Filter Results:

All sectors

All categories

    3544 news articles

    You can refine the results using the filters above.

  • Contract Awards by US Department of Defense - December 18, 2020

    December 21, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 18, 2020

    ARMY General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $4,620,000,000 fixed-price-incentive contract to produce Abrams M1A2 SEPv3 tanks. 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 June 17, 2028. The U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-21-D-0001). STS International Inc., Berkeley Springs, West Virginia, was awarded a $49,500,000 firm-fixed-price contract for combat field service equipment team services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 17, 2025. The U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-21-D-0001). Canadian Commercial Corp., Ottawa, Ontario, was awarded a $30,000,000 firm-fixed-price contract for the removal of existing excitation equipment and replacement of solid-state excitation equipment/systems. 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 Dec. 17, 2030. The U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity (W912P5-21-D-0002). NAVY Koa Lani JV LLC,* Orlando, Florida, is awarded an $854,000,000 indefinite-delivery/indefinite-quantity contract with firm-fixed price, cost-plus incentive fee and cost-reimbursement contract line items for range operations support and base operations support services. This contract includes a 60-month base period with one 60-month option period. Work will be performed at the Pacific Missile Range Facility, Island of Kauai, Hawaii. Work is expected to be completed by December 2025; if the option is exercised, work will be completed by December 2030. Subject to the availability of funds, fiscal 2021 operation and maintenance funds (Navy) in the amount of $20,000,000 will be obligated at the time of award to fund the contract's minimum amount and funds will not expire at the end of the current fiscal year. The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website as a 100% 8(a) set-aside requirement, with three offers received. The Naval Supply Systems Command, Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity (N00604-21-D-4000). L3 Technologies Inc., Salt Lake City, Utah, is awarded a $495,530,542 cost-plus-incentive-fee contract. This contract provides for the production and delivery of 10 pod simulators, eight operational prototype pods, four jettison mass model pods, two captive mass models, two mission system prototypes and two technique development systems in support of engineering and manufacturing development for the Next Generation Jammer Low Band program. Work will be performed in Salt Lake City, Utah (66%); Boulder, Colorado (10%); Carlsbad, California (9%); Stuart, Florida (7%); Indianapolis, Indiana (4%); St. George, Utah (2%); and Guthrie, Oklahoma (2%), and is expected to be completed in September 2025. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $20,377,862 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposal; two offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-21-C-0021). Raytheon Missile Systems, Tucson, Arizona, is awarded a $145,101,510 modification (P00003) to previously issued fixed-price-incentive-firm-target, firm-fixed-price contract N00019-20-C-0030. This modification exercises an option for the production and delivery of 90 full rate production Lot 17 Block V Tactical Tomahawk (TACTOM) All Up Round (AUR) Vertical Launch System missiles, including related hardware and services for the Navy. Additionally, this modification procures TACTOM AUR recertification AGR-4 spares. Work will be performed in Tucson, Arizona (40.6%); Walled Lake, Michigan (11.4%); Gainesville, Virginia (9.7%); El Segundo, California (5.1%); Clearwater, Florida (3.3%); Glenrothes, Scotland (3.1%); Spanish Fork, Utah (3%); Middletown, Connecticut (2.7%); Berryville, Arkansas (2.5%); Midland, Ontario, Canada (2.4%); Ontario, California (2%); Camden, Arkansas (1.8%); Vergennes, Vermont (1.7%); Anniston, Alabama (1.2%); and various locations within the continental U.S. (9.5%), and is expected to be completed in December 2023. Fiscal 2021 weapons procurement (Navy) funds in the amount of $140,686,082; and fiscal 2020 weapons procurement (Navy) funds in the amount of $4,415,428 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. Progeny Systems Corp.,* Manassas, Virginia, is awarded a $41,716,025 fixed-price-incentive (firm target), cost-plus-fixed-fee and cost only modification to previously awarded contract N00024-18-C-6410 to exercise options for the production of MK54 MOD 1 lightweight torpedo kits, associated production support material, spares and engineering and hardware support services. This modification is in support of the MK54 MOD 1 Lightweight and MK48 Heavyweight torpedo programs. This contract combines purchases for the Navy (99%); and the governments of Australia, Canada, Taiwan, United Kingdom, Netherlands, Denmark and Belgium (1% combined), under the Foreign Military Sales (FMS) program. Work will be performed in Charleroi, Pennsylvania (70%); Salt Lake City, Utah (26%); and Manassas, Virginia (4%), and is expected to be completed by December 2023. Fiscal 2021 weapons procurement (Navy) funds in the amount of $41,210,110 (99%); and FMS funds in the amount of $505,915 (1%) 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. CFM International Inc., West Chester, Ohio, is awarded a $28,529,246 modification (P00006) to previously awarded firm-fixed-price contract N00019-18-C-1071. This modification adds scope to procure two P-8A Poseidon CFM56-7B27AE engines for the governments of Australia and New Zealand. Work will be performed in Villaroche, France (53%); Durham, North Carolina (43%); Singapore (3%); and Bromont, Canada (1%), and is expected to be completed in November 2021. Foreign Military Sales funds in the amount of $14,264,623; and foreign cooperative project funds in the amount of $14,264,623 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. General Dynamics Bath Iron Works, Bath, Maine, is awarded a $23,852,562 cost-plus-award-fee and cost modification to previously awarded contract N00024-19-C-2322 to exercise options for the accomplishment of planning yard efforts such as engineering, technical, planning, ship configuration, data and logistics efforts for DDG-1000 class destroyers post-delivery and in-service life-cycle support. Work will be performed in Bath, Maine (95%); and San Diego, California (5%), and is expected to be completed by December 2021. Fiscal 2021 shipbuilding and conversion (Navy) $1,659,554 funding will be obligated at the 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 (N00024-19-C-2322). Northrop Grumman Systems Corp., San Diego, California, is awarded a $22,320,161 modification (P00006) to previously awarded cost-plus-fixed-fee contract N00019-20-C-0025. This modification exercises options to procure software and engineering sustainment services, software support, logistics, cyber security and program related engineering in support of MQ-8 Fire Scout unmanned air systems. Work will be performed in San Diego, California, and is expected to be completed in December 2021. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $5,452,295; fiscal 2021 operation and maintenance (Navy) in the amount of $3,982,259; and fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $139,877 will be obligated at time of award, of which $3,982,259 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. BAE Systems Platforms & Services, Minneapolis, Minnesota, is awarded an $18,000,057 fixed-price contract action for Virginia class submarine propulsors. The services under this contract include the engineering and support for the construction of fixed assemblies for the Virginia class propulsor. This contract includes options which, if exercised, would bring the cumulative value of this contract to $98,152,185. Work will be performed in Louisville, Kentucky (90%); and Minneapolis, Minnesota (10%), and is expected to be completed by February 2027. Fiscal 2020 shipbuilding and conversion (Navy) $18,000,057 funding will be obligated at time of award and will not expire at the end of the 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, D.C., is the contracting activity (N00024-21-C-4106). Daniels & Daniels Construction Co., Inc., Goldsboro, North Carolina, is awarded a $13,437,820 firm-fixed-price contract for the construction of the Marine Raider Regiment Headquarters, Marine Corps Base, Camp Lejeune, North Carolina. The work to be performed constructs a headquarters facilities and includes miscellaneous supporting structures, utilities, parking, roadways, sidewalks, running trails and site work. The structures will be single-story steel frame buildings with brick veneer over metal studs, standing seam metal roofs, metal soffits and translucent wall panels. Work will be performed at Marine Corps Base, Camp Lejeune, North Carolina, and is expected to be completed by December 2022. Fiscal 2020 military construction (Navy) contract funds in the amount of $13,437,820 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with five proposals received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-R-9148). DRS Systems Inc., Melbourne, Florida, is awarded a $10,121,768 firm-fixed-price, cost-plus-fixed-fee, cost reimbursable delivery order (N00019-21-F-0238) against previously issued basic ordering agreement N00019-19-G-0030. This order provides non-recurring engineering for the design, development and integration of the AN/AAQ-45 Distributed Aperture Infrared Countermeasure system, including associated weapons replaceable assemblies in support of the HH-60W aircraft for the Air Force. Work will be performed in Dallas, Texas (80%); San Diego, California (11%); Fort Walton Beach, Florida (8%); and Melbourne, Florida (1%), and is expected to be completed in January 2023. Fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $10,121,768 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Lockheed Martin Corp., Rotary and Mission Systems, Mitchel Field, New York, is awarded a $9,273,205 cost-plus-incentive fee and cost-plus-fixed-fee contract modification (P00012) to previously awarded and announced contract N00030-20-C-0045 for the U.S. and United Kingdom (U.K.) to provide strategic weapon system Trident fleet support, Trident II SSP Shipboard Integration (SSI) Increment 8, SSI Increment 16, Columbia class and U.K. Dreadnought class navigation subsystem development efforts. Work will be performed in Mitchel Field, New York (47%); Huntington Beach, California (36%); Clearwater, Florida (9%); Cambridge, Massachusetts (6%); and Hingham, Massachusetts (2%), with an expected completion date of Nov. 30, 2023. Fiscal 2021 other procurement Navy funds in the amount of $9,273,205 will be obligated. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4). The Strategic Systems Programs, Washington, D.C., is the contracting activity. Raytheon Co., McKinney, Texas, is awarded an $8,400,868 firm-fixed-price order (N68335-21-F-0102) against previously issued basic ordering agreement N68335-20-G-1043. This order provides non-recurring engineering for the Multi-Spectral Targeting System (MTS) software deficiency corrections, design and integration of four turret unit sensors and two electronics unit circuit card assemblies to address system obsolescence and provide a standard definition compatible system to multiple systems on various aircraft that utilize the MTS for the governments of India and Australia. Work will be performed in McKinney, Texas (85%); Patuxent River, Maryland (10%); and Owego, New York (5%), and is expected to be completed in September 2022. Foreign cooperative project funds in the amount of $6,853,795; and Foreign Military Sales funds in the amount of $1,547,073 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. Edison Chouest Offshore, Cut Off, Louisiana, is awarded a $7,740,555 modification (P00021) to previously awarded firm-fixed-price contract N32205-17-C-3513 to exercise a third 12-month option with reimbursable elements for one maritime support vessel MV Carolyn Chouest. This vessel will be utilized to launch, recover, refuel and resupply of various size crafts in the U.S. Indo-Pacific Command's (USINDOPACOM) area of responsibility (AOR). This contract includes a 12-month base period, three 12-month option periods and one 11-month option period. Work will be performed in the USINDOPACOM AOR, and is expected to be completed, if all options are exercised by Nov. 21, 2022. The option will be funded by fiscal 2021 (Navy) working capital funds in the amount of $6,001,581 that will expire at the end of the fiscal year; and fiscal 2022 (Navy) working capital funds in the amount of $1,738,974 that will expire at the end of fiscal 2022. The Military Sealift Command, Norfolk, Virginia, is the contracting activity. AIR FORCE The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $400,000,000 modification (P00014) to contract FA8107-19-D-0001 for B-1 and B-52 bomber engineering services. This modification is for recurring and non-recurring engineering services to B-1 and B-52 aircraft. Work will be performed at Tinker Air Force Base, Oklahoma; Edwards AFB, California; Barksdale AFB, Louisiana; and Oklahoma City, Oklahoma, and is expected to be completed Dec. 31, 2022. The total cumulative value of the contract is $1,200,000,000. Fiscal 2021 operation and maintenance funds in the amount of $33,903,201 are being obligated at the time of award. The Air Force Life Cycle Management, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8107-19-D-0001). Kegman Inc., Melbourne, Florida, has been awarded a $98,700,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with cost-reimbursable line items for travel and material purchases as needed and approved by the government. This contract provides non-personal advisory and assistance services in support of the Air Force Technical Applications Center's (AFTAC) mission that will include, but not be limited, to technical, programmatic, acquisition, expert panel, analyses, engineering, logistical and consultation support on a task order basis. Work will be performed on Patrick Space Force Base, Florida, and is expected to be completed Dec. 31, 2025. This award is the result of a competitive acquisition and one offer was received. Subject to the availability of funding, fiscal 2021 operation and maintenance funds in the amount of $2,267,485; fiscal 2021 research, development, test and evaluation funds in the amount of $3,194,720; and fiscal 2021 other procurement funds in the amount of $256,955 are being obligated at the time of award. Headquarters Air Combat Command, Acquisition Management and Integration Center, Patrick Space Force Base, Florida, is the contracting activity (FA7022-21-D-0002). Lockheed Martin Missile and Fire Control, Orlando, Florida, has been awarded a $48,634,855 855 cost-plus-incentive-fee and cost-plus-fixed-fee modification (P00017) to contract FA8682-18-C-0009 for the Joint Air-to-Surface Standoff Missile Group One development. This contract modification provides risk reduction testing, cyber testing and coatings to support the Group One development effort. Work will be performed in Orlando, Florida, and is expected to be completed June 28, 2024. Fiscal 2020 research, development, test and funds in the amount of $5,338,074; and fiscal 2019 other procurement funds in the amount of $3,100,060 are being obligated at the time of award. Total cumulative face value of the contract is $258,029,572. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $36,246,974 modification (P00009) to contract FA8620-20-C-2009 for France contractor logistics support MQ-9 Block Five and Block One aircraft. The contractor will provide an additional period of contractor logistics support for the French Air Force. Work will be performed in Poway, California, and is expected to be completed Dec. 31, 2021. This contract involves 100% Foreign Military Sales (FMS) to France. FMS funds in the amount in the full amount are being obligated at the time of award. The total cumulative face value of the contract is $73,305,690. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-20-C-2009). DynCorp International LLC, Fort Worth, Texas, has been awarded a $14,761,791 firm-fixed-price modification (P000012) to contract FA2860-19-C-0005 for rotary wing maintenance. This contract provides helicopter maintenance of aircraft assigned to the 316th Wing at Joint Base Andrews, Maryland. This modification exercises Option Period Two and is expected to be completed Dec. 31, 2021. Fiscal 2021 operation and maintenance funds in the full amount are being obligated at the time of award. Total cumulative face value of the contract is $75,020,715. The 316th Contracting Squadron, Services Flight, Joint Base Andrews, Maryland, is the contracting activity. The Raytheon Co., El Segundo, California, has been awarded a $10,873,024 cost-plus-fixed-fee contract for the sustainment of the Enhanced Integrator Sensor Suite (EISS) for the RQ-4 Global Hawk program. This contract provides for contractor logistics support and sustainment of the EISS on the RQ-4 Global Hawk aircraft. Work will be performed in El Segundo, California, and is expected to be completed Dec. 31, 2025. This award is the result of a sole-source acquisition. Fiscal 2021 operation and maintenance funds in the amount of $923,333 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8577-21-C-0002). DEFENSE LOGISTICS AGENCY SupplyCore, Inc.,* Rockford, Illinois, has been awarded a maximum $80,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year bridge contract with no option periods. Locations of performance are Ohio, Kentucky, Indiana, Nebraska, Illinois, Wisconsin, Iowa, Missouri, Minnesota, Michigan, North Dakota and South Dakota, with a Dec. 18, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-21-D-0004). FreshPack Produce Inc., Denver, Colorado, has been awarded a maximum $41,500,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is Colorado, with a Feb. 28, 2026, ordering period end date. Using customers are Department of Agriculture schools and reservations. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-S748). TMG OpCon LLLP, Ellijay, Georgia, has been awarded a maximum $27,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 135 responses received. This is a five-year contract with no option periods. Location of performance is Georgia, with a Dec. 17, 2025, performance completion date. - Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-21-D-0054). Crown Clothing Co.,* Vineland, New Jersey, has been awarded a maximum $8,541,763 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men's coats, belts and keepers. This was a competitive acquisition with four responses received. This is a one-year base contract with four one-year option periods. Location of performance is New Jersey, with a Dec. 17, 2021, ordering period end date. Using military service is Marine Corps. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D1432). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2452534/source/GovDelivery/

  • Contract Awards by US Department of Defense - December 17, 2020

    December 18, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 17, 2020

    ARMY Honeywell International, Phoenix, Arizona, was awarded a $1,105,100,580 modification (P00002) to contract W56HZV-20-D-0062 for the Automotive Gas Turbine 1500 engine program. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2025. The U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. The Boeing Co., Mesa, Arizona, was awarded a $40,717,442 modification (P00054) to contract W58RGZ-16-C-0023 for a Longbow Crew Trainer and spares. Work will be performed in Mesa, Arizona, with an estimated completion date of Feb. 28, 2025. Fiscal 2010 other procurement (Army) funds in the amount of $40,717,442 were obligated at the time of the award. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. L3 Technologies Inc., Salt Lake City, Utah, was awarded a $29,197,837 firm-fixed-price contract for the manned/unmanned teaming hardware, as well as technical and engineering support, for the Apache helicopter. Bids were solicited via the internet with one received. Work will be performed in Salt Lake City, Utah, with an estimated completion date of June 30, 2023. Fiscal 2021 aircraft procurement (Army) funds; and 2022 Foreign Military Sales (Morocco, Netherlands, Qatar, United Arab Emirates and United Kingdom) funds in the amount of $29,197,837 were obligated at the time of the award. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-21-F-0144). CORRECTION: The $837,591,519 multiple award contract announced on Dec. 16, 2020, to Central Lake Armor Express,* Central Lake, Michigan (W91CRB-21-D-0004); Bethel Industries Inc.,* Jersey City, New Jersey (W91CRB-21-D-0005); Carter Enterprises LLC,* Brooklyn, New York (W91CRB-21-D-0006); Point Blank Enterprises Inc., Pompano Beach, Florida (W91CRB-21-D-0007); and Slate Solutions Inc.,* Sunrise, Florida (W91CRB-21-D-0008), for the Soldier Protection System was actually awarded today, Dec. 17, 2020. NAVY Perspecta Enterprise Solutions LLC, Herndon, Virginia, is awarded a $797,344,313 modification to previously awarded indefinite-delivery/indefinite-quantity contract N00039-13-D-0013 for the existing Next Generation Enterprise Network (NGEN). The total cumulative value of this contract is an estimated $6,661,441,247. The contract modification is for services provided under NGEN support for approximately 400,000 seats representing more than 650,000 Navy and Marine Corps users at more than 2,500 locations. NGEN provides net centric data and information technology services for comprehensive, end-to-end information services through a common computing and communication environment to Navy and Marine Corps military, civilian and contractor users. The services provided under NGEN are enterprise services; network services; voice, video and data services; information security services; support services; and testing services. Work will be performed throughout the U.S. with an expected completion date of Sept. 30, 2021. No additional funding will be placed on contract or obligated at the time of modification award. Contract funds will be obligated on individual task orders and will expire at the end of the fiscal year. This contract modification will add four option periods under the base NGEN contract with a potential period of performance of nine months if all options are exercised. This contract modification was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1), one source or limited sources (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Ultra Electronics Ocean Systems Inc., Braintree, Massachusetts, is awarded a $186,411,242 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite quantity contract for the AN/SLQ-25E ‘NIXIE' electro-acoustic towed torpedo countermeasure system. This contract includes options which, if exercised, would bring the cumulative value of this contract to $268,514,278. Work will be performed in Braintree, Massachusetts (58%); Manchester, New Hampshire (25%); Lititz, Pennsylvania (13%); and Huntington Beach, California (4%), and is expected to be completed by December 2026. Fiscal 2020 other procurement (Navy) $2,200,000 funding will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Undersea Warfare Center Division, Keyport, Keyport, Washington, is the contracting activity (N00253-20-D-0002). Blue Rock Structures Inc.,* Pollocksville, North Carolina (N40085-16-D-6300); Daniels & Daniels Construction Co., Inc.,* Goldsboro, North Carolina (N40085-16-D-6301); Joyce & Associates Construction Inc.,* Newport, North Carolina (N40085-16-D-6302); Military & Federal Construction Co., Inc.,* Jacksonville, North Carolina (N40085-16-D-6303); Quadrant Construction Inc.,* Jacksonville, North Carolina (N40085-16-D-6304); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-16-D-6305), are awarded a $90,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity multiple award construction contracts for general construction services within the Marine Corps Installations East area of responsibility. The work to be performed provides for general construction services including new construction, demolition, repair, total/partial interior/exterior alteration/renovation of buildings, systems and infrastructure and may include civil, structural, mechanical, electrical, communication systems, installation of new or extensions to existing high voltage electrical distribution systems, extensions to the existing high pressure steam distribution systems, extensions to the potable water distribution systems, extensions to the sanitary sewer systems, additional storm water control systems, painting, removal of asbestos materials and lead paint, and incidental related work. After award of this modification, the total maximum dollar value for all six contracts combined will be $429,000,000. Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%), and is expected to be completed by September 2021. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operation and maintenance (Marine Corps); and military construction funds. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded firm-fixed-price task order N62473-21-F-4212 at $53,611,262 under a multiple award construction contract for design and construction of a mess hall and consolidated warehouse at Marine Corps Base Camp Pendleton (MCBCP), California. Work will be performed in MCBCP, California, and is expected to be completed by February 2025. The work to be performed provides for constructing a dining facility and a consolidated regimental supply warehouse and the project includes cybersecurity features, paving and site improvements including parking areas, roadways, curbs, gutters, sidewalks, landscaping, trash enclosures and signs. Demolition includes the removal of nine buildings. Fiscal 2020 military construction (Navy) contract funds in the amount of $53,611,262 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5858). BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, is awarded a $24,681,208 cost-plus-award-fee modification to exercise an option on previously awarded contract N00024-20-C-2320 for the accomplishment of post shakedown availability (PSA). The PSA is for one Freedom variant Littoral Combat Ship. Work will be performed in Mayport, Florida, and is expected to be completed by September 2021. Fiscal 2020 shipbuilding and conversion (Navy) ($942,895; 57%); and 2019 shipbuilding and conversion (Navy) ($711,306; 43%) funding will be obligated at the 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. CACI Inc.-Federal, Chantilly, Virginia, is awarded a $20,317,601 cost-plus-fixed-fee contract action in support of acquisition and integrated logistics for the Program Executive Office (PEO), Integrated Warfare Systems (IWS), Front Office (FO). Tasking includes support to the broad areas of acquisition and integrated logistics for the current and future programs and their variants assigned to PEO IWS. Support includes the development and management of cross-program and cross-organization policies and practices for the full range of acquisition and integrated logistics support (ILS). The tasking is integral to the execution of legacy, current and future integrated combat systems, above water sensors, surface ship weapons, air and missile defense systems, undersea warfare systems, command and control systems, unmanned vehicles, navigation systems and human systems integration, as well as training, open architecture, interoperability and joint and coalition initiatives. Tasking includes professional support to PEO IWS FO and IWS directorates for acquisition support and ILS. Work will be performed at the Washington Navy Yard, Washington, D.C. Work is expected to be completed on April 30, 2021. Fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $3,003,490 (33%); fiscal 2021 other procurement (Navy) funds in the amount of $3,036,21 (34%); fiscal 2021 operation and maintenance (Navy) funds in the amount of $1,045,541 (12%); fiscal 2020 research development test and evaluation funds in the amount of $1,556,168 (17%); and Foreign Military Sales funds in the amount of $378,842 (4%) will be obligated at time of award and will expire at the end of the 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 Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-21-C-B002). Hensel Phelps Construction Co., Honolulu, Hawaii, is awarded firm-fixed-price task order N62478-21-F-4021 at $12,849,000 under a multiple award construction contract for constructing an annex and renovating Building 4100H at Joint Base Pearl Harbor-Hickam, Hawaii. The annex work to be performed provides for constructing a two-story annex to Building 4100H and the work includes foundations, concrete beams, slabs, walls and footings; metal decking and roofing; and mechanical, electrical and communications management systems. The renovation work includes reconfiguring the interior and includes renovation of restroom spaces, replacing all interior finishes throughout the building to include new flooring, ceiling systems and painting interior walls and upgrading the electrical systems. The task order also contains two line items, which, if awarded, would increase cumulative task order value to $13,870,618. Work will be performed in Oahu, Hawaii, and is expected to be completed by July 2022. Fiscal 2018 military construction (Air Force Reserve) contracts funds in the amount of $8,552,000 are obligated on this award and will not expire at the end of the current fiscal year. Fiscal 2021 operation and maintenance (Air Force Reserve) contract funds in the amount of $4,297,000 are obligated on this award and will expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-20-D-4003). Viasat Inc., Duluth, Georgia, is awarded a $10,882,119 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides technical support, non-warranty hardware repair or replacement, obsolescence management, on-site maintenance, preventative maintenance, spare parts and replacement pedestals in support of the pedestal improvement project for the Atlantic Test Range Aircraft Signature and Avionics Measurement branch. Work will be performed in Patuxent River, Maryland, and is expected to be completed in December 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-21-D-0012). Alan Shintani Inc.,* Waipahu, Hawaii, is awarded firm-fixed-price task order N62478-21-F-4042 at $8,964,485 under a multiple award construction contract for a Navigation, Seamanship and Shiphandling Trainer (NSST) at Ford Island, Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed provides for the construction of an NSST and its supporting complement of rooms within an existing hangar building and includes electrical, mechanical, architectural, control system and fire protection work. The task order also contains one line item, which if awarded, would increase the cumulative task order value to $9,040,255. Work will be performed in Oahu, Hawaii, and is expected to be completed by February 2022. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $8,964,485 are obligated on this award and will expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-18-D-4028). AIR FORCE Raytheon Co., Largo, Florida, has been awarded a ceiling of $611,500,000, firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable-no-fee, indefinite-delivery/indefinite-quantity contract for command and control switching systems (CCSS). This contract provides electronic digital telecommunications system developed for military command and control. The CCSS is the key component of the Defense Red Switch Network, enabling secure and non-secure voice and data telecommunications at multiple levels, large scale voice conferencing capabilities and is inter-operable with other secure devices. CCSS switches are accredited by the Defense Intelligence Agency for top secret/sensitive compartmentalized information multi-level security. The life-cycle logistics support for operational CCSS provide program management, product configuration management, data management, quality control and assurance, contractor logistics support, spare parts replenishment and management, hardware and software support and engineering and technical services. Work will be performed at multiple government facilities and is expected to be completed by Dec. 31, 2032. This award is the result of a sole-source acquisition. Fiscal 2020 operation and maintenance funds in the amount of at least $452,034 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8218-20-D-0001). The Johns Hopkins University, Applied Physics Laboratory LLC, Laurel, Maryland, has been awarded a $300,000,000 bilateral modification (P00006) to contract FA8819-18-D-0009 for additional engineering support services, systems engineering for complex systems, specialized research and development and other support functions. This modification increases the ceiling of the indefinite-delivery/indefinite-quantity contract from the previously awarded amount of $186,000,000 to $486,000,000. Work will be performed at Los Angeles Air Force Base, California, and is expected to be completed May 10, 2025. The total ceiling of the contract is $486,000,000. Fiscals 2017, 2018, 2019, 2020 and 2021 research, development, test and evaluation funds are being used with no funds being obligated at the time of award. The Space and Missile Systems Center, Los Angeles AFB, California, is the contracting activity. Shenandoah Fleet Maintenance and Management LLC, Warrenton, Virginia, has been awarded a $9,384,408 cost-reimbursable definitive contract for Logistics Readiness Squadron/Logistics Readiness Vehicles. This contract provides 866 fleet management and analysis services and scheduled/unscheduled maintenance for approximately 639 vehicles assigned to Robins Air Force Base, Georgia, and perform roadside services within the permissible operating distance of 100 miles. Work will be performed at Robins AFB, Georgia, is expected to be completed Jan. 31, 2026. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2021 operation and maintenance funds in the amount of $1,283,488 are being obligated at time of award. The Air Force Sustainment Center, Robins AFB, Georgia, is the contracting activity (FA8501-21-C-0004). (Awarded Dec. 14, 2020) DEFENSE LOGISTICS AGENCY Terma North America Inc., Warner Robins, Georgia, has been awarded a maximum $306,480,755 fixed-price, indefinite-delivery/indefinite-quantity contract for the production, repair and engineering support of various types of aircraft electronic countermeasure systems. 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 ten-year contract with no option periods. Location of performance is Georgia, with a Dec. 17, 2030, ordering period end date. Using customers are Air Force and various foreign customers. Type of appropriation is fiscal 2021 through 2031 defense working capital funds and Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-21-D-0003). Oro Manufacturing Co., Monroe, North Carolina, has been awarded a maximum $10,608,476 indefinite-quantity, long-term contract for aircraft seat aviation life support equipment. 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 North Carolina, with a Nov. 29, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-21-D-0037). (Awarded Dec. 4, 2020) DEFENSE FINANCE AND ACCOUNTING SERVICE Ernst & Young LLP, Washington, D.C., is being awarded a labor-hour contract option with a maximum value of $33,128,772 for audit services of the Department of the Air Force General Fund and Working Capital Fund financial statements and examination. Work will be performed in Washington, D.C., with an expected completion date of Dec 31, 2021. This contract is the result of a competitive acquisition for which one quote was received. The contract had a 16-month base period plus three individual one-year option periods with a maximum value of $135,006,112. This award brings the total cumulative value of the contract to $125,830,971. Fiscal 2021 operation and maintenance (Air Force) funds in the amount of $33,128,772 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-17-F-0148). KPMG LLP, McLean, Virginia, has been awarded a fixed-price contract option with a maximum value of $12,097,714 for audit services of the U.S. Army Corps of Engineers (USACE) Civil Works (CW) and Sub-allotted Funds financial statements. Work will be performed in McLean, Virginia, with an expected completion date of Dec. 31, 2021. This contract is the result of a competitive acquisition for which three quotes were received. The contract had a 12-month base period plus four individual one-year option periods, with a maximum value of $57,693,820. This award brings the total cumulative value of the contract to $45,358,627. Fiscal 2021 USACE CW revolving funds in the amount of $12,097,714 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-18-F-0039). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2450931/source/GovDelivery/

  • A quoi serviront les 8 milliards d’euros du fonds européen de Défense

    December 17, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    A quoi serviront les 8 milliards d’euros du fonds européen de Défense

    C'est la première fois que l'Union européenne investit aussi massivement dans le domaine de la Défense. L'argent doit permettre de financer la recherche et le développement de nouvelles technologies militaires en favorisant les coopérations entre industriels de différents pays. En gestation depuis 2016, le fonds européen de Défense (FED) doté de près 8 milliards d'euros (7,953 milliards exactement) sera bientôt une réalité. La Commission européenne a salué, lundi 14 décembre, l'aboutissement des négociations entre les Etats membres et le Parlement européen afin que l'UE dispose enfin d'un budget de soutien à l'innovation en matière de défense. Un vote doit encore avoir lieu au Parlement européen et au Conseil européen afin d'approuver définitivement le texte d'accord. "Il s'agit du tout premier programme financier pluriannuel visant à soutenir la recherche et le développement dans le domaine de la défense dans l'Union", se félicite la Commission. Les 8 milliards d'euros dégagés sur la période 2021-2027 sont toutefois bien en deçà des 13 milliards d'euros prévus à l'origine, d'où le sentiment mitigé de la part de certains industriels de l'armement. Un dispositif spécifique pour les PME Le but du FED est de faire émerger une base industrielle et technologique de défense de dimension européenne en favorisant les rapprochements et les coopérations. Pour prétendre à des financements, les industriels de différents pays devront en effet s'associer en consortium. Les deux tiers du FED seront orientés vers le financement du développement de nouvelles capacités militaires en complément des investissements des Etats membres. L'autre tiers de cette somme servira au financement de projets de recherche collaboratifs. Par ailleurs, les PME qui participeront à des projets de R&D transfrontaliers seront aidées à travers un dispositif spécifique. Ce fonds s'appuie sur l'expérience du programme européen de développement industriel de défense qui avait déjà mobilisé 500 millions d'euros pour 2019 et 2020. Des domaines de recherche prioritaires avaient alors été définis : l'électronique, des métamatériaux, les logiciels cryptés... Ce financement était également ouvert au développement de technologies dans les domaines des drones, des communications par satellites... Mettre fin à l'émiettement des budgets et des initiatives Le FED doit aussi favoriser la création d'une Europe de la Défense et mettre fin à un éparpillement des initiatives et des budgets. Selon l'agence européenne de Défense, 80 % des acquisitions et plus de 90 % des projets de recherche et technologie en matière de sécurité et de défense sont gérés sur une base nationale. Par ailleurs, l'UE dispose de 178 systèmes d'armes différents, contre 30 pour les États-Unis tout comme il existe 17 types de chars de combat en Europe contre un seul aux États-Unis. Ce manque de coopération coûte cher aux Européens. Cela conduirait à une perte pour les Etats membres évaluée entre 25 et 100 milliards d'euros par an ! "Gr'ce à l'acquisition en commun, il serait possible d'économiser jusqu'à 30 % des dépenses annuelles en matière de défense", estime la Commission. https://www.usinenouvelle.com/editorial/a-quoi-serviront-les-8-milliards-d-euros-du-fonds-europeen-de-defense.N1040614

  • Sweden ups defense budget 40% due to regional tensions

    December 17, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Sweden ups defense budget 40% due to regional tensions

    By: The Associated Press STOCKHOLM — Sweden's parliament on Tuesday approved a 40 percent increase in the defense budget for 2021-2025 because of tensions in the Baltic Sea region in recent years, with officials saying Russia is the main reason for the move. The 349-member Riksdag assembly approved the largest hike in 70 years, bringing the annual defense budget by 2025 to 89 billion kronor (U.S. $11 billion). Defence Minister Peter Hultquist told the assembly before the series of votes that “it is the largest investment since the 1950s.” The proposal was put forward in October by Sweden's two-party Social Democrat-Green Party minority government, and it received immediate backing from two smaller opposition groups. The government described it as sending a signal after Russia's 2014 annexation of Crimea, repeated airspace violations by Russian military aircraft in the neighboring Baltics and a military buildup in Russia's exclave of Kaliningrad, which sits across the Baltic Sea from Sweden. “There is much to suggest that Russia's military capabilities in absolute terms will increase throughout the next 10-year period,” the adopted proposal read. The plan will see the armed forces grow from the current 55,000 positions to 90,000 by 2030. Several disbanded regiments will be reestablished and the number of conscripts will increase to 8,000 annually, which is a doubling compared with 2019. The Navy will receive new equipment and there will be upgrades in armament. Sweden currently spends 1.1 percent of gross domestic product on defense. Guidelines issued by NATO, of which Sweden isn't a member, advise that members spend 2 percent, although many do not achieve that target. In December 2017, Sweden decided to establish the nation's first new military regiment since World War II — a unit of 350 soldiers based on the strategically important Baltic Sea island of Gotland. In the same year, Sweden also introduced a selective military draft for men and women, having previously abolished a men-only draft in 2010. https://www.defensenews.com/global/europe/2020/12/15/sweden-ups-defense-budget-40-due-to-regional-tensions/

  • New COVID-19 bill extends contractor reimbursement, but no new funding

    December 17, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    New COVID-19 bill extends contractor reimbursement, but no new funding

    By: Joe Gould WASHINGTON ― A bipartisan group of lawmakers has unveiled a $748 billion coronavirus relief proposal that includes an extension of a prized reimbursement program for federal contractors, but without the billions of dollars previously sought by defense firms. Defense officials have warned they will need to tap modernization and readiness funds if Congress does not appropriate at least $10 billion for defense contractors' coronavirus-related expenses, as authorized by Section 3610 of the Coronavirus Aid, Relief, and Economic Security Act. However, the new proposal doesn't appropriate funding for the Section 3610 reimbursements. Negotiations on a final relief deal are ongoing, but the package includes a Section 3610 extension through April 30, 2021. The provision applies to all federal agencies, but it has been of particular interest to the Pentagon and defense industry. Added funding could come in the $1.4 trillion omnibus spending package for fiscal 2021, which is expected this week, or it could come with the next Congress and the incoming Biden administration in 2021. The defense industry has of late pushed for the extension of Section 3610 first, over added appropriations. “You have people who can't feed their families, you have people who are going to get evicted, you have people whose unemployment insurance is going to run out. They need Congress to pass this legislation,” Arnold Punaro, National Defense Industrial Association chairman, said of the new bipartisan relief package. “We prefer the defense industry have 3610, and we believe we'll have an opportunity with the new administration to make the case to them that it's still an important provision,” Punaro said, adding that the extension gives the incoming administration time to work on a “much more comprehensive approach.” Fifteen defense companies implored Congress on Friday to extend the program. In a letter to congressional leaders, they argued the extension is needed to maintain national security, but also “thousands of critical employees who would be difficult to replace within the industrial base.” “As COVID-19 rates hit record levels that were unanticipated not only when the CARES Act was enacted but just weeks ago, agencies are shifting work plans, reducing hours and taking other steps to ensure the health and safety of the workforce,” the letter stated. The reimbursement window was extended until Dec. 18 under the continuing resolution Congress passed on Friday. Originally the support was to stop at the end of fiscal 2020 in September. NDIA was among eight trade organizations that signed a Nov. 20 letter to Congress urging an extension of Section 3610. There have been a spate of similar letters from lawmakers to congressional leaders in recent weeks. “The current authority has saved thousands of NASA and defense contractors from being furloughed,” Florida Republican Rep. Bill Posey said in a letter with nine other lawmakers. “If the authority is not extended, many contractors — through no fault of their own — will face dire economic and financial consequences if they are restricted again from conducting their regular work on a NASA center or defense program and may be limited or unable due to the nature of their work to do so through a telework alternative.” Senate Intelligence Committee acting Chairman, Marco Rubio, R-Fla., and Vice Chairman Mark Warner, D-Va., pressed congressional leaders earlier this month to extend Section 3610. “Section 3610 has proven to be an important means of providing necessary relief during the pandemic to critical Intelligence Community industry partners ― and particularly to small businesses that provide highly specialized capabilities ― to retain key national security capabilities,” they said in a joint letter. https://www.defensenews.com/congress/2020/12/15/contractor-reimbursement-extension-in-new-covid-19-bill-but-no-new-funding/

  • Boeing Awarded U.S. Navy Contract for New Zealand P-8 Training

    December 17, 2020 | International, Aerospace, Naval

    Boeing Awarded U.S. Navy Contract for New Zealand P-8 Training

    Posted on December 15, 2020 by Seapower Staff OHAKEA, New Zealand — The U.S. Navy recently awarded Boeing a Foreign Military Sales (FMS) contract, valued at $109 million, to provide P-8A Poseidon training for the Royal New Zealand Air Force (RNZAF), the company said in a Dec. 14 release. A suite of training systems and courseware will prepare RNZAF aircrew and maintainers to safely and effectively operate and maintain the world's premier maritime patrol and reconnaissance aircraft for decades to come. Boeing's holistic P-8 training system will enable the RNZAF to conduct up to 70 percent of all Poseidon-related training in a simulated environment. As part of the contract, Boeing will provide: Operational Flight Trainer (OFT) – Full-motion simulator incorporates all P-8 unique displays and switches. Weapons Tactics Trainer – Simulates mission systems and tactical operations, and when coupled with the OFT, forms a Weapons Systems Trainer that enables multi-crew, high-fidelity mission rehearsal training in the same simulated environment. Virtual Maintenance Trainer – Enables training of maintenance professionals to properly perform maintenance tasks and procedures on the P-8A aircraft Scenario Generation Station – Creates custom scenarios for mission training Brief/Debrief Station – Provides post-mission analysis and playback. In addition, Boeing's Electronic Classroom will give RNZAF instructors and students access to courseware and testing capabilities. Boeing also will provide initial Instructor Cadre Training to a group of RNZAF instructors, enabling them to continue training additional RNZAF P-8A instructors and aircrews following delivery of the training system in early 2024. “This holistic training system will enable aircrew to safely train for all aspects of flying and maintaining the P-8A Poseidon,” said Tonya Noble, director of International Defense Training for Boeing. “We look forward to bringing these training capabilities in-country and working alongside the RNZAF to ensure readiness of aircrew and maintenance personnel.” All training will be conducted in Ohakea, New Zealand. In March 2020, the RNZAF acquired four P-8A Poseidon aircraft through the U.S. Navy FMS process, with expected delivery beginning in 2023. New Zealand is one of seven nations operating the P-8. https://seapowermagazine.org/boeing-awarded-u-s-navy-contract-for-new-zealand-p-8-training/

  • Contract Awards by US Department of Defense - December 11, 2020

    December 17, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 11, 2020

    AIR FORCE Lockheed Martin Corp., Fort Worth, Texas, has been awarded a ceiling $900,000,000 firm-fixed-price, time-and-materials, over-and-above, cost-reimbursement contract to stand up a continental U.S.-based contractor facility to perform depot-level maintenance and aircraft modification services in support of the F-16 aircraft. Support will include all aircraft modifications, unplanned drop-in maintenance, time compliance technical orders, scheduled inspections and contract field team support. This award is the result of a competitive acquisition and four offers were received. Fiscal 2021 operation and maintenance funds in the amount of $1,402,952 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-21-D-0005). General Atomics Inc., Poway, California, has been awarded a $305,188,639 cost-plus-fixed-fee contract for Reaper (MQ-9) contractor logistics support. This contract provides for program management, contractor filed service representative support, depot repair, depot maintenance, sustaining engineering support, supply and logistics support, configuration management, tech data maintenance, software maintenance and inventory control point/warehouse support for the MQ- 9. Work will be performed in Poway, California, and is expected to be completed by Dec. 31, 2022. This award is the result of a sole-source acquisition. Fiscal 2021 operation and maintenance funds in the amount of $65,406,872 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8577-21-C-0001). Raytheon Co., Marlborough, Massachusetts, has been awarded a $29,224,207 modification (P00097) to contract FA8705-14-C-0001 for production of initial spares under already established contract line item numbers 0007, 0008, and 0009 for Global Aircrew Strategic Network Terminal. Work will be performed in Marlborough, Massachusetts, and is expected to be completed by July 31, 2023. Fiscal 2019 other procurement funds in the amount of $4,108,105; and fiscal 2020 other procurement funds in the amount of $25,116,102, are being obligated at time of award. Total cumulative face value of the contract is $588,307,659. The Air Force Material Command, Hanscom Air Force Base, Massachusetts, is the contracting activity. GRP Paving and Construction, Tewskbury, Massachusetts, has been awarded a $25,862,782 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide repair/replacement of roadways, curbing and sidewalks. This will include the required demolition and earthwork at various locations throughout Hanscom Air Force Base, Massachusetts; Sagamore Hill Electronics Research Annex, Hamilton, Massachusetts; Fourth Cliff Recreation Annex, Humarock Massachusetts; Cape Cod Air Force Station, Sagamore, Massachusetts; Patriot Golf Course, Bedford Massachusetts; and New Boston Air Force Station, New Boston, New Hampshire. Work is expected to be completed by December 2025. Fiscal 2021 operation and maintenance funds in the amount of $2,500 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA2835-21-D-0002). The Boeing Co., Colorado Springs, Colorado, has been awarded a $9,156,355 modification (P00005) to contract FA8823-20-C-0001 to exercise an option for systems engineering and sustainment support for the Wideband Global Satellite Communications constellation. Work will primarily be performed in Colorado Springs, Colorado, and this option is expected to be completed by Dec. 31, 2021. Fiscal 2021 operation and maintenance funds in the full amount are being obligated at the time of award. The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. NAVY The Boeing Co., St. Louis, Missouri, is awarded a $109,155,844 firm-fixed-price order (N61340-21-F-0002) against previously issued basic ordering agreement N00019-19-G-0002 to procure P-8A training systems for the government of New Zealand. This order procures one Operational Flight Trainer (OFT) with one OFT Brief/Debrief Station (BDS); one Weapons Tactics Trainers (WTTs) with one WTT BDS; one 10-seat flight management systems trainer electronic classroom; one 10-seat mission systems desktop trainer electronic classroom; one training system support center; one scenario generation station; one virtual maintenance trainer; one maintenance support cabinet; and one 10-seat maintenance electronic classroom. Additionally, this order provides for software, books and other publications, contracts, logistics, engineering and management technical assistance required for the development, production, test and in-country delivery, installation and inspection of the training systems. Work will be performed in St. Louis, Missouri (36%); Tampa, Florida (23%); Long Island, New York (12%); Ohakea, New Zealand (10%); San Francisco, California (8%); Huntington Beach, California (5%); Seattle, Washington (3%); and Jacksonville, Florida (3%), and is expected to be completed in January 2024. Foreign Military Sales funds in the amount of $109,155,844 will be obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity. Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $104,518,407 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2112 for Naval Nuclear Propulsion Components. Work will be performed in Monroeville, Pennsylvania (99%); and Schenectady, New York (1%). Fiscal 2021 other procurement (Navy) funds in the amount of $47,478,413 (46%); 2020 other procurement (Navy) funds in the amount of $45,375,262 (43%); and 2020 shipbuilding and conversion (Navy) funds in the amount of $11,664,732 (11%), 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. Raytheon Missiles and Defense, Marlborough, Massachusetts, is awarded a $82,710,850 cost-plus-fixed fee and cost only modification to previously awarded contract N00024-19-C-5501 to exercise the options for Air and Missile Defense Radar AN/SPY-6(V) integration and production support efforts. Work will be performed in Marlborough, Massachusetts (64%); Kauai, Hawaii (18%); Portsmouth, Rhode Island (8%); Moorestown, New Jersey (7%); Fair Lakes, Virginia (2%); and San Diego, California (less than 1%), and is expected to be completed by December 2021. Fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $17,309,691 (47%); 2020 shipbuilding and conversion (Navy) funds in the amount of $8,846,577 (24%); 2021 research, development, test and evaluation funds in the amount of $5,620,778 (15%); 2019 shipbuilding and conversion (Navy) funds in the amount of $3,412,405 (9%); 2018 shipbuilding and conversion (Navy) funds in the amount of $1,587,256 (4%); and 2016 shipbuilding and conversion (Navy) funds in the amount of $50,000 (1%), will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $68,162,655 modification (P00023) to cost-plus-incentive-fee order N00019-19-F-2474 against previously issued basic ordering agreement N00019-14-G-0020. This modification adds scope to procure additional Technical Refresh 3 (TR3) test assets to allow for test laboratory upgrades and for test aircraft modifications. This modification will result in the procurement and delivery of TR3 system laboratory and flight test assets for the Air Force, Navy, Marine Corps and non-Department of Defense (DOD) participants. Work will be performed in Melbourne, Florida (98%); and Fort Worth, Texas (2%), and is expected to be completed in March 2023. Fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $21,000,000; fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $4,000,000; and non-DOD participant funds in the amount of $881,107 will be obligated at time of award, $21,000,000 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. MHI Ship Repair and Services – Norfolk (MHI), Norfolk, Virginia, was awarded a $57,134,922 firm-fixed-price contract for the execution of the USS Oak Hill (LSD 51) fiscal 2021 selected restricted availability (SRA). This availability will include a combination of maintenance, modernization and repair of the USS Oak Hill (LSD 51). This contract includes options which, if exercised, would bring the cumulative value of this contract to $71,850,462. Work will be performed in Norfolk, Virginia, and is expected to be completed by July 2022. Fiscal 2021 operation and maintenance (Navy); and fiscal 2020 other procurement (Navy) funding in the amount of $57,134,922 will be obligated at time of award, and funding in the amount of $51,832,242 will expire at the end of the current fiscal year. In an effort to stabilize the industrial base for maintenance, a sole-source justification has been made in the industrial mobilization justification and approval, in accordance with the requirements of 10 U.S. Code 2304(c)(3). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-4408). (Awarded Dec. 9, 2020) The Lockheed Martin Corp., Rotary and Mission Systems, Mitchell Field, New York, is awarded a $43,591,084 cost-plus-incentive-fee and cost-plus-fixed-fee contract modification (P00011) to previously awarded and announced contract N00030-20-C-0045 for the U.S. and United Kingdom (U.K.) to provide Strategic Weapon System Trident Fleet support, Trident II SSP Shipboard Integration (SSI) Increment 8, SSI Increment 16, Columbia class and U.K. Dreadnought class Navigation Subsystem development efforts. Work will be performed in Mitchell Field, New York (47%); Huntington Beach, California (36%); Clearwater, Florida (9%); Cambridge, Massachusetts (6%); and Hingham, Massachusetts (2%), with an expected completion date of Nov. 30, 2023. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $81,400 will be obligated; and shipbuilding and conversion (Navy) funds in the amount of $43,509,684 will be obligated. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4). The Strategic Systems Programs, Washington, D.C., is the contracting activity. Manu Kai LLC,* Honolulu, Hawaii, is awarded $37,000,000 for a bridge contract (N00604-21-D-4009) as a bridge action for previously awarded indefinite-delivery/indefinite-quantity contract N00604-09-D-0001 with both cost-plus-award-fee and fixed-price-award fee line items for range operations support and base operations support services. This contract includes one three-month performance period with no option periods. Work will be performed at the Pacific Missile Range Facility, Island of Kauai, Hawaii. Work begins January 2021, and is expected to be completed by March 2021. Subject to the availability of funds, fiscal 2021 operation and maintenance funds (Navy) in the amount of $1,700,000 will be obligated at the time of award to fund the contract's minimum amount, and funds will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1). The requirement was posted to the Navy Electronic Commerce Online and the beta.SAM.gov websites as a 100% 8(a) set-aside requirement, with one offer received. The Naval Supply Systems Command, Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $36,547,389 modification (P00037) to previously awarded cost-plus-incentive-fee contract N00019-18-C-1048. This modification adds scope to provide additional intermediate level maintenance capabilities in support of the F-35 Joint Strike Fighter for the Navy and the Marine Corps. Work will be performed in Orlando, Florida (30.8%); Cedar Rapids, Iowa (30.1%); El Segundo, California (25.5%); Fort Worth, Texas (9.1%); Grand Rapids, Michigan (2.6%); and Endicott, New York (1.9%), and is expected to be completed in October 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $36,547,389, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. M.C. Dean Inc., Tysons, Virginia (N66001-21-D-0030); Science Applications International Corp., Reston, Virginia (N66001-21-D-0031); Serco Inc., Herndon, Virginia (N66001-21-D-0032); Systems Engineering Support Co., San Diego, California (N66001-21-D-0033); and VT Milcom Inc., Virginia Beach, Virginia (N66001-21-D-0034), are each awarded an $18,925,685 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide production management, integration and fabrication and system and component procurement for network integration engineering facility production services. Technical services include basic research, end-to-end system design, prototype development, systems engineering, integration, deployment and life cycle support of command, control, communications, computers, intelligence, surveillance and reconnaissance systems. This one-year contract includes four one-year option periods which, if exercised, would bring the potential value of this contract to an estimated $116,019,918. All work will be performed in San Diego, California. The period of performance of the base award is from Dec. 11, 2020, through Dec. 10, 2021. If all options are exercised, the period of performance would extend through Dec. 10, 2025. No funds will be obligated at the time of award. Fiscal 2021 funds will be obligated as task orders are issued using operation and maintenance (Navy); Department of Defense working capital funds; other procurement (Navy); research, development, test and evaluation (Navy); and shipbuilding and conversion (Navy). This contract was competitively procured via a request for proposal (N66001-20-R-0030) published on the beta.SAM.gov website. Six offers were received and five selected for award. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity. L3 Harris Technologies Inc., Anaheim, California, is awarded a $13,999,957 cost-plus-fixed-fee contract modification (P00036) for new procurement options under previously awarded and announced contract N00030-18-C-0001. The work will provide services and support for flight test instrumentation (FTI) systems. Work will be performed in Anaheim, California (55%); Cape Canaveral, Florida (28%); Washington, D.C. (6%); Bremerton, Washington (3%); Kings Bay, Georgia (3%); Barrow-in-Furness, United Kingdom (3%); Laurel, Maryland (1%); and Silverdale, Washington (1%), with an expected completion date of Sept. 1, 2023. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $8,694,024; fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $1,647,388; and fiscal 2021 United Kingdom funds in the amount of $1,025,720, are being obligated at time of award and will not expire at the end of the current fiscal year. This contract modification is awarded to the contractor on a sole-source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities (now beta.SAM.gov) website. The Strategic Systems Programs, Washington, D.C., is the contracting activity. Scientific Research Corp., Atlanta, Georgia, is awarded a $12,129,112 modification (P00007) to previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price contract N00039-18-D-0006. The modification will allow for the completion of C4I system of systems testing, integration and installation services being performed onboard USS George Washington (CVN 73) under task order N00039-19-F-0017. The ceiling increase will allow for the completion of services onboard CVN 73 during its Chief of Naval Operations-directed refueling and complex overhaul maintenance availability currently ongoing. This action does not extend either the ordering period of contract N00039-18-D-0006 or the current period of performance of the CVN 73 task order N00039-19-F-0017. Work will be performed in Newport News, Virginia (90%); and Charleston, South Carolina (10%). The current period of performance for the order remains unchanged ending in September 2022. Fiscal 2020 shipbuilding and conversion (Navy) in the amount of $6,000,000 will be obligated at time of award of this modification and funds will not expire at the end of the fiscal year. This sole-source modification was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. ARMY Manhattan Construction Co., Arlington, Virginia, was awarded an $87,562,320 firm-fixed-price contract for the design-bid-build construction of a 281,075 square-foot operations center building. Bids were solicited via the internet with eight received. Work will be performed in Richmond, Virginia, with an estimated completion date of Oct. 21, 2023. Fiscal 2020 military construction (defense-wide) funds in the amount of $87,562,320 were obligated at the time of the award. The U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-21-C-2019). Mission Essential LLC, New Albany, Ohio, was awarded a $15,669,134 modification (P00004) to contract W50NH9-20-C-0008 for linguist services in support of U.S. Africa Command. Work will be performed in New Albany, Ohio, with an estimated completion date of Dec. 14, 2021. Fiscal 2020 operation and maintenance (Army) funds in the amount of $1,470,000 were obligated at the time of the award. The U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Textron Aviation Inc., Wichita, Kansas, was awarded an $11,396,670 firm-fixed-price contract for a King Air 250 aircraft. Bids were solicited via the internet with one received. Work will be performed in Wichita, Kansas, with an estimated completion date of June 13, 2022. Fiscal 2021 Foreign Military Sales (Panama) funds in the amount of $11,396,670 were obligated at the time of the award. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-21-C-0004). SRCTec LLC, Syracuse, New York, was awarded a $9,222,754 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for procurement of hardware and services to address the system sustainment needs for the Counter Radio-Controlled Improvised Explosive Device Electronic Warfare Duke Family of Systems. Bids were solicited via the internet with one received. Work will be performed in Syracuse, New York, with an estimated completion date of Dec. 10, 2021. Fiscal 2021 operation and maintenance (Army) funds in the amount of $9,222,754 were obligated at the time of the award. The U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-21-F-0013). DEFENSE LOGISTICS AGENCY Gexa Energy LP, Houston, Texas (SPE604-21-D-8008, $41,038,553); and TXU Energy Retail Co., Irving, Texas (SPE604-21-D-8010, $14,444,141), have each been awarded a firm-fixed-price, requirements contract under solicitation SPE604-20-R-0409 to supply and deliver retail electricity and ancillary/incidental services. These were competitive acquisitions with six responses received. These are three-year contracts with no option periods. Location of performance is Texas, with a Jan. 31, 2024, performance completion date. Using customers are Army, Air Force, Navy, Navy Reserves, National Aeronautics and Space Administration, Air National Guard, and Department of Agriculture. Using customers are solely responsible to fund this contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY iWorks Corp., Reston, Virginia, was awarded a $16,686,139 firm-fixed-price contract (HS0021-21-C-0002) for the Defense Counterintelligence and Security Agency (DCSA). The contract provides for seamlessly vetting personnel for access, preserving the adjudicative decision and identifying and mitigating insider threat risk. Work will be performed in and around Fort George G. Meade, Maryland. This contract will be funded with fiscal 2021 operation and maintenance funds. The anticipated period of performance includes one 12-month base period and four 12-month option periods. The estimated lifecycle award value is $86,835,820. This requirement was synopsized on the government-wide point of entry website as a single-award, small business set-aside on Nov. 20, 2018. As a result, all small businesses were solicited and four offers were received. DCSA Acquisition and Contracting, Quantico, Virginia, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2444963/source/GovDelivery/

  • Contract Awards by US Department of Defense - December 14, 2020

    December 17, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 14, 2020

    AIR FORCE Northrop Grumman Systems Corp., Clearfield, Utah, has been awarded a $185,700,000 indefinite-delivery/indefinite-quantity contract for the A-10 Aircraft Structural Integrity Program (ASIP) Legacy VII. This contract provides for sustaining engineering services of A-10 aircraft. Work will be performed in Clearfield, Utah, and is expected to be completed by Dec. 13, 2030. This award is the result of a sole-source acquisition. Fiscal 2021 operation and maintenance funds in the amount of $6,480,694 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8202-21-D-0001). Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded a $163,650,543 requirements contract for the supply chain management of the APY-1/2 surveillance radar systems used on Airborne Warning and Control Systems aircraft. The contract provides for repairs, sustaining spares and engineering services relating to the APY-1/2 systems. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed Sept. 9, 2028. This award is the result of a sole-source acquisition. Fiscal 2021 defense working capital funds are being used and no funds are being obligated at the time of the award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-21-D-0006). The Boeing Co., St. Louis, Missouri, has been awarded a $79,569,583 firm-fixed-price contract for F-15 Eagle Passive Active Warning and Survivability System low rate initial production. Work will be performed in San Antonio, Texas, and is expected to be completed by Dec. 31, 2026. This award is the result of a sole-source acquisition. Fiscal 2020 production funds in the full amount are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8634-21-C-2702). Northrop Grumman Systems Corp., McLean, Virginia, has been awarded a $13,464,704 requirements contract for the repairs, sustaining spares and engineering services relating to the Aircraft Alerting Communication Electromagnetic Pulse system. Work will be performed in Albuquerque, New Mexico, and is expected to be completed by Sept. 9, 2028. This award is the result of a sole-source acquisition. Fiscal 2021 defense working capital funds will be used with no funds being obligated at the time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-21-D-0001). DEFENSE LOGISTICS AGENCY Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $90,000,000 firm-fixed-price contract for facilities maintenance, repair and operations items. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year bridge contract with no option periods. Locations of performance are New Jersey, Hawaii, Guam and the Kwajalein Atoll, with a Dec. 14, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-21-D-0004). NAVY Raytheon Missiles and Defense, Tewksbury, Massachusetts, was awarded a $59,414,933 firm-fixed-price, cost-plus-incentive-fee, cost-plus-fixed-fee, and cost modification to previously awarded contract N00024-17-C-5145 to exercise options for DDG 1000 ship class integrated logistics support, engineering services and procurement of M5 call servers. The total ship activation (TSA) contract includes mission system activation and hull mechanical and electrical activation efforts to include waterfront integration, activation and test of Zumwalt class mission systems and mission system equipment at the system and subsystem levels; development and conduct of the Zumwalt class TSA test program; personnel, program management, planning, training and other efforts required to effectively support the execution of the Zumwalt class TSA; development and review of design drawings, technical data packages, installation control drawings and change documentation in support of Zumwalt class TSA; and development and implementation of government-approved proposed changes and the implementation of Zumwalt class cybersecurity/information assurance requirements. Work will be performed in San Diego, California (42%); Portsmouth, Rhode Island (27%); Tewksbury, Massachusetts (22%); Bath, Maine (7%); Ft. Wayne, Indiana (1%); and Marlboro, Massachusetts (1%), and is expected to be completed by December 2021. Fiscal 2020 shipbuilding and conversion (Navy); fiscal 2021 research, development, test and evaluation (Navy); and fiscal 2021 other procurement (Navy), funding in the amount of 5,489,262 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured under the statutory authority of 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, D.C., is the contracting activity. (Awarded Dec. 11, 2020) BAE Systems, Information and Electronic Systems Integration Inc., Greenlawn, New York, is awarded an $18,003,287 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for the production, test and delivery of up to five Mode 5 capable AN/APX-117A(V) systems; one Mode 5 capable AN/APX-118A(V) system; 308 Mode 5 capable AN/APX-123A(V) common identification friend or foe digital transponder systems; 289 Mode 5 kits; and associated shop replaceable assemblies and repairs incident to modification in support of fixed and rotary winged aircraft for the Navy, Army and non-Department of Defense participants. Work will be performed in Greenlawn, New York (85%); and Austin, Texas (15%), and is expected to be completed in December 2026. No funds will be obligated at time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-21-D-0008). Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $17,765,396 cost-plus-fixed-fee modification to previously awarded contract N00024-16-C-5433 to exercise options in support Evolved SeaSparrow missile design agent, in-service support and technical engineering support services. Work will be performed in Tucson, Arizona (91%); Hengelo Ov, Netherlands (2%); Raufoss, Norway (2%); Ottobrunn, Germany (1%); Richmond, Australia (1%); and various locations with less than 1% each (3%), and is expected to be completed by June 2021. This contract combines purchases for the U.S. government and other country funds (NATO consortium members, non-Foreign Military Sales (FMS) (99%); and the government of Japan (1%) under the FMS program. Fiscal 2021 other country funds in the amount of $9,772,474 (55%); 2021 weapons procurement (Navy) funds in the amount of $5,127,125 (29%); 2020 weapons procurement (Navy) funds in the amount of $2,354,250 (13%); 2021 research, development, testing and evaluation (Navy) funds in the amount of $399,547 (2%); and FMS (Japan) funds in the amount of $112,000 (1%) 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. GBD JV,* Aberdeen, Maryland, is being awarded a $13,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for new paving, paving repair and/or replacement of various types of paving within Naval Facilities Engineering Command (NAVFAC) Washington area of responsibility (AOR). The work to be performed provides for new paving, paving repair and/or replacement of various types of paving such as roadways, airfields, sidewalks, curbs, gutters, etc. Other incidental types of work, including but not limited to, demolition, site preparations and site drainage are also included in the scope of work. Paving and associated work may be ordered for industrial, commercial and residential locations indicated with each task order. After award of this modification, the total cumulative contract value will be $63,000,000. Work will be performed in the NAVFAC Washington AOR, including but not limited to, Maryland (40%); Virginia (40%); and Washington, D.C. (20%). The term of the contract is not to exceed 48 months with an expected completion date of April 2021. No funds will be obligated at time of award and funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by military construction (Navy); operation and maintenance (O&M) (Navy); O&M (Marine Corps); and Navy working capital funds. NAVFAC Washington, Washington, D.C., is the contracting activity (N40080-17-D-0033). Forward Slope Inc., San Diego, California, is being awarded an $11,323,595 modification P00008 to previously awarded requirements-type contract N66001-18-D-0117 to provide command, control, communications, intelligence, surveillance and reconnaissance (C4ISR) planning and design services in support of shore installation projects. This one-year modification increases the overall value of the existing contract to $34,867,630. The period of performance is from Jan. 11, 2021, through Jan. 10, 2022. Work will be performed at the contractor's facilities in San Diego, California (50%); and Hawaii (50%). Contract funds will not expire at the end of the fiscal year. No funds will be obligated at the time of award. Fiscal 2021 operation and maintenance (Navy) funds will be obligated as individual task orders are issued. This contract was originally competitively procured via request for proposal N66001-17-R-0002 published on the beta.SAM.gov website. Eight offers were received and one was selected for award. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0117). ARMY InSap Services Inc., Marlton, New Jersey, was awarded a $24,507,978 modification (BA0250) to contract W91QUZ-11-D-0017 for enterprise application services support to the Army's Logistics Modernization Program. Work will be performed in Marlton, New Jersey, with an estimated completion date of Dec. 14, 2020. Fiscal 2020 civil consolidated working funds in the amount of $10,394,401 were obligated at the time of the award. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Oakland Consulting Group, Lanham, Maryland, was awarded a $12,407,852 modification (BA0236) to contract W91QUZ-11-D-0018 for enterprise application services support to the Army's Logistics Modernization Program. Work will be performed in Lanham, Maryland, with an estimated completion date of March 31, 2021. Fiscal 2020 civil consolidated working funds in the amount of $4,359,142 were obligated at the time of the award. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Avion Solutions Inc., Huntsville, Alabama, was awarded an $8,820,564 modification (000337) to contract W31P4Q-18-A-0047 for logistics support for the Unmanned Aircraft Systems project manager's office. Work will be performed in Huntsville, Alabama, with an estimated completion date of Aug. 31, 2021. Fiscal 2021 operation and maintenance (Army) funds in the amount of $8,820,564 were obligated at the time of the award. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2446305/source/GovDelivery/

  • Contract Awards by US Department of Defense - December 15, 2020

    December 17, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 15, 2020

    DEFENSE LOGISTICS AGENCY Thomas Scientific LLC, Swedesboro, New Jersey, has been awarded a maximum $105,820,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for nasopharyngeal swabs. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(2), as stated in Federal Acquisition Regulation Part 6.302-2. This is a four-month contract with a three-month option period. Location of performance is New Jersey, with an April 24, 2020, ordering period end date. Using customers are Veterans Administration, Indian Health Service, Department of Justice, Department of Homeland Security, Department of Health and Human Services and Department of Defense. Type of appropriation is fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-21-D-0004). Fidelis Sustainability Distribution LLC, Carson City, Nevada, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various robotic surgery systems and associated hardware, software and consumable items. This was a competitive acquisition with 105 offers received. This is a five-year contract with no option periods. Locations of performance are Nevada and Illinois, with a Dec. 14, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-21-D-0002). Silver Oak Leaf Inc.,** Alpharetta, Georgia, has been awarded a maximum $13,534,957, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for coats and trousers. This is a two-year base contract with one two-year option period. This was a competitive acquisition with two responses received. Locations of performance are Georgia and Puerto Rico, with a Dec. 14, 2022, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal year 2021 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1407). Innovative Federal Operations Group Inc., Carlsbad, California, has been awarded a maximum $7,557,359 firm-fixed price, definite-quantity contract for disposable protective coveralls. This was a competitive acquisition with seven responses received. Locations of performance are California and Turkey, with a Jan. 14, 2021, performance completion date. Using customer is Federal Emergency Management Agency. Type of appropriation is fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-C-0003). AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $46,890,000 firm-fixed-price contract for the F-15 Qatar program. This contract provides for the Foreign Military Sales (FMS) requirement to procure Digital Electronic Warfare System spares for the Qatar Emiri Air Force. Work will be performed in St. Louis, Missouri, and is expected to be completed Aug. 23, 2023. This award is the result of a sole-source acquisition. FMS funds in the amount of $22,976,100 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8634-18-C-2701). The Boeing Co., St. Louis, Missouri, has been awarded a $17,764,388 fixed-price-incentive-firm, cost-plus-incentive-fee, cost-plus-fixed-fee modification (P00009) to contract FA8634-18-C-2697 for infrared search and track to upgrade the current Air Force design equivalent of the Navy Block II configuration. This contract will retrofit the production ship sets by modifying the Block I Legion Pod with a replacement of the infrared receiver processor with the V3 infrared receiver and V3 processor from the Navy Block II and modified cabling harness within the pod structure. Work will be performed in St. Louis, Missouri, and is expected to be completed October 2022. This award is the result of a sole-source acquisition. Fiscal 2019 National Guard and Reserve equipment defense funds in the full amount are being obligated at the time of award. The F-15 Division Contracts Branch, Wright-Patterson Air Force Base, Ohio, is the contracting activity. NAVY Saxman One LLC, Manassas, Virginia, is awarded a $50,750,000 indefinite-delivery/indefinite-quantity contract for the Navy Internship and Apprenticeship Programs. This contract provides for the promotion of student internship opportunities such as the Science and Engineering Internship Program (SEAP), the Naval Research Enterprise Internship Program (NREIP), Naval Horizons and other short-term internship programs. The work to be performed includes web site development, provide customer service, increase program awareness, develop virtual training opportunities, provide intern notification, make payment of intern stipends, work with Naval Commands to obtain the proper security paperwork for the intern(s), coordinate internship agreements and provide reports to the Office of Naval Research. Work will be performed in Manassas, Virginia, and is estimated to be completed by Dec. 15, 2025. The total cumulative value of this contract is $50,750,000. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $125,000 are being obligated on a task order on a cost-plus-fixed-fee basis at the time of award. These funds will not expire at the end of the current fiscal year. This contract was solicited on a sole-source basis using an Alaska Native Corporation in accordance with 13 Code of Federal Regulations 124.506(b). The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-21-D-4002). CSRA LLC, a General Dynamics Information Technology Co., Falls Church, Virginia, is awarded a $28,092,546 modification to previously awarded indefinite-delivery/indefinite-quantity (IDIQ) contract N00039-17-D-0002 to extend network and information technology services being provided under the Outside Continental U.S. Navy Enterprise Network (ONE-Net) contract. The services provided under ONE-Net include service desk support, networks and systems operations support, field services support, information assurance services support, network technical support, business management office support, Tier II/III support, Tier IV support and host based security system support. Work will be performed in various locations outside the U.S. based on the requirement for each task order placed. Work is expected to be completed by September 2021. The total cumulative value of this contract is an estimated $171,828,967. No contract funds will be obligated on the base contract at the time of award. Contract funds will be obligated on individual task orders and will at the end of the fiscal year. This modification extends the period of performance of the contract by adding Option Period Five (Dec. 28, 2020, to June 27, 2021) with a ceiling of $17,717,296; and Option Period Six (June 28, 2021, to Sept. 30, 2021) with a ceiling of $10,375,250, which are both exercised with award of this modification. The contract type of the modification is an IDIQ hybrid contract with firm-fixed-price and cost only contract line item numbers. This contract includes options, which are being exercised at the time of award of this modification. This contract was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Bell Textron Inc., Fort Worth, Texas, is awarded a $22,791,652 cost-plus-fixed-fee order (N00019-21-F-0228) against previously issued basic ordering agreement N00019-16-G-0012. This order provides engineering and logistics support, procures four resident integrated logistics support detachment computer seats, trailer lease site for flight test engineers, support equipment workaround material and aircraft wiring integration remote terminal and flight control computer test station material in support of Marine Corps (USMC) AH-1Z; the governments of Bahrain and the Czech Republic UH-1Y and AH-1Z production aircraft; and USMC UH-1Y and AH-1Z aircraft modifications and sustainment. Work will be performed in Fort Worth, Texas (70%); and Patuxent River, Maryland (30%), and is expected to be completed in February 2022. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $957,796; fiscal 2021 aircraft procurement (Navy) funds in the amount of $703,526; fiscal 2019 aircraft procurement (Navy) funds in the amount of $14,842,613; and Foreign Military Sales funds in the amount of $2,645,319 will be obligated at time of award, $15,800,409 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., Huntington Beach, California, is awarded a $8,000,000 fixed-price incentive (firm target) undefinitized contract modification to previously awarded contract N00024-17-C-6307 for extra-large unmanned undersea vehicle maintenance analyses and logistics products. Work will be performed in Newport News, Virginia (52%); and Huntington Beach, California (48%), and is expected to be completed by December 2022. Fiscal 2020 research, development, test, and evaluation (Navy) funds in the amount of $4,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. *Small business **Service-disabled veteran-owned small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2447883/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.