Filter Results:

All sectors

All categories

    12065 news articles

    You can refine the results using the filters above.

  • U.S. Army Awards $6.07 Billion Contract To Lockheed Martin For PAC-3 MSE Production, Associated Equipment

    May 1, 2020 | International, Aerospace

    U.S. Army Awards $6.07 Billion Contract To Lockheed Martin For PAC-3 MSE Production, Associated Equipment

    DALLAS, April 30, 2020 /PRNewswire/ -- Lockheed Martin (NYSE: LMT) received a $6.07 billion contract from the U.S. Army for the production of Patriot Advanced Capability-3 (PAC-3) Missile Segment Enhancement (MSE) interceptors and associated equipment, to be delivered across FY21, FY22 and FY23 contract years. The contract calls for the production and delivery of PAC-3 MSE interceptors, launcher modification kits, associated equipment and non-recurring efforts to support the United States and global customers. "This contract demonstrates our customer's continued confidence in our ability to deliver unmatched Hit-to-Kill technology that defeats the ever-expanding global threats of today and tomorrow," said Scott Arnold, vice president, Integrated Air & Missile Defense at Lockheed Martin Missiles and Fire Control. "PAC-3 MSE is one of the most capable multi-mission interceptors, enabling our customers to defend against advanced tactical ballistic missiles, cruise missiles and aircraft." To meet customer demand and increase production capacity, Lockheed Martin is currently building an 85,000-square-foot expansion at the Camden, Arkansas, facility where PAC-3 MSE interceptors are assembled. The building is expected to be complete by fourth quarter 2021, with operations beginning in first quarter 2022. Ten nations – the United States, Qatar, Japan, Romania, Poland, the United Arab Emirates, Sweden, Korea, Bahrain and Germany – have signed agreements to procure PAC-3 MSE interceptors. For additional information, visit our website. About Lockheed Martin Headquartered in Bethesda, Maryland, Lockheed Martin is a global security and aerospace company that employs approximately 110,000 people worldwide and is principally engaged in the research, design, development, manufacture, integration and sustainment of advanced technology systems, products and services. SOURCE Lockheed Martin https://news.lockheedmartin.com/2020-04-30-U-S-Army-Awards-6-07-Billion-Contract-to-Lockheed-Martin-for-PAC-3-MSE-Production-Associated-Equipment

  • Contract Awards by US Department of Defense - April 30, 2020

    May 1, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - April 30, 2020

    U.S. TRANSPORTATION COMMAND American Roll On Roll Off Carrier Group Inc., Parsippany, New Jersey, has been awarded a fixed-price with economic price adjustments, indefinite-delivery/indefinite-quantity contract (HTC711-20-D-R044) in the amount of $7,211,331,984 in the procurement of the Global Household Goods Contract. The contract provides relocation services which includes door-to-door moving services during service members' permanent change of station moves. The contractor will integrate a network of household goods service providers from across the existing sphere of the commercial moving industry to support Department of Defense (DOD) families, and will ensure a minimum of 40% of the total acquisition value of the domestic work performed flows down to subcontracted small businesses. Four principal subcontractors are Unigroup, Suddath Companies, Atlas World Group and The Pasha Group. The contract fundamentally restructures DOD's relationship with the household goods industry in order to improve access to—and management of—quality capacity to meet peak demand and enable the department to affix the accountability and responsibility lacking in today's program. Work is to be performed domestically and internationally as specified on each individual task order. The contract transition period and base period of performance is from May 1, 2020, to Jan. 31, 2024; the first task order for moving services is planned for issue Feb. 1, 2021. Fiscal 2020 transportation working capital funds were obligated at award. This contract was a competitive acquisition and seven offers were received. After evaluating each competing proposal in accordance with the request for proposal criteria, U.S. Transportation Command selected American Roll On Roll Off Carrier Group Inc. because their proposal provided the best service for the best value for service members, DOD civilians and their families. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. ARMY Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $6,068,344,959 firm-fixed-price contract for incidental services, hardware, facilities, equipment and all technical, planning, management, manufacturing and testing efforts to produce Phased Array Tracking Radar to Intercept on Target Advanced Capability-3 missiles, missile segment enhancement configuration and associated ground support equipment and spares. Bids were solicited via the internet with one received. Work will be performed in Huntsville, Alabama; Camden, Arkansas; Ocala, Florida; Chelmsford, Massachusetts; Grand Prairie and Lufkin, Texas; and Archbald, Pennsylvania, with an estimated completion date of June 30, 2027. Fiscal 2020 missile procurement (Army) funds in the amount of $6,068,344,959 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-C-0023). AeroVironment Inc,* Simi Valley, California, was awarded a $75,930,901 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract to procure the Switchblade Weapon System. Bids were solicited via the internet with one received. Work will be performed in Simi Valley, California, with an estimated completion date of April 29, 2023. Fiscal 2019 missile procurement (Army) funds; and 2020 procurement (Marine Corps) funds in the amount of $75,930,901 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-C-0024). MVL USA Inc., Lansing, Michigan, was awarded a $75,000,000 firm-fixed-price contract for sustainment, restoration and modernization projects at various installations in Kuwait. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of April 29, 2025. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-20-D-0002). L-3 Fuzing and Ordnance Systems Inc., Cincinnati, Ohio, was awarded a $64,971,714 modification (P00015) to contract W15QKN-17-C-0024 to purchase 169,738 Option V M734A1 multi-option fuzes for mortars; 164,201 Option V M783 point detonating/delay fuzes; and for non-recurring engineering costs. Bids were solicited via the internet with one received. Work will be performed in Cincinnati, Ohio, with an estimated completion date of Feb. 28, 2022. Fiscal 2010, 2018, 2019 and 2020 other procurement (Army) funds; 2010 Afghanistan security forces (Army) funds; and 2010 counter-ISIS train and equip (Army) funds totaling $64,971,714 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. Sustainable Design Consortium Inc.,* Baltimore, Maryland (W911SA-20-D-2008); AC Lopez Construction Inc.,* Oceanside, California (W911SA-20-D-2009); MIK Construction Inc.,* Whittier, California (W911SA-20-D-2010); Souza Construction Inc.,* Farmersville, California (W911SA-20-D-2011); and Site Work Solutions,* Denver, Colorado (W911SA-20-D-2012), will compete for each order of the $25,000,000 firm-fixed-price contract to provide all parts, labor, tools, equipment, materials, transportation and supervision necessary to perform design-build projects for the 63rd Readiness Division, Mountain View, California. 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 April 30, 2025. The 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity. Midwest Construction Co.,* Nebraska City, Nebraska, was awarded a $20,219,550 firm-fixed-price contract for construction of hardpoints and placement of riprap upper-bank paving at various locations on the Ohio and Mississippi rivers. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2024. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-20-D-0005). IBM, Reston, Virginia, was awarded an $18,825,414 modification (2T0128) to contract W91QUZ-06-D-0010 for information technology services and support on behalf of the Program Executive Office Enterprise Information Systems. Work will be performed in Radford, Virginia, with an estimated completion date of April 13, 2021. Fiscal 2020 operations and maintenance (Army) funds; other procurement (Army) funds; and research, development, test and evaluation (Army) funds in the amount of $18,825,414 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. L3 Technologies Inc., Londonderry, New Hampshire, was awarded a $17,135,000 firm-fixed-price contract for illuminator infrared parts. Bids were solicited via the internet with one received. Work will be performed in Londonderry, New Hampshire, with an estimated completion date of April 30, 2020. Fiscal 2010 Army working capital funds in the amount of $17,135,000 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-F-0308). West Coast JV LLC, Coos Bay, Oregon, was awarded a $12,000,000 modification (P00004) to contract W911SA-17-D-2004 for sustainment, modernization and improvement projects for the 88th Army Reserve Centers throughout the Motor City Region. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2021. The 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity. NAVY Marinette Marine Corp., Marinette, Wisconsin, is awarded a $795,116,483 fixed-price incentive (firm target) contract for detail design and construction (DD&C) of the FFG(X) class of guided-missile frigates, with additional firm-fixed-price and cost reimbursement line items. The contract with options will provide for the delivery of up to 10 FFG(X) ships, post-delivery availability support, engineering and class services, crew familiarization, training equipment and provisioned item orders. If all options are exercised, the cumulative value of this contract will be $5,576,105,441. Work will be performed at multiple locations, including Marinette, Wisconsin (52%); Boston, Massachusetts (10%); Crozet, Virginia (8%); New Orleans, Louisiana (7%); New York, New York (6%); Washington, D.C. (6%), Sturgeon Bay, Wisconsin (3%), Prussia, Pennsylvania (3%), Minneapolis, Minnesota (2%); Cincinnati, Ohio (1%); Atlanta, Georgia (1%); and Chicago, Illinois (1%). The base contract includes the DD&C of the first FFG(X) ship and separately priced options for nine additional ships. The FFG(X) will have multi-mission capability to conduct air warfare, anti-submarine warfare, surface warfare, and electronic warfare and information operations. FFG(X) represents the evolution of the Navy's small surface combatant, with increased lethality, survivability and improved capability to support the National Defense Strategy across the full range of military operations in the current security environment. Work is expected to be complete by May 2035, if all options are exercised. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $795,116,483 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 and four offers were received. The Navy conducted this competition using a tradeoff process to determine the proposal representing the best value, based on the evaluation of non-price factors in conjunction with price. The Navy made the best value determination by considering the relative importance of evaluation factors as set forth in the solicitation, where the non-price factors of design and design maturity and objective performance (to achieve warfighting capability) were approximately equal and each more important than remaining factors. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-2300). Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded an $187,469,732 not-to-exceed undefinitized contract action for long lead time material and associated engineering and design activities in support of one Amphibious Assault Ship Replacement (LHA(R)) Flight 1 Ship and LHA 9. Work will be performed in Pascagoula, Mississippi (33%); Beloit, Wisconsin (23%); Brunswick, Georgia (21%); King of Prussia, Pennsylvania (11%); York, Pennsylvania (10%); Brampton, Ontario, Canada (1%); and Hurahan, Louisiana (1%). Work to be performed is the procurement of long lead time material for LHA 9, the fourth LHA (R) America Class and the second LHA(R) Flight 1 ship. Work is expected to be complete by February 2024. Fiscal 2019 shipbuilding and conversion, (Navy) funding in the amount of $187,469,732 will be obligated at 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 (N00024-20-C-2437). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $129,189,887 modification to a firm-fixed-price delivery order N00019-19-F-2512 against previously issued basic ordering agreement N00019-14-G-0020. This modification procures the kits required for modification and retrofit activities of delivered Air Force and government of Norway F-35 Lightning II Joint Strike Fighter aircraft. Work will be performed in Nashua, New Hampshire (85%); Fort Worth, Texas (14%); and Baltimore, Maryland (1%). Work is expected to be complete by April 2025. Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $107,814,159; and non-Department of Defense (DOD) participant funds in the amount of $21,375,728 will be obligated at time of award, none of which will expire at the end of the fiscal year. This order combines purchases for the Air Force ($107,814,159; 83%); and non-DOD participants ($21,375,728; 17%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded an $112,000,000 modification (P00001) to previously awarded, fixed-price-incentive-firm-target contract N00019-19-C-0019. This modification exercises options to procure 16 infrared search and track Block II low rate initial production IV units; four for the Navy and 12 for the government of Australia. Work will be performed in Orlando, Florida (73%); and St. Louis, Missouri (27%), and is expected to be complete by June 2023. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $28,000,000; and Foreign Military Sales funds in the amount of $84,000,000 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. Lockheed Martin Corp., Fort Worth, Texas, is awarded an $89,521,608 cost-plus-fixed-fee order (N00019-20-F-0571) against basic ordering agreement N00019-19-G-0008. This order provides program management, nonrecurring engineering, recurring engineering, site support and touch labor in support of modification and retrofit activities for delivered F-35 Lightning II Joint Strike Fighter aircraft air systems for the for the Air Force, Marine Corps, Navy, non-Department of Defense (DOD) participants and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be complete by December 2020. Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $33,909,821; fiscal 2020 aircraft procurement (Navy) funds in the amount of $23,817,018; non-DOD participant funds in the amount of $18,707,572; and FMS funds in the amount of $13,087,196 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This order combines purchases for the Air Force ($33,909,821; 37.9%); Marine Corps (16,993,891; 18.9%); the Navy ($6,823,127; 7.7%); non-DOD participants ($18,707,572; 20.9%); and FMS customers ($13,087,196; 14.6%). The Naval Air Systems Command, Patuxent River, Maryland is the contracting activity. Booz Allen Hamilton Inc., McLean, Virginia, is awarded $84,046,650 for a firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide technical and program support for the Naval Information Forces Command, Command Information Office directorate in Suffolk, Virginia. Work will be performed in Suffolk, Virginia, and includes strategic planning and program management support; information environment readiness support; information warfare enterprise support; information technology service management support; cybersecurity and information assurance support; and information technology portfolio management support for the Naval Networking Environment strategy. Work is expected to be complete by August 2025. If the option is exercised, the ordering period will be complete by February 2026. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $75,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. The contract will include a five-year base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulations 52.217-8 - option to extend services, which if exercised, will bring the total ceiling value to $92,900,000. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with four offers received. Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-20-D-0012). Air New Zealand Gas Turbines (ANZGT), Auckland, New Zealand (N64498-20-D-4007); and MTU Maintenance Berlin-Brandenburg GmbH (MTU), Ludwigsfelde, Germany (N64498-20-D-4008), are awarded a $70,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract with firm-fixed-price task order provisions for LM2500 single shank turbine gas generators. The contracts awarded to ANZGT and MTU are not to exceed a combined total of $70,000,000. Work will be performed in Auckland, New Zealand; and Ludwigsfelde, Germany. This requirement is for commercial depot level overhaul of Navy, Coast Guard, Military Sealift Command and Foreign Military Navy LM2500 single shank turbine gas generators, national stock number 2S 2835-01-237-1153 for the 2SCog/Gas Turbines Life Cycle Support Branch, Code 423. The contractors shall possess a current, valid copy of the GE Level IV license or, in the alternative, provide detailed information addressing the requirements in the solicitation. Work is expected to be complete by April 2026. Fiscal 2020 operations and maintenance (Navy) funding in the total amount of $1,000 ($500 minimum guarantee per contract) will be obligated at time of award via individual task orders and will expire at the end of the current fiscal year. These contracts were competitively procured using full and open competition via the Beta.SAM.gov website and two offers were received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. Didlake Inc., Manassas, Virginia, is awarded a $67,703,608 indefinite-delivery/indefinite-quantity contract for annual custodial services at Naval Air Station (NAS) Oceana, Naval Weapons Station (NWS) Yorktown, and Norfolk Naval Shipyard (NNSY). All work will be performed in Portsmouth, Virginia (50%); Virginia Beach, Virginia (37%); and Yorktown, Virginia (13%). The work to be performed provides for annual custodial services such as the management, supervision, tools, materials, supplies, labor and transportation services necessary to perform custodial services for office space, restrooms and other types of rooms at the NAS Oceana, NWS Yorktown, NNSY and their outlying clinics in the Hampton Roads area. Work is expected to be complete by April 2025. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $13,109,319 for recurring and non-recurring work will be obligated on individual task orders issued during the base period. This contract was procured as a sole-source AbilityOne requirement. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0046). Duke Energy Progress, Raleigh, North Carolina, is awarded $44,267,839 for firm-fixed-price task order N40085-20-F-9952 under a General Services Administration area-wide contract for the implementation of eight energy conservation measures at Marine Corps Base Camp Lejeune, North Carolina. Work will be performed in Jacksonville, North Carolina, and provides for the implementation of cost-effective energy conservation measures to include: lighting system improvements; water and sewer conservation systems; heating, ventilation and air conditioning improvements, controls and energy management control system upgrades; electrical systems upgrades; modernization of the water/wastewater supervisory control and data acquisition system; water and wastewater efficiencies; conversion of lift stations to gravity flow; and LED light conversions. The primary goal of the project is to reduce energy consumption and provide more resilient and sustainable facility infrastructure. Work is expected to be complete by October 2021. Fiscal 2020 operations and maintenance (Marine Corps) contract funds in the amount of $44,267,839 are obligated on this award and will expire at the end of the current fiscal year. The Energy Independence and Security Act of 2007 authorizes agencies to use appropriations, private financing, or a combination to comply with its requirements for utility energy service contracts for evaluations/project implementation. The contract was procured under the authority of Title 10 U.S. Code Section 2304(c)(5), which expressly authorizes or requires that the acquisition be made through another agency or from a specific source, as implemented by Federal Acquisition Regulation 6.302-5. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (GS-00P-14-BSD-1055). Duke Energy Progress, Raleigh, North Carolina, is awarded a $34,337,517 modification under firm-fixed-price task order N40085-19-F-9960 for the implementation of eight energy conservation measures at Marine Corps Base Camp Lejeune, North Carolina. Work will be performed in Camp Lejeune, and provides for the implementation of energy conservation measures to include: street lighting light-emitting diode (LED) and controls retrofit; facility LED retrofits; high voltage supervisory controls and data acquisition system; overhead to underground power line conversion at Paradise Point; heating, ventilation, air conditioning renovation and dedicated outdoor air system; airfield weather beacon lightning indicator lighting system; support facility integration to energy management control system; cybersecurity support for metering and lighting controls; and substation repairs. The primary goal of the project is to reduce energy consumption and provide more resilient and sustainable facility infrastructure. Work is expected to be complete by December 2021. The total task order value will be $38,633,517. Fiscal 2020 operations and maintenance (Marine Corps) contract funds in the amount of $34,337,517 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (GS-00P-14-BSD-1055). AECOM Management Services Inc., Germantown, Maryland, is awarded a $27,488,581 cost-plus-fixed-fee contract action for operations, maintenance, engineering and management services in support of combined tactical training range systems and equipment. This contract includes an option, which, if exercised, would bring the cumulative value of this contract to $36,698,171. Work will be performed in Fallon, Nevada (30%); Havelock, North Carolina (15%); Virginia Beach, Virginia (14%); Yuma, Arizona (14%); Altoona, Florida (5%); Beaufort, South Carolina (4%); Key West, Florida (4%); Manns Harbor, North Carolina (3%); Jacksonville, Florida (3%); Whidbey Island, Washington (3%); El Centro, California (2%); Miramar, California (2%); and Lemoore, California (1%). Work is expected to be complete by August 2020. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $13,627,486 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1), and only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity (N64267-20-C-0058). AAI Corp., Hunt Valley, Maryland, is awarded a $16,258,620 firm-fixed-price contract for the acquisition of 159 components consisting of nine line items in support of the Navy electronic consolidated automated support system. All work will be performed in Hunt Valley, Maryland, and is expected to be complete by May 2022. Working capital (Navy) funds in the amount of $16,258,620 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive, sole-source requirement in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. The Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00393-20-C-P023). Kratos Technology & Training Solutions Inc., San Diego, California, is awarded $16,107,305 for a cost-plus-fixed-fee contract supporting all levels of In-Kingdom Royal Saudi Naval Forces training, logistical and advisory services in support of the Naval Education and Training Security Assistance Field Activity. Work will be performed in various locations in the Kingdom of Saudi Arabia (97%); and San Diego, California (3%). The base period of performance is expected to be complete by November 2020; if options are exercised, work will be complete by February 2021. The contract will include a six-month base period with an additional three-month period option and a 15-day period for demobilization which, if exercised, will bring the total value to $25,629,235. Saudi Arabian funds in the amount of $16,107,305 will be obligated at the time of award and will not expire at the end of the current fiscal year. Saudi Arabian (100%) funds will be used under the Foreign Military Sales program. One company was solicited for this sole-sourced requirement under authority 10 U.S. Code 2304 (c)(2), with one offer received. The Naval Supply Systems Command, Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-20-C-Z023). General Dynamics, National Steel and Shipbuilding Co., San Diego, California, is awarded a $14,639,657 cost-plus-award-fee modification to previously-awarded contract N00024-18-C-2404 to exercise an option for the accomplishment of post-shakedown availability-related efforts in support of the LHA 7 amphibious assault ship. Work will be performed in San Diego, California. This modification covers engineering, planning, management, labor and material in support of the post-shakedown availability (PSA) of LHA 7, the second Amphibious Assault Ship Replacement (LHA(R)) Flight 0 ship. The base contract was competitively procured on the basis of full and open competition, and three offers were received. Work is expected to be complete by March 2021. Fiscal 2020 shipbuilding and conversion (Navy) post-delivery funding of $1,000,000 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. L3 Technologies Inc. (doing business as L3 Henschel), Ayers, Massachusetts, is awarded a $13,479,434 requirements contract for a broad range of parts and services to maintain shipboard L3 electrical and electronic control monitoring systems and equipment on Military Sealift Command vessels. Work will be performed at locations worldwide. The ordering period is scheduled to commence May 2020, and is expected to be complete by April 2025. No funding is required to execute this requirements contract. This contract was sole-sourced, with a proposal solicited to the sole-sourced firm via the Federal Business Opportunities website, and one offer was received from the sole source. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-D-6714). Tetra Tech Inc., Norfolk, Virginia, is awarded $8,189,176 to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, cost-plus-award fee task order modification WE13 for the Site 1 Regional Groundwater-Drilling and Sampling Program at the former Naval Weapons Industrial Reserve Plant (NWIRP) Bethpage, New York. After award of this modification, the total cumulative task order value will be $20,724,268. Work will be performed in Bethpage. The work provides for complete specific environmental restoration activities related to the ongoing investigation of contaminated groundwater originating from the former NWIRP and Northrop Grumman facilities located in Bethpage. It also provides additional groundwater sampling and monitoring to assess plume movement and concentration changes to ensure compliance with environmental agency requirements. Work is expected to be complete by April 2022, and the term of the task order is not to exceed 24 months. Fiscal 2020 environmental restoration (Navy) contract funds in the amount of $8,189,176 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic Norfolk, Virginia, is the contracting activity (N62470-16-D-6008). Unified Business Technologies Inc.,* Troy, Michigan, is awarded a $7,453,778 modification to firm-fixed-price task order N40085-19-F-3500 to exercise Option One under a SeaPort Next Generation contract for engineering and program management for capital improvement requirements with various design and construction periods at Marine Corps Base Camp Lejeune, North Carolina and Marine Corps Air Station Cherry Point, North Carolina. All work will be performed in Jacksonville, North Carolina (67%); and Havelock, North Carolina (33%). The work to be performed provides for various construction engineering disciplines and administrative support services to assist in completing various capital improvement projects. Work is expected to be complete by August 2021. After award of this option, the total cumulative task order value will be $14,833,655. This option period is from Sept. 1, 2020, to Aug. 31, 2021. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $7,453,778 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N00178-19-D-8762). MISSILE DEFENSE AGENCY Lockheed Martin Missiles and Fire Control Corp., Grand Prairie, Texas, is being awarded a non-competitive, indefinite-delivery/indefinite-quantity contract with a maximum ceiling value of $618,000,000. Under this follow-on contract, the contractor will provide terminal high altitude area defense product support, which includes: logistics performance requirements; maintenance; supply; training and training support; packaging, handling, storage and transportation; forward stationing for theater support; logistics information capabilities; product assurance; safety; missile support; security; and engineering services. The first task order in the amount of $10,363,415 for battery support will be issued at time of award. The work will be performed in Dallas, Texas; Sunnyvale, California; Huntsville, Alabama; and Troy, Alabama. The ordering period is from April 30, 2020, through April 29, 2025. One offer was solicited and one offer was received. Fiscal 2020 operations and maintenance funds in the amount of $6,333,198 will be obligated under the first task order. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0853-20-D-0001). DEFENSE LOGISTICS AGENCY General Dynamics Mission Systems, Taunton, Massachusetts, has been awarded a maximum $400,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prospective-price-redetermination contract for production of spare parts in support of the Warfighter Information Network-Tactical Increment system. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. This is a five-year base contract with one five-year option period. Location of performance is Massachusetts, with an April 29, 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 Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-20-D-0043). Atlantic Diving Supply Inc.,* doing business as ADS Inc., Virginia Beach, Virginia, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for commercial shelters. This is a one-year base contract with three one-year option periods. Other contracts are expected to be awarded under this solicitation (SPE1C1-18-R-0003), and awardees will compete for a portion of the maximum dollar value. Location of performance is Virginia, with an April 30, 2021, performance completion date. Using military services are Army, Air Force, Navy and Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1259). Synergy Logistics Services II LLC, North Kansas City, Missouri, has been awarded a maximum $57,999,169 hybrid fixed-price-incentive-fee, firm-fixed-price, cost-plus-fixed-fee, cost-reimbursement-no-fee, indefinite-delivery/indefinite-quantity contract for warehousing services. This was a competitive acquisition with nine responses received. This is a five-year contract, inclusive of a 90-day phase-in period, with no option periods. Locations of performance are Missouri and North Carolina, with an April 30, 2025, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300-20-D-5001). L3 Technologies Inc., Salt Lake City, Utah, has been awarded a maximum $49,999,995 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for production of spare parts in support of the AN/TSC-156D Tactical Super High Frequency Satellite Terminal (Phoenix). This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. This is a five-year base contract with one five-year option period. Location of performance is Utah, with an April 29, 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 Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-20-D-0027). Flyers Enterprises Inc., Alpine, California, has been awarded a minimum $45,562,941 fixed-price with economic-price-adjustment contract for aviation turbine fuel. This was a competitive acquisition with 39 responses received. This is a 54-month contract with one six-month option period. Location of performance is California, with a Sept. 30, 2024, performance completion date. Using customer is National Aeronautics and Space Administration. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE605-20-D-4520). Eaton Aeroquip LLC, Jackson, Michigan, has been awarded a maximum $39,073,093 firm-fixed-price, indefinite-quantity contract for hoses, hose assemblies, couplings and valve spare parts. 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 Michigan, with an April 29, 2025, performance completion date. Using military services are Navy and Air Force. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-20-D-0071). Honeywell International Inc., North Clearwater, Florida, has been awarded a maximum $11,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase and repair of one spare part supporting the AN/TPQ-50 Counterfire Target Acquisition Radar System. 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. Location of performance is Florida, with an April 29, 2025, performance completion date. Using customer is Department of Defense. Type of appropriation is fiscal 2020 through 2025 Army working capital funds and other procurement funds as necessary. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-20-D-0033). AIR FORCE MCR Federal LLC, McLean, Virginia, has been awarded a $24,997,206 firm-fixed-price contract to deliver a software development and information technology operations environment to support Space Command and Control Division under the Cross Mission and Ground Communications Enterprise Corps. This contract award provides support for the creation and implementation of the development operations goal of increasing the velocity of software delivery. Work will be performed in in El Segundo, California, and is expected to be completed by April 30, 2025. This award is the result of a competitive acquisition and two offers were received. The total cumulative face value of the contract is $24,997,206. Fiscal 2020 research, development, test and evaluation funds in the amount of $750,000 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8806-20-F-0002). Tecolote Research Inc., Goleta, California, has been awarded a $24,980,243 firm-fixed-price contract to deliver a software development and information technology operations environment to support Space Command and Control Division under the Cross Mission and Ground Communications Enterprise Corps. This contract award provides support for the creation and implementation of the development operations goal of increasing the velocity of software delivery. Work will be performed in El Segundo, California, and is expected to be completed by April 30, 2025. This award is the result of a competitive acquisition and two offers were received. The total cumulative face value of the contract is $24,980,243. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,234,956 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8806-20-F-0001). Raytheon Missiles & Defense, Tucson, Arizona, has been awarded a $15,598,152 firm-fixed price contract modification (P00023) to contract FA8675-18-C-0003 for the Advanced Medium Range Air-to-Air Missile program obsolescence. This modification provides for a life of type procurement of known obsolete components in support of production and sustainment through the program of record. Work will be performed in Tucson, Arizona, and is expected to be completed by Dec. 31, 2025. This contract involves unclassified Foreign Military Sales (FMS) to Australia, Indonesia, Japan, Poland, Qatar, Romania and Spain. Fiscal 2019 missile procurement funds (Air Force) in the amount of $4,574,526; fiscal 2019 weapons procurement funds (Navy) in the amount of $4,978,960; and FMS funds in the amount of $6,044,666 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. Raytheon Technologies, Sterling, Virginia, has been awarded a not-to-exceed $7,369,100 cost-plus-fixed-fee modification (P00087) to contract FA8730-18-F-0136 for Air Operations Center (AOC) weapon system (WS) long-term modification and sustainment. The contractor shall provide the program management, integration, test, systems engineering, training and other related modification activities to ensure the AOC WS remains interoperable and supportable through the development and integration of new capabilities and upgrades. Work will be performed in Boston, Massachusetts, and is expected to be completed by July 31, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $4,800,000 are being obligated at the time of award. The total cumulative value of the contract is $653,986,234. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Bright Ceramic Technologies Inc., Palo Alto, California, was awarded a $9,979,634 firm-fixed-price contract for a Defense Advanced Research Projects Agency research project. Work will be performed in Palo Alto, California, with an expected completion date of June 2022. Fiscal 2019 research, development, test and evaluation funding in the amount of $8,421,282; and fiscal 2020 research, development, test and evaluation funding in the amount of $1,558,352 are being obligated at time of award. The contract was a sole-source acquisition. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0102). Stealth Software Technologies Inc., Los Angeles, California, was awarded an $8,539,791 cost-plus-fixed-fee contract for a research project under the Securing Information for Encrypted Verification and Evaluation (SIEVE) program. The SIEVE program will use zero knowledge proofs to enable the verification of capabilities relevant to the Department of Defense without revealing the sensitive details associated with those capabilities. Work will be performed in Los Angeles, California (71%); Evanston, Illinois (5%); College Station, Texas (5%); Ann Arbor, Michigan (5%); Burlington, Vermont (5%); and Rochester, New York (9%), with an expected completion date of May 2024. Fiscal 2020 research, development, test and evaluation funding in the amount of $1,267,480 is being obligated at time of award. This contract was a competitive acquisition under an open broad agency announcement and nine offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001120C0087). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2171906/source/GovDelivery/

  • COVID-19 News: Virus Hurting Army Small Businesses

    May 1, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    COVID-19 News: Virus Hurting Army Small Businesses

    By Connie Lee The COVID-19 pandemic is putting particular stress on the Army's second- and third-tier suppliers, said the service's secretary April 30. The Army is racing to ensure its manufacturing supply chain is able to stay afloat amid economic challenges posed by the virus, said Ryan McCarthy. “Some of these are small companies [that have] 15,000 people, and you get a couple people sick, you shut the whole company down,” he said during a virtual event hosted by Brookings Institution. The supply chain will "be a challenge for us months and months ahead.” The pandemic is also hurting overseas manufacturing in areas such as Mexico, Europe and East Asia, where the Army has little influence, he noted. The service is working with the State Department to figure out how to keep overseas workers employed and keep the supply chain running, he said. “We are limited in our ability to affect them and get them back to work,” McCarthy said. “It presents challenges that are far beyond our reach and ... influence, so we're going to have some real heart-to-hearts with manufacturers going forward.” Despite these issues, the Army is continuing to prioritize modernization, he said. Army Chief of Staff Gen. James McConville said the service is moving forward with weapons assessments, noting that it was recently able to conduct a successful hypersonic weapons test. As part of its plan to keep up with great power competition, the service is pursuing 31 new signature systems. “Over half of our procurement budget is going towards these new weapon systems,” McCarthy said. “We've got to put them into formation. Much of our iron is 50 years old. That probably is the prime area where we put the most energy.” Meanwhile, the Army is collaborating with other organizations in search of a vaccine. There are 10 to 15 top potential vaccine candidates worldwide that are in various stages of maturity, McCarthy said during a Pentagon briefing the same day. To speed up the timeline, the service plans on investing in the ones that seem to be moving the fastest, he noted. “We can double down and invest in the fastest horse, if you will, in this 15 candidate race, and then that compresses the timeframe that will ultimately get you to the answer and bring a vaccine to life,” he said. “You'll hear ranges on how fast it can go.” Some of these vaccines are currently in human trials, with the bulk of the work slated for summer and early fall, he noted. “It's moving faster than probably any point in history because of the extraordinary collaboration that's going on today,” he said. However, this may involve accepting some risks in the process, McConville noted at the briefing. “You can save time by taking risks,” he said. “You may get ready to produce something, and that horse may not get to the final race and that may not be the most efficient use of money, but by taking risks, you can really move things very, very quickly.” https://www.nationaldefensemagazine.org/articles/2020/4/30/covid-hurting-army-small-businesses

  • Leonardo DRS awarded up to $462 million contract to provide U.S. Navy Advanced Combat Networking Hardware

    May 1, 2020 | International, C4ISR

    Leonardo DRS awarded up to $462 million contract to provide U.S. Navy Advanced Combat Networking Hardware

    Arlington, VA, April 28, 2020 - Leonardo DRS, Inc. announced today that it has received a contract from the U.S. Navy to produce advanced consoles and display systems to support the Navy's future surface ship combat system. The awarded contract is worth more than $62 million with options that could be worth up to $462 million. The Leonardo DRS Naval Electronics business unit will provide a suite of Common Display System (CDS) consoles, thin client displays, multi-mission displays, and support equipment. The CDS consoles are a set of open-architecture watch station display consoles comprised of two different console variants: water-cooled and air-cooled. The common display hardware provides the interface between the sailor and the ship's combat systems. “Building these advanced systems gives U.S. Navy sailors the latest in combat networking hardware and provides mission-critical fleet modernization and readiness requirements today and into the future,” said Tracy Howard, senior vice president and general manager of the Leonardo DRS Naval Electronics business. “We are proud to be a trusted partner with the Navy and this contract builds on our long relationship supplying reliable products, from computing hardware infrastructure for combat systems to tactical networks and common shipboard processors,” he said. The Common Display System consoles are the next-generation of hardware infrastructure representing the latest technology available on the market. Leonardo DRS has a long history of producing reliable advanced hardware for all Navy surface and subsurface platforms for uses in combat systems, tactical networks, processing and machinery control. Work will be performed at the Leonardo DRS Naval Electronics facility in Johnstown, PA. About Leonardo DRS Leonardo DRS is a prime contractor, leading technology innovator and supplier of integrated products, services and support to military forces, intelligence agencies and defense contractors worldwide. Its Naval Electronics business unit provides leading naval computing infrastructure, network and data distribution and middleware enterprise services, as well as world-class manufacturing and support capabilities. Headquartered in Arlington, Virginia, Leonardo DRS is a wholly owned subsidiary of Leonardo S.p.A. See the full range of capabilities at www.LeonardoDRS.com and on Twitter @LeonardoDRSnews. For additional information please contact: Michael Mount Senior Director, Public Affairs +1 571 447 4624 mmount@drs.com View source version on Leonardo DRS: https://www.leonardodrs.com/news/press-releases/leonardo-drs-awarded-up-to-462-million-contract-to-provide-us-navy-advanced-combat-networking-hardware/

  • How The Pentagon Is Reaching Small Suppliers

    May 1, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    How The Pentagon Is Reaching Small Suppliers

    Jen DiMascio The Pentagon is employing new ways to track and funnel dollars to small- and medium-sized aviation suppliers hit hard by a drop-off in their commercial business since the novel coronavirus took hold. One way has been to accelerate up-front progress payments to prime contractors. Ellen Lord, the Pentagon's acquisition chief, announced April 30 that in this week alone, the Defense Department processed more than $1.2 billion out of $3 billion to defense contractors in accelerated payments. The acceleration was enabled by a March 20 memo which lifted the amount that large contractors could receive before delivering a contracted item from 80%-90% and for small contractors from 90%-95%. Lord singled out Lockheed Martin for praise for committing to speed $450 million to its supply chain. As those payments are being released, the U.S. Air Force is studying the needs of small suppliers and charting the flow of those progress payments through the industrial base, service officials said during an April 29 Aviation Week MRO webinar. After the first COVID-19 stimulus package was released, Col. Kevin Nalette, vice director, 448th Supply Chain Management Wing, Air Force Sustainment Center, said his office was asked to find out how much money small companies would need to maintain a constant flow of work to continue to support the defense sector. They had two days to ask contractors–the third- and fourth-tier “mom-and-pop shops” whose work becomes an end item purchased somewhere up the stream. The majority of defense vendors do more work–55% or more–for commercial aviation businesses. “As soon as the commercial sector shut down, we had an amazing ability. We now had their full attention,” Nalette said. “When you come to their attention with basically free cash, it's amazing what you can get done.” Tony Baumann, director of contracting for the Air Force Support Center, is capturing data about where the money and progress payments are going. And he is tracking some 2,700 contracts to find out the COVID-related constraints they are operating under. “My guys talked to all of them,” Baumann said, and they stay in contact so that the Air Force knows when a supplier needs to shut down to clean a business. Then Nalette's group is looking at whether that closure might impact deliveries of critical supplies or inventory. That has caused the Air Force to rewrite service contracts using new authorities granted by the CARES Act COVID-relief bill passed by Congress to keep multiple teams of service personnel on contract so that one group can work and another can be ready to backfill so that no group would experience a 14-day interruption, Baumann said. All of those changes are being tracked and coded based on COVID-19, he added. https://aviationweek.com/defense-space/budget-policy-operations/how-pentagon-reaching-small-suppliers

  • CACI Awarded $199 Million Contract to Support U.S. Navy Satellite Systems and Networks for Special Operations

    May 1, 2020 | International, Naval

    CACI Awarded $199 Million Contract to Support U.S. Navy Satellite Systems and Networks for Special Operations

    April 27, 2020 - CACI International Inc (NYSE: CACI) announced today that it has been awarded a five-year and six-month, if all options are exercised, single-award indefinite delivery/indefinite quantity contract, with a ceiling value of $199 million, to provide communications systems, satellite communications, and network support services to the Naval Information Warfare Center (NIWC) Atlantic in support of U.S. Special Operations Command. Under the contract, CACI engineers and technicians will provide mission expertise, including fielding and training for operational systems, maintenance, logistics, and 24/7 technical support for personnel working with the satellite and network systems. CACI will support approximately 2,000 satellite communications systems worldwide, as well as wide-area network infrastructure services for nearly 90 sites. CACI has a unique and modern facility designed to seamlessly support and enhance NIWC's mission. CACI experts can maintain, assemble, and test satellite communications systems at the Fayetteville, NC. facility to maximize those systems' efficiency and accuracy while also supporting the warfighter with continuous improvements. John Mengucci, CACI President and Chief Executive Officer, said, “This recompete award results from the longstanding professional and productive relationship between our dedicated team and NIWC, focused on providing servicemembers with the critical communications support they need to execute their mission.” CACI Executive Chairman and Chairman of the Board Dr. J.P. (Jack) London, said, “As our country continues to face evolving national security threats, CACI remains focused on providing the support our customers rely on to safeguard our nation.” CACI's 23,000 talented employees are vigilant in providing the unique expertise and distinctive technology that address our customers' greatest enterprise and mission challenges. Our culture of good character, innovation, and excellence drives our success and earns us recognition as a Fortune World's Most Admired Company. As a member of the Fortune 1000 Largest Companies, the Russell 1000 Index, and the S&P MidCap 400 Index, we consistently deliver strong shareholder value. Visit us at www.caci.com. There are statements made herein which do not address historical facts, and therefore could be interpreted to be forward-looking statements as that term is defined in the Private Securities Litigation Reform Act of 1995. Such statements are subject to factors that could cause actual results to differ materially from anticipated results. The factors that could cause actual results to differ materially from those anticipated include, but are not limited to, the risk factors set forth in CACI's Annual Report on Form 10-K for the fiscal year ended June 30, 2019, and other such filings that CACI makes with the Securities and Exchange Commission from time to time. Any forward-looking statements should not be unduly relied upon and only speak as of the date hereof. CACI-Contract Award View source version on businesswire.com: https://www.businesswire.com/news/home/20200427005135/en/

  • KBR Wins $64M Recompete to Expand DoD Testing and Training Capabilities for U.S. Warfighter

    May 1, 2020 | International, Land

    KBR Wins $64M Recompete to Expand DoD Testing and Training Capabilities for U.S. Warfighter

    Houston – April 27, 2020 – KBR (NYSE: KBR) has received a $63.9 million task order from the Department of Defense (DoD) Test Resource Management Center (TRMC) to develop interoperability solutions to expand the U.S. military's testing and training capabilities. KBR will utilize its vast test and evaluation (T&E) expertise to assess and address the unique requirements necessary to incorporate additional test range sites into the DoD's T&E infrastructure. This will streamline and enhance the integration of test and training capabilities for DoD weapons systems. KBR's work will result in developed hardware and software solutions that address the military's T&E needs. KBR will help DoD improve range interoperability and effective reuse of resources resulting in increased capability while reducing development, operation and maintenance costs for test ranges. The company's efforts will also further the important partnership between the Test and Training Enabling Architecture Software Development Activity (TENA-SDA) and Joint Mission Environment Test Capability (JMETC) to expand connectivity and develop enhanced capabilities for test and training facilities. “KBR is proud of our nearly two decades of TENA support, promoting range interoperability and flexibility for the U.S. military,” said Byron Bright, KBR President, Government Solutions U.S. “KBR will continue to use its expertise to develop innovative solutions to fortify and grow the DoD's T&E capabilities.” KBR was awarded this task order under the cost-plus-fixed/firm-fixed fee One Acquisition Solution for Integrated Services (OASIS) contract which KBR won a seat on in 2014. This is a one-year task order with four option periods. KBR ensures mission success for customers on land, at sea, in the air, and in space and cyberspace. It has operational and developmental T&E processes designed for corporate, government and military organizations. KBR holds extensive experience evaluating complex systems and technologies ranging from combat vehicles and high-performance aircraft to weapons systems and orbital launch platforms. KBR is engineering solutions for the needs of today and tomorrow, safely and efficiently. About KBR, Inc. KBR is a global provider of differentiated professional services and technologies across the asset and program lifecycle within the Government Solutions and Energy sectors. KBR employs approximately 37,000 people worldwide (including our joint ventures), with customers in more than 80 countries, and operations in 40 countries, across three synergistic global businesses: Government Solutions, serving government customers globally, including capabilities that cover the full lifecycle of defense, space, aviation and other government programs and missions from research and development, through systems engineering, test and evaluation, program management, to operations, maintenance, and field logistics Technology Solutions, featuring proprietary technology, equipment, catalysts, digital solutions and related technical services for the monetization of hydrocarbons, including refining, petrochemicals, ammonia and specialty chemicals, as well as inorganics Energy Solutions, including onshore oil and gas; LNG (liquefaction and regasification)/GTL; oil refining; petrochemicals; chemicals; fertilizers; differentiated EPC; maintenance services (Brown & Root Industrial Services); offshore oil and gas (shallow-water, deep-water, subsea); floating solutions (FPU, FPSO, FLNG & FSRU); program management and consulting services KBR is proud to work with its customers across the globe to provide technology, value-added services, integrated EPC delivery and long-term operations and maintenance services to ensure consistent delivery with predictable results. At KBR, We Deliver. Visit www.kbr.com Forward Looking Statement The statements in this press release that are not historical statements, including statements regarding future financial performance, are forward-looking statements within the meaning of the federal securities laws. These statements are subject to numerous risks and uncertainties, many of which are beyond the company's control that could cause actual results to differ materially from the results expressed or implied by the statements. These risks and uncertainties include, but are not limited to: the outcome of and the publicity surrounding audits and investigations by domestic and foreign government agencies and legislative bodies; potential adverse proceedings by such agencies and potential adverse results and consequences from such proceedings; the scope and enforceability of the company's indemnities from its former parent; changes in capital spending by the company's customers; the company's ability to obtain contracts from existing and new customers and perform under those contracts; structural changes in the industries in which the company operates; escalating costs associated with and the performance of fixed-fee projects and the company's ability to control its cost under its contracts; claims negotiations and contract disputes with the company's customers; changes in the demand for or price of oil and/or natural gas; protection of intellectual property rights; compliance with environmental laws; changes in government regulations and regulatory requirements; compliance with laws related to income taxes; unsettled political conditions, war and the effects of terrorism; foreign operations and foreign exchange rates and controls; the development and installation of financial systems; increased competition for employees; the ability to successfully complete and integrate acquisitions; and operations of joint ventures, including joint ventures that are not controlled by the company. KBR's most recently filed Annual Report on Form 10-K, any subsequent Form 10-Qs and 8-Ks, and other U.S. Securities and Exchange Commission filings discuss some of the important risk factors that KBR has identified that may affect the business, results of operations and financial condition. Except as required by law, KBR undertakes no obligation to revise or update publicly any forward-looking statements for any reason. For further information, please contact: Investors Alison Vasquez Vice President, Investor Relations 713-753-5082 Investors@kbr.com Media Philip Ivy Vice President, Global Communications and Marketing 713-753-3800 MediaRelations@kbr.com View source version on KBR, Inc.: https://www.kbr.com/en/insights-events/press-release/kbr-wins-64m-recompete-expand-dod-testing-and-training-capabilities

  • L3Harris Technologies equips the U.S Army’s first unit with enhanced night vision google-binocular

    May 1, 2020 | International, Land

    L3Harris Technologies equips the U.S Army’s first unit with enhanced night vision google-binocular

    Londonderry, N.H. April 30, 2020 - L3Harris Technologies (NYSE:LHX) has completed delivery of 656 combat-ready Enhanced Night Vision Goggle – Binocular (ENVG-B) systems to the U.S. Army. This delivery fully equips the Army's first unit with next generation night vision technology that enhances the soldier's ability to locate and engage threats and access common operating environment imagery, thus improving the soldier's situational awareness, mobility and protection. “The success of the ENVG-B program is based on our continued collaboration with the U.S. Army and our ability to rapidly develop, test and deliver next generation capabilities that enable our soldiers to combat near-peer threats around the world,” said Lynn Bollengier, President, Integrated Vision Solutions, L3Harris. “Delivering imagery and data from the battlefield directly to the soldier's eye is game changing technology and L3Harris is proud to equip the Army with the first combat-ready goggles of this kind.” This delivery is part of the initial order the company received under the $391 million ENVG-B Directed Requirement contract from the Army in 2018. The first 52 systems were delivered last fall. To date, L3Harris has received orders to deliver just over 10,000 ENVG-B systems under the Directed Requirements contract. The ENVG-B includes a new high-resolution display and an embedded soldier wireless personal area network, rapid target acquisition and augmented reality algorithms to interface with the Army's Nett Warrior. The complete system will interface with the Army's family of weapon sights, while enhancing interoperability and data sharing. About L3Harris Technologies L3Harris Technologies is an agile global aerospace and defense technology innovator, delivering end-to-end solutions that meet customers' mission-critical needs. The company provides advanced defense and commercial technologies across air, land, sea, space and cyber domains. L3Harris has approximately $18 billion in annual revenue and 50,000 employees, with customers in 130 countries. L3Harris.com. Forward-Looking Statements This press release contains forward-looking statements that reflect management's current expectations, assumptions and estimates of future performance and economic conditions. Such statements are made in reliance upon the safe harbor provisions of Section 27A of the Securities Act of 1933 and Section 21E of the Securities Exchange Act of 1934. The company cautions investors that any forward-looking statements are subject to risks and uncertainties that may cause actual results and future trends to differ materially from those matters expressed in or implied by such forward-looking statements. Statements about the value or expected value of orders, contracts or programs and about technology capabilities are forward-looking and involve risks and uncertainties. L3Harris disclaims any intention or obligation to update or revise any forward-looking statements, whether as a result of new information, future events, or otherwise. View source version on L3Harris Technologies: https://www.l3harris.com/newsroom/press-release/2020/04/89751/l3harris-technologies-equips-the-us-armys-first-unit-with-enhanced-night-vision-goggle--binocular?utm_source=twitter&utm_medium=social&utm_campaign=cs-ivs-pr-envg-b

  • Contract Awards by US Department of Defense - April 29, 2020

    April 30, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - April 29, 2020

    ARMY FN America LLC, Columbia, South Carolina (W56HZV-20-D-0024); and Colt's Manufacturing Co. LLC, West Hartford, Connecticut (W56HZV-20-D-0025), will compete for each order of the $383,311,941 firm-fixed-price contract to provide M16A4 rifles for Foreign Military Sales (Afghanistan, Grenada, Iraq, Lebanon and Nepal). 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 April 28, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Travis Association for the Blind, Austin, Texas, was awarded a $12,483,935 modification (P00004) to contract W56HZV-18-C-0067 to support repairing, cleaning, warehousing and distribution of organizational clothing and individual equipment. Bids were solicited via the internet with one received. Work will be performed in Austin, Texas, with an estimated completion date of April 30, 2021. Fiscal 2020 operations and maintenance, Army funds in the amount of $12,483,935 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Cepheid, Sunnyvale, California, was awarded a $9,933,000 firm-fixed-price contract (W911QY-20-P-0154) for up to 333,000 COVID-19 assays. Bids were solicited via the internet with one received. Work will be performed in Sunnyvale, California, with an estimated completion date of March 31, 2021. Fiscal 2020 operations and maintenance, Army funds in the amount of $9,933,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. (Awarded April 27, 2020) Manson Construction Co., Seattle, Washington, was awarded a $7,675,998 modification (P00002) to contract W912P8-20-C-0010 to exercise option hours for the dredge Glenn Edwards. Work will be performed in Plaquemines Parish, Louisiana, with an estimated completion date of Sept. 30, 2020. Fiscal 2020 civil operations and maintenance funds in the amount of $7,675,998 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity. DEFENSE LOGISTICS AGENCY American Water Military Services LLC, Camden, New Jersey, has been awarded a maximum $70,000,000 modification (P00001) to a 50-year contract (SP0600-19-C-8327) with no option periods for additional wastewater utility system construction, repair and replacement work at Target Hill Wastewater Treatment Plant, U.S. Army Garrison West Point, New York. This is a fixed-price contract. Locations of performance are New Jersey and New York, with a Sept. 30, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through 2020 Army military construction funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. Raytheon Co., Andover, Massachusetts, has been awarded a maximum $13,688,190 firm-fixed-price, one-time purchase contract for radomes. 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 two-year base contract with no option periods. Location of performance is Massachusetts, with a March 31, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-20-C-0023). UPDATE: Werres Corp., Frederick, Maryland (SPE8EC-20-D-0058) has been added as an awardee to the multiple-award contract for commercial material handling equipment, issued against solicitation SPE8EC-17-R-0002 and awarded June 9, 2017. AIR FORCE Raytheon Missile Systems, Tucson, Arizona, has been awarded a not-to-exceed $32,780,869 fixed-price-incentive-fee, undefinitized contract action for StormBreaker Lot 6 Contract Line Identification Number 6001 - All Up Round (AUR); Simmonds Precision Product and multicut. This contract provides for Simmonds Precision Product and multicut material and labor for parts used in a StormBreaker AUR. Work will be performed in Tucson, Arizona, and is expected to be completed by Nov. 21, 2022. This award is the result of a sole-source acquisition. Fiscal 2020 missile procurement funds in the amount of $6,612,745 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8672-20-C-0005). (Awarded April 28, 2020) NAVY Physical Optics Corp.,* Torrance, California, is awarded a $17,783,583 cost-plus-fixed-fee order (N68335-20-F-0001) against previously issued basic ordering agreement N68335-19-G-0041. This order provides non-recurring engineering for the production, test, integration and delivery of the T-45 Head-Up Display (HUD) and its associated internal software. Work will be performed in Torrance, California, and also provides airworthiness substantiation and supports the joint software support activity lab and government flight test demonstration for the HUD. This is a Small Business Innovation Research (SBIR) Phase III for research and development performed under the SBIR Topic Numbers N091-003, N152-096 and 04-A-A1.01. Work is expected to be complete by April 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $1,166,435; fiscal 2019 fiscal aircraft procurement (Navy) funds in the amount of $16,387,148; and fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $230,000 will be obligated at time of award, $230,000 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Vectrus J&J Facilities Support LLC, Colorado Springs, Colorado, is awarded a $17,090,690 indefinite-delivery/indefinite-quantity contract for base operating support (BOS) services at Naval Air Station Patuxent River, Patuxent River, Maryland; Webster Field, St. Inigoes, Maryland; Solomons Annex, Solomons, Maryland; and Point Lookout, St. Mary's County, Maryland. The maximum dollar value including the base period and seven option periods is $190,007,916. All work will be performed in Calvert County (8%) and St. Mary's County (92%), Maryland. The BOS services to be performed include: general information, management and administration, airfield facilities, facilities support including facility management; facility investment; integrated solid waste management; other (swimming pools); special events; and utility management, wastewater, water and environmental services. Work is expected to be complete by June 2028. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $17,090,690 for recurring work will be obligated on an individual task order issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, and seven proposals were received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-D-0009). CFM International, West Chester, Ohio, is awarded a $13,582,486 modification (P00172) to a previously awarded firm-fixed-price contract (N00019-18-C-1071). This modification exercises an option to procure one CFM56-7B27AE commercial-off-the-shelf engine for the government of the United Kingdom. Work will be performed in Villaroche, France (50%); and Durham, North Carolina (50%), and is expected to be complete by April 2021. Foreign Military Sales funds in the amount of $13,582,486 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. DEFENSE COMMISSARY AGENCY Jones Lang LaSalle Americas Inc., Chicago, Illinois, is being awarded a $9,940,010 hybrid-fixed-price, time and materials schedule task order for whole facilities maintenance at various commissaries located in the U.S. and its territories. The task order is for a one-year base period beginning July 1, 2020. The task order includes four one-year option periods. If all options are exercised, the task order will be completed June 30, 2025. Quoters were solicited on the General Services Administration eBuy website, available to 03FAC contract holders, five quotes were received. The Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio, Lackland, Texas, is the contracting activity (HDEC03-20-F-0028). Jones Lang LaSalle Americas Inc., Chicago, Illinois, is awarded a $9,632,375 hybrid-fixed- price, time and materials schedule task order for whole facilities maintenance at various commissaries located in the U.S. and its territories. The task order is for a one-year base period beginning July 1, 2020. The task order includes four one-year option periods. If all four option periods are exercised, the task order will be completed June 30, 2025. Quoters were solicited on the General Services Administration eBuy website, available to 03FAC contract holders, five quotes were received. The Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio, Lackland, Texas, is the contracting activity (HDEC03-20-F-0027). Nelson Refrigeration Inc., La Vista, Nebraska, is awarded an $8,840,133 hybrid-fixed-price, time and materials schedule task order for whole facilities maintenance at various commissaries located in the U.S. and its territories. The task order is for a one-year base period beginning July 1, 2020. The task order includes four one-year option periods. If all four option periods are exercised, the task order will be completed June 30, 2025. Quoters were solicited on the General Services Administration eBuy website, available to 03FAC contract holders, five quotes were received. The Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio, Lackland, Texas, is the contracting activity (HDEC03-20-F-0033). J&J Worldwide Services, Austin Texas, is awarded a $7,822,654 hybrid-fixed price, time and materials schedule task order for whole facilities maintenance at various commissaries located in the U.S. and its territories. The task order is for a one-year base period beginning July 1, 2020. The task order includes four one-year option periods. If all four option periods are exercised, the task order will be completed June 30, 2025. Quoters were solicited on the General Services Administration eBuy website, available to 03FAC contract holders, five quotes were received. The Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio, Lackland, Texas, is the contracting activity (HDEC03-20-F-0030). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2170148/source/GovDelivery/

Shared by members

  • Share a news article with the community

    It’s very easy, simply copy/paste the link in the textbox below.

Subscribe to our newsletter

to not miss any news from the industry

You can customize your subscriptions in the confirmation email.