Back to news

June 16, 2023 | International, Other Defence

Why Canada is NATO’s latest mission

Defense Minister Anita Anand is in Brussels where she will Zoom with press gallery reporters this morning, Ottawa time, to address the limits of Canada’s unwavering support for Ukraine.

https://www.politico.com/newsletters/ottawa-playbook/2023/06/16/why-canada-is-natos-latest-mission-00102366

On the same subject

  • Contract Awards by US Department of Defense - December 12, 2019

    December 13, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 12, 2019

    NAVY Ameresco Select Inc., Framingham, Massachusetts, is awarded a firm-fixed-price task order (N39430-19-F-9901) at $402,833,556, under a multiple award indefinite-delivery/indefinite-quantity contract for energy conservation measures at Norfolk Naval Shipyard, Portsmouth, Virginia. The work to be performed provides for the construction, operations and maintenance of energy conservations to improve energy efficiency and reliability, which include steam distribution upgrades to decrease steam energy loss, energy security upgrades for energy related process improvements, replacement of transformers to improve equipment reliability and water treatment plant improvements to reduce operational and safety risks. Work will be performed at Norfolk Naval Shipyard, Portsmouth, Virginia, and is expected to be completed by January 2043. No funds will be obligated with this award as private financing obtained by the contractor, will be used for the 36-month construction (i.e. implementation) phase of the project. Two proposals were received for this task order. The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity for the task order. Department of Energy, Office of Energy Efficiency & Renewable Energy, Golden, Colorado, is the contracting activity for the basic contract (DE-AM36-09GO29029). Lightforce USA Inc., doing business as Nightforce Optics,* Orofino, Idaho, is awarded a $53,735,930 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for Precision-Variable Power Scopes (P-VPS). This procurement is for the P-VPS Standard and the P-VPS Standard, Long Range. The P-VPS is a precision direct view optic with continuously variable magnification ranging from 3x to less than or equal to 7x and greater than or equal to 25x continuous zoom for U.S. Special Operations Command. Work will be performed in Orofino, Idaho, and is expected to be complete by December 2024. Fiscal 2020 defense procurement funding in the amount of $2,351,124 will be obligated at the time of award and will expire at the end of the current continuing resolution period. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-20-D-JQ57). Orion Construction Corp.,* Vista, California, is awarded a $32,363,000 firm-fixed-price contract for the construction of potable water distribution improvements at Marine Corps Base Camp Pendleton, California. The work to be performed provides for the construction of potable water supply pipelines to transport potable water from the 24 Area to the 20 Area potable water storage tanks on Marine Corps Base Camp Pendleton. This project provides necessary waterline valves, appurtenances and tie-ins to meet operational needs of the Southern Water System and meet applicable standards and codes. The contract also contains one unexercised deductive option, which, if exercised, would decrease cumulative contract value to $30,893,000. Work will be performed in Oceanside, California, and is expected to be completed by May 2022. Fiscal 2019 military construction, (Navy) contract funds in the amount of $32,363,000 are obligated on this award and the funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-C-0612). Jacobs Technology Inc., Tullahoma, Tennessee, is awarded a $30,429,224 indefinite-delivery/indefinite-quantity modification for the exercise of Option One to extend services for base operations support services at Naval Station Mayport, Marine Corps Support Facility, Blount Island, and outlying areas. The work to be performed provides for base operations support services to include port operations, facility investment, custodial, pest control, integrated solid waste management, other (swimming pools), grounds maintenance and landscaping, utilities management, electrical, wastewater, steam, water, base support vehicles and equipment and environmental. After award of this option, the total cumulative contract value will be $61,139,761. Work will be performed in Jacksonville, Florida, Naval Station Mayport (62%); Blount Island (37%); and outlying areas (1%). This option period is from January 2020 to December 2020. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) (O&M,N); fiscal 2020 operations and maintenance (Marine Corps); fiscal 2020 Navy working capital funds; and fiscal 2020 family housing O&M,N contract funds in the amount of $24,895,628 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-D-1800). VLJM LLC,* Fullerton, California, is awarded a maximum $25,000,000 indefinite-delivery/indefinite-quantity contract for paving construction alterations, renovations and repair projects at Naval Bases Ventura County, Port Hueneme, California. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of road paving projects. Work will be performed in Port Hueneme (50%); and Point Mugu (50%), California. The term of the contract is not to exceed 60 months with an expected completion date of December 2024. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $5,000 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. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-0014). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $18,055,674 modification (P00055) to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0004). This modification provides for the maintenance and operation of the Australia, Canada, United Kingdom Reprogramming Laboratory (ACURL). This effort includes sustainment support for all ACURL systems to include consumables for the F-35 aircraft in support of the governments of Australia, Canada and the United Kingdom. Work will be performed in Eglin, Florida, and is expected to be completed in February 2021. Non-U.S. Department of Defense participant funds in the amount of $18,055,674 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, Charlottesville, Virginia, is awarded a $16,055,006 indefinite-delivery/indefinite-quantity (IDIQ), cost-plus-fixed-fee and firm-fixed-price delivery order for engineering and technical services for the design, development, testing, integration and system support of the AN/BPS-16(V)5 radar system. The work will be performed in Charlottesville, Virginia, and is expected to be completed by December 2020. The IDIQ ordering vehicle includes options, which, if exercised, would bring the cumulative value of this contract to $83,253,974 and expire in December 2024. Fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $410,000 will be obligated at time of award and will expire on Aug. 30, 2020. Fiscal 2019 other procurement (Navy) funding in the amount of $300,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured under the authority of 10 U.S Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1(a)(2)(ii), only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity (N00024-20-D-6203). Zero Waste Solutions Inc.,* Concord, California, is awarded a maximum $14,288,305 indefinite-delivery/indefinite-quantity firm-fixed-price contract for integrated solid waste management services at various Navy and Marine Corps installations within the San Diego metropolitan area, as well as three outlying naval training installations in the San Diego County area. The work to be performed provides for labor, supervision, management and materials (except those specified as government furnished), to perform various integrated solid waste management service functions as follows: refuse and recycling collection and disposal services. Initial task order is being awarded at $371,768 for integrated solid waste management services at Naval Base San Diego (45%); Marine Corps Air Station Miramar (24.2%); Naval Base Point Loma (23.7%); Marine Corps Recruit Depot (5.8%); Camp Michael Monsoor (0.6%); Remote Survival, Evasion, Resistance and Escape Camp Warner Springs (0.4%); and Camp Morena, California (0.3%). Work for this task order is expected to be completed by December 2020. The term of the contract is not to exceed 60 months with an expected completion date of December 2024. Fiscal 2020 operations and maintenance, Navy (O&M,N); operations and maintenance, Defense Health Program (O&M, DHP); and Navy working capital (NWC) contract funds in the amount of $371,768 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N; O&M, DHP; and NWC contract funds. This contract was competitively procured via the Federal Business Opportunities website with four proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-D-0015). DMR Consulting Inc.,* Panama City Beach, Florida, is awarded an $8,991,202 firm-fixed-price modification to previously awarded contract N61331-19-D-0002 to exercise the option for the depot level repair, overhaul and modification for the MK-105 Magnetic Minesweeping Gear. This option exercise is for depot level repair and maintenance of the MK105 Magnetic Minesweeping Gear. The MK105 Magnetic Influence Minesweeping System, better known as the "sled," is a high-speed catamaran hydrofoil platform, which is towed behind the MH-53E helicopter and is used to sweep magnetic influence mines. Work will be performed in Panama City, Florida, and is expected to be completed by December 2020. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity. ARMY HDR Architecture Inc., Seattle, Washington, was awarded a $25,000,000 firm-fixed-price contract for architectural and engineering. One bid was solicited with five bids received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 11, 2024. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-20-D-0001). Weeks Marine Inc., Covington, Louisiana, was awarded a $13,071,000 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in Plaquemines, Louisiana, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 Recovery Act; civil works and operation and maintenance funds in the amount of $13,071,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0007). AIR FORCE The Boeing Co., Seattle, Washington, has been awarded a $12,011,819 firm-fixed-price contract modification (P00047) to previously-awarded contract FA8625-16-C-6599 for the incorporation of two engine Airworthiness Directives (ADs) and 29 engine service bulletins (SBs) on the program's eight Genx-2B engines. This contract modification will allow for VC-25B operational benefits and cost efficiencies with the work being performed concurrently with the VC-25B-specific modifications to the program's 747-8 aircraft engines under the engineering and manufacturing development activity. This contract modification will allow for the avoidance of increased costs and operational capability interruptions to the presidential aircraft by allowing for the incorporation of the ADs and SBs prior to final delivery of the VC-25B aircraft. Work will be performed at San Antonio, Texas; and Peebles, Ohio, and is expected to be completed by November 2021. This award is the result of a sole-source acquisition. Fiscal 2019 research and development funds in the amount of $7,831,032 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2039244/source/GovDelivery/

  • Near Donetsk front line, Ukraine artillery crew face intensifying fire | Reuters

    November 5, 2023 | International, Aerospace

    Near Donetsk front line, Ukraine artillery crew face intensifying fire | Reuters

    Soldiers in the war-ravaged region dug in near the front line described how Russian artillery intensified significantly in recent weeks, but said it remains below peaks seen a year ago as both sides struggle to advance.

  • Contract Awards by US Department of Defense - July 29, 2019

    July 30, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 29, 2019

    NAVY DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $382,535,170 cost-plus-incentive-fee, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite quantity contract for the development, integration, and production of hardware solutions. This contract will provide design, procurement, production, sparing, test, installation, and support of displays, workstations, processors, and network systems; the production of subsequent systems, kits and enclosures; and engineering and technical services. This contract combines purchases for the Navy (92.7 percent); and the government of the United Kingdom under the Foreign Military Sales program (4.6 percent), and per a memorandum of understanding with the Commonwealth of Australia (2.7 percent). Work will be performed in Johnstown, Pennsylvania (82 percent); Burnsville, Minnesota (15 percent); Germantown, Maryland (1 percent); Largo, Florida (1 percent); and Chesapeake, Virginia (1 percent), and is expected be complete in July 2025. This contract includes options which, if exercised, would bring the cumulative value of the contract to an estimated $830,711,796, and be complete in December 2026. Fiscal 2019 other procurement (Navy) funding in the amount of $296,895 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 two offers received. The Naval Undersea Warfare Center Division Keyport, Keyport, Washington, is the contracting activity (N00253-19-D-0004). Alliant Techsystems Operations LLC, a wholly owned subsidiary of Northrop Grumman Innovation Systems Inc., Northridge, California, is being awarded a $167,338,657 firm-fixed-price contract for 263 full-rate production Lot 8 Advanced Anti-Radiation Guided Missiles (AARGM). This contract provides for conversion of U.S. government-provided AGM-88B High Speed Anti-Radiation Missiles into 260 AGM-88E AARGM all-up-rounds and 3 Captive Air Training Missiles, including supplies and services required for manufacture, spares, and fleet deployment. Work will be performed in Northridge, California (80%); and Ridgecrest, California (20%), and is expected to be completed in March 2022. Fiscal 2017, 2018, and 2019 weapons procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); and fiscal 2019 operations and maintenance (Navy) funds in the amount of $167,338,657 will be obligated at time of award, $1,319,319 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-5. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919C0049). Allied Pacific Builders Inc.,* Waipahu, Hawaii (N62478-16-D-4006); Environet Inc.,* Kamuela, Hawaii (N62478-16-D-4007); Hako Plumbing Inc.,* Honolulu, Hawaii (N62478-16-D-4008); Heartwood Pacific LLC,* Keaau, Hawaii (N62478-16-D-4009); Raass Brothers Inc.,* Provo, Utah (N62478-16-D-4010); and TOMCO Corp.,* Honolulu, Hawaii (N62478-16-D-4011), are awarded a combined $95,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC), Hawaii area of operations (AO). The work to be performed provides for but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build, or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. After award of this modification, the total cumulative contract value will be $340,000,000. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force, and miscellaneous federal and other facilities in the NAVFAC Hawaii AO, and is expected to be completed by March 2021. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by operations and maintenance (Navy); and Navy working capital funds. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity. PAE Aviation and Technical Services LLC, Greenville, South Carolina, is awarded $50,396,007 for modification P00023 to a previously issued firm-fixed-price, cost-reimbursable indefinite-delivery/indefinite-quantity contract N00421-15-D-0007 to exercises an option for organizational, selected intermediate, and limited depot maintenance and logistics support for F-5F and F-5N aircraft. Work will be performed in Fallon, Nevada; Yuma, Arizona; and Key West, Florida, and is expected to be completed in July 2020. No funds are being obligated at time of award; funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Katmai Health Services LLC,* Anchorage, Alaska, is awarded ceiling value $19,562,319 indefinite-delivery/indefinite-quantity contract to provide role player services for Infantry Immersion Training. Work will be performed at Camp Lejeune, North Carolina (40%); Camp Pendleton, California (40%); and Marine Corps Base, Hawaii (20%), and work is expected to be completed July 2021, having an ordering period of two years. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $1,618,452 will be obligated on the first task order immediately following contract award and funds will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-5 and 15 U.S. Code 637. The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M67854-19-D-7836). General Dynamics Missions Systems Inc., Marion, Virginia, is awarded a $16,313,717 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacturing of AN/SPG-62 antenna systems parabolic radio frequency reflectors. The AN/SPG-62 antenna systems are mounted and operated in the ship's open spaces and are subsystems of the Mk-99 fire control system, part of the AEGIS combat system suite. The AN/SPG-62 antenna system reflector enables the continuous-wave radio frequency signal from the Mk-99's radar transmitter to illuminate targets to be engaged, fired upon and destroyed by the ship's weapons. Work will be performed in Marion, Virginia, and is expected to be completed by December 2024. Fiscal 2017, 2018 and 2019 other procurement (Navy) funding in the amount of $941,313 will be obligated at time of award, and $387,014 will expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with Federal Acquisition Regulation 6.302-1 (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WP49). AIR FORCE Kilgore Flares Co., Toone, Tennessee, has been awarded a $90,000,000 indefinite-delivery/indefinite-quantity contract for MJU-53/B countermeasure flares. This contract provides an infrared countermeasure flare which is a magnesium based flare utilized on USAF Air Mobility Command C-17 and C-5 aircraft. Work will be performed at Toone, Tennessee, and is expected to be completed by July 2023. This contract involves foreign military sales, however, the countries are unknown at this time. This award is the result of a competitive acquisition with two offers received. Fiscal 2018 procurement funds in the amount of $3,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-D-0012). Armtec Countermeasures Co., Coachella, California, has been awarded a $90,000,000 indefinite-delivery/indefinite-quantity contract for MJU-53/B countermeasure flare. This contract provides an infrared countermeasure flare which is a magnesium based flare utilized on Air Force Air Mobility Command C-17 and C-5 aircraft. Work will be performed at Camden, Arkansas, and is expected to be completed by July 2023. This contract involves foreign military sales, however, the countries are unknown at this time. This award is the result of a competitive acquisition with two offers received. Fiscal 2018 procurement funds in the amount of $3,000 is being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-D-0013). Sierra Nevada Corp., Sparks, Nevada, has been awarded a $23,248,916 modification (P00001) to previously awarded indefinite-delivery/indefinite-quantity contract FA3002-19-D-A003 for A-29 pilot and maintenance training for the Afghanistan Air Force at Moody Air Force Base, Georgia; and in Afghanistan. The contract modification provides for the addition of outside the continental U.S. instructor pilots in Afghanistan. This modification involves building partner capacity/pseudo-foreign military sales to Afghanistan. Work is expected to be completed by Dec. 31, 2023. No funds are being obligated at the time of award. The 338th Contracting Squadron, Joint Base San Antonio, Randolph, Texas, is the contracting activity. Merrill Corp., doing business as Mission Support, Clearfield, Utah, has been awarded a $20,466,034 ceiling indefinite-delivery/indefinite‐quantity contract for the acquisition of A‐10 flap assemblies. This contract provides for the acquisition of left and right outboard flap assemblies and left and right inboard flap assemblies. Work will be performed in Clearfield, Utah, and is expected to be complete by July 28, 2025. This award is the result of a competitive acquisition and five offers were received. Consolidated sustainment activity group working capital funds in the amount of $4,997,734 are being obligated at the time of award. The Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8212‐19‐D‐0002). Lockheed Martin Space, Sunnyvale, California, has been awarded a $13,150,000 cost‐plus‐fixed‐fee modification (P00151) to contract FA8810‐13‐C‐0002 for space based infrared system contractor logistics support for studies and modification projects. Work will be performed at Peterson Air Force Base, Buckley AFB, Greeley Air National Guard Station, and Boulder, Colorado, and is expected to be completed by Oct. 31, 2021. Fiscal 2018 procurement funds in the amount of $13,150,000 are being obligated at the time of award. The Air Force Space and Missile Systems Center, Peterson Air Force Base, Colorado Springs, Colorado, is the contracting activity. The Boeing Co., St. Louis, Missouri, has been awarded a $10,395,313 firm-fixed-price and cost-plus-fixed-fee modification (P00005) to previously awarded delivery order contract FA8634-17-F-0002 for F-15 Advanced Display Core Processor (ADCP) II low-rate initial production Lot 1. This engineering change proposal provides for the production and integration of the ADCPII boxes and related equipment into the F-15 platform. Work will be performed at St. Louis, Missouri, and is expected to be completed by July 31, 2021. This award is the result of a sole source acquisition. Fiscal 2019 procurement; and fiscal 2018 and 2019 research and development funds in the amount of $10,395,313 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter/Bomber Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity. The Boeing Co., St. Louis, Missouri, has been awarded a $9,244,494 firm-fixed-price and cost-plus-fixed-fee modification (P00006) to previously awarded delivery order contract FA8634-17-F-0002, for F-15 Advanced Display Core Processor II low-rate initial production Lot 1. This modification provides for the performance of a study to mitigate risks posed to the F-15E to reduce its flight risk from serious to medium. Work will be performed at St. Louis, Missouri, and is expected to be completed by July 31, 2021. This award is the result of a sole source acquisition. Fiscal 2018 research and development funds in the amount of $9,244,494 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter/Bomber Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity. ARMY Dawson-Zapata JV,* Honolulu, Hawaii, was awarded a $40,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for range maintenance and support activities utilizing robotic technology. 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 Jan. 2, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-D-0002). WASHINGTON HEADQUARTERS SERVICES Johns Hopkins University, Applied Physics Laboratory, Laurel, Maryland, was awarded a $24,905,967 cost-plus-fixed-fee contract to support the government with development of prototypes, test plans, rapid fielding, operational experiments and changes in existing acquisition programs, with a focus on identification and reduction of programmatic and technical risk provides for applied research. Work performance will take place in Laurel, Maryland. Fiscal 2019 operation and maintenance funds in the amount of $1,512,000; and fiscal 2019 research, development, test and evaluation funds in the amount of $23,393,697 are being awarded. This contract was not competitively procured because the task order is executed against a single award, indefinite-delivery/indefinite-quantity. The expected completion date is May 30, 2020. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-D-0006). (Awarded July 26, 2019) DEFENSE LOGISTICS AGENCY Sopakco Inc.,* Mullins, South Carolina (SPE3S1-19-D-Z123, $16,888,463); and The Wornick Co., Cincinnati, Ohio (SPE3S1-19-D-Z122, $16,618,875), have both been awarded firm-fixed-price contracts under solicitation SPE3S1-19-R-0005 for Tailored Operational Training Meals. These are five-year contracts with no option periods. This was a competitive acquisition with three responses received. Locations of performance are South Carolina and Ohio, with a July 28, 2024, performance completion date. Using military services are National Guard and Reserve Forces. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Skurka Aerospace Inc., Camarillo, California, has been awarded a maximum $9,428,066 firm-fixed-price contract for direct current motors. 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 one-year base contract with one, one-year option period. Location of performance is California, with a July 28, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Warren, Michigan (SPRDL1-19-C-0190). MISSILE DEFENSE AGENCY Cummings Aerospace,* Huntsville, Alabama, is being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with a maximum amount of $9,982,641. Under this new contract, the contractor will integrate and enhance the Simulation Framework ToolKit and Coordinated Cyber/Electronic Warfare Integrated Fires Tool to conduct quick-turn, end-to-end, left through right of launch analysis with varying sensor and weapon technologies. A task order in the amount of $1,894,626 is being issued. The work will be performed in Huntsville, Alabama. The ordering period is from July 29, 2019, through July 28, 2024. A special topic broad agency announcement (BAA) number HQ0147-17-S0002 was posted to the Federal Business Opportunities web site to solicit white papers related to advanced research technology and development in accordance with Federal Acquisition Regulation 6.102(d)(2)(i) to meet full and open competition requirements. The government received 26 white papers in response to the BAA and selected seven white papers from which proposals were requested. This award results from one of seven proposals received. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,894,626 for the first task order are being obligated on this award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-D-0009). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1918513/source/GovDelivery/

All news