Filter Results:

All sectors

All categories

    12835 news articles

    You can refine the results using the filters above.

  • Innovation Road Show: US Navy Seeks Acquisition Solutions from Small Businesses

    March 26, 2019 | International, Naval

    Innovation Road Show: US Navy Seeks Acquisition Solutions from Small Businesses

    By Warren Duffie Jr., Office of Naval Research Public Affairs ARLINGTON, Va. (NNS) -- In an effort to establish new connections with innovative small businesses and research companies—and reach these players where they live and work—the U.S. Navy will host a trio of outreach events on April 8-11 in Lowell, Massachusetts. The Navy will hold the events through its Small Business Innovation Research (SBIR) and Small Business Technology Transfer (STTR) programs, both located at the Office of Naval Research. SBIR provides the Navy with groundbreaking technology created by small firms—while STTR transitions products developed by both small businesses and research institutions to the Navy and Marine Corps. This year's events will spotlight New England's regional technology corridor, known for its prominent academic institutions, research centers, laboratories and science- and defense-focused companies. “Outreach events like these help foster collaboration to enhance the innovation network and pipeline, and accelerate the delivery of needed technologies to the Navy and Marine Corps,” said SBIR Director Bob Smith. “It's part of a new naval effort to deliver capabilities to warfighters faster by expanding relationships with regional technology hubs. This year, New England is the first stop.” The three events are: Partnering Summit—This is a setting where the naval acquisition community, government, industry and research organizations can meet to discuss naval priorities, share best practices and learn about partnership opportunities with SBIR and STTR. Monday, April 8, and Tuesday, April 9, at the UMass Lowell Inn & Conference Center. Learn more at https://www.onlineregistrationcenter.com/SBIRSTTR. Navy Forum for SBIR/STTR Transition (FST)—FST is an annual innovation marketplace matching Navy needs with small business-technology solutions. Attendees can see 133 exhibits from 107 vendors; engage in one-on-one meetings; listen to Tech Talks; and sit in on sessions hosted by congressional and Department of Defense leaders. Wednesday, April 10, and Thursday, April 11, at the Tsongas Center at UMass Lowell. Learn more at https://navyfst.com/. Accelerated Delivery and Acquisition of Prototype Technologies (ADAPT) Workshop—ADAPT is a new approach to match non-traditional small businesses with naval needs and quick research-and-development funding. This half-day workshop will feature technology briefs on pre-released areas of interest from a Navy shipyard; discussion about the proposal process and contracting; and opportunities for face-to-face conversations with subject matter experts. Wednesday, April 10, from 8 a.m. to noon. UMass Lowell Inn & Conference Center. Learn more at https://www.onlineregistrationcenter.com/ADAPT. https://www.navy.mil/submit/display.asp?story_id=108981

  • Lockheed construit sa relation avec l’industrie belge

    March 26, 2019 | International, Aerospace

    Lockheed construit sa relation avec l’industrie belge

    Par Benoit Gilson Alors que l'industrie belge manifestait une inquiétude croissante quant aux retours industriels du contrat passé entre la Belgique et Lockheed pour l'acquisition de 34 F-35, le constructeur américain a surtout voulu rassurer, ce jeudi 21, en organisant une séance de signatures à l'impact surtout symbolique. Lockheed, qui a également profité de l'occasion pour rappeler les atouts de son appareil, a ainsi signé des engagements de potentiels partenariats avec 22 industriels belges. S'ouvre ainsi une période d'environ 1 an, durant laquelle les industriels belges concernés vont pouvoir répondre à divers appels d'offres de Lockheed autour du F-35. Des appels d'offres qui ne concerneront pas seulement les 34 appareils de la Composante Air de la Défense belge, mais aussi le reste de la production de F-35, notamment à travers l'introduction de fournisseurs en deuxième ou en troisième source pour un certain nombre de composants. Nous reviendrons sur ces signatures et les perspectives offertes aux industriels belges dans notre prochaine édition. Les industriels belges concernés à ce stade sont : 3D Systems AMI Metals ASCO BEC BMT Additive BMT Aerospace Esterline Belgium Feronyl Hexcel Composites Ignition ! ILIAS Solutions imec inno.com Luciad Prodata Systems Proximus SABCA Sabena Aerospace Safran Solvay Sonaca Thales Belgium http://www.air-cosmos.com/lockheed-construit-sa-relation-avec-l-industrie-belge-121749

  • UK - Multi-billion-pound deal for early warning radar aircraft

    March 26, 2019 | International, Aerospace

    UK - Multi-billion-pound deal for early warning radar aircraft

    Defence Secretary Gavin Williamson has signed a $1.98Bn deal to purchase five E-7 aircraft. The E-7 fleet will replace the current Sentry aircraft and ensure the continued delivery of the UK's Airborne Early Warning and Control (AEW&C) capability. Named “Wedgetail” by the Australian Department for Defence, the E-7 aircraft can fly for long periods of time and manage the battlespace from the sky. Defence Secretary Gavin Williamson said: The E-7 provides a technological edge in an increasingly complex battlespace, allowing our ships and aircraft to track and target adversaries more effectively than ever. This deal also strengthens our vital military partnership with Australia. We will operate state-of-the-art F-35 jets and world-class Type-26 warships, and this announcement will help us work even more closely together to tackle the global threats we face. Chief of the Air Staff, Air Chief Marshal Sir Stephen Hillier, said: Today's announcement about the procurement of five E-7 ‘Wedgetail' Airborne Early Warning and Control aircraft is excellent news for both the RAF and wider Defence. This world-class capability, already proven with our Royal Australian Air Force partners, will significantly enhance our ability to deliver decisive airborne command and control and builds on the reputation of our E3D Sentry Force. Along with Defence's investment in other cutting-edge aircraft, E-7 will form a core element of the Next Generation Air Force, able to overcome both current and future complex threats. The new fleet will be able to track multiple airborne and maritime targets at the same time, using the information it gathers to provide situational awareness and direct other assets such as fighter jets and warships. The E-7 is a proven aircraft that is currently in-service with the Royal Australian Air Force and has been used on operations in the battle against Daesh in Iraq and Syria. The E-7 is based on a standard Boeing 737 NG airliner modified to carry a sophisticated Northrop Grumman active electronically-scanned radar. This can cover four million square kilometres over a 10-hour period. Modification of the aircraft will be carried out in the UK, sustaining over 200 highly skilled jobs at Marshall Aerospace and Defence Group in Cambridge, and there will also be opportunities for British suppliers to be involved in future training and support arrangements. This announcement builds on a growing military capability and industrial relationship between the UK and Australia, after the Australian government selected the British Type 26 design for its future frigate. https://www.gov.uk/government/news/multi-billion-pound-deal-for-early-warning-radar-aircraft

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

    March 26, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

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

    NAVY Gartner Inc., Stamford, Connecticut (N66001-19-A-0049); Forrester Research Inc., Cambridge, Massachusetts (N66001-19-A-0050); and FEDmine LLC, Rockville, Maryland (N66001-19-A-0013), are awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contracts. The overall estimated value of this BPA is $446,000,000. The three individual agreements are awarded in the DoD ESI category of Information Technology (IT) Research and Informative Services. The BPAs will provide commercially available technology in this category for the DoD, U.S. intelligence community, and Coast Guard activities worldwide. The ordering period will be for a maximum of 10 years, and the expected date of completion is March 24, 2029. This BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance (DoD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm-fixed-price orders. This BPA was competitively procured via the GSA E-Buy website among 679 vendors. Three offers were received and three were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. Austal USA, Mobile, Alabama, is being awarded a $261,776,539 fixed-price-incentive (firm target) modification to previously-awarded contract N00024-19-C-2227 for the detail design and construction (DD&C) of the 13th and 14th Expeditionary Fast Transport (EPF) ships, and to definitize the long-lead-time material undefinitized contract actions for EPFs 13 and 14. This modification will award the DD&C effort for EPF 13 and EPF 14 and definitize and subsume the long-lead-time material undefinitized contract actions for EPFs 13 and 14. Note: the funding obligated covers the DD&C award and also definitizes the UCAs -- which results in a total greater than the face value of the award. The EPF class provides high-speed, shallow-draft transportation capability to support the intra-theater maneuver of personnel, supplies and equipment for the U.S. Navy, Marine Corps, and Army. This contract includes options which, if exercised, would bring the cumulative value of this contract to $370,733,399. Work will be performed in Mobile, Alabama (54 percent); Novi, Michigan (13 percent); Fairfax, Virginia (7 percent); Houston, Texas (4 percent); Franklin, Massachusetts (3 percent); New Iberia, Louisiana (3 percent); Kingsford, Michigan (2 percent); Chesapeake, Virginia (2 percent); and Theodore, Alabama (1 percent), with other efforts performed at various locations throughout the United States below one percent (7 percent) and at various locations outside the U.S. below one percent (4 percent). Work is expected to completed by July 2022. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $134,609,225; and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $161,815,453 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively solicited via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Professional Contract Services Inc., Austin, Texas, is being awarded a $26,684,510 indefinite-delivery/indefinite-quantity contract modification for the exercise of Option Number Four for base operations support services at Naval Medical Center Portsmouth, Virginia, and its outlying support sites all located in Virginia. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide facilities maintenance and equipment repair services in support of Naval Medical Center Portsmouth and its outlying support sites. After award of this option, the total cumulative contract value will be $120,671,131. Work will be performed in Portsmouth, Virginia. This option period is from April 2019 to March 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $24,334,266 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N62470-15-D-4009). Insitu Inc., Bingen, Washington, is being awarded a $17,452,196 firm-fixed-price delivery order (N6833519F0434) against a previously issued basic ordering agreement (N68335-16-G-0046). This order provides for technical services, training, site survey and activation teams, and program management to sustain and support ScanEagle unmanned aerial vehicle sites in Afghanistan. Work will be performed in Afghanistan (95 percent); and Bingen, Washington (5 percent), and is expected to be completed in March 2020. Fiscal 2019 Afghan Security Forces funds in the amount of $17,452,196 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Northrop Grumman Systems Corp., Annapolis, Maryland, is being awarded a $10,242,891 firm-fixed-price and cost-plus-fixed-fee modification to a previously awarded contract (N61331-15-D-0011) to exercise options for the accomplishment of depot level repair, maintenance, and modifications of the AN/AQS-24 Mine Detecting System to support the Navy for the currently deployed airborne mine countermeasures legacy systems. Northrop Grumman Undersea Systems will provide depot repairs and incorporation of engineering change proposals, including the updates of all integrated logistics support documentation to support the conversions and sustainment. Work will be performed in Annapolis, Maryland, and is expected to be completed by April 2020. No funding will be obligated at time of award. Naval Surface Warfare Center, Panama City Division, Panama City, Florida is the contracting activity. ARMY Acrow Corp. of America,* Parsippany, New Jersey (W56HZV-19-D-0061); and Mabey Bridge Ltd., Gloucestershire, United Kingdom (W56HZV-19-D-0062), will compete for each order of the $250,000,000 firm-fixed-price contract for wet and dry gap line of communication bridges. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of March 25, 2022. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Avon Protection Systems Inc., Cadillac, Michigan, was awarded a $245,961,250 firm-fixed-price contract for production of M53A1 Chemical Biological Protective Mask systems. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of March 24, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-19-D-0005). South Carolina Commission for the Blind, Columbia, South Carolina, was awarded an $186,580,917 firm-fixed-price contract for full food services at Fort Jackson, South Carolina. 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 March 21, 2024. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0008). American Ordnance LLC, Middletown, Iowa, was awarded an $89,418,245 modification (P00022) to contract W15QKN-15-C-0044 for the acquisition of M918E1 40mm High Velocity Target Practice – Day/Night/Thermal (HV TP-DNT) – cartridge. Work will be performed in Middletown, Iowa; Coachella, California; Radford, Virginia; Santa Margarita, California; O'Fallon, Missouri; Lynchburg, Virginia; Mountainside, New Jersey; and St. Bonaparte, Iowa, with an estimated completion date of Nov. 30, 2021. Fiscal 2017, 2018 and 2019 other procurement, Army funds in the amount of $89,418,245 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. Alta Via Consulting LLC,* Loudon, Tennessee, was awarded a $22,000,000 firm-fixed-price contract for cost management services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of March 28, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-0018). Advance Technology Solutions,* Augusta, Georgia, was awarded a $14,530,927 firm-fixed-price contract for services in the areas of military personnel actions, records processing and management, personnel manning, casualty management, transition and separations processing, personnel information systems management, and administrative processing of soldiers. Bids were solicited via the internet with 12 received. Work will be performed in Fort Gordon, Georgia, with an estimated completion date of May 1, 2025. Fiscal 2019 operations and maintenance, Army funds in the amount of $1,355,849 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Gordon, Georgia, is the contracting activity (W91249-18-C-0005). DEFENSE LOGISTICS AGENCY General Dynamics Mission Systems Inc., Taunton, Massachusetts, has been awarded a maximum $92,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Warfighter Information Network-Tactical Increment 1 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 contract with no option periods. Location of performance is Massachusetts, with a March 24, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-19-D-0027). SZY Holdings, doing business as EverReady First Aid, Brooklyn, New York, has been awarded a maximum $25,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for respirators, mask face pieces and cartridges replacement parts. This was a competitive acquisition with six responses received. This is a one-year base contract with four one-year option periods. Location of performance is New York, with a March 25, 2020, performance completion date. Using customer is Navy. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EG-19-D0104). Parker Hannifin Corp., Irvine, California, has been awarded a $7,979,568 modification (P00185) to a five-year contract (SPE4AX-14-D-9413) with one five-year option period adding national stock numbers supporting multiple aircrafts. 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 firm-fixed-price contract. The modification brings the total cumulative face value of the contract to $441,414,547 from $433,434,979. Locations of performance are California, Florida, Georgia, Massachusetts, Michigan, New York and Ohio, with a June 30, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia. AIR FORCE National Aerospace Solutions LLC, Arnold Air Force Base, Tennessee, has been awarded a $72,894,364 modification (P00071) to previously awarded contract FA9101-15-C-0500 for test operations and sustainment. This modification provides for test operations, technology development, equipment and facility sustainment, capital improvements and some support services for Arnold Engineering Development Complex. Work will be performed at Arnold AFB, Tennessee, and is expected to be completed by June 30, 2019. No funds are being obligated at the time of award. This modification brings the total cumulative face value of the contract to $722,733,576. Air Force Test Center, Arnold AFB, Tennessee, is the contracting activity. DEFENSE HEALTH AGENCY General Dynamics Information Technology Inc., Fairfax, Virginia (HT0014-19-C-0004), has been awarded a $44,165,348 cost-plus-fixed-fee contract to provide support to the Defense Health Agency's Defense and Veterans Brain Injury Center (DVBIC). The work includes support promoting access to state-of-the-science care for service members, veterans, and their families to prevent and mitigate the consequences of traumatic brain injury (TBI). DVBIC supports a network of 21 sites operating out of 16 military treatment facilities (MTFs) and five Department of Veterans Affairs Medical Centers (VAMCs). Specific activities vary at each site and can include conducting clinical research and conducting education and outreach activities and assessing TBI injury data, while command and control exist within the DVBIC Headquarters for continuity of services. The contract will be performed at DVBIC HQ, Silver Spring, Maryland; MTFs at Fort Belvoir, Virginia; Fort Bliss, Texas; Fort Bragg, North Carolina; Fort Campbell, Kentucky; Fort Carson, Colorado; Fort Drum, New York; Fort Hood, Texas; Camp Lejeune, North Carolina; Camp Pendleton, California; Naval Medical Center San Diego, California; Walter Reed National Military Medical Center, Maryland; San Antonio Military Medical Center, Texas; U.S. Special Operations Command, MacDill Air Force Base, Florida; Landstuhl (Germany); Joint Bases Lewis-McChord, Washington, and Elmendorf-Richardson, Alaska; and VAMCs in Palo Alto, California; Tampa, Florida; Minneapolis, Minnesota; San Antonio, Texas; and Richmond, Virginia. The contract end date is Sept. 25, 2020. This contract includes a six-month base period with four three-month option periods. Fiscal 2019 operations and maintenance funds in the amount of $14,336,163 are obligated on this award. This was a sole-source acquisition. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1794949/

  • Contract Awards by US Department of Defense - March 22, 2019

    March 26, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - March 22, 2019

    MISSLE DEFENSE AGENCY The Boeing Co., Huntsville, Alabama, was awarded $4,141,315,338 (contract modification HQ0147-19-C-0004 P00001), partially definitizing the $6,560,000,000 undefinitized contract action (UCA) issued Jan. 31, 2018, on contract HQ0147-12-C-0004, Ground-based Midcourse Defense (GMD) Development and Sustainment Contract (DSC). The UCA extended the DSC period of performance from January 2018 through December 2023, and added the requirements to execute the GMD portion of the presidential mandated and congressionally enacted Missile Defeat and Defense Enhancements. This effort includes delivery of a new missile field with 20 silos and two additional silos in a previously constructed missile field at Fort Greely, Alaska. The MDA is deferring the production of the 20 additional Ground Based Interceptors (GBIs) (estimated not to exceed (NTE) value of $1,300,000,000) at this time due to the delay associated with not meeting the entrance criteria for the Redesigned Kill Vehicle (RKV) critical design review. A portion of the effort to deliver 11 boost vehicles for flight tests and spares (estimated NTE value of $474,000,000) will remain under the UCA at this time. This modification brings the total cumulative value of the contract, including options, to $10,799,794,123. The definitized scope of work includes technical capabilities to expand and improve a state-of-the-art missile defense system to ensure defensive capabilities remain both relevant and current, to include but not limited to: Boost Vehicle (BV) development; providing GBI assets for labs and test events; development, integration, testing and deployment of ground systems software builds to address emerging threats; development and fielding of upgraded launch support equipment; expanded systems testing through all ground and flight testing; cyber security support and testing; and, operations and support via performance based logistics approach. Work will be performed at multiple locations, including Huntsville, Alabama; Fort Greely, Alaska; Vandenberg Air Force Base, California; Schriever AFB, Colorado; Peterson AFB, Colorado; Cheyenne Mountain Air Station, Colorado; Colorado Springs, Colorado; Tucson, Arizona; other contractor designated prime, subcontractor, and supplier operating locations; and other government designated sites. The definitized effort will be performed by an industry team consisting of The Boeing Co., Northrop Grumman Innovation Systems, Northrop Grumman Systems Corp., Raytheon Co., and many other subcontractors. This acquisition was executed on a sole-source basis under the statutory authority of 10 U.S. Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Boeing, as the GMD DSC prime contractor, along with its subcontractors, collectively have demonstrated special capabilities and/or expertise and that no other companies would have been able to satisfactorily perform the required services without unacceptable delays in fulfilling the agency's requirements. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $26,951,213 were obligated at the time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. U.S. TRANSPORTATION COMMAND Twenty-five companies have been awarded a firm-fixed-price contract under the following Global Heavyweight Service, indefinite-delivery/indefinite-quantity, fixed-price contracts with an estimated value of $284,932,621: ABX Air Inc., Wilmington, Ohio (HTC71119DC002); Air Transport International Inc., Wilmington, Ohio (HTC71119DC003); Alaska Airlines Inc., Seattle, Washington (HTC71119DC004); Allegiant Air LLC, Las Vegas, Nevada (HTC71119DC005); American Airlines, Fort Worth, Texas (HTC71119DC006); Amerijet International Inc., Fort Lauderdale, Florida (HTC71119DC007); Atlas Air Inc., Purchase, New York (HTC71119DC008;) Delta Air Lines Inc., Atlanta, Georgia (HTC71119DC009); Federal Express Corp., Washington, District of Columbia (HTC71119DC010); Hawaiian Airlines, Honolulu, Hawaii (HTC71119DC011); Jet Blue, Long Island City, New York (HTC71119DC012); Kalitta Air LLC, Ypsilanti, Michigan (HTC71119DC013); Lynden Air Cargo LLC, Anchorage, Alaska (HTC71119DC014); Miami Air International Inc., Miami, Florida (HTC71119DC015); MN Airlines, doing business as Sun Country, Eagan, Minnesota (HTC71119DC016); National Air Cargo Group Inc., Orlando, Florida (HTC71119DC017); Northern Air Cargo Inc., Anchorage, Alaska (HTC71119DC018); Omni Air International LLC, Tulsa, Oklahoma (HTC71119DC019); Polar Air Cargo Worldwide Inc., Purchase, New York (HTC71119DC020); Southwest Airlines, Dallas, Texas (HTC71119DC021); Tantonduk Outfitters Ltd., Fairbanks, Alaska (HTC71119DC022); United Airlines Inc., Chicago, Illinois (HTC71119DC023); United Parcel Service Co. (UPS), Louisville, Kentucky (HTC71119DC024); USA Jet Airlines, Belleville, Michigan (HTC71119DC025); and Western Global Airlines (WGA), Estero, Florida (HTC71119DC026). This contract provides heavyweight delivery services for domestic and international shipments. Services shall be provided for the Department of Defense, other federal government agencies, and contractors who have a cost-reimbursable contract line item number under another government contract which includes transportation of freight (cost-reimbursable contractors). Services required include door-to-door, time-definite, pick-up and delivery, transportation, timely and accurate shipment tracking, government Third Party Payment System participation, customs clearance processing (if applicable) and shipment data reporting. Work will be performed internationally and domestically, with an expected completion date of Sept. 30, 2022. Ordering is decentralized and funding is provided by multiple government agencies. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded March 19, 2019) AAR Airlift Group Inc., Palm Bay, Florida, has been awarded a task order modification (HTC711-18-F-R029 P00005) on contract HTC711-17-D-R016 in the amount of $34,093,983. This modification provides continued support of NATO Air Command-Afghanistan/Combined Security Transition Command. The services provide dedicated rotary wing air transportation to move passengers, cargo, and human remains as well as perform casualty evacuation in support of the Afghan Air Force within the borders of the government of the Islamic Republic of Afghanistan. The option period of performance is from March 19, 2019, to March 18, 2020. Type of appropriation is fiscal 2018 and 2019 Afghanistan Security Force Funds (Army). This modification brings the total cumulative face value of the task order to $67,575,617 from $33,481,634. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded March 19, 2019) NAVY Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $245,048,211 firm-fixed-price modification to previously awarded contract N00024-17-C-6327 to exercise options for the Joint Counter-Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) Increment 1 Block 1 (I1B1) systems full-rate production in support of the Expeditionary Warfare Program Office. CREW systems are designed to provide protection for foot soldiers, vehicles and permanent structures. The JCREW I1B1 system is the first-generation system that develops a common open architecture across all three capabilities and provides protection for worldwide military operations. This integrated design maximizes commonality across all capabilities, reduces life cycle costs and provides increased protection against worldwide threats. Work will be performed in San Diego, California, and is expected to be completed by January 2021. Foreign military sales funding from the government of Australia in the amount of $2,159,560 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Patriot Contract Services LLC, Concord, California, is awarded a $77,030,190 modification for the fixed-price portion of a previously awarded contract (N0003314C3210). This modification is for a 12-month bridge contract for the operation and maintenance of eight government-owned Watson-class large medium-speed roll-on/roll-off ships. The ships will continue to support Military Sealift Command's worldwide prepositioning requirements. Work will be performed at sea worldwide beginning April 1, 2019, and is expected to be completed by March 31, 2020. Working capital funds (Navy and Transportation) funds in the amount of $77,030,190 are obligated at the time of award and will not expire at the end of the current fiscal year. This contract extension was not competitively procured. The contract was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code 2304(c)(1). The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. L-3 Chesapeake Sciences Corp., Millersville, Maryland, is being awarded a $43,094,331 fixed-price-incentive, firm-fixed-price, cost-plus-fixed-fee, cost-type modification to previously-awarded contract N00024-16-C-6251 to exercise options for the production of TB-29C towed arrays. Work will be performed in Liverpool, New York (48 percent); Millersville, Maryland (32 percent); and Ashaway, Rhode Island (20 percent), and is expected to be completed by January 2022. Fiscal 2018 and 2019 other procurement (Navy); and fiscal 2016 and 2017 shipbuilding and conversion (Navy) funding in the amount of $43,094,331 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Rolls-Royce Marine North America Inc., Walpole, Massachusetts, is being awarded a $32,462,990 firm-fixed-price delivery order (N0002419F4123) under previously-awarded contract N00024-19-G-4108 for two spare MT30 and one MT5S Marine Gas Turbine Engines (MGTEs). The material procured under this basic ordering agreement will build a rotatable pool of spare MT30 and MT5S MGTEs and related material. These MGTEs are installed in LCS 1-variant littoral combat ships (hulls 5 through 25 only) and DDG 1000-class destroyers. Work will be performed in Bristol, United Kingdom (93 percent); and Indianapolis, Indiana (7 percent), and is expected to be completed by March 2021. Fiscal 2018 other procurement (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $32,462,990 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, in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Bell Boeing Joint Program Office, Amarillo, Texas, is being awarded an $18,663,905 modification (P00003) to a firm-fixed-price delivery order (N0001919F0305) against a previously issued basic ordering agreement (N00019-17-G-0002). This modification exercises an option to procure 60 MV-22 Proprotor Hub spring and drive link kits for the Marine Corps; and 10 CV-22 Proprotor Hub spring and drive link kits and six CV-22 Hub Spring Mod spare kits for the Air Force. Additionally, this modification provides for the procurement of 12 interim spare drive links, three interim spare hub springs and nine proprotor hub spring and drive link kits in support of the government of Japan. Work will be performed in Amarillo, Texas, and is expected to be completed in March 2021. Fiscal 2019 aircraft procurement (Navy and Air Force); and Foreign Military Sales funds in the amount of $18,663,905 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps ($13,355,718; 72 percent), the Air Force ($2,891,600; 15 percent); and the government of Japan ($2,416,587; 13 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY SRI International, Menlo Park, California, has been awarded a maximum $87,707,816 long-term, indefinite-delivery, hybrid cost-plus-fixed-fee, firm-fixed-price, requirements type contract for the generalized emulation of microcircuits production program. 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 one six-month option period. Locations of performance are New Jersey and California, with a Jan. 31, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriations are fiscal 2019 through 2024 operations and maintenance; and defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-19-D-0025). Moog Inc., Elma, New York, has been awarded a maximum $18,618,768 firm-fixed-price requirements-type contract in support of the F/A-18 aircraft. 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 three-year contract with no option periods. Locations of performance are New York and California, with a March 21, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPE4AX-17-D-9415). Top Flight Aerostructures Inc.,* Dallas, Georgia, has been awarded a maximum $10,000,000 modification (P00006) exercising the two-year option period of a three-year base contract (SPRWA1-16-D-0007) with one two-year option period for consumable and depot-level repairables for C5 panels. This is a firm-fixed-price contract. Location of performance is Georgia, with a March 22, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia. Aero Components Inc.,* Fort Worth, Texas, has been awarded a maximum $10,000,000 modification (P00008) exercising the two-year option period of a three-year base contract (SPRWA1-16-D-0002) with one two-year option period for consumable and depot-level repairables for C5 panels. This is a firm-fixed-price contract. Location of performance is Texas, with a March 22, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia. Truman Arnold Companies, doing business as TAC Air, Fort Smith, Arkansas, has been awarded a minimum $7,376,860 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 47-month contract with a six-month option period. Location of performance is Arkansas, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0026). The Boeing Co., Seattle, Washington, has been awarded a maximum $7,123,294 firm-fixed-price delivery order (SPRPA1-19-F-MQ03) against a five-year basic ordering agreement (SPE4A1-19-G-0013) with no option periods for turret drive units for the P-8 aircraft. 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, two-month contract with no option periods. Location of performance is Washington, with a May 30, 2024, performance completion date. Using customers are Navy and Foreign Military Sales to the United Kingdom. Type of appropriation is fiscal 2019 through 2024 Navy working capital funds and foreign military sales funding. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. AIR FORCE Range Generation Next, LLC (RGNext), Sterling, Virginia, has been awarded an $81,597,046 fixed-price-incentive-firm modification (P00231) to previously awarded contract FA8806-15-C-0001 for Launch and Test Range System Integrated Support Contract operations, maintenance, and sustainment. This modification provides for support of an increase in operational requirements. Work will be performed primarily at the Western Range at Vandenberg Air Force Base, California; and the Eastern Range at Patrick Air Force Base, Florida. Work is expected to be complete by Sept. 30, 2022. No funds are being obligated at the time of award. Space and Missile Systems Center, Peterson AFB, Colorado, is the contracting activity (FA8806-15-C-0001). L-3 Communications, Greenville, Texas, has been awarded a $48,417,986 cost-plus-fixed-fee modification (P00005) to previously to previously awarded delivery order FA8620-18-F-4801, against basic ordering agreement FA8620-16-G-3027, for an additional engineering effort. This modification provides for non-recurring engineering for the design effort of the ground system. Work will be performed in Greenville, Texas, and is expected to be complete by Dec. 24, 2021. This award is the result of a sole-source acquisition, and contract involves 100 percent foreign military sales. Foreign military sales funds in the full amount are being obligated at the time of award. This modification brings the total cumulative face value of the contract to $258,236,191. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity. General Dynamics, Ordnance and Tactical Systems, Niceville, Florida, has been awarded a $27,600,096 firm-fixed-price modification (P00012) to previously awarded contract FA8681-16-C-0002 for the BLU-134/B Improved Lethality Warhead. This modification provides for the exercise of an option for a quantity of BLU-134/B warheads produced under the basic development contract. Work will be performed in Niceville, Florida, and is expected to be complete by Sept. 30, 2020. Fiscal year 2019 procurement funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. Atmospheric and Environmental Research (AER), Lexington, Massachusetts, has been awarded a $21,559,320 cost-plus-fixed-fee contract for research and development. This contract will provide for comprehensive, next-generation space environment model development, verification and validation, space environment related product development support, and design/prototyping of advanced space weather sensors. Work will be performed in Lexington, Massachusetts; and Kirtland Air Force Base, New Mexico, and is expected to be complete by July 1, 2024. The award is the result of a competitive acquisition and four offers were received. Research and development funds in the amount of $2,107,785 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-19-C-0400). The Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $20,000,000 indefinite-delivery/indefinite-quantity contract for Advanced Turbine Technologies for Affordable Mission-Capability Phase I. This contract provides for the development, demonstration, and transition of advanced turbine propulsion, power and thermal technologies that provide improvement in affordable mission capability. Work will be performed in St. Louis, Missouri, and is expected to be complete by March 2027. This award is the result of a competitive acquisition and 54 offers were received. Fiscal 2018 and 2019 research and development funds in the amounts of $5,000 and $315,000, respectively, are being obligated on the first task order at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Dayton Ohio, is the contracting activity (FA8650-19-D-2055). Boston College, Institute for Scientific Research, Boston, Massachusetts, has been awarded a $10,632,835 cost reimbursable contract for research and development. This contract provides for extending and exploiting existing tools, assets and information to maximize near-term benefits to the government, while simultaneously generating new ideas, innovations and basic research for next-generation technologies promising new, in some cases revolutionary, capabilities for the warfighter. Work will be performed at Boston College, Massachusetts; and Kirtland Air Force Base, New Mexico; and a few other locations in the U.S., and is expected to be complete by April 1, 2024. The award is the result of a competitive acquisition and four offers were received. Fiscal 2019 research and development funds in the amount of $681,932 are being obligated at the time of award. Air Force Research Laboratory, Kirtland AFB, New Mexico, is the contracting activity (FA9453-19-C-0401). Lockheed Martin Corp. Rotary and Mission Systems, King of Prussia, Pennsylvania, been awarded a $9,127,496 cost-plus-fixed-fee contract for Joint Air-to-Surface Standoff Missile (JASSM) Enterprise Management System 8.0. This contract provides for enhancements to the software package known as the JASSM Enterprise Management System. Work will be performed in King of Prussia, Pennsylvania, and is expected to be complete by March 21, 2020. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $7,950,826 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin, Air Force Base, Florida, is the contracting activity (FA8682-19-C-0012). General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a not-to-exceed $8,925,748 undefinitized contract action for the France MQ-9 Block 1 Weapons integration effort. This contract provides for the production and integration of weapons kits onto the French Air Force MQ-9 Block 1 aircraft. Work will be performed in Poway, California, and is expected to be complete by Sept. 30, 2020. This contract involves 100 percent foreign military sales to France. Foreign military sales funds in the amount of $4,373,617 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-F-2388). Summit Technical Solutions LLC, Colorado Springs, Colorado, has been awarded a $7,399,030 modification (P00024) to previously awarded contract FA2517-17-C-8000 for the Perimeter Acquisition Radar Attack Characterization System (PARCS). This modification provides for the exercise of Option Year Two and the management, operation, maintenance and logistical support of PARCS. Work will be performed at Cavalier Air Force Station, North Dakota, and is expected to be complete by April 30, 2020. Fiscal 2019 operational and maintenance funds in the amount of $6,825,574; and fiscal 2018 other procurement funds in the amount of $882,912 are being obligated at the time of award. This modification brings the total cumulative face value of the contract to $46,920,785. The 21st Contracting Squadron, Peterson Air Force Base, Colorado, is the contracting activity. ARMY U.S. Facilities Inc., Philadelphia, Pennsylvania, was awarded a $20,047,415 firm-fixed-price contract for Atlantic Intracoastal Waterway facilities operations and maintenance. Bids were solicited via the internet with one received. Work will be performed in Chesapeake, Virginia, with an estimated completion date of April 1, 2024. Fiscal 2019 operations and maintenance Army funds in the amount of $3,792,940 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-C-0008). The Urban Collaborative LLC,* Eugene, Oregon (W912BV-19-D-0004); HB&A - The Schreifer Group JV,* Colorado Springs, Colorado (W912BV-19-D-0005); and Onyx of Alexandria Inc.,* Alexandria, Virginia (W912BV-19-D-0006), will compete for each order of the $20,000,000 firm-fixed-price contract for investigative studies, design services and other support services. 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 March 21, 2024. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity. Valley Foods Inc.,* Youngstown, Ohio, was awarded a $10,000,000 firm-fixed-price contract for subsistence items and meals for the Virginia National Guard. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 29, 2024. U.S. Property and Fiscal Office Virginia is the contracting activity (W912LQ-19-D-0001). Goodfellow Bros. Inc., Wenatchee, Washington, was awarded a $6,917,330 modification (P00001) to contract W912CN-18-D-0008 for rock crushing services at Pohakuloa Training Area, Hawaii. 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 23, 2023. 413th Combat Support Brigade, Hawaii, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1793336/

  • Contract Awards by US Department of Defense - March 21, 2019

    March 26, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - March 21, 2019

    DEFENSE LOGISTICS AGENCY Federal Resources Supply Co.,* Stevensville, Maryland (SPE8EH-19-D-0014); L.N. Curtis & Sons,* Oakland, California (SPE8EH-19-D-0015); Mallory Safety and Supply,* Longview, Washington (SPE8EH-19-D-0016); Noble Supply & Logistics,* Rockland, Massachusetts (SPE8EH-19-D-0017); Quantico Tactical Inc.,* Aberdeen, North Carolina (SPE8EH-19-D-0018); and W.S. Darley & Co.,* Itasca, Illinois (SPE8EH-19-D-0019), are sharing a maximum $985,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8EH-16-R-0001 for fire and emergency services equipment. This was a competitive acquisition with 13 offers received. These are two-year base contracts with three one-year option periods. Locations of performance are California, Illinois, Maryland, Massachusetts, North Carolina, and Washington, with a March 20, 2024, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal year 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support in Philadelphia, Pennsylvania. Government Scientific Source,* Reston, Virginia, has been awarded a maximum $475,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for laboratory supplies. This was a competitive acquisition with four responses received. This is a five-year contract with no option periods. Location of performance is Virginia, with a March 20, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-19-D-0004). SND Manufacturing,* Dallas, Texas, has been awarded a maximum $7,997,485 firm-fixed price, indefinite-delivery/indefinite-quantity contract for Navy and Marine Corps running suit jackets. This is a one-year base contract with four one-year options. This was a competitive acquisition with three responses received. Location of performance is Texas, with a March 17, 2020, performance completion date. Using military services are Navy and Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-5038). Viasat Inc., Carlsbad, California, has been awarded a maximum $7,133,760 firm-fixed-price contract for radio receivers for the P-8 aircraft. 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 nine-month contract with no option periods. Location of performance is California, with a Dec. 19, 2019, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-19-C-V037). NAVY General Dynamics National Steel and Shipbuilding Co.-Bremerton, Bremerton, Washington, is awarded a maximum value $465,150,000 cost-cost-plus-incentive-fee, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for aircraft carrier (CVN) shipyard availabilities. The primary purpose of this contract is to execute work required to support the Puget Sound Naval Shipyard and Intermediate Maintenance Facility in accomplishing repair, maintenance, and modernization of closely scheduled maintenance availabilities, including non-nuclear boundary control efforts. This contract includes five ordering periods which, if executed, would make the maximum value of this contract $465,150,000. Work will be performed in Bremerton, Washington, and is expected to be completed by March 2024 when all five ordering periods have been executed. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $928,336 will be obligated at the time of award and will expire at the end of the fiscal year. This contract was competitively procured via Federal Business Opportunities website, with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-D-4310). BAE Systems San Diego Ship Repair, San Diego, California, is awarded a $41,895,897 firm-fixed-price contract for the execution of USS Anchorage (LPD 23) fiscal 2019 selected restricted availability. This availability will include a combination of maintenance, modernization, and repair of USS Anchorage. This is a “long-term” availability and was competed on a coast-wide (West Coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $48,428,791. Work will be performed in San Diego, California, and is expected to be completed by July 2020. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) in the amount of $41,895,901 will be obligated at time of award, and contract funds in the amount of $34,002,448 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with two offers received in response to Solicitation No. N00024-18-R-4411. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4407). United Technologies Corp., Pratt & Whitney Engines, Hartford, Connecticut, is awarded $18,434,122 for modification P00003 to a previously awarded fixed-price-incentive-firm contract (N00019-18-C-1021). This modification provides additional funding for F-135 long lead items in support of non-U.S. Department of Defense (U.S. DoD) participants. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in March 2022. Non-U.S. DoD participant funds in the amount of $18,434,122 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. JJLL LLC, Austin, Texas, is awarded $18,353,983 under a previously awarded cost-plus-incentive-fee contract (N62742-17-C-3580) to exercise the second option period to provide services for Philippines operations support for the Marine Corps Forces, Pacific and Pacific Command Augmentation Team, the Republic of Philippines. The work to be performed provides services for management and administration; commercial telephones, cable television and other services; security; airfield facilities; passenger terminal and cargo handling; ordnance; material management; supply services; morale, welfare and recreation support; galley; billeting; facility management; facility investment; facility services; utilities; base support vehicles and equipment; and environmental services. After award of this option, the total cumulative contract value will be $99,551,165. Work will be performed in the Republic of the Philippines, and this option period is from April 2019 to March 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $15,370,311 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity. AIR FORCE L3 Technologies Systems Co., Cincinnati, Ohio, has been awarded a $131,780,189 indefinite-delivery/indefinite-quantity contract for the Cockpit-Selectable Height-of-Burst Sensor. This contract provides for the replacement of the current DSU-33D/B height-of-burst sensor and will address obsolescence issues, improve performance and add functionality. Work will be performed in Cincinnati, Ohio, and is expected to be complete by April 2027. This award is the result of a competitive acquisition and three offers were received. Fiscal 2018 procurement funds in the amount of $513,244 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-D-0006). General Atomics Aeronautical Systems Inc., Poway, Calif., has been awarded a not-to-exceed $123,293,911 undefinitized contract action for MQ-9 Block 5 procurement. This contract provides for four MQ-9 unmanned air vehicles, four Mobile Ground Control Stations, spares, and support equipment. Work will be performed predominately in Poway, California, and is expected to be complete by Dec. 31, 2020. This contract involves 100 percent foreign military sales to the Netherlands. Foreign military sales funds in amount of $38,928,607 are being obligated at the time of award. Air Force Life Cycle Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-F-2310). MAG Aerospace, Newport News, Virginia, has been awarded an $11,386,672 predominantly firm-fixed-price contract for the UK MQ-9 Reaper Operations Center. This contract provides for ongoing sustainment, management, development and network administration of the United Kingdom MQ-9 Reaper Operations Centers. Work will be performed at Creech Air Force Base, Nevada; and Royal Air Force Waddington, United Kingdom, and is expected to be complete by Sept. 30, 2021. This award is the result of a sole-source acquisition and involves 100 percent foreign military sales to the government of the United Kingdom. Air Force Life Cycle Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-C-2002). Call Henry Inc., Titusville, Florida, has been awarded a $10,200,000 predominantly fixed-price incentive modification (P00051) to previously awarded contract FA4610-18-C-0005 for the exercise of Option Year Two. This modification provides management and support, maintenance and repair, operations, other services and minor alteration related to launch operations support. This modification brings the total cumulative face value of the contract to $55,975,903. Work will be performed at Vandenberg Air Force Base, California, and is expected to be complete by June 30, 2020. Fiscal 2019 operations and maintenance funds in the amount of $3,000,000 will be obligated at the time of award. The 30th Contracting Squadron, Vandenberg AFB, California, is the contracting activity. ARMY Whitesell-Green Inc., Pensacola, Florida, was awarded a $26,376,465 firm-fixed-price contract to design and build student dorms. Bids were solicited via the internet with five received. Work will be performed in Eglin Air Force Base, Florida, with an estimated completion date of March 21, 2021. Fiscal 2019 military construction funds in the amount of $26,376,465 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-C-0012). SAP National Security Services Inc., Newtown Square, Pennsylvania, was awarded a $16,014,307 time and materials contract for consulting services. One bid was solicited with one bid received. Work will be performed in Alexandria, Virginia; and Aberdeen, Maryland, with an estimated completion date of March 21, 2022. Fiscal 2019 research, development, test and evaluation; and operations and maintenance, Army funds in the amount of $4,011,556 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-C-0020). Valiant Global Defense Services Inc., San Diego, California, was awarded an $8,717,022 modification (P00086) to contract W91QVN-14-C-0033 for operations support services for the Korea Battlefield Simulation Center. Work will be performed in Seoul, South Korea, with an estimated completion date of Sept. 30, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,474,936 were obligated at the time of the award. 411th Combat Support Battalion, Korea, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1792112/

  • Contract Awards by US Department of Defense - March 20, 2019

    March 26, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - March 20, 2019

    NAVY The Boeing Co., St. Louis, Missouri, is awarded a ceiling priced $4,040,458,297 modification to convert a previously awarded advanced acquisition contract (N00019-18-C-1046) to a fixed-price-incentive-firm-target multi-year contract. The target price for this multi-year contract is $4,001,410,000. This modification provides for the full-rate production and delivery of 78 F/A-18 aircraft, specifically 61 F/A-18E and 17 F/A-18F aircraft for fiscal years 2018 through 2021. Work will be performed in El Segundo, California (61 percent); Hazelwood, Missouri (9 percent); Longueuil, Quebec, Canada (2 percent); Torrance, California (2 percent); Bloomington, Minnesota (2 percent); Ajax, Ontario, Canada (2 percent); Vandalia, Ohio (1 percent); Fort Worth, Texas (1 percent); Irvine, California (1 percent); Palm Bay, Florida (1 percent); Santa Clarita, California (1 percent); Grand Rapids, Michigan (1 percent); Greenlawn, New York (1 percent); Endicott, New York (1 percent); Marion, Virginia (1 percent); and various locations within the continental U.S. (13 percent). Work is expected to be completed in April 2024. Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $1,557,334,000 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. American Systems Corp., Chantilly, Virginia (M67854-19-D-7870); Calibre Systems Inc., Alexandria, Virginia (M67854-19-D-7871); Corps Solutions, Stafford, Virginia (M67854-19-D-7872); Obsidian Solutions Group,* Fredericksburg, Virginia (M67854-19-D-7873); Science Applications International Corp., Reston, Virginia (M67854-19-D-7874); Solutions Through Innovative Technologies Inc., Fairborn, Ohio (M67854-19-D-7875); and Valiant Global Defense Services Inc., San Diego, California (M67854-19-D-7876), are awarded a multiple award, indefinite-delivery/indefinite-quantity contract with firm-fixed-pricing arrangements for the procurement of Marine Air-Ground Task Force (MAGTF) Training Systems Support (MTSS), with a combined maximum ceiling amount of $245,000,000. MTSS provides pre-deployment training to the Marine Corps Operating Forces within a joint and combined environment to improve warfighting skills. Training includes realistic computer-based simulation training; command, control, computers, communications, intelligence, surveillance, and reconnaissance training; combined arms staff trainer training; MAGTF tactical warfare simulation; and Deployable Virtual Training Environment. Work will be performed at Quantico, Virginia (55 percent); Camp Lejeune, North Carolina (15 percent); Camp Pendleton, California (10 percent); Twentynine Palms, California (10 percent); and Okinawa, Japan (10 percent), and is expected to be completed by March 19, 2029. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued. The companies will compete for task orders under the terms and conditions of the awarded contract. This contract was competitively procured via the Federal Business Opportunities website, with seven offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. Merrill Technologies Group,* Saginaw, Michigan (N68335-19-D-0038); and Precision Custom Components LLC,* York, Pennsylvania (N68335-19-D-0039), are each being awarded indefinite-delivery/indefinite-quantity contracts. These contracts provide for the delivery of various components in support of the aircraft launch and recovery and support equipment programs, to include critical safety item/critical application item. The estimated aggregate ceiling for all contracts is $42,240,000, with the companies having an opportunity to compete for individual orders. Work will be performed at contractor facilities in Merrill, Michigan; and York, Pennsylvania, and is expected to be completed in March 2024. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. These contracts were competitively procured via a 100 percent small business set-aside electronic request for proposals; three offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Northrop Grumman Systems Corp., Herndon, Virginia, is awarded $37,496,252 for modification P00002 to firm-fixed-price delivery order N0001918F0478 against a previously issued basic ordering agreement (N00019-15-G-0026). This modification provides for the procurement and delivery of seven MR-TCDL B-Kits, one Mission Avionics Systems Trainer B-Kit, and associated A- and B-Kit spares for the MR-TCDL upgrade to the E-6B Mercury aircraft. Work will be performed in Salt Lake City, Utah (73 percent); San Diego, California (25 percent); and Boston, Massachusetts (2 percent), and is expected to be completed in October 2021. Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $37,496,252 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 Rotary and Mission Systems, Syracuse, New York, is awarded a $27,510,334 cost-plus-incentive-fee modification to previously-awarded contract N00024-09-C-6247 for the procurement of fiscal 2019 electronic warfare AN/BLQ-10 kits and spares to support program requirements. Work will be performed in Syracuse, New York (99 percent); and Manassas, Virginia (1 percent), and is expected to be completed by October 2022. Fiscal 2019 other procurement (Navy) funding in the amount of $27,510,334 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. MEB General Contractors Inc., Chesapeake, Virginia, is awarded a $20,334,000 firm-fixed-price contract for consolidated fuel facilities at Shaw Air Force Base, South Carolina. The work to be performed provides for the construction of a new 6400 sq. ft. petroleum, oils, and lubricants operations facility with privately-owned vehicle parking for 60 vehicles; a new 2400 gallons per minute (gpm) Type III pump house facility and control room; four new 600 gpm high speed truck fillstands; a new reinforced concrete parking area for 20 fuel refueler trucks; piping modifications to the three existing aboveground storage tanks; new interconnecting piping; spill containment provision; a cathodic protection system; and supporting site work and utilities for the new facilities. Work will be performed in Sumter, South Carolina, and is expected to be completed by March 2021. Fiscal 2018 military construction (Defense Logistics Agency) contract funds in the amount of $20,334,000 are obligated on this 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 three proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-C-1304). Air Cruisers Co. LLC, Wall Township, New Jersey, is awarded an $8,026,673 long-term contract for repair of five various life raft inflatables in support of the Multi-Place Life Rafts System for use on various aircraft. The contract will include a three-year contract with two one-year option periods which if exercised, the total value of the contract is estimated to be $13,754,049. Work will be performed in Liberty, Mississippi. Work is expected to be completed by March 2022; if all options are exercised, work will be completed by March 2024. No funds are obligated at the time of award. Annual working capital funds (Navy) will be obligated as individual task orders are issued. Funds will not expire at the end of the current fiscal year. This contract was a sole-source, non-competitive requirement pursuant to the authority set forth in Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-UC01). ARMY American Mechanical Inc.,* Fairbanks, Alaska (W911KB-19-D-0012); Brice Civil Constructors Inc.,* Anchorage, Alaska (W911KB-19-D-0013); Central Environmental Inc.,* Anchorage, Alaska (W911KB-19-D-0014); Derian/OCC JV,* Anchorage, Alaska (W911KB-19-D-0015); and Patrick Mechanical LLC,* Fairbanks, Alaska (W911KB-19-D-0016 ), will compete for each order of the $200,000,000 firm-fixed-price contract for design, construct and repair of utilidor/utility systems. 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 March 18, 2024. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity. Applied Visual Technology Inc.,* Orlando, Florida, was awarded a $10,153,464 modification (P00005) to contract W900KK-18-D-0019 for systems engineering and software support. Work locations and funding will be determined with each order, with an estimated completion date of March 19, 2020. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity. AIR FORCE Company Deloitte Consulting LLP, Arlington, Virginia, has been awarded a $39,933,653 firm-fixed-price contract for technical and programmatic expertise and recommendations. This contract provides for force optimization analysis support to HQ Air Combat Command. Work will take place at Joint Base Langley-Eustis, Virginia, and is expected to be completed by June 15, 2022. This contract is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount of $4,949,388 are being obligated at the time of award. Headquarters Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-19-F-A024). (Awarded March 19, 2019) DEFENSE LOGISTICS AGENCY Freeman Holdings of Louisiana LLC, doing business as Million Air Lake Charles,* Lake Charles, Louisiana, has been awarded a minimum $18,832,439 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 47-month contract with a six-month option period. Location of performance is Louisiana, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0008). M&M Manufacturing LLC,** Lajas, Puerto Rico, has been awarded a maximum $13,781,250 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Navy Working Uniform blouses and Army Combat Uniform coats. This was a competitive acquisition with six responses received. This is an 18-month base contract with three one-year option periods. Location of performance is Puerto Rico, with a March 19, 2021, estimated performance completion date. Using military services are Navy and Army. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1145). Eaton Aeroquip LLC, Jackson, Michigan, has been awarded a maximum $8,992,216 firm-fixed-price contract for hoses, assemblies and other related parts. This was a competitive acquisition with one offer received. This is a three-year contract with two one-year option periods. Location of performance is Michigan, with a March 20, 2022, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0016). *Small business **Woman-owned small business in historically underutilized business zones https://dod.defense.gov/News/Contracts/Contract-View/Article/1790554/

  • Pentagon: We’re Buying Boeing F-15s to Keep 2 Fighter Makers in Business

    March 26, 2019 | International, Aerospace

    Pentagon: We’re Buying Boeing F-15s to Keep 2 Fighter Makers in Business

    BY MARCUS WEISGERBER The acting defense secretary's ties to the company had nothing to do with the decision, a senior defense official said Friday. The decision to buy new Boeing F-15s reflects the Pentagon's desire to keep two American companies making fighter jets into the next decade — and not the acting defense secretary's ties to the company, a senior defense official said Friday. The 2020 budget request contains $1.1 billion to buy eight F-15X jets, a new variant of an aircraft the Air Force last bought nearly a decade ago. The twin-tailed plane was chosen over Lockheed's cheaper single-engine F-16 in part to keep a second U.S. manufacturer in the tactical-jet business as the Pentagon begins exploring new technologies for a new generation of warplanes, the official said. “One of the considerations was the diversity of the industrial base,” the official said. “If we look at something as important as the tactical aircraft industrial base and we look forward into sixth-generation [fighter] production and competition and that kind of stuff,...gaining diversity in that industrial base is going to be critical.” The senior defense official emphasized that Acting Defense Secretary Patrick Shanahan, who formerly worked as a Boeing executive, was not involved in the decision to buy the F-15X. Full article: https://www.defenseone.com/business/2019/03/pentagon-were-buying-f-15s-keep-2-fighter-makers-business/155773

  • German Air Force jumping on passive radar

    March 26, 2019 | International, Aerospace, C4ISR

    German Air Force jumping on passive radar

    By: Sebastian Sprenger COLOGNE, Germany — The German Air Force has created a formal acquisition track for passive sensing technology, joining a global military equipment trend that could reshuffle the cat-and-mouse game of radar versus stealthy aircraft. A defense acquisition spokesman told Defense News that the service is working on an “FFF” analysis for passive sensor systems, a technical acronym from deep inside the military-acquisition bureaucracy. Short for “Fähigkeitslücke und Funktionale Forderung,” the process serves to describe a capability gap, derive requirements and eventually tee up an actual investment program. Information about the acquisition status came in a response by the Defence Ministry to Defense News about an event in November that showed the military's keen interest in passive radar. The Luftwaffe and the ministry's defense-acquisition organization had staged a weeklong “measuring campaign” in southern Germany aimed at visualizing the entire region's air traffic through TwInvis, a passive radar system made by Hensoldt. Queries about the results of the demonstration were left unanswered. Full article: https://www.defensenews.com/global/europe/2019/03/22/german-air-force-jumping-on-passive-radar

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.