Back to news

April 14, 2020 | International, Naval

US Navy commissions its last Block III Virginia submarine

By: David B. Larter

WASHINGTON — The last of the U.S. Navy's eight Block III Virginia-class submarines has joined the fleet, according to a Navy news release.

The attack submarine Delaware didn't have its formal commissioning ceremony because of the ongoing coronavirus outbreak, but it will nonetheless start getting ready to enter the deployment rotation.

The Block III replaced 12 vertical launch tubes for Tomahawk Land Attack Missiles with two larger 87-inch diameter tubes able to fire larger payloads, each housing six TLAMs.

The first Block IV, the attack submarine Vermont, is slated to be commissioned later this month. The Block IV subs primarily add reliability features to the boat that should increase its life span.

The Block V, which was awarded last year, adds acoustics upgrades. Eight of the boats will have the Virginia Payload Module. The VPM is designed to triple the Tomahawk cruise missile capacity of the Virginia-class subs, a move designed to offset the pending retirement of the Ohio-class guided-missile subs, which have a 154-Tomahawk capacity. Each Virginia Payload Module sub will have a 40-Tomahawk loadout.

https://www.defensenews.com/naval/2020/04/09/the-us-navy-commissions-the-last-block-iii-virginia-submarine/

On the same subject

  • Contract Awards by US Department of Defense - May 8, 2019

    May 9, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - May 8, 2019

    ARMY BFBC, Bozeman, Montana (W9126G-19-D-0018); Texas Sterling Construction Co., Houston, Texas (W9126G-19-D-0019); Bristol Construction Services LLC,* Anchorage, Alaska (W9126G-19-D-0023); Burgos Group LLC,* Albuquerque, New Mexico (W9126G-19-D-0026); Gibraltar-Caddell JV, Montgomery, Alabama (W9126G-19-D-0022); Fisher Sand & Gravel, Dickinson, North Dakota (W9126G-19-D-0027); Southwest Valley Constructors Co., Albuquerque, New Mexico (W9126G-19-D-0017); Randy Kinder Excavating Inc.,* Dexter, Missouri (W9126G-19-D-0024); Martin Brothers Construction,* Sacramento, California (W9126G-19-D-0028); SLSCO Ltd., Galveston, Texas (W9126G-19-D-0021); Posillico Civil Inc. Coastal Environmental Group Inc., Farmingdale, New York (W9126G-19-D-0020); and CJW JV, Santa Ana, California (W9126G-19-D-0025), will compete for each order of the $5,000,000,000 firm-fixed-price contract for design-build, design-bid-build horizontal construction task orders in support of the Department of Homeland Security San Diego, El Centro, Yuma and Tucson Border Patrol sectors, and the U.S. Army Corps of Engineers South-Western Division and South Pacific Division. Bids were solicited via the internet with 38 received. Work locations and funding will be determined with each order, with an estimated completion date of May 7, 2024. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity. Science and Engineering Services LLC,* Huntsville, Alabama (W58RGZ-19-D-0045); Y-Tech Services Inc.,* Huntsville, Alabama (W58RGZ-19-D-0046); and Tyonek Worldwide Services Inc.,* Madison, Alabama (W58RGZ-19-D-0047), will compete for each order of the $2,440,000,000 hybrid (cost, cost-plus-fixed-fee, cost-plus-incentive-fee, and firm-fixed-price) contract to provide modifications to aviation systems. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of May 3, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Ashridge Inc.,* St. Stephen, South Carolina, was awarded a $16,951,622 firm-fixed-price contract for the Savannah Harbor oysterbed revetment repair, rock along the shoreline to prevent erosion, repairing the boat dock, and repairing the barge dock. Bids were solicited via the internet with eight received. Work will be performed in Hardeeville, South Carolina, with an estimated completion date of Sept. 29, 2020. Fiscal 2018 civil works; and operations and maintenance, Army funds in the amount of $16,951,622 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-5003). Southeast Cherokee Construction Inc.,* Montgomery, Alabama, was awarded a $13,341,000 firm-fixed-price contract for Judge Advocate General School expansion. Bids were solicited via the internet with three received. Work will be performed in Montgomery, Alabama, with an estimated completion date of Nov. 20, 2020. Fiscal 2017 military construction funds in the amount of $13,341,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-C-0017). NAVY ICF Inc. LLC, Fairfax, Virginia, is awarded a $330,714,321 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $802,045,896. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3409). Leidos Inc., Reston, Virginia, is being awarded a $304,326,147 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $741,278,402. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3410). Perspecta Engineering Inc., Chantilly, Virginia, is awarded a $303,565,184 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $739,941,512. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3415). Parsons Government Services Inc., Pasadena, California, is awarded a $293,786,547 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $710,979,159. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3412). BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $276,573,342 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $677,769,136. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3407). Booz Allen Hamilton Inc., McLean, Virginia, is awarded a $273,941,498 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $672,034,026. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3408). Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $273,242,902 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $673,172,297. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3411). Scientific Research Corp., Atlanta, Georgia, is awarded a $240,305,587 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $577,918,499. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3414). Science Applications International Corp., Reston, Virginia, is awarded a $234,743,621 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $569,177,650. All work will be performed in San Diego, California, and work is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3413). Raytheon Co., Largo, Florida, is awarded a $15,267,422 cost-plus-incentive-fee, firm-fixed-price, cost-plus-fixed-fee, and cost-only contract for design agent and engineering services efforts to support the Cooperative Engagement Capability (CEC). The CEC program provides a sensor network with integrated fire control capability that significantly improves strike force air and missile defense capabilities by coordinating measurement data from strike force air search sensors on CEC-equipped units into a single, integrated real-time, composite track air picture. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. This contract includes options which, if exercised, would bring the cumulative value of this contract to $279,340,117. Work will be performed in St. Petersburg, Florida (95 percent); and Largo, Florida (5 percent), and is expected to be complete by September 2022. If all options are exercised, work will continue through April 2024. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $8,009,206 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 one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5200). Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded $15,264,314 for modification P00025 to a previously awarded cost-plus-fixed-fee, firm-fixed-price contract (N00019-14-C-0036). This modification increases the ceiling and period of performance of the contract. In addition, this modification increases the full-scale fatigue repair time on contract to achieve the required simulated flight hours. Work will be performed in El Segundo, California (59 percent); Melbourne, Florida (35 percent); and Bethpage, New York (6 percent), and is expected to be completed in May 2022. No funds will be obligated at time of award. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. L3 Technologies Inc., doing business as L3 KEO, Northampton, Massachusetts, is awarded a $14,110,638 firm-fixed-price modification to previously awarded contract N00024-16-C-5366 for MK 20 MOD 1 Electro-Optical Sensor Systems, radar cross section kits, shock ring kits, engineering support services, and spares for both the Navy and Coast Guard. The MK 20 Electro-Optical Sensor System is a major component of the MK 34 Gun Weapon Systems employed by the DDG 51 class, CG 47 class and the Coast Guard's offshore patrol centers. The systems procured are required to support the Gun Weapon Systems by performing safety check-sighting, look-point-shoot, target ranges, identification of air and surface targets in support of anti-air warfare and anti-surface warfare. This contract modification includes options, which, if exercised, would bring the cumulative value of this contract to $79,453,206. Work will be performed in Northampton, Massachusetts, and is expected to be completed by August 2021. If all options are exercised, work will continue through November 2021. Fiscal 2018 and 2019 other procurement (Navy); and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $14,110,638 will be obligated at time of the 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. L3 Technologies Inc., Salt Lake City, Utah, is awarded $13,686,773 for modification P00004 to a previously awarded cost-plus-fixed-fee contract (N0001919C0014) to expand the analysis and design of the Next Generation Jammer Low Band (NGJ LB) controller, receiver, exciter, and power generation subsystems. In addition, this modification provides for NGJ LB technique development, incorporation of updated goals documents, and environmental testing of the transmitter group. Work will be performed in Salt Lake City, Utah (53 percent); Carlsbad, California (15 percent); Boulder, Colorado (14 percent); Stuart, Florida (14 percent); Guthrie, Oklahoma (2 percent); and Fullerton, California (2 percent), and is expected to be completed in June 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $13,686,773 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. Northrop Grumman Systems Corp., Bethpage, New York, is awarded a $13,517,069 modification (P00003) to a previously awarded cost-plus-fixed-fee contract (N0001919C0015) to expand the analysis and design of the Next Generation Jammer Low Band (NGJ LB) controller, receiver, exciter, and power generation subsystems. In addition, this modification provides for NGJ LB technique development, incorporation of updated goals documents, and environmental testing of the transmitter group. Work will be performed in Bethpage, New York (40 percent); Linthicum, Maryland (32 percent); North Amityville, New York (12 percent); Tempe, Arizona (12 percent); and Melville, New York (4 percent), and is expected to be completed in June 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $13,517,069 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. Georgia Tech Research Corp., Atlanta, Georgia, is awarded an $8,138,096 cost reimbursement contract for development of vector sensors and arrays for deep and shallow water applications. Work will be performed at the contractor's facility in Atlanta, Georgia, and is expected to be completed March 31, 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $332,401 will be obligated at the time of award. No funds will expire at end of current fiscal year. This contract was competitively procured under long range broad agency announcement (BAA) N00014-18-S-B001 for science and technology projects for advancement and improvement of Navy and Marine Corps operations. Proposals will be received throughout the year under the long range BAA; therefore, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-19-C-2045). AIR FORCE M1 Support Services L.P., Denton, Texas, has been awarded a $23,342,767 firm-fixed-price modification (P00088) to previously awarded contract FA8106-13-C-0008 for C-21 sustainment. This modification provides for the exercise of Option Six, which includes maintenance and repair support of the C-21 fleet. Work will be performed at various locations worldwide, and is expected to be complete by May 31, 2020. This modification brings the total cumulative face value of the contract to $124,152,363. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. DEFENSE LOGISTICS AGENCY Arkansas Lighthouse for the Blind,** Little Rock, Arkansas, has been awarded a maximum $11,085,645 modification (P00015) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-B019) with two-one-year option periods for flame resistant, operational camouflage pattern, intermediate weather outer layer jackets. This is a firm-fixed price, indefinite-delivery/indefinite-quantity contract. Location of performance is Arkansas, with an Oct. 31, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1842189/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/

  • Guillaume Faury (Airbus): "je crois au projet" d'avion de combat franco-allemand

    February 19, 2021 | International, Aerospace

    Guillaume Faury (Airbus): "je crois au projet" d'avion de combat franco-allemand

    Sur BFM Business, le PDG de l'avionneur européen croit au succès du programme européen d'avion de combat du futur malgré les tensions avec les allemands et la concurrence du projet Tempest soutenu par les britanniques.

All news