Back to news

July 15, 2022 | International, C4ISR

US defense firm ends talks to buy Israeli spyware from controversial firm

U.S. defense contractor L3Harris has reportedly ended its bid to buy spyware and hacking tools from Israeli tech company NSO Group.  According to news reports, L3Harris ended the talks following security concerns raised by the Biden administration last month that the acquisition of the spyware would “pose a serious counterintelligence and security risk to U.S.…

https://thehill.com/policy/cybersecurity/3553399-us-defense-firm-ends-talks-to-buy-israeli-spyware-from-controversial-firm/

On the same subject

  • Contract Awards by US Department of Defense - June 24, 2020

    June 25, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 24, 2020

    NAVY Ahtna-CDM JV,* Irvine, California (N62473-20-D-1005); Bristol Design Build Services LLC,* Anchorage, Alaska (N62473-20-D-1006); Corbara MGS JV,* National City, California (N62473-20-D-1007); Heffler Contracting Group,* El Cajon, California (N62473-20-D-1008); Macro Z Technology,* Santa Ana, California (N62473-20-D-1009); and Teehee Engineering Inc.,* Carlsbad, California (N62473-20-D-1010), are awarded a $99,999,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation and repair by design-build or design-bid-build of general construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC), Southwest area of operations in California and Arizona. The work to be performed provides for new construction, renovation and repair within the North American Industry Classification System Code 236220. The various types of construction projects may include, but are not limited to, administration buildings, academic and applied instruction training facilities, maintenance/repair facilities, military operations facilities, aircraft hangars, fire stations, office buildings, laboratories, dining facilities, related structures and other similar facilities located in California and Arizona. The maximum dollar value, including one two-year base period and one three-year option period, for all six contracts combined is $99,999,000. No task orders are being issued at this time. All work on these contracts will be performed at various government installations located in California (84%); and Arizona (16%). The terms of the contracts are not to exceed 60 months and work is expected to be completed by June 2025. Fiscal 2020 operations and maintenance (Navy) (O&M, N) contract funds in the amount of $30,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy) (O&M, N) (O&M) and the Marine Corps. This contract was competitively procured as a small business set-aside via the Navy Electronic Commerce Online website and 15 proposals were received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The NAVFAC Southwest, San Diego, California, is the contracting activity. Elbit Systems of America, Fort Worth, Texas, is awarded a $31,964,182 modification to increase the ceiling amount on five-year, indefinite-delivery/indefinite-quantity contract for the procurement of an additional 76 helmet display tracker systems, major assemblies, provision ordering item line items, engineering services and support equipment. This procurement will support the Navy PMA-299 Multi-Mission helicopter (MH-60S). Work will be performed in Haifa, Israel (99%); and Fort Worth, Texas (1%). In accordance with 10 U.S. Code 2304(c)(1), this modification was not competitively procured. There is only one responsible source and no other supplies or services will satisfy agency requirements. Future 76 helmet display tracker systems procurements are expected to support Naval Air Systems Command PMA-299 and Foreign Military Sales requirements, which have been deployed on MH-60S Knighthawk (Seahawk) multi-mission aircraft to facilitate and enable effective tracking for the pilot and co-pilot. Work is expected to be completed by June 2021. Fiscal 2020 Aircraft Procurement (Navy) funding of $15,876,977 will be obligated at the time of contract award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-17-D-JQ63). Methuen Construction Co. Inc., Plaistow, New Hampshire, is awarded a $13,261,766 firm-fixed-price contract for the design-bid-build of Dry Dock 2 portal crane rail and tunnel repairs located at Portsmouth Naval Shipyard. Work will be performed at Kittery, Maine. The work to be performed provides crane rail repair upgrades, which will increase the capacity of the ground level portal crane rails at the north and east sides of Dry Dock 2. Major work elements include demolition of existing crane rails, baseplates, hardware, footings, beams and pile caps; installation of micro piles; installation of reinforced concrete pile caps, beams and footings; installation of crane rail, baseplates and hardware; and site grading, drainage improvements and pavement restoration within the project limits. Additionally, the tunnel repair upgrades will demolish and reconstruct the personnel access tunnel at the east side of Dry Dock 2, including integral and adjacent ground level portal crane rails and footings. Major work elements include temporary re-routing of electrical, communication and mechanical utilities; selective demolition of reinforced concrete personnel access tunnel and crane rail footings; rock excavation; installation of new cast-in-place reinforced concrete personnel access tunnel with integral crane rails and adjacent crane rail footings; reconstruction of drainage, electrical and mechanical utilities; and site grading and paving. Work is expected to be completed by May 2022. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $13,261,766 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM website, and two proposals were received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0033). CAPE Environmental Management Inc.,* Honolulu, Hawaii, is awarded a $7,274,125 cost-plus-award-fee modification to task order N62742-19-F-0129 under an indefinite-delivery/indefinite-quantity contract for implementation of remedial alternatives for decision units (DU) N-2, N-3, N-4, SE-1 and E-2 at Joint Base Pearl Harbor-Hickam. Work will be performed in Oahu, Hawaii. The work to be performed under this modification provides selected remedies to be implemented that include focused dredging, placement of a thin-layer of clean material for enhanced natural recovery, treatment of contaminated sediment with activated carbon amendment material at DU E-2 and placement of activated carbon amendment in open-water areas in DU SE-1. Work is expected to be completed by August 2022. Fiscal 2020 environmental restoration (Navy) contract funds in the amount of $7,274,125 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-16-D-1807). U.S. TRANSPORTATION COMMAND SSA Atlantic LLC, Savannah, Georgia, has been awarded an $82,803,960 firm-fixed-price contract (HTC711-20-D-R035). The contract provides stevedoring and related terminal services at ports in the Mid-Atlantic region. Work will be performed at ports in Charleston, South Carolina; Savannah, Georgia; Wilmington, North Carolina; and Morehead City, North Carolina. The contract period of performance is from July 1, 2020, to June 30, 2025. Fiscal 2020 transportation working capital funds were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. AIR FORCE ASIRTek Federal Services LLC, San Antonio, Texas, has been awarded a $78,000,000 firm-fixed-price contract for information security support services. This contract provides for proactive support of the foundational pillars of this requirement, which are cybersecurity improvement initiatives and cybersecurity support. Work will be performed at Joint Base San Antonio-Lackland, Texas. Additional on-site support locations may include Joint Base Langley-Eustis, Virginia; Robins Air Force Base, Georgia; Tyndall AFB, Florida; Randolph AFB, Texas; and Davis-Monthan AFB, Arizona. Work is expected to be completed June 28, 2025. This award is the result of a competitive acquisition with 24 offers received. Fiscal 2020 operations and maintenance funds in the amount of $3,000 are being obligated at the time of award. Air Combat Command Acquisition Management and Integration Center, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA7037-20-D-0001). System Dynamics International, Huntsville, Alabama, has been awarded a $28,736,071 firm-fixed-price, cost-plus-fixed-fee contract for MQ-9 unmanned aerial system aircrew and support services. Work will be performed in Poway, California; China Lake Naval Air Station, California; Edwards Air Force Base, California; Palmdale, California; and Yuma, Arizona, and is expected to be completed June 30, 2025. This award is the result of a competitive acquisition and five offers were received. Fiscal 2018 aircraft procurement funds in the amount of $403,814; fiscal 2020 aircraft procurement funds in the amount of $503,902; fiscal 2020 research, development, test and evaluation funds in the amount $2,853,876; and Foreign Military Sales administration funds in the amount of $95,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8620-20-C-2001). ATI Engineering Services LLC, Johnstown, Pennsylvania, has been awarded a $10,101,563 contract for Rwanda C-208 EX aircraft acquisition. This contract provides the procurement of two Textron C-208 EX aircraft, associated spare parts and ground support equipment, the necessary modifications for the Rwandan Air Force, flight training device, technical drawings and interim logistic support for both aircraft and the training device. Work will be performed in Johnstown, Pennsylvania; Rockford, Illinois; and Kigali Air Force Base, Rwanda, and is expected to be completed July 31, 2022. This contract involves Foreign Military Sales to Rwanda and is the result of a competitive acquisition with two offers received. Fiscal 2016 Peacekeeping Operations Overseas Contingency Operations funds in the amount of $9,030,923 is being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-20-C-0001). ARMY Geneva Rock Products Inc., Orem, Utah, was awarded a $75,039,988 firm-fixed-price contract to construct 18 earth-covered modular storage magazines. Bids were solicited via the internet with five received. Work will be performed at Hill Air Force Base, Utah, with an estimated completion date of Feb. 21, 2022. Fiscal 2020 military construction (Army) funds in the amount of $75,039,988 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0010). Ilsi-Arcadis JV,* New Orleans, Louisiana (W912DR-20-D-0013); Princetone Hydro LLC,* Ringoes, New Jersey (W912DR-20-D-0015); and W.F. Baird & Associates,* Madison, Wisconsin (D912DR-20-D-0016), will compete for each order of the $30,000,000 firm-fixed-price contract for civil works architect engineering services. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of June 23, 2025. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity. Mission Critical Solutions LLC,* Alum Bank, Pennsylvania, was awarded a $16,276,805 firm-fixed-price contract for procurement of inert warheads. 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 June 24, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-D-0025). Honeywell International Inc., Clearwater, Florida, was awarded a $7,146,942 firm-fixed-price contract for procurement of 66 Tactical Advanced Land Inertial Navigator High Accuracy North Finding Systems. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-D-0027). DEFENSE LOGISTICS AGENCY Crowley Government Services Inc., Jacksonville, Florida, has been awarded a maximum $59,700,000 firm-fixed-price contract for contractor-owned, contractor-operated fuel storage facilities and services for various types of fuel. This was a competitive acquisition with three offers received. This is a four-year contract with one five-year option period. Locations of performance are Florida and Alaska, with a June 23, 2024, performance completion date. Using military services are Air Force and Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-20-C-5009). Tiger Natural Gas Inc., Tulsa, Oklahoma, has been awarded a maximum $35,439,063 fixed-price with economic-price-adjustment, requirements contract under solicitation SPE604-20-R-0403 for pipeline quality direct supply natural gas. This was a competitive acquisition with four offers received. This is a three-year contract with a possible six-month carryover. Locations of performance are California, Nevada and Washington, with a Sept. 30, 2023, performance completion date. Using customers are Navy, Air Force and federal civilian agencies. Type of appropriation is fiscal 2020 through 2023 and customers are responsible to fund these contracts and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-20-D-7502). Cobham Mission Systems Davenport LSS Inc., doing business as Cobham Mission Systems, Davenport, Iowa, has been awarded a maximum $17,492,050 firm‐fixed-price, indefinite-delivery requirements contract for a nitrogen inerting unit. 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 Iowa, with a June 30, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0023). Hamilton Sundstrand Corp., doing business as UTC Aerospace, Windsor Locks, Connecticut, has been awarded a $15,144,635 firm‐fixed‐price, requirements contract for F-16 accessory drive gearboxes, hydraulic start motors and B-2 airframe mounted accessory drives. 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 base contract with one five-year option period. Locations of performance are Iowa and Connecticut, with a June 30, 2025, performance completion date. Using customer is Defense Logistics Agency. Type of appropriations is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Ogden, Utah (SPE4AX‐20‐D‐9410). CORRECTION: The contract announced on June 11, 2020, for Oshkosh Defense LLC, Oshkosh, Wisconsin (SPRDL1-20-D0065) for $10,836,726 was announced with an incorrect award date. The correct award date is June 23, 2020. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2231349/source/GovDelivery/

  • Contract Awards by US Department of Defense - December 21, 2020

    December 22, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 21, 2020

    AIR FORCE Voly Defense Solutions LLC, Concord, California, has been awarded an indefinite-delivery/indefinite-quantity contract with a shared ceiling of $400,000,000 for all subsequent competitively selected delivery orders in support of the Skyborg Vanguard Program. The Skyborg prototyping, experimentation and autonomy development contract will be used to deliver missionized prototypes in support of operational experimentation and develop the first Skyborg air platform with modular hardware and software payloads that will incorporate the Skyborg autonomy core system and enable manned/unmanned teaming. The locations of performance are to be determined at the order level and are expected to be completed July 2026. These awards are being made as a result of a competitive acquisition and 18 offers were received. No funds are being obligated on the awards and funding will be provided on each individual order. The Air Force Life Cycle Management, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8694-21-D-1400). National Aerospace Solutions LLC, Arnold Air Force Base, Tennessee, has been awarded a $108,309,387 modification (P00127) to contract FA9101-15-C-0500 for test operations and sustainment. This modification provides for test operations, technology development, equipment and facility sustainment, capital improvements and some support services for the Arnold Engineering Development Complex. Work will be performed at Arnold Air Force Base, Tennessee, and is expected to be completed June 30, 2021. The overall value of the contract is $1,323,841,609. Fiscal 2021 operation and maintenance; and research, development, test and evaluation funds are being used and no funds are being obligated at the time of award. The Air Force Test Center, Arnold Air Force Base, Tennessee, is the contracting activity. General Electric Co., Cincinnati, Ohio, has been awarded a $20,049,879 indefinite-delivery/indefinite-quantity, requirements contract to provide contractor engineering and technical services engine support for Air National Guard and Foreign Military Sales (FMS) partners. Work will be performed in Bahrain, Egypt, Israel, Korea, Saudi Arabia, and Cincinnati, Ohio, and is expected to be completed Dec. 21, 2022. FMS funds will be used, with no funds being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8604-21-D-8004). Northrop Grumman, doing business as Alliant Techsystems Inc., Fort Worth, Texas, has been awarded a $15,152,856 firm-fixed-price modification (P00061) to contract FA8106-16-C-0004 for contractor logistic support for the Iraqi Air Force's Cessna 208 and 172 fleet. Work will be performed in Balad Airbase, Iraq, and is expected to be completed June 30, 2021. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the full amount are being obligated at the time of award. The total cumulative face value of the contract is $235,000,000. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. ARMY ASRC Federal Data Network Technologies, Beltsville, Maryland, was awarded a $249,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to support program management activities across the Department of Defense High Performance Computing Modernization program. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 21, 2025. The U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-21-D-0030). General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $15,509,730 cost-plus-fixed-fee contract for contractor logistics support services for M1A1SA Abrams tanks and M88A1/A2 recovery vehicles. Bids were solicited via the internet with one received. Work will be performed in Camp Taji, Iraq, with an estimated completion date of Dec. 31, 2022. Fiscal 2020 Foreign Military Sales (Iraq) funds in the amount of $15,509,730 were obligated at the time of the award. The U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-21-C-0072). Amentum Services Inc., Germantown, Maryland, was awarded an $11,622,300 modification (0001CG) to contract W52P1J-12-G-0028 for logistics support services. Work will be performed at Fort Polk, Louisiana, with an estimated completion date of Aug. 17, 2021. Fiscal 2021 operation and maintenance (Army) funds in the amount of $11,622,300 were obligated at the time of the award. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. MORSE Corp Inc.,* Cambridge, Massachusetts, was awarded a $10,861,000 modification (P00002) to contract W911NF-19-C-0101 to develop novel artificial intelligence/machine learning test, evaluation and algorithmic ensembling capabilities. Work will be performed in Cambridge, Massachusetts, with an estimated completion date of Sept. 30, 2021. Fiscal 2020 research, development, test and evaluation (Defense-wide) funds in the amount of $9,038,737 were obligated at the time of the award. The U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. New South Associates Inc.,* Stone Mountain, Georgia, was awarded a $10,000,000 firm-fixed-price contract for cultural resources services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 20, 2025. The U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-21-D-0017). NAVY AttainX Inc.,* Fairfax, Virginia (N39430-21-D-2305); Golden IT-JV,* Olathe, Kansas (N39430-21-D-2306); OM Group Inc.,* Piscataway, New Jersey (N39430-21-D-2307); Stellar Innovations & Solutions Inc.,* Moraine, Ohio (N39430-21-D-2308); and Yakshna Solutions Inc.,* Herndon, Virginia (N39430-21-D-2309), are awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $151,000,000 to provide full information technology (IT) lifecycle support to Naval Facilities Engineering Systems Command's (NAVFAC) core facilities management, construction management and installation management systems. The work to be performed is IT services and solutions through the performance of broad ranges of services across multiple functional areas, including but are not limited to, systems development lifecycle support, cybersecurity support, business systems operations and support, IT operations management and enterprise, cloud operations/migration/system development, secure infrastructure and analysis and management services. No task orders are being issued at this time. Work on this contract could be performed in the following sites, but is not limited to, Port Hueneme, California; San Diego, California; Washington, D.C.; Pearl Harbor, Hawaii; Norfolk, Virginia; Kansas City, Missouri; Bremerton, Washington; and Yokosuka, Japan. The term of the contract is not to exceed 66 months with an expected completion date of August 2026. Fiscal 2021 operation and maintenance (Navy) (O&M,N) contract funds in the amount of $10,000 minimums for each contractor 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; and military construction (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with 28 proposals received. NAVFAC Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Rotary and Mission System, Orlando, Florida, is awarded a $101,001,289 cost-plus-fixed-fee contract. This contract procures instructor services and associated administrative support including control account managers, functional managers, program managers, security, operational planning, contract, finance and lab support to meet integrated weapons systems and Aegis training requirements for Foreign Military Sales (FMS) customers. Work will be performed in Dahlgren, Virginia (35%); Moorestown, New Jersey (35%); Maizuru (2%), Sasebo (3%), and Yokosuka (10%), Japan; Sydney, Australia (10%); Busan (1%), Chinhae (1%), and Jeju Island (1%), South Korea; and Bergen, Norway (2%), and is expected to be completed December 2025. FMS incremental funds in the amount of $9,451,623 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 Federal Acquisition Regulation 6.302-4. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity (N61340-21-C-0010). Raytheon Space and Airborne Systems, Marlborough, Massachusetts, is awarded a $48,773,600 modification to previously awarded firm-fixed-price contract N00039-16-C-0050 to produce, test and deliver fully integrated Navy multiband terminals (NMT) and spare parts. NMT is a multiband capable satellite communications terminal that provides protected and wideband communications. The total cumulative face value of the contract is $557,882,121. Work will be performed at Largo, Florida (54%); South Deerfield, Massachusetts (25%); Stow, Massachusetts (13%); and Marlborough, Massachusetts (8%), with an expected completion date of May 2022. Fiscal 2020 other procurement (Navy); fiscal 2021 other procurement (Navy); fiscal 2021 operation and maintenance (Navy); fiscal 2021 Navy working capital funds; fiscal 2020 shipbuilding and conversion (Navy); and fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $48,773,600 will be obligated at the time of award. Operation and maintenance (Navy) funds will expire at the end of the fiscal year; all other funds will not expire at the end of the fiscal year. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $29,396,312 firm-fixed-price, order (N00019-21-F-0038) against previously issued basic ordering agreement N00019-16-G-0001. This order procures various parts and quantities for main and nose landing gear critical components retrofit kits in support of F/A-18A-D aircraft modification efforts. Work will be performed in St. Louis, Missouri, and is expected to be completed in February 2024. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $19,675,745; and fiscal 2019 aircraft procurement (Navy) funds in the amount of $9,720,567 will be obligated at time of award, of which $9,720,567 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $27,986,162 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-19-C-6400 for systems engineering and integration on Navy submarines. Work will be performed in Manassas, Virginia (68%); Waterford, Connecticut (10%); Groton, Connecticut (10%); Middletown, Rhode Island (7%); and Newport, Rhode Island (5%), and is expected to be completed by December 2021. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $11,758,838 (95%); and 2021 research, development, test and evaluation (Navy) funds in the amount of $647,350 (5%), will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Meggitt Defense Systems Inc., Irvine, California, is awarded a not-to-exceed $27,425,431 modification (P00002) to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract N00019-19-D-0039. This modification adds scope for the procurement of additional P-8A liquid palletized systems in ordering Years Two, Three and Four, with 10 units in Year Two, 11 units in Year Three and 11 units in Year Four, in support of the Navy P-8A aircraft. Work will be performed in Irvine, California (78%); Sumner, Washington (8%); Niagara, New York (4%); and various locations within the continental U.S. (10%), and is expected to be completed in November 2024. No funds will be obligated at the time of award and will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Technologies, Portsmouth, Rhode Island, is awarded a $26,686,060 firm-fixed-price modification to previously awarded contract N00024-16-C-6423 to exercise options for the production of the MK54 Lightweight Torpedo MOD 0 and MOD 1 common part kits and spare torpedo components. This contract combines purchases for the Navy (30%); and the governments of Belgium, Netherlands and New Zealand (70%), under the Foreign Military Sales (FMS) program. Work will be performed in Portsmouth, Rhode Island (95%); and Keyport, Washington (5%), and is expected to be completed by December 2023. Fiscal 2021 weapons procurement (Navy) funds in the amount of $8,122,692 (30%); and FMS funds in the amount of $18,563,368 (70%), will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Saab Inc., East Syracuse, New York, is awarded an $18,182,043 firm-fixed-price and cost-plus-fixed-fee modification to previously awarded contract N00024-17-C-5381 to exercise options for production and engineering support of the Multi-Mode Radar (MMR) systems. Under this contract, Saab Inc. manufactures, inspects, tests and delivers MMR systems to be deployed on Navy Expeditionary Support Base ships and Coast Guard (USCG) Offshore Patrol Cutter (OPC) and provide engineering support of delivered MMR systems. The MMR serves as the primary sensor for air surveillance, surface surveillance and gun weapon system cueing for the USCG OPC. Work will be performed in East Syracuse, New York (64%); and Gothenburg, Sweden (36%), and is expected to be completed by April 2022. Fiscal 2021 other procurement (Navy); fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2020 other procurement (Navy) funding in the amount of $17,789,572 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, Washington, D.C., is the contracting activity. Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $9,624,136 cost-plus-fixed-fee modification to previously awarded contract N00024-17-C-5405 to exercise Option Year Four for design agent engineering and technical support services for the Phalanx Close-In Weapon System, SeaRAM and land-based Phalanx Weapon System. This contract combines purchases for the Army (69%); and the governments of United Kingdom, Australia, Greece, South Korea, Taiwan, Japan, Egypt, Turkey, Bahrain, New Zealand and Saudi Arabia (31%) under the Foreign Military Sales (FMS) program. Work will be performed in Tucson, Arizona (68%); El Segundo, California (18%); Louisville, Kentucky (5%); Camarillo, California (2%); Minneapolis, Minnesota (2%); Dallas, Texas (1%); Bohemia, New York (1%); Melbourne, Florida (1%); and various locations with less than 1% each (2%), and is expected to be completed by January 2021. Fiscal 2021 operation and maintenance (Army) funds in the amount of $6,640,000 (69%); FMS (United Kingdom) funds in the amount of $724,655 (8%); FMS (Australia) funds in the amount of $200,000 (2%); FMS (Taiwan) funds in the amount of $605,000 (6%); FMS (Japan) funds in the amount of $406,996 (4%); FMS (New Zealand) funds in the amount of $299,485 (3%); and FMS (Saudi Arabia) funds in the amount of $784,000 (8%), will be obligated at time of award, of which funds in the amount of $6,640,000 will expire at the end of the current fiscal year, in accordance with 10 U.S. Code 2304(c)(1). This contract was not competitively procured, only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Bowhead Base Operations LLC,* Springfield, Virginia, is awarded a $9,178,182 firm-fixed-price contract. This contract procures logistics support services, including processing material and service requests, identifying alternative parts and sources of supply for materials and services, validating requirements utilizing technical publications, receiving and tracking all incoming materials and services, maintaining warehouse-stocking levels, receiving and transferring parts between Fleet Readiness Center Aviation Support Equipment locations. Work will be performed in Solomons Island, Maryland (80%); Portsmouth, Virginia (10%); and New Orleans, Louisiana (10%), and is expected to be completed in December 2024. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $566,849 will be obligated at time of award, all 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)(5). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-21-C-0146). DEFENSE INFORMATION SYSTEMS AGENCY RKF Engineering Solutions, Washington, D.C., was awarded a competitive, single-award indefinite-delivery/indefinite-quantity contract with a ceiling value of $26,599,072 in support of the Defense Spectrum Organization, Electromagnetic Spectrum Services, Electromagnetic Environmental Effects program, Strategic Planning and Applied Engineering Support - Mobile Service Provider. The place of performance will be at the Defense Information Systems Agency headquarters, Fort Meade, Maryland; and the Mission Partner Defense Spectrum Organization, Annapolis, Maryland. The period of performance for the base period is Jan. 4, 2021, to Jan. 3, 2022, with four one-year option periods. Fiscal 2021 operation and maintenance funds will be used for the contract's $500 minimum guarantee. The Defense Information Technology Contracting Organization, National Capital Region, Fort Meade, Maryland, is the contracting activity (HC1047-21-D-0001). DEFENSE LOGISTICS AGENCY Epic Foods LLC,* Columbia, South Carolina, has been awarded a maximum $18,860,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for pouched bacon. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Locations of performance are South Carolina and North Carolina, with a Dec. 21, 2025, ordering period end date. Using military services are Army, Navy and Marine Corps. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-21-D-Z231). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Systems and Technology Research (STR), Woburn, Massachusetts, was awarded a $15,177,171 cost-plus-fixed-fee completion contract for a Defense Advanced Research Projects Agency research project for the Joint All-Domain Warfighting Software (JAWS) program. JAWS seeks to develop a software suite to maximize the effectiveness of military force through theater scale battle management command and control with automation and predictive analytics. This capability would develop the enabling software for the warfighter to adaptably set up and execute synchronized kill webs encompassing the undersea, sea surface, land, air, space and electromagnetic domains. Work will be performed in Woburn, Massachusetts (54%); Alexandria, Virginia (15%); Dayton, Ohio (14%); Menlo Park, California (13%); Columbia, Maryland (2%); and Fairfax, Virginia (2%), with an expected completion date of March 2022. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,420,486; and fiscal 2021 research, development, test and evaluation funds in the amount of $3,979,425 are being obligated at the time of award. This contract was a competitive acquisition in which 12 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-21-C-0011). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2454191/source/GovDelivery/

  • National Reconnaissance Office launches proliferated constellation

    May 23, 2024 | International, Aerospace

    National Reconnaissance Office launches proliferated constellation

    The launch is the first of six planned for this year and is part of a broader NRO effort to extend its satellite architecture across multiple orbits.

All news