Back to news

October 8, 2019 | International, Aerospace

United Technologies nets $325.2M contract for F-35 depot maintenance

ByEd Adamczyk

Oct. 7 (UPI) -- The Pratt & Whitney division of United Technologies Corp. was awarded a potential four-year, $325.2 million contract for aircraft maintenance equipment for the F-35 fighter aircraft.

The contract, announced by the Defense Department on Friday, calls for UTC to provide material and support equipment for depot maintenance facilities, as well as non-recurring sustainment activities, supplies, services and planning for depot activations.

It also includes two F135 full-scale mockup engines and four modules for test activities in support of the F-35 Lightning II Program.

Work will be performed largely at UTC's Oklahoma City facility, as well as in several other locations within the United States and in foreign countries, and is expected to conclude in 2023.

Fiscal 2019 aircraft procurement funds of the Navy, Marine Corps and Navy, as well as those of non-Defense Department agencies and foreign buyers of the F-35, will pay for the contract, the Pentagon said.

The F-35 has been in service since 2015 and is currently in the fleets of, or with purchases planned by, 12 nations.

Built by Lockheed Martin with UTC as a major subcontractor, the plane is a single engine, fifth-generation stealth combat aircraft designed for ground-attack and air-superiority missions.

Currently regarded as the world's most advanced fighter plane, its F135 engine delivers over 40,000 lbs. of thrust and has been included on each of the 425 F-35s manufactured thus far.

https://www.upi.com/Defense-News/2019/10/07/United-Technologies-nets-3252M-contract-for-F-35-depot-maintenance

On the same subject

  • After Army canceled helo program, industry had to pivot

    April 30, 2024 | International, Land

    After Army canceled helo program, industry had to pivot

    Industry is beginning to see ways technology developed for the canceled Future Attack Reconnaissance Aircraft is helping other vertical lift programs.

  • Contract Awards by US Department of Defense - November 15, 2018

    November 16, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 15, 2018

    NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $348,915,105 cost-plus-incentive-fee contract to provide the infrastructure to support developmental laboratory facilities and flight test activities in support of F-35 development, production and sustainment. Work will be performed at Edwards Air Force Base, California (35 percent); Patuxent River, Maryland (35 percent); and Fort Worth, Texas (30 percent), and is expected to be completed in March 2020. Fiscal 2018 research, development, test and evaluation (Air Force, Marine Corps and Navy); and non-Department of Defense (DOD) participant funds in the amount of $177,042,349 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($70,932,017; 40 percent); Marine Corps ($35,466,009; 20 percent); Navy ($35,466,008; 20 percent) and non-DOD participants ($35,178,315; 20 percent). This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, is the contracting activity (N00019-19-C-0004). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed value $83,100,000 undefinitized contract action. This contract provides for the development, integration, certification, and testing of dual capable aircraft capability to include hardware and software into the Air Force F-35A. Work will be performed in Fort Worth, Texas (70 percent); Edwards Air Force Base, California (29 percent); and St. Charles, Missouri (1 percent), and is expected to be completed in February 2024. Fiscal 2019 research, development, test and evaluation (Air Force) funding in the amount of $24,630,000 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 Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0010). CSRA LLC, a General Dynamics Information Technology Co., Falls Church, Virginia, is awarded a $64,664,646 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides project management and engineering support for Navy and Marine Corps land, sea, and air platforms with a responsive, efficient, and reliable means to collect, detect, assess, identify, exploit, neutralize, and disseminate products to the U.S. and its interests. The procurement supports the execution of systems engineering activities to meet current and future electronic warfare mission information engineering capabilities and security protection needs for Naval Air Warfare Center Weapons Division integrated product teams. Work will be performed in Point Mugu, California (80 percent); Eglin Air Force Base, Florida (15 percent); and other locations in the U.S. (5 percent), and is expected to be completed in November 2023. Fiscal 2018 working capital funds (Navy) in the amount of $50,000 will be obligated at the time of award. This contract was competitively procured via an electronic request for proposals; three offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0016). Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $40,890,720 firm-fixed-price modification to previously-awarded contract N00019-17-C-0081 for the procurement of 20 production MT7 marine turbine engines for Landing Craft, Air Cushion (LCAC) 100 class craft 109 through 113. This procurement is in support of the Ship-to-Shore Connector program. Each LCAC 100 craft incorporates four MT7 engines. Work to be performed includes production of the MT7 engines and delivery to Textron Marine Systems for the assembly of the LCAC 100 class craft. Work will be performed in Indianapolis, Indiana, and is expected to be completed by January, 2020. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $16,356,288; and fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $24,534,432 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, working in conjunction with the Naval Air Systems Command, Patuxent River, Maryland. Raytheon Integrated Defense Systems, St. Petersburg, Florida, is awarded a $33,848,885 cost-plus-incentive-fee modification to previously-awarded contract N00024-13-C-5230 for Common Array Block antenna pre-production unit requirements in support of the Cooperative Engagement Capability (CEC) program. The Common Array Block antenna is an integral component of the CEC system. CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. Work will be performed in Largo, Florida (70 percent); and Andover, Massachusetts (30 percent), and is expected to be completed by October 2020. Fiscal 2019 and 2018 research, development, test and evaluation (Navy) funding in the amount of $14,930,655 will be obligated at time of award, and funds in the amount of $2,494,788 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. AIR FORCE Lockheed Martin Corp., Orlando, Florida, is awarded a $172,145,533 fixed-price incentive-fee contract for long range anti-ship missiles (LRASMs) Lot 2 production. The contract allows for the production of 50 LRASMs. Work will be performed in Orlando, Florida, and is expected to be completed by Dec. 31, 2021. The award is the result of sole- source acquisition. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-19-C-0010). Avix-BGI JV LLC, Yorktown, Virginia, is awarded a $45,262,100 firm-fixed-price contract for the EC-130H/A-10C Contract Aircrew Training and Courseware Development program. The contractor shall furnish all personnel, equipment, tools, materials, supervision and all other items and services that are required to perform the contract. Work will be performed at Davis-Monthan Air Force Base, Arizona; Moody AFB, Georgia; and other places as required. Work is expected to be completed by Jan. 31, 2024. This award is the result of a competitive acquisition and seven offers were received. The Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-19-C-0004). Parker-Hannifin Corp, Irvine, California, is awarded a $39,026,578 modification to contract FA8109-18-D-0004 for 12 additional spare national stock numbers items and the remanufacture of 11additional national stock numbers to support the A-10, B-1, B-52, C-135, C-5, C-130, C-17, E-3, F-15, F-16, and HH-60 aircraft. These items also support the TF33, F100, F101, F110, and F118 engines. Work will be performed in Irvine, California; Glendale, Arizona; Mentor, Ohio; and Kalamazoo, Michigan, and is expected to be completed by April 5, 2027. This award is the result of a sole-source acquisition. This is a requirements contract, so no funding is being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity. Bismark Construction Corp., Newark, New Jersey, is awarded a $17,108,065 modification (P00007) to contract FA4484‐16‐D‐0003 for maintenance and repair services. The maintenance and repair contract is a large tri-service indefinite-delivery/indefinite-quantity that supports physical infrastructure. Work will be performed at Joint Base McGuire‐Dix‐Lakehurst, New Jersey, and is expected to be completed by Nov. 15, 2019. No funds are being obligated at the time of award. The 87th Contracting Squadron, JB McGuire‐Dix‐Lakehurst, New Jersey, is the contracting activity. DEFENSE LOGISTICS AGENCY Federal Prison Industries Inc.,* doing business as Unicor, Washington, District of Columbia, has been awarded a maximum $49,920,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for various types of trousers. This is a four-year contract with no option periods. Locations of performance are District of Columbia, Texas and Alabama, with a May 15, 2023, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-F016). Southeast Power Systems of Orlando Inc.,** Orlando, Florida, has been awarded a maximum $9,342,729 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for fuel pumps for the High Mobility Multipurpose Wheeled Vehicle. 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 five-year contract with no option periods. Location of performance is Florida, with a Nov. 14, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0013). DEFENSE INFORMATION SYSTEMS AGENCY Peraton Government Communications Inc., Herndon, Virginia, was awarded a $9,289,610 contract modification (P00021) exercising Option Period Three on task order GS-35F-5497H / HC1013-16-F-0005. Performance directly supports American national security interests on the continent of Africa. This action is funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $50,089,527. Proposals were solicited via the General Services Administration's Federal Supply Schedule, Information Technology Schedule 70, and two proposals were received from 27 proposals solicited. The period of performance for Option Period Three is Nov. 15, 2018 – Nov. 14, 2019, and there is one remaining unexercised option period for this task order. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Nov. 14, 2018) *Mandatory Source **Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1691653/source/GovDelivery/

  • Contract Awards by US Department of Defense - November 25, 2019

    November 26, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 25, 2019

    ARMY General Electric Co. - GE Aviation, Lynn, Massachusetts, was awarded a $1,336,809,577 modification (P00021) to contract W58RGZ-15-D-0048 for T700 engine deliveries in support of the Army H-60 and AH-64 programs, Navy H-60 programs, Air Force programs, Foreign Military Sales and other government agencies. 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 Dec. 31, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AXXIS,* Fort Worth, Texas (W912DY-20-F-0001); Chinook Systems Inc.,* Cocoa Beach, Florida (W912DY-20-F-0002); Dewberry Design-Builders Inc., Raleigh, North Carolina (W912DY-20-F-0003); EPC Service Inc.,* Aiea, Hawaii (W912DY-20-F-0004); Honeywell International Inc., Morris Plains, New Jersey (W912DY-20-F-0005); Johnson Controls Building Automation Systems Inc., Huntsville, Alabama (W912DY-20-F-0006); KBRwyle Technology Solutions LLC, Columbia, Maryland (W912DY-20-F-0007); M. C. Dean, Tysons, Virginia (W912DY-20-F-0008); Parsons Technical Services Inc., Pasadena, California (W912DY-20-F-0009); Prime Mechanical of Wisconsin LLC,* Poynette, Wisconsin (W912DY-20-F-0010); SEI Group Inc.,* Huntsville, Alabama (W912DY-20-F-0011); Siemens Government Technologies Inc., Arlington, Virginia ( W912DY-20-F-0012); Spectrum Solutions Inc.,* Madison, Alabama (W912DY-20-F-0013); and Stewart Group Enterprises LLC,* Benson, North Carolina (W912DY-20-F-0014), will compete for each order of the $1,200,000,000 firm-fixed-price contract for procurement and installation of utility monitoring and control systems and similar services such as heating, ventilating and air conditioning systems. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 24, 2026. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. Navistar Defense LLC, Lisle, Illinois, was awarded a $26,748,087 firm-fixed-price Foreign Military Sales (Somalia) contract for two commercial Medium Tactical Vehicle Variants -- the 6x6 General Transport Truck and the 6x6 Wrecker Vehicle Recovery Truck, and spare parts. 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 Nov. 25, 2022. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-D-0016). Detyens Shipyards Inc.,* North Charleston, South Carolina, was awarded an $11,991,749 firm-fixed-price contract for dry dock and repair of the Dredge Wheeler, labor, materials and equipment. Bids were solicited via the internet with two received. Work will be performed in North Charleston, South Carolina, with an estimated completion date of Jan. 26, 2020. Fiscal 2020 operations and maintenance, civil works funds in the amount of $11,991,749 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0004). NAVY Raytheon Co., El Segundo, California, is awarded a $403,301,277 modification (P00062) to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0002). This modification increases the scope of the contract to procure an additional seven System Demonstration Test Articles (SDTA) shipsets, 60 SDTA pod subsystems, 27 pieces of peculiar support equipment, one fatigue test pod and one static test pod in support of the initial operational test and evaluation phase of the Next Generation Jammer Mid-Band Program. Work will be performed in Dallas, Texas (33%); Forest, Mississippi (33%); El Segundo, California (22%); Andover, Massachusetts (7%); and Fort Wayne, Indiana (5%), and is expected to be completed in December 2022. No funds are being obligated at time of award. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $172,233,232 modification to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00019-18-D-0001). This modification increases the ceiling of the contract to continue service life modifications to extend the operational service life from 6,000 flight hours to 10,000 flight hours of up to 23 F/A-18E/F aircraft. Work will be performed in San Antonio, Texas (59%); El Segundo, California (25%); and St. Louis, Missouri (16%), and is expected to be completed in May 2022. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Applied Physical Sciences Corp., Groton, Connecticut, is awarded a $23,225,953 cost-plus-fixed-fee contract for the multi-disciplinary tools, technologies and experimental methods in support of future Naval platform stealth and operations. Work will be performed in Groton, Connecticut (87%); and Cheswick, Pennsylvania (13%), with an expected completion date of October 2024. The total cumulative value of this contract including the base period is $23,225,953. This contract has no options. Fiscal 2019 research, development test and evaluation (Navy) funds in the amount of $146,749 are being obligated the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured under N00014-19-S-B001, "Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology." Proposals will be received throughout the year under the long range BAA and the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014- 20-C-0001). Marine Solutions Inc.,* Nicholasville, Kentucky, is awarded a maximum $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering for inspection, structural engineering, design and post-construction award services for bridge structures at Navy and Department of Defense installations worldwide. The work to be performed provides for architect-engineer services to include, but not limited to: topside and underwater bridge inspections; bridge load capacity analysis and load ratings; analysis of existing conditions and comparison to previous inspections reports; design of bridge repairs, inclusive of plans and specifications, report preparation and cost estimates for bridge rehabilitations, and the review of such documents produced by others in accordance with the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) criteria and the National Bridge Inspection Standards. No task orders are being issued at this time. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities predominantly in the U.S., but also worldwide. The term of the contract is not to exceed 60 months with an expected completion date of November 2024. Fiscal 2020 operation and maintenance, Navy (O&M, N)) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with seven proposals received. The NAVFAC EXWC, Port Hueneme, California, is the contracting activity (N39430-20-D-2206). Advanced Alliant Solutions Team, Fairfax, Virginia, is awarded a $9,038,301 modification (P00021) to a previously awarded cost-plus-fixed-fee contract (N00421-16-C-0068) to exercise an option for information assurance services in support of the Naval Air Warfare Center Aircraft Division's Digital Networks Applications. Work will be performed in Patuxent River, Maryland, and is expected to be completed by November 2020. Fiscal 2020 working capital funds (Navy) in the amount of $8,007,190 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. AIR FORCE Canyon Consulting, Los Angeles, California, has been awarded an $18,928,670 cost-plus-fixed-fee contract under the Small Innovation Research (SBIR) Phase-III program for the Advanced Global Positioning System technologies. This contract provides for wideband global positioning system digital payload and architecture. Work will be performed at Los Angeles, California, and is expected to be complete by Feb. 28, 2025. The total cumulative face value of the contract is $18,928,670. Fiscal 2019 research, development, test and evaluation funds in the amount of $700,000 are being obligated at the time of award. The Air Force Research Laboratory Geospace Technologies Branch, Kirtland Air Force Base, New Mexico, is the contracting activity. Sierra Nevada Corp., Sparks, Nevada, has been awarded a $13,720,071 cost-plus-fixed-fee modification (P00029) to previously awarded contract FA8509-17-C-0002 for the permanent installation of the MC-130J Airborne Mission Networking program. This out-of-scope modification provides for the procurement of an additional trial kit install, travel and interim contractor support. Work will be performed at Centennial, Colorado, and is expected to be completed by Nov. 16, 2021. This modification brings the total cumulative face value of the contract to $86,000,000. Fiscal 2019 and 2020 research, development, testing and evaluation funds in the amount of $1,162,453 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. DEFENSE LOGISTICS AGENCY Optim LLC, Sturbridge, Massachusetts, has been awarded a maximum $18,750,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment. This was a competitive acquisition with 63 responses received. This is a five-year contract with no option periods. Location of performance is Massachusetts, with a Nov. 24, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-20-D-0003). MISSILE DEFENSE AGENCY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, has been awarded a $9,800,000 cost-plus-fixed-fee modification (P00347) under contract HQ0276-10-C-0001. This modification increases the total cumulative contract value by $9,800,000 from $3,162,719,877 to $3,172,519,877. Under this modification, the contractor will perform engineering and design support services necessary for continuation of planning efforts executed under the Technical Assistance Case to support the Aegis Ashore Japan Foreign Military Sales Main Case. The work will be performed in Moorestown, New Jersey, with an expected completion date of July 31, 2020. Funds from the government of Japan in the amount of $9,800,000 are being obligated at the time of award. This contract modification is the result of a sole source acquisition. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. U.S. TRANSPORTATION COMMAND Phoenix Air Group Inc., Cartersville, Georgia, has been awarded a task order (HTC711-20-F-R013) under contract HTC711-16-D-R001 in the amount of $8,832,188. The task order provides continued charter air transportation services to the Headquarters U.S. Africa Command. Work will be performed in Stuttgart Army Airfield, Germany, to various points throughout Africa and Europe. The period of performance is from Jan. 1, 2020, to Dec. 31, 2020. Fiscal 2020 Air Force operations and maintenance funds were obligated at award of the task order. This task order brings the total cumulative face value of the contract value to $56,982,110 from $48,149,922. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2026407/source/GovDelivery/

All news