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 - January 29, 2020

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

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

    NAVY Geocent LLC, Metairie, Louisiana (N66001-20-D-3417); M.C. Dean Inc., Tysons, Virginia (N66001-20-D-3418); McKean Defense Group LLC, Philadelphia, Pennsylvania (N66001-20-D-3419); Parsons Government Services Inc., Pasadena, California (N66001-20-D-3420); Science Applications International Corp., Reston, Virginia (N66001-20-D-3421); Serco Inc., Herndon, Virginia (N66001-20-D-3422); Systems Technology Forum Ltd., Fredericksburg, Virginia (N66001-20-D-3423); Valkyrie Enterprises Inc., Virginia Beach, Virginia (N66001-20-D-3424); and VT Milcom Inc., Virginia Beach, Virginia (N66001-20-D-3425), are each awarded a $56,339,692 indefinite-delivery/indefinite-quantity, multiple-award contract with cost-plus-fixed-fee, firm-fixed-price and cost (no fee) pricing. Support includes project management, administration, drafting, technical integration, testing, maintenance, engineering, logistics, facilities and security for software and hardware of new and existing command, control, communications, computers, intelligence, surveillance and reconnaissance systems and networks. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two three-year option periods, which, if exercised, would bring the overall potential value of this contract to an estimated $249,033,405. Work will be performed primarily in the Indo-Asia-Pacific Region and Navy Region Southwest including Hawaii, Guam, Japan, California, Nevada, Washington state, Oklahoma, South Korea, Singapore, Philippines and Australia; and outside this region in Bahrain, Djibouti and Italy. Work will be performed outside the continental U.S. (50%); and inside the continental U.S. (50%) on a full-time basis. The period of performance of the base award is from Jan. 29, 2020, through Jan. 28, 2022. If all options were exercised, the period of performance would extend through Jan. 28, 2028. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); and other funding, which may include working capital funds (DoD); Department of Homeland Security funds; and research, development, test and evaluation (Navy) funds. This contract was competitively procured via a request for proposal (N66001-19-R-0001) which was published on the Federal Business Opportunities website and the Naval Information Warfare Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity. Northrup Grumman Systems Corp., Linthicum Heights, Maryland, is awarded a $15,752,580 cost-plus-fixed-fee modification to exercise options to previously-awarded contract N00024-15-C-5319 for level of effort engineering services and associated travel to provide continuous support of two AN/SLQ-32(V)Y Surface Electronic Warfare Improvement Program (SEWIP) Block 3 System low rate initial production units. This option exercise is for the continued level of effort engineering services in support of SEWIP Block 3 low-rate initial-production units. SEWIP is an evolutionary acquisition and incremental development program to upgrade the existing AN/SLQ-32(V) electronic warfare system. SEWIP Block 3 will provide select Navy surface ships a scalable electronic warfare enterprise suite with improved electronic attack capabilities. Work will be performed in Linthicum, Maryland, and is expected to be completed by December 2020. Fiscal 2018 other procurement (Navy) funding in the amount of $60,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded an $11,301,660 fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures Joint Precision Approach and Landing Systems Airborne Radio Communication ARC-210 Generation 5 radio units for the Navy. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in March 2021. Fiscal 2020 shipbuilding and conversion (Navy) funds for $403,110; and other procurement (Navy) funds for $3,627,990 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0006). BAE Systems Technology Solutions & Services, Rockville, Maryland, is awarded a $10,536,004 modification (P00002) to a previously-awarded cost-plus-fixed-fee contract (N00421-20-C-0003). This modification exercises an option to provide engineering and technical services for integrated communications and information systems radio communications for Navy ships, in support of the Naval Air Warfare Center, Webster Outlying Field, to support the integrated communications and information systems radio communications. Work will be performed in St. Inigoes, Maryland (60%); California, Maryland (30%); Bath, Maine (5%); and Pascagoula, Mississippi (5%), and is expected to be completed in July 2025. Fiscal 2020 shipbuilding and conversion (Navy) funds for $4,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. ARMY Continental Heavy Civil Corp., Miami, Florida, was awarded a $23,778,240 firm-fixed-price contract for the NASA Wallops Beach Renourishment Project in Accomack County, Virginia. Bids were solicited via the internet with five received. Work will be performed in Wallops Island, Virginia, with an estimated completion date of March 12, 2021. Fiscal 2019 civil construction, Corps of Engineers funds in the amount of $23,778,240 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-20-C-0002). AECOM Management Services Inc., Germantown, Maryland, was awarded a $17,000,000 modification (000260) to contract W52P1J-12-G-0028 for Army Prepositioned Stock (APS-2) logistics support services in support of maintenance, supply and transportation at Mannheim and Dulmen, Germany. Work will be performed in Mannheim and Dulmen, Germany, with an estimated completion date of Nov. 20, 2020. Fiscal 2020 operations and maintenance, Army funds in the amount of $17,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Vision Point Systems Inc.,* Fairfax, Virginia, was awarded a $13,500,000 firm-fixed-price contract to provide corrosion engineering and logistics technical, analytical, programmatic, research and development, technical assistance, testing, training, and technical writing support for the U.S. Army Combat Capabilities Development Command (CCDC) Ground Vehicle Systems Center (GVCS) and Tank-automotive and Armaments Command (TACOM) Life Cycle Management Center (LCMC). 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 Jan. 28, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0012). Dawn/Higley JV LLC,* Warren, Ohio, was awarded an $11,458,223 firm-fixed-price contract to repair and renovate interior and exterior of an aircraft maintenance hangar. Bids were solicited via the internet with five received. Work will be performed in Mansfield, Ohio, with an estimated completion date of Aug. 31, 2021. Fiscal 2020 Air Guard sustainment, repair, maintenance in the amount of $11,458,223 were obligated at the time of the award. U.S. Property and Fiscal Office for Ohio 179th Mission Support Contracting, Mansfield, Ohio, is the contracting activity (W50S8R-20-C-0002). AIR FORCE Technica Corp., Sterling, Virginia, has been awarded a $13,591,345 cost-plus-fixed-fee modification to exercise the first option period, Feb. 15, 2020, through Feb. 14, 2021. The contract provides weapon system engineering and maintenance services to include incremental software version development and installation, security patch installations, preventative maintenance, trouble shooting and responsive Tier 1, 2 and 3 support for the Cyberspace Vulnerability Assessment/Hunter (CVA/H) weapon system. Work will be performed in Sterling, Virginia, and is expected to be complete by Aug. 14, 2025. This award is the result of a competitive acquisition. Offerors were solicited under the Network-Centric Solutions (NETCENTS) Network Operations and Infrastructure Small Business contract holders and seven offers were received. Fiscal 2020 research, development, test and evaluation; operations and maintenance; and procurement funds in the amount of $13,591,345 are being obligated at the time of modification to exercise the first option period. The Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division, Joint-Base San Antonio-Lackland, San Antonio, Texas, is the contracting activity (FA8732-14-D-0015, task order FA8307-19-F-0098). Starwin Industries LLC, Dayton, Ohio, has been awarded a $9,554,000 firm-fixed price indefinite-delivery/indefinite-quantity contract for F-16 Bugeye radomes. This contract provides for the supply of both left and right Bugeye radomes for the F-16 aircraft. Work will be performed in Dayton, Ohio, and is expected to be complete by Jan. 28, 2026. This award is the result of a competitive acquisition, two solicitations mailed and two offers received. Fiscal 2019 research and development funds (not multiyear) in the amount of $35,872 are being obligated at the time of award. The Air Force Life Cycle Management Center, F-16 Division, Hill Air Force Base, Utah, is the contracting activity (FA8232-20-D-0006). DEFENSE LOGISTICS AGENCY Lions Services Inc.,** Charlotte, North Carolina, has been awarded a maximum $10,468,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for advanced combat helmet chinstraps. This is a one-year base contract with two one-year options periods. Location of performance is North Carolina, with a Jan. 28, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-B082). * Small business ** Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2069174/source/GovDelivery/

  • Looking for a new challenge? À la recherche d'un nouveau défi ?

    January 29, 2020 | Local, Aerospace, Naval, Land, C4ISR, Security

    Looking for a new challenge? À la recherche d'un nouveau défi ?

    We have 5 new challenges! The National Research Council of Canada and the Communication Security Establishment are looking for solutions from Canadian innovators. Do you think you can solve these challenges? Nous avons 5 nouveaux défis ! Le Conseil national de recherches du Canada et le Centre de la sécurité des télécommunications cherchent des solutions auprès des innovateurs canadiens. Pensez-vous pouvoir relever ces défis ?

  • Contract Awards by US Department of Defense - January 27, 2020

    January 29, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - January 27, 2020

    NAVY National Technologies Associates Inc., California, Maryland, is awarded a $104,947,467 cost-plus-fixed-fee, cost reimbursable indefinite-delivery/indefinite-quantity contract. This contract provides contractor logistics; research, development, test and evaluation; limited engineering and aircraft maintenance support on designated aircraft in direct support of the Presidential Helicopters Program Office, Helicopter Marine Squadron One (HMX-1), and Air Test and Evaluation Squadron Twenty-One (HX-21). Work will be performed in Patuxent River, Maryland (90%); and Quantico, Virginia (10%), and is expected to be completed in February 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 competitively procured via an electronic request for proposal; two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0023). Jacobs Technology Inc., Tullahoma, Tennessee, is awarded a $52,317,627 indefinite-delivery/indefinite-quantity contract for base operating support (BOS) services at naval installations located in Jefferson and Kitsap counties, Washington referred to as West Sound (WSBOS). BOS services to be performed include general information, management and administration, fire and emergency services, facilities support (including facility management, facility investment, Bureau of Medicine and Surgery facility investment and pavement clearance), wastewater transportation and environmental services. The maximum dollar value including the base period and seven option periods is $418,981,521 that includes potential maximum award fee. Work will be performed in Jefferson (4%) and Kitsap (96%) Counties, Washington, and is expected to be complete by May 2028. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $29,217,632 for recurring work will be obligated on an individual task order issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website with seven proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-D-0001). Science Applications International Corp., Reston, Virginia, is awarded a $13,894,236 cost-plus-fixed-fee and cost-reimbursement-type contract to provide animal care, training, and maintenance and operation of marine mammals participating in the Navy Marine Mammal Program. This one-year contract includes four one-year option periods that, if exercised, would bring the overall potential value of this contract to an estimated $73,251,343. Work will be performed at government facilities in San Diego, California (53%); Naval Submarine Base Kings Bay, Georgia (24%); and Naval Base Kitsap in Bangor, Washington (23%). The period of performance of the base award is from Jan. 27, 2020, through Jan. 26, 2021. If all options were exercised, the period of performance would extend through Jan. 26, 2025. Fiscal 2020 funds will be obligated using Navy working capital funds. Contract funds will not expire at the end of the current fiscal year. This contract is awarded using other than full and open competition in accordance with Federal Acquisition Regulation Subpart 6.302-1 and 10 U.S. Code 2304(c)(1), only one responsible source. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-20-C-3416). Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $13,598,776 firm-fixed-price delivery order N00024-20-F-5608 under previously awarded contract N00024-15-D-5217 for 98 Technical Insertion Sixteen (TI-16) Common Display System (CDS) Variant A air-cooled production consoles. The CDS is a set of watch station consoles designed to support the implementation of open architecture in Navy combat systems. The TI-16 CDS is the next evolution in the CDS family and consists of a three-eyed horizontal display console. This delivery order combines purchases for the Navy (98%) and Coast Guard (2%). Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by November 2020. Fiscal 2020 other procurement (Navy) (37%); fiscal 2020 weapons procurement (Navy) (2%); fiscal 2020 shipbuilding and conversion (Navy) (44%); and fiscal 2018 shipbuilding and conversion (Navy) (17%) funding for $13,598,776 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded an $8,686,145 firm-fixed-price contract for Launch Control Unit Mk 235 Mods 11 and 12 production in support of the Vertical Launch System (VLS). The launch control units are used to select and issue pre-launch and launch commands to selected missiles in the VLS. This order will provide for the fabrication, assembly, test, final acceptance and delivery of VLS Launch Control Unit Mk 235 Mod 11, part number 7104280-119, and Mk 235 Mod 12, part number 7104280-129. The VLS is equipped with two redundant launch control units, each of which is electrically interfaced with all of the launch sequencers in the system. This contract includes options that, if exercised, would bring the cumulative value of this contract to $44,306,594. This contract combines purchases for the Navy (73%); and the government of Norway (27%) under the Foreign Military Sales (FMS) program. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by October 2020. If all options are exercised, work will continue through October 2022. Fiscal 2020 shipbuilding and conversion (Navy) funding for $4,185,153; and fiscal 2020 FMS funding for $4,500,992 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 three offers received. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity (N-63394-20-C-0002). ARMY Leidos Inc., Reston, Virginia, was awarded a $72,575,612 firm-fixed-price contract for services in support of the existing Night Eagle System. Bids were solicited via the internet with one received. Work will be performed in Reston, Virginia, with an estimated completion date of April 25, 2022. Fiscal 2020, 2021 and 2022 operations and maintenance, Army funds in the amount of $72,575,612 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-C-0021). (Awarded Jan. 25, 2020) The Boeing Co., Mesa, Arizona, was awarded a $54,446,000 modification (P00047) to contract W58RGZ-16-C-0023 for retrofit kits and software development for the Apache attack helicopter. Work will be performed in Mesa, Arizona, with an estimated completion date of Nov. 30, 2021. Fiscal 2018 aircraft procurement, Army funds in the amount of $26,678,540 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Syracuse Research Corp. Inc., North Syracuse, New York, was awarded a $22,075,156 modification (P000013) to contract W31P4Q-19-C-0005 for a six-month extension for support to the Counter-Unmanned Aerial System, Expeditionary, Low Slow Small Unmanned Aerial System Integrated Defeat System program. Work will be performed in North Syracuse, New York, with an estimated completion date of July 27, 2020. Fiscal 2020 research, development, test and evaluation; operations and maintenance, Army; and other procurement, Army funds in the combined amount of $22,075,156 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. U.S. TRANSPORTATION COMMAND Thirteen companies have been awarded Option Year Two modifications under the following Category A III, indefinite-delivery/indefinite-quantity, fixed-price contracts: American Airlines, Fort Worth, Texas (HTC711-18-D-C003); Air Transportation International, Irving, Texas (HTC711-18-D-C004); Atlas Air, Purchase, New York (HTC711-18-D-C005); Delta Air Lines Inc., Atlanta, Georgia (HTC711-18-D-C006); FedEx, Washington, District of Columbia (HTC711-18-D-C007); Hawaiian Airlines Inc., Honolulu, Hawaii (HTC711-18-D-C008); JetBlue Airways, Long Island City, New York (HTC711-18-D-C009); Miami Air International, Miami, Florida (HTC711-18-D-C010); National Air Cargo Inc., Orlando, Florida (HTC711-18-D-C011); Polar Air Cargo Worldwide Inc., Purchase, New York (HTC711-18-D-C012); United Parcel Service Co., Louisville, Kentucky (HTC711-18-D-C013); USA Jet Airlines, Belleville, Michigan (HTC711-18-D-C014); and Western Global Airlines, Estero, Florida (HTC711-18-D-C015). The companies are eligible to compete at the task order level for an option year estimated amount of $41,441,067. The program's cumulative value increased from $82,884,634 to an estimated $124,325,701. This modification provides international commercial scheduled air cargo transportation services. Services encompass time-definite, door-to-door pick-up and delivery, transportation, intransit visibility, government-approved third party payment system participation and expedited customs processing and clearance of less than full planeloads for the movement of regular and recurring hazardous, refrigerated/cold chain, life and death, narcotics and other regular recurring cargo shipments. Work will be performed world-wide. Option Year Two period of performance is Feb. 1, 2020, to Jan. 31, 2021. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY UnWrapped Inc., Lowell, Massachusetts, has been awarded a maximum $16,786,440 firm-fixed-price, indefinite-delivery contract for leather gloves. This was a competitive acquisition with seven responses received. This is a one-year base contract with three one-year option periods. Location of performance is Massachusetts, with a Jan. 27, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1235). https://www.defense.gov/Newsroom/Contracts/Contract/Article/2066978/source/GovDelivery/

  • Lockheed adds Dunford, former top US military officer, to board

    January 27, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Lockheed adds Dunford, former top US military officer, to board

    By: Aaron Mehta WASHINGTON — Lockheed Martin has added Joe Dunford, the former chairman of the Joint Chiefs of Staff, to its board of directors, the company announced Friday. Dunford, the Marine general who retired out of service at the end of September 2019, will become the 12th member of Lockheed's board come Feb. 10 of this year. He will serve on the board's Classified Business and Security Committee as well as its Nominating and Corporate Governance Committee. "General Dunford's service to the nation at the highest levels of military leadership will bring valuable insight to our board," Marillyn Hewson, chairman, president and CEO of Lockheed Martin, said in a statement. "His experience in complex, global operations and risk management, including cybersecurity threats, is a tremendous asset and will enhance board oversight in key business areas." Lockheed Martin is the world's largest defense contractor, with $50.5 billion in defense revenue in fiscal 2018. The announcement may spur renewed calls by good government groups to close the so-called “revolving door” between the Pentagon and the defense industry, an issue that has taken on new life given the number of industry executives who have joined the defense department under President Donald Trump. That list is most prominently headlined by Secretary of Defense Mark Esper, a former Raytheon executive, and Pat Shanahan, a Boeing executive who was confirmed as deputy secretary of defense and then served six months as the acting secretary to start 2019 before departing the building. Sen. Elizabeth Warren, a top nominee for the Democratic nomination for president, has called for a ban on defense primes hiring senior Pentagon officials and officers for four years after they leave retire. https://www.defensenews.com/industry/2020/01/25/lockheed-adds-dunford-former-top-us-military-officer-to-board

  • Contract Awards by US Department of Defense - January 24, 2020

    January 27, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - January 24, 2020

    ARMY Longbow LLC, Orlando, Florida, was awarded a $235,794,870 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) Foreign Military Sales (Republic of Korea (South Korea), Greece, India, India, Indonesia, Kuwait, Netherlands, Qatar, Saudi Arabia, Taiwan, United Arab Emirates and United Kingdom) contract for procurement of production support services for the Fire Control Radar System for the Apache attack helicopter. One bid was solicited via the internet with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2025. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-D-0009). Georgia Vocational Rehabilitation Agency, Tucker, Georgia, was awarded a $94,213,911 firm-fixed-price contract for full food services. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2025. Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W9124J-20-D-0003). United Materials of Great Falls,* Great Falls, Montana, was awarded an $8,450,955 firm-fixed-price contract for construction of new parking apron and connecting taxiways. Bids were solicited via the internet with one received. Work will be performed in Great Falls, Montana, with an estimated completion date of Oct. 30, 2020. Fiscal 2019 military construction funds in the amount of $8,450,955 were obligated at the time of the award. U.S. Property and Fiscal Office, Helena, Montana, is the contracting activity (W9124V-20-C-0002). MCON LLC,* Wathena, Kansas, was awarded a $7,536,190 firm-fixed-price contract for raising the Missouri River levee system and installing relief wells. Bids were solicited via the internet with nine received. Work will be performed in Elwood, Kansas, with an estimated completion date of Jan. 23, 2022. Fiscal 2020 civil construction funds in the amount of $7,536,190 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-20-C-1009). AIR FORCE Rolls Royce Corp., Indianapolis, Indiana, has been awarded a $69,087,000 indefinite-delivery/indefinite-quantity contract for the T56 Engine Component Improvement Program (CIP). The T56 Engine CIP establishes a prioritized list of projects each calendar year to include developing engineering changes to the engines, developing organizational, intermediate and depot level repairs as needed, and designing modifications to existing support equipment as well as initiating new support equipment designs as required by engine driven changes. The program also provides support to resolve service-revealed deficiencies and maintain or extend the life limits of aircraft engine. Work will be performed in Indianapolis, Indiana, and is expected to be complete by Dec. 31, 2029. Foreign Military Sales Fair Share funds in the amount of $385,938 are being obligated at the time of award. This award is the result of a sole source acquisition. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8626-20-D-0003). Graf Research Corp., Blacksburg, Virginia, has been awarded a $49,500,000 single award, indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee task orders for research and development. This contract provides for applied and advanced research for the advancement of trusted and assured microelectronics technologies; trust assessment strategies in areas related to known and potential system vulnerabilities; development and implementation of mitigation strategies and methodologies to prevent vulnerabilities; development and implementation of mitigation strategies and methodologies to prevent vulnerabilities before mitigation is required. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Feb. 15, 2028. This award is the result of a Small Business Innovative Research III request for proposal. Fiscal 2019 research and development funds in the total amount of $5,999,985 are being obligated at the time of award for the first task order (FA8650-20-F-1880). The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-D-1879). EWR Radar Systems Inc., St. Louis, Missouri, has been awarded a $20,705,290 contract for the Portable Doppler Radar (PDR) program. This contract provides for the purchase of 22 PDR systems, with an option to purchase up to an additional 14 systems. Work will be performed in St. Louis, Missouri, and is expected to be complete by Jan. 24, 2023. This contract is the result of a sole-source acquisition. Fiscal 2018 and 2019 other procurement funds in the amount of $12,662,566 are being obligated at the time of award. The Aerospace Management Systems Division, Digital Directorate, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-20-C-0033). L3 Harris Corp., Marietta, Georgia, has been awarded an $11,457,610 firm-fixed-price contract for repair services of electronic flight indicators and radar display units for the C‐130H Hercules. The work is expected to be complete by Jan. 24, 2025. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award as this is a requirements type contract. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8538-20-D-0003). Lockheed Martin Corp., Sunnyvale, California, has been awarded a $9,856,800 cost reimbursement contract modification (P00157) to previously awarded contract FA8810-08-C-0002 for a cross domain solution (CDS). The contract modification is for an updated CDS interface and associated hardware and software changes, as well as test, installation and checkout of the modified interface. Work will be performed at Boulder, Colorado; Aurora, Colorado; Azusa, California; and Sunnyvale, California. Work is expected to be completed by Jan. 21, 2021. Fiscal 2019 research and development funds are being obligated at the time of award. Total cumulative face value of the contract is $3,451,650,654. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. NAVY Advanced Technology Construction,* Tacoma, Washington (N44255-17-D-4004); Shape Construction Inc.,* Poulsbo, Washington (N44255-17-D-4006); Vet Industrial Inc.,* Bremerton Washington (N44255-17-D-4007); and Weldin Construction LLC,* Parker, Alaska (N44255-17-D-4008) are each being awarded a firm-fixed-price modification to increase the overall multiple award contract maximum, not-to-exceed amount for the indefinite-delivery/indefinite-quantity contract by $50,000,000 from $99,000,000 to $149,000,000, for design-build or design-bid-build construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Northwest (NW) area of operation (AO). All work on this contract will be performed primarily within the NAVFAC NW AO that includes Washington state (92%); Alaska (2%); Idaho (1%); Montana (1%); Oregon (2%); and Wyoming (1%). Work for this contract may also be performed in the remainder of the U.S. (1%). The work to be performed provides for new construction, renovation, alteration, demolition and repair work by design-build or design-bid-build of facilities located primarily within the NAVFAC NW AO. Types of projects include, but are not limited to, administrative and industrial facilities, housing renovation, child care centers, lodges, recreation/fitness centers, retail complexes, warehouses, housing offices, community centers, commercial and institutional buildings, manufacturing and industrial buildings and other similar facilities. This procurement was set aside for historically underutilized business zone construction firms. The term of the contract is not to exceed 60 months, with an expected completion date of December 2021. Task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Federal Business Opportunities website with 12 proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC NW, Silverdale, Washington, is the contracting activity. Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $20,487,223 modification (P00003) to a previously awarded firm-fixed-price requirements contract (N00019-19-D-0024). This modification exercises the option to provide T56-A-427 engine depot repair to include repair of the power section, torque meter, gearbox and accessories in accordance with Navy depot manuals and approved repair practices. Work will be performed in San Antonio, Texas (70%); Winnipeg, Canada (25%); and Indianapolis, Indiana (5%), and is expected to be completed in January 2021. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Mission Systems and Training, Manassas, Virginia, is awarded a $16,851,140 cost-plus-incentive-fee and cost-only modification to a previously awarded contract N00024-18-C-5218 to produce Technical Insertion-20 Shore Site Systems and provide incremental funding in support of the continued development, integration and production of the Navy's AN/SQQ89-A(V)15 Surface Ships Undersea Warfare System. This option exercise is for the procurement of shore site systems to further develop TI-20 AN/SQQ-89A(V)15 systems. AN/SQQ-89A(V)15 is the Surface Ship Undersea Warfare combat system with the capabilities to search, detect, classify, localize and track undersea contacts, and to engage and evade submarines, mine-like small objects and torpedo threats. The contract is for development, integration and production of future Advanced Capability Build and Technical Insertion baselines of the AN/SQQ-89A(V)15 USW Systems. This contract combines purchases for the Navy (85%); and the government of the Commonwealth of Australia (15%) under the Foreign Military Sales (FMS) program. Work will be performed in Lemont Furnace, Pennsylvania (73%); Clearwater, Florida (24%); Syracuse, New York (2%); Marion, Massachusetts (1%); and is expected to be completed by June 2021. Fiscal 2016 shipbuilding and conversion (Navy) (35%); 2019 research, development, testing and evaluation (15%); 2020 other procurement (Navy) (15%); 2018 shipbuilding and conversion (Navy) (13%); FMS Australia (15%); and 2019 other procurement (Navy) (7%) funding in the amount $16,851,140 will be obligated at the time of award, and $2,617,132 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Vigor Marine LLC, Portland, Oregon, is awarded a $15,284,851 firm-fixed-price contract for a 75 calendar-day shipyard availability for the regular overhaul and dry-docking of USNS Charles Drew (T-AKE 10). Work will be performed in Portland, Oregon, and is expected to be completed by May 9, 2020. The maximum dollar value, including base period and six options is $15,284,851. Fiscal 2020 working capital funds in the amount of $14,629,243 are being obligated at the time of the award. Contract funds in the amount of $14,629,243 are obligated in fiscal 2020 and do not expire at the end of year. This contract was competitively procured with one company soliciting via the Federal Business Opportunities website and one offer received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-6172). Battelle Memorial Institute, Columbus, Ohio, is awarded a $14,484,290 modification to a previously awarded firm-fixed-price other transaction agreement (N66001-18-9-4703) in support of prototype project “Artificial Intelligence Enhanced Autonomy for Long-endurance System Operations” to design and implement autonomy software to support long-term, continuous autonomous operation goals of the Office of Naval Research's Future Naval Capabilities system prototype. This three-year modification includes no options. The period of performance is Jan. 24, 2020 - Jan. 23, 2023. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $626,000 will be obligated at the time of award. Funds will not expire at the end of the fiscal year. Work will be performed in Edinburgh, Scotland (32%); Cambridge, Massachusetts (26%); Fairfax, Virginia (18%); Woburn, Massachusetts (16%); and Concord, Massachusetts (8%). This other transaction agreement was competed under the authority of Section 815 of the National Defense Authorization Act for fiscal 016, Public Law 114-92, and permanently codified in 10 U.S. Code 2371b. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-18-9-4703). DEFENSE LOGISTICS AGENCY DNO Inc.,* Columbus, Ohio, has been awarded a maximum $48,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with four responses received. This is a 36-month contract with no option periods. Locations of performance are Michigan and Ohio, with a Jan. 21, 2023, performance completion date. Using customers are Department of Agriculture schools. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-S741). Seiler Instrument & Manufacturing Co., Inc.,* St. Louis, Missouri, has been awarded a maximum $12,482,499 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for mount telescopes. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is Missouri, with a Jan. 25, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0059). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Northrop Grumman Systems Corp., Redondo Beach, California, has been awarded a $13,006,683 cost-plus-fixed-fee contract for the base period of the Glide Breaker program. This contract provides for the research, development and demonstration of a technology that is critical for enabling an advanced interceptor capable of engaging maneuvering hypersonic threats in the upper atmosphere. Work will be performed in Redondo Beach, California (73%); Mesa, Arizona (21%); Sacramento, California (4%); and Huntsville, Alabama (2%), with an estimated completion date of January 2021. Fiscal 2019 research and development funds in the amount of $13,006,683 are being obligated at the time of award. This contract is a competitive acquisition in accordance with the original broad agency announcement, HR0011-19-S-0008. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001120C0025). Battelle Memorial Institute, Columbus, Ohio, has been awarded a $7,483,871 modification (P00003) for the option effort on previously awarded contract HR0011-19-C-0019. The contract is for research and development of an advanced networked sensor to detect and identify biological weapons of mass destruction threats in support of the SIGMA+ program. The modification brings the total cumulative face value of the contract to $9,985,170. Work will be performed in Columbus, Ohio (60%); and Cambridge, Massachusetts (40%), with an expected completion date of June 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,430,000 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2065636/source/GovDelivery/

  • Contract Awards by US Department of Defense - January 23, 2020

    January 24, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - January 23, 2020

    ARMY Brayman Construction Corp., Saxonburg, Pennsylvania, was awarded a $319,592,539 firm-fixed-price contract for labor, rehabilitation of recreational areas, equipment, supervision and modifications to the stilling basin of the Bluestone Dam in Hinton, West Virginia. Bids were solicited via the internet with one received. Work will be performed in Hinton, West Virginia, with an estimated completion date of Jan. 31, 2029. Fiscal 2018 operations and maintenance, civil works funds in the amount of $319,592,539 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-20-C-0004). Science Applications International Corp., Reston, Virginia, was awarded a $12,847,708 cost-no-fee and firm-fixed-price contract for information technology support services. Bids were solicited via the internet with six received. Work will be performed in Pyeongtaek, South Korea, with an estimated completion date of Jan. 31, 2025. Fiscal 2020 operations and maintenance, Army funds in the amount of $12,847,708 were obligated at the time of the award. 411th Contracting Support Brigade, Seoul, South Korea, is the contracting activity (W91QVN-20-F-0157). DEFENSE LOGISTICS AGENCY Simulab Corp., Seattle, Washington, has been awarded a maximum $36,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This is a five-year contract with no option periods. This was a competitive acquisition with 102 responses received. Location of performance is Washington, with a Jan. 22, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0029). NAVY PAE Applied Technologies LLC, Arlington, Virginia, is awarded a $32,967,099 modification (P00342) to a previously awarded contract N66604-05-C-1277 to extend the period of performance for six months and increase target cost for Atlantic Undersea Test and Evaluation Center (AUTEC). AUTEC is the Navy's large-area, deep-water, undersea test and evaluation range. Underwater research, testing and evaluation of anti-submarine weapons, sonar tracking and communications are the predominant activities conducted at AUTEC. The contractor performs AUTEC range operations support services and maintenance of facilities and range systems. In addition, the contractor is responsible for operating a self-sufficient one square mile Navy outpost. This modification increases the value of the basic contract by $32,967,099. The new total value is $885,984,261. Work will be performed in Andros Island, Commonwealth of the Bahamas (80%); and West Palm Beach, Florida (20%), and is expected to be completed in September 2020. No funding will be obligated at time of this modification award. The Naval Undersea Warfare Center Newport Division, Newport, Rhode Island, is the contracting activity. https://www.defense.gov/Newsroom/Contracts/Contract/Article/2064381/source/GovDelivery/

  • Contract Awards by US Department of Defense - January 23, 2020

    January 23, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - January 23, 2020

    AIR FORCE Northrop Grumman Systems Corp., doing business as Northrop Grumman Mission Systems, San Diego, California, is being awarded a $217,160,682 modification (P00021) to previously-awarded base contract FA8726-18-C-0005 to extend the contract by an additional year. This contract provides for Battlefield Airborne Communications Node payload operation and support for payload equipment and services. Work will be performed at San Diego, California, and undisclosed overseas locations, and is expected to be complete by Jan. 23, 2021. Fiscal 2020 operations and maintenance funds in the amount of $20,000,000 are being obligated at the time of award. Total cumulative face value of the contract is $570,165,699. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. Lockheed Martin Corp., Ft. Worth, Texas, has been awarded a $7,794,188 modification under modification 21 to previously-awarded contract FA8650-16-C-7656 for research and development. The contract modification is for the incorporation of additional within-scope work to further the technologies established under current System of Systems Integration Technology and Experimentation program. Work will be performed at Ft. Worth, Texas, and is expected to be completed by March 31, 2021. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $5,000,000 are being obligated at the time of award. Total cumulative face value of the contract is $52,337,677. The Air Force Research Lab, Wright Patterson Air Force Base, Ohio, is the contracting activity. NAVY M.C. Dean Inc., Tysons, Virginia, is awarded a $98,000,492 single award, indefinite-delivery/indefinite-quantity performance-based contract (N65236-20-D-8001) with provisions for cost-plus-fixed-fee and firm-fixed-price task/delivery orders. This contract is for the design, development and sustainment of electronic security systems and emergency management systems solutions for Department of Defense and federal agencies at shore installations worldwide. The contract will provide rapid and streamlined procurement of electronic security systems and emergency management systems solutions where there are emerging or special security requirements that require rapid response in order to mitigate and limit risk exposure to cyber and physical security threats. The contract includes a five-year ordering period. Contract funds in the amount of $25,000 will be obligated at the time of award. Work will be performed in Washington, District of Columbia (77%); and Charleston, South Carolina (23%), and is expected to be completed by January 2026. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured by full and open competition via the Naval Information Warfare Systems Command-Electronic Commerce Central website and the Federal Business Opportunities website, with one timely offer received. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. DEFENSE LOGISTICS AGENCY Florida Ordnance Corp.,* Fort Lauderdale, Florida, has been awarded a maximum $48,586,695 indefinite-delivery/indefinite-quantity contract for M88 Recovery Vehicle diesel cylinder heads. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a March 26, 2026, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0038). UPDATE: Enterprise Cabling Inc., Ocean City, Maryland (SPRBL1-20-D-0017), has been added as an awardee to the multiple award contract issued against solicitation SPRBL1-19-R-0042 announced Dec. 18, 2019. ARMY Scientia Global Inc.,* Melbourne, Florida, was awarded a $12,149,039 firm-fixed-price Foreign Military Sales (Iraq) contract to procure combat effective Digital Mobile Radio Tier III equipment, development, deployment, training and support services. One bid was solicited via the internet with one bid received. Work will be performed in Erbil, Iraq; and Melbourne, Florida, with an estimated completion date of April 29, 2022. Fiscal 2017 Foreign Military Sales funds in the amount of $12,149,039 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-20-C-5012). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2063144/source/GovDelivery/

  • Congress should fund new, not used sealift vessels, say former Maritime Administration officials

    January 23, 2020 | International, Naval

    Congress should fund new, not used sealift vessels, say former Maritime Administration officials

    By: David B. Larter WASHIGTON — Five former Maritime Administration officials have called on Congress to fund the construction of new sealift vessels instead of pushing the plan to buy and convert used ships on the open market. In a letter to the chairs of the House and Senate Appropriations committees, officials from both Republican and Democrat administrations said replacing the nation's organic surge sealift fleet, which has an average hull life of 44 years, is essential to maintaining the ability to send troops and materiel overseas on short notice. The letter, signed by former MARAD Administrator Clyde Hart, as well as four other former MARAD attorneys and policy chiefs, called for Congress to build new ships to spur shipbuilding in the United States and to cut down on maintenance hassles that could spell delays in a crisis. “First, the new ships would be immediately operational,” the letter said, “and the Maritime Administration won't have to spend precious time finding long-obsolete parts, therein delay surge capacity. Second, building ships in the United States creates jobs, spurs spending and strengthens the U.S. shipbuilding industry.” The letter comes in the wake of findings from last year's turbo activation that only about 40 percent of the sealift fleet would be ready to surge in a crisis, and that the force would be “challenged to be immediately ready for a large-scale inter-theater force deployment,” which is its entire raison d'etre. The sealift fleet is composed of 26 Military Sealift Command pre-positioning ships, 46 ships in the Ready Reserve Force and 15 command-owned roll-on/roll-off surge force ships. Many of the roll-on/roll-off ships are steam-operated, and the obsolete equipment is causing significant personnel issues in the pool of qualified civilian mariners needed to operate them. The White House's Office of Management and Budget favors a “buy used” policy for the sealift fleet, which is rapidly aging out. The Army in 2018 sent a warning to the House Armed Services Committee in an information paper regarding the nation's surge sealift capacity — which would be responsible for transporting up to 90 percent of Army and Marine Corps equipment in the event of a major war. The Army said the capacity would fall below its requirement by 2024. “Without proactive recapitalization of the Organic Surge Sealift Fleet, the Army will face unacceptable risk in force projection capability beginning in 2024,” the document said, adding that the advanced age of the current fleet adds further risk to the equation. “By 2034, 70% of the organic fleet will be over 60 years old — well past its economic useful life; further degrading the Army's ability to deploy forces,” the document read. https://www.defensenews.com/naval/2020/01/22/congress-should-fund-new-not-used-sealift-vessels-former-maritime-administration-officials-say/

  • India makes initial bid selections for $7 billion submarine project

    January 23, 2020 | International, Naval

    India makes initial bid selections for $7 billion submarine project

    By: Vivek Raghuvanshi NEW DELHI — India on Tuesday announced the selection of domestic and foreign defense companies for the construction of six diesel-electric submarines with air-independent propulsion technology as part of an effort worth more than $7 billion. The submarines will be manufactured in India under the Navy's P75I program and guided by the Ministry of Defence's Strategic Partnership model, which aims to build indigenous capabilities, a senior ministry official told Defense News. Two domestic shipyards companies — state-owned Mazagon Dock Shipbuilders Limited and private sector firm Larsen & Toubro — were shortlisted to collaborate with five overseas original equipment manufacturers — Rubin Design Bureau of Russia, Naval Group of France, Navantia of Spain, ThyssenKrupp Marine Systems of Germany, and Daewoo Shipbuilding & Marine Engineering of South Korea. “The defence acquisition council approved the shortlisting of Indian strategic partners and potential original equipment manufacturers (OEMs) who would collaborate to construct six conventional submarines in India,” the MoD said in a statement. An expression of interest was issued in June 2019 to four domestic companies: Mazagon; Larsen & Toubro; Reliance Naval and Engineering Limited; and a consortium of Hindustan Shipyard Limited and Adani Defence. An internal MoD committee rejected the Hindustan-Adani Defence bid because it did not meet eligibility requirements, and the ministry noted that Reliance Naval and Engineering did not meet financial requirements. A separate, restricted expression of interest was issued in July 2019 to the five foreign OEMs as well as Saab of Sweden. Saab chose not to participate in the program, citing lack of clarity. For the P75I program, the Rubin Design Bureau is offering the Amur 1650 submarine; France is offering the Scorpene 2000; Navantia has offered the S-80-class sub; TKMS offered its HDW class 214; and Daewoo is offering its KSS-III. The MoD official said submissions were accepted in September and selection done early this month. A senior Indian Navy official said the OEMs must provide full technology transfer of critical systems of the submarines such as air-independent propulsion technology, sensors, and communication and electronic warfare suites. They must also help establish a domestic supply chain for spare parts and material as well as assist in training the local labor force, the official added. The OEMs are free to set up joint ventures or equity partnerships, or make royalty arrangements with Indian prime partners and other domestic suppliers. Another MoD official said a request for proposals will be issued to two shortlisted Indian companies who will set up a technical partnership with one of the five shortlisted OEMs and submit both financial and technical bids by the end of 2020. Thereafter, the technical and financial bids will be evaluated, with final selection expected in mid-2022. The selection will be made based on the lowest price offered, he added. Under the P75I program, the submarines must be made up of 65 percent indigenous material. The MoD said any contract between an Indian strategic partner and a foreign OEM must include provisions for the protection of classified information. In addition, the shortlisted OEMs must confirm their willingness to cooperate with the selected Indian company, including life-cycle support and transfer of technology. https://www.defensenews.com/industry/2020/01/22/india-makes-initial-bid-selections-for-7-billion-submarine-project/

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.