modernization efforts: Long-Range Precision Fires, Next-Generation Combat Vehicle, Future Vertical Lift, the network, air-and-missile defense and soldier lethality.

The service plans to make an official announcement on the location of the command July 13 at the Pentagon.

The Army has wanted the new command's headquarters in a city or urban hub close to industry and academia and not on a base or military installation. Earlier this year it shortlisted several major cities in the U.S. as possible locations and put each through a rigorous vetting process. Congressional leaders from the locales pressed hard for a chance to host the new command.

The creation of the AFC has also meant taking some elements from some of the major commands and moving them over to the new organization, Army Undersecretary Ryan McCarthy told Defense News in an exclusive interview just ahead of the Association of the U.S. Army's Global Force Symposium in March. But he said many of those elements won't have to move to the command's new location.

The AFC's first commander has been reported to be Lt. Gen. John Murray, the current Army G−8,but the Army has not officially confirmed that selection.

https://www.defensenews.com/land/2018/07/12/army-futures-command-headed-to-austin/

On the same subject

  • Contract Awards by US Department of Defense – October 27, 2020

    October 29, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense – October 27, 2020

    NAVY American Rheinmetall Munition Inc., Stafford, Virginia, is awarded a $32,449,901 modification to previously awarded, firm-fixed-price, indefinite-delivery/indefinite-quantity contract M67854-18-D-5225 to increase the contract maximum value, including the third, fourth and fifth option years, from $59,703,284 to $92,153,184. This modification will allow the ordering of up to a maximum of 1,051,734 additional MK281 MOD 3 40MM high velocity day/night practice cartridges. Work will be performed in Camden, Arkansas, and is expected to be complete by Sept. 25, 2023. No funds are being obligated on this award and no funds will expire. Funds will be obligated on individual delivery orders. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-18-D-5225). Energetics Technology Center, Indian Head, Maryland, is awarded a $15,606,996 cost-plus-fixed-fee contract for the Automated Global Energetics Science and Technology (S&T) Awareness effort. The proposed effort has three major components: a national energetics study, automated global energetics S&T awareness, and creating an energetics ecosystem. The national energetics study will collect and analyze information in support of the requirement to develop a plan that fulfills the request of National Defense Authorization Act for fiscal 2020, Section 253. The automated global energetics S&T awareness will develop and demonstrate the feasibility of an approach to enable machine-assisted energetics S&T global awareness. The energetics ecosystem will utilize a tool to assist Department of Defense research and development centers with establishing/enhancing innovation and commercialization ecosystems. Work will be performed in Indian Head, Maryland. The period of performance is 72 months, including a 36-month base period from Oct. 27, 2020, through Oct. 26, 2023, and one 36-month option period. The total cumulative value of this contract is $15,606,996. The base period is $7,722,823 and option period is $7,884,173. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $7,722,823 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under N00014-20-S-B001, “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science & Technology.” Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-21-C-1016.). MRIGlobal, Kansas City, Missouri, is awarded a $12,674,104 cost-plus-fixed-fee contract to develop a flexible detection system consisting of Clustered Regularly Interspaced Short Palindromic Repeats (CRISPR)-based assays paired with reconfigurable point-of-need and massively multi-plexed devices for diagnostics and surveillance. This two-year contract includes four options which, if exercised, would bring the potential value of this contract to an estimated $36,732,661. All work will be performed at the contractor's facilities in Gaithersburg, Maryland (19%); Kansas City, Missouri (19%); San Francisco, California (30%); Cambridge, Massachusetts (25%); and Salt Lake City, Utah (7%). The period of performance of the base award is from Oct. 26, 2020, through Oct. 25, 2022. If all option periods are exercised the period-of-performance would extend through Oct. 25, 2024. Funds in the amount of $5,285,258 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funds will be obligated as individual options are exercised using research, development, test and evaluation (Navy). This contract was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement solicitation HR0011-20-S-0016 published on the beta.SAM.gov website. Seven proposals were received and two were selected for award. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-20-C-4048). (Awarded Oct. 26, 2020) Serco Inc., Herndon, Virginia, is awarded an $11,478,415 modification to previously awarded cost-plus-fixed-fee contract N66001-16-D-0033. Support includes production management, integration and fabrication, and system and component procurement for Network Integration Engineering Facility production services. This six-month modification increases the overall value of the existing contract to $111,356,945. The period of performance is from Oct. 27, 2020, through April 26, 2021. All work will be performed in San Diego, California. No funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funds will be obligated as individual task orders are issued. Funds will be obligated using operations and maintenance (Navy); Department of Defense working capital funds; other procurement (Navy); Foreign Military Sales; research, development, test and evaluation (Navy); and shipbuilding and conversion (Navy). The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-16-D-0033). Science Applications International Corp., Reston, Virginia, is awarded a $10,757,780 modification to previously awarded cost-plus-fixed-fee contract N66001-16-D-0032. Support includes production management, integration and fabrication and system and component procurement for Network Integration Engineering Facility production services. This six-month modification increases the overall value of the existing contract to $105,116,891. The period of performance is from Oct. 27, 2020, through April 26, 2021. All work will be performed in San Diego, California. No funds will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Funds will be obligated as individual task orders are issued. Funds will be obligated using operations and maintenance (Navy); Department of Defense working capital funds; other procurement (Navy); Foreign Military Sales; research, development, test and evaluation (Navy); and shipbuilding and conversion (Navy). The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-16-D-0032). AIR FORCE KOMAN Construction LLC, Chandler, Arizona, has been awarded a $20,062,515 firm-fixed-price, definitive contract for renovation and repair construction services. This contract provides for the complete repair and replacement required to provide humidity control and repair the interior administrative areas of B3 at Tinker Air Force Base, Oklahoma. Work is expected to be completed April 26, 2022. This award is the result of a sole-source acquisition. Fiscal 2021 operations and maintenance funds in the full amount are being obligated at the time of award. Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8137-21-C-0005). DEFENSE LOGISTICS AGENCY Kandor Manufacturing,** Arecibo, Puerto Rico, has been awarded a maximum $9,824,940 modification (P00010) exercising the first one-year option period of an 18-month base contract (SPE1C1-19-D-1163) with three one-year option periods for various types of blouses and trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with an Oct. 29, 2021, ordering period end date. Using military services are Navy and Army. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Ja Apparel Corp.,* New Bedford, Massachusetts, has been awarded a maximum $9,342,555 fixed-price, indefinite-delivery/indefinite-quantity contract for men's dress coats. This was a competitive acquisition with three responses received. This is a one-year base contract with two one-year option periods. Location of performance is Massachusetts, with an Oct. 26, 2021, ordering period end date. Using customer is Army. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1410). *Small business **Small disadvantaged business in historically underutilized business zones https://www.defense.gov/Newsroom/Contracts/Contract/Article/2396088/source/GovDelivery/

  • NATO agency places $700 mln order for Stinger anti-aircraft missiles
  • Contract Awards by US Department of Defense - March 18, 2020

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

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

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

All news