Filter Results:

All sectors

All categories

    3544 news articles

    You can refine the results using the filters above.

  • Why the Australians are better at buying new warships than Canadians: report

    November 21, 2019 | Local, Naval

    Why the Australians are better at buying new warships than Canadians: report

    Andrea Gunn (agunn@herald.ca) OTTAWA, Ont. — Canada could have a thing or two to learn from the Australians when it comes to buying warships, a new report claims. Ian Mack, a retired rear admiral and director-general in the Department of National Defence, released a paper via the Canadian Global Affairs Institute on Friday shedding light on what he believes are some key mistakes in the way Ottawa has handled the $60-billion procurement of a new fleet of frigates. Mack has a unique perspective. He served in his DND role from 2007 to 2017 and was responsible for the conception, shaping and support of the launch and implementation of the National Shipbuilding Strategy, including the initial stages of the Canadian surface combatant competition. In 2017 Mack was selected by the Australian government to join an international expert advisory panel for their Future Frigate Program as it moved into its competitive evaluation process. In the paper, Mack points out the similarities between the two countries: they embarked on the procurement process at about the same time, they both sought to break the boom-and-bust cycle of shipbuilding, and ultimately they would both end up selecting BAE's Type 26 global combat ship as their preferred design. But the differences, Mack says, are what have encumbered Canada's process, and why the Canadian government took three years longer to go from government approval to design selection than the Australians, In the paper, Mack points to excessive red tape, inexperience among officials working on the project, and a general lack of drive to change the process to make it more efficient and cost-effective. For example, the Australian government made the decision up front to restrict the competition to three shipbuilders and their warship designs, whereas Canada only required shipbuilders to qualify to compete, which over 10 of them did. The initial request for proposals for the Canadian surface combatant also included hundreds of mandatory technical requirements characterized in great detail which proved problematic and led to an eventual overhaul of the process. In comparison, for Australia's future frigate, there were only a few mandatory requirements of any kind with further guidance provided to bidders via a question and response process. Mack also pointed out that in Canada, the project management office was about the same size as in Australia but entirely drawn from the public service and the Canadian Armed Forces, with a significant number of team members having little or no applicable industry experience or knowledge, whereas in Australia, the office was populated by knowledgeable contractors. The Canadian government, Mack concludes, has traditionally worn blinders when it comes to executing complex procurement projects. “It takes a serious investment of effort to study what others are doing,” he writes. “One useful place to start is by comprehensively exploring other nations' approaches to identify gems we might adopt and trial before we need to buy warships again.” https://www.thechronicleherald.ca/news/local/why-the-australians-are-better-at-buying-new-warships-than-canadians-report-377148/

  • BAE nabs $104.7M for support on Navy, Coast Guard vessels

    November 20, 2019 | International, Naval

    BAE nabs $104.7M for support on Navy, Coast Guard vessels

    By Christen McCurdy Nov. 19 (UPI) -- BAE Systems Technology has landed a $104.7 million contract with the U.S. Navy to provide engineering and technical services aboard Navy and Coast Guard vessels, the Pentagon announced Monday. Under the contract, BAE will provide engineering and technical services to support production, lifetime support engineering and in-service engineering for the radio communication system/command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance systems aboard Navy surface combatants and at associated shore sites, as well as on several Coast Guard vessels. According to the Department of Defense, the contract will be applied to all Navy ships but will be focused primarily on Coast Guard 47 Class and Destroyer vessels and Guided Missile 51 Class AEGIS ships. Other ships covered under the contract include Coast Guard ships, subsurface vessels and non-combatants in support of the Ship and Air Integration Warfare Division, Naval Air Warfare Center Webster Outlying Field. Work on the ships is expected to be completed by 2025 and will be performed at several sites, including San Diego, Calif., Patuxent River, Md., Norfolk, Va., Mayport, Fla., and St. Inigoes, Md., among others. Funds will not be obligated at the time of the award, but instead on individual orders as they are issued. According to the Pentagon, BAE was the sole applicant for the contract under a competitive process. https://www.upi.com/Defense-News/2019/11/19/BAE-nabs-1047M-for-support-on-Navy-Coast-Guard-vessels

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

    November 20, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

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

    DEFENSE LOGISTICS AGENCY Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $379,377,099 firm-fixed-price requirements contract for maintenance, repair and consumable material support for the V-22 platform. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year base contract with one five-year option period. Locations of performance are Maryland, Texas and Pennsylvania, with a Nov. 20, 2024, performance completion date. Using military services are 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 Aviation, Philadelphia, Pennsylvania (SPE4AX-20-D-9401). The Boeing Co., St. Louis, Missouri, has been awarded a maximum $232,003,560 firm-fixed-price delivery order (SPRPA1-20-D-000U) against a five-year basic ordering agreement (SPRPA1-14-D-002U) for the AH64 CH47 Global Material Support Program. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year base contract with one four-year option period. Locations of performance are Missouri and Arizona, with a Nov. 18, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. MOOG Inc., East Aurora, New York, has been awarded a maximum $13,658,400 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation pneumatic accumulators. This was a limited competitive acquisition with two offers received. This is a five-year contract with no option periods. Location of performance is New York, with a Nov. 1, 2024, 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 Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0007). NAVY Lockheed Martin Corp., Rotary and Mission Systems, Orlando, Florida, is awarded a $92,205,970 firm-fixed-price modification (P00008) to a previously awarded cost-plus-fixed-fee, cost reimbursable contract (N68335-18-C-0681). This modification exercises an option to procure 34 electronic Consolidated Automated Support System (eCASS) units to include 32 for the Navy and two for the government of Kuwait. Additionally, this modification procures eCASS related equipment such as self-maintenance and test/calibration operational test program sets, calibration equipment suites/kits, rack rail kits, shore installation kits and ship installation kits in support of the Navy and the government of Kuwait. Work will be performed in Orlando, Florida, and is expected to be completed in December 2022. Fiscal 2018, 2019 and 2020 aircraft procurement (Navy); and Foreign Military Sales funds in the amount of $92,205,970 will be obligated at time of award, $641,592 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. Raytheon Missile Systems, Tucson, Arizona, is awarded an $84,769,892 fixed-price-incentive (firm target) and firm-fixed-price contract modification to previously-awarded contract N00024-19-C-5418 to exercise options in support of the fiscal 2020 Evolved Sea Sparrow Missile (ESSM) Block 2 low rate initial production (LRIP) requirements. This contract modification will procure the remaining materials in support of the ESSM FY20 LRIP Lot 3 all up rounds and spares requirements. The ESSM program is an international cooperative effort to design, develop, test and procure ESSM missiles. The ESSM provides enhanced ship defense. Work will be performed in Tucson, Arizona (50%); Richmond, Australia (6%); Raufoss, Norway (6%); Andover, Massachusetts (5%); Mississauga, Canada (4%); Ottobrunn, Germany (3%); Hengelo Ov, Netherlands (3%); Grand Rapids, Michigan (3%); San Jose, California (2%); Ottawa, Canada (2%); Aranjuez, Spain (2%); San Diego, California (2%); Koropi Attica, Greece (2%); Hopewell Junction, New York (1%); Ankara, Turkey (1%); Westlake Village, California (1%); Eight Mile Plains Brisbane, Australia (1%); Grenaa, Denmark (1%); Torrance, California (1%); Canton, New York (1%); Minneapolis, Minnesota (1%); Newmarket, Canada; Lystrup, Denmark; Milwaukie, Oregon; and Cincinnati, Ohio, are less than 1% each and make up the remaining 2%. Work is expected to be complete by June 2023. Fiscal 2020 weapons procurement (Navy) funding in the amount of $84,769,892 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract modification was not competitively procured in accordance with 10 U.S. Code 2304(c)(4). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $56,255,635 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract to exercise the second option period for base operating support services at Camp Lemonnier, Djibouti. The work to be performed provides for all management and administration, public safety, galley, ordnance, air operations, fire and emergency services, bachelor quarters, housing, pest control, integrated solid waste, base support vehicles and equipment, custodial, electrical, water, wastewater, port operations, supply, morale-welfare-recreation, facilities investment and environmental services to provide base operating support services. After award of this option, the total cumulative contract value will be $188,808,738. Work will be performed at various installations in the territory of Djibouti, Africa, and other areas within Africa, and work is expected to be completed November 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance, (Navy), contract funds in the amount of $56,255,635 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Europe Africa Central, Naples, Italy, is the contracting activity (N62470-17-D-4012). Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $54,597,891 cost-plus-incentive-fee contract modification to previously awarded contract N00024-17-C-6259 to exercise and fund options for Navy equipment, production support and required long lead materials. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be complete by September 2021. Fiscal 2020 other procurement (Navy); and 2019 shipbuilding and conversion (Navy) funding in the amount of $46,832,561 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 Navy Yard, Washington, District of Columbia, is the contracting activity. SeaFix Inc., Saipan, Marianas Protectorate, is awarded a not-to-exceed $15,214,417 firm-fixed-price, cost-reimbursement, indefinite-delivery/indefinite-quantity contract with a four-year ordering period for Navy Watercraft Afloat Maintenance Services. This contract provides for full range of logistics support services to include maintenance and associated material management for Afloat Navy Lighterage in support of the Marine Corps Prepositioning Program and deployed forces world-wide. This contract includes one six-month option period which, if exercised, would bring the cumulative value of this contract to $18,930,294. Work will be performed outside the continental U.S. aboard Military Sealift Command Ships (98%), primarily in Guam, Saipan, Diego Garcia and South Korea; and in Jacksonville, Florida (2%). Work is expected to be completed Jan. 14, 2024. If all options are exercised, work will continue through July 14, 2024. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. This contract was competitively solicited and procured via the Federal Business Opportunity website as a total HUBZone set-aside, with two offers received. The Marine Corps, Blount Island Command, Jacksonville, Florida, is the contracting activity (M67004-20-D-0002). Northrop Grumman Systems Corp., Baltimore, Maryland, is awarded a $13,046,971 modification for the firm-fixed-price portion of a previously awarded contract (M67854-19-C-0043). This modification is for the purchase of gallium nitride full rate production diminishing manufacturing sources and communications equipment group shelter integration in Lot One in support of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Baltimore, Maryland, and is expected to be complete by May 2, 2022. Fiscal 2020 procurement (Marine Corps) funds in the amount of $13,046,971 will be obligated at the time of award and will not expire at the end of the current fiscal year. The contract modification was not competitively procured. The base contract was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-C-0043). BAE Systems Jacksonville Ship Repair, Jacksonville, Florida, is awarded an $11,161,336 cost-plus-award-fee modification to previously-awarded contract N00024-16-C-2302 to exercise options for the USS Billings (LCS 15) post-shakedown availability. Post-shakedown availabilities (PSA) are accomplished within a period of approximately 10-16 weeks between the time of ship custody transfer to the Navy and the shipbuilding and conversion (Navy) funding obligation work limiting date. The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA. The work to be performed will include correction of government-responsible trial card deficiencies, new work identified between custody transfer and the time of PSA and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. Work will be performed in Jacksonville, Florida, and is expected to be completed by January 2021. Fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $1,431,018; fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $1,431,015; and fiscal 2020 other procurement (Navy) funding in the amount of $202,227 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity. Melwood Horticultural Training Center Inc., Upper Marlboro, Maryland, is awarded an $8,639,459 indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of Option Four under an IDIQ contract for custodial services at U.S. Naval Academy complex. The work to be performed provides for custodial services such as trash removal, cleaning, vacuuming, floor cleaning and scrubbing, re-lamping, specialized cleaning of the John Paul Jones Crypt, and basketball floor installation and removal. After award of this option, the total cumulative contract value will be $41,707,319. Work will be performed in Annapolis, Maryland. This option period is from December 2019 to November 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance, (Navy) contract funds in the amount of $8,639,459 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Washington, Public Works Department, Annapolis, Maryland, is the contracting activity (N40080-16-D-0303). ARMY SAF Inc.,* Akron, Ohio (W91237-20-D-0001); and A&H - AMBICA JV LLC,* Livonia, Michigan (W91237-20-D-0002), will compete for each order of the $49,000,000 firm-fixed-price contract for an indefinite-delivery contract for design-build and design-bid-build construction projects. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 18, 2024. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. SIG Sauer Inc., Newington, New Hampshire, was awarded a $10,000,000 firm-fixed-price contract for procurement of .300 Winchester Magnum Ammunition. 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 Sept. 30, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-D-0003). CSRA,* Huntsville, Alabama, was awarded a $9,178,300 modification (0029 42) to contract W31P4Q-05-A-0028 for non-standard rotary wing aircraft project office systems engineering and technical assistance support services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 19, 2020. Fiscal 2020 Foreign Military Sales funds in the amount of $9,178,300 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AIR FORCE CORRECTION: The Nov. 13, 2019, announcement of a $32,266,994 modification to ManTech International Inc., Fairfax, Virginia, exercising Option Year One to previously awarded contract FA8819-18-C-1001 for security support, included the wrong modification number. The correct modification number is P00018. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2021006/source/GovDelivery/

  • Contract Awards by US Department of Defense - November 18, 2019

    November 19, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 18, 2019

    NAVY BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $104,775,349 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract will provide engineering and technical services to support production, lifetime support engineering and in-service engineering for the radio communication system/command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance systems aboard Navy surface combatants and at associated shore sites. The shipboard efforts are focused primarily on Coast Guard 47 Class and Destroyer, Guided Missile 51 Class AEGIS ships but will be applied to all Navy ships, to include Coast Guard ships, subsurface vessels and non-combatants in support of the Ship and Air Integration Warfare Division, Naval Air Warfare Center Webster Outlying Field. Work will be performed in San Diego, California (30%); Patuxent River, Maryland (30%); Norfolk, Virginia (25%); Mayport, Florida (7%); St. Inigoes, Maryland (5%); and various locations within the continental U.S. (3%), and is expected to be completed in April 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; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0004). CH2M Hill Constructors Inc., Englewood, Colorado (N62470-13-D-6019); Environmental Chemical Corp., Burlingame, California (N62470-13-D-6020); Kellogg, Brown, and Root Services Inc., Arlington, Virginia (N62470-13-D-6021); and URS Group Inc., Morrisville, North Carolina (N62470-13-D-6022), are awarded a $92,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award contract for global contingency construction projects. The work to be performed provides for the Navy, the Navy on behalf of the Department of Defense, and the Navy on behalf of other federal agencies when authorized, an immediate response for construction services. The construction and related engineering services would respond to natural disasters, humanitarian assistance, conflict, or projects with similar characteristics. Work will be predominately construction. The contractor, in support of the construction effort, may be required to provide initial base operating support services, which will be incidental to construction efforts. Work will be performed worldwide. After award of this modification, the total cumulative contract value will be $1,058,000,000. The term of the contract is not to exceed 71 months with a completion date of May 2019. No funds will be obligated at time of award. Funds will be obligated on subsequent modifications for work on existing individual task orders. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. CACI Inc. - Federal, Chantilly, Virginia, is awarded a $41,514,235 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for the Automated Data Capture System (ADCS) application and support services to U.S. Navy Fleet Readiness Centers at organization and depot level activities. The ADCS application captures data and information associated with integrated maintenance concept inspection results for all Navy and Marine Corps aircraft as well as inspection and configuration management of applicable aircraft engines. Work will be performed in Chantilly, Virginia (85%); Jacksonville, Florida (10%); North Island, California (3%); and Cherry Point, North Carolina (2%), and is expected to be completed in November 2024. 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 (N00421-20-D-0005). Vigor Marine LLC, Portland, Oregon (N3220520C2048), is awarded a $19,963,709 firm-fixed-price contract for a 75-calendar day shipyard availability for the regular overhaul and dry-docking of USNS Matthew Perry (T-AKE 9). The contract includes options, which, if exercised, would bring the total contract value to $20,217,869. Work will be performed in Portland, Oregon, and is expected to be completed by March 16, 2020. Fiscal 2019 working capital funds (Navy) in the amount of $19,963,709 are obligated at the time of the award and none of which will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website and one offer was received. The Navy's Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220520C2048). Turner Construction Co., New York, New York, is awarded a $17,500,000 modification for the negotiated changes to the firm-fixed-price construction contract for the Academic Center for Cyber Security Studies at the U.S. Naval Academy. After award of this modification, the total cumulative contract value will be $133,042,235. The work to be performed provides for all management, supervision, labor hours, training, equipment, materials, bonding, and insurance necessary for construction and commissioning of the Academic Center for Cyber Security Studies in accordance with Department of Defense unified facilities criteria. Work will be performed in Annapolis, Maryland, with a contract completion date of May 22, 2020. Fiscal 2017 military construction (Navy) in the amount of $17,500,000 will be obligated via award of modification number A00035. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-16-C-0156). Hamilton Sundstrand Corp., Rockford, Illinois, is awarded a $10,075,122 modification (P00003) to a previously awarded firm-fixed-price contract (N00019-19-C-0006). This modification exercises an option to procure non-recurring engineering and equipment for system integration lab activities in support of the V-22 aircraft Constant Frequency Generator Control Unit design improvement effort for the Navy, Air Force and the government of Japan. Work will be performed in Rockford, Illinois (96%); Patuxent River, Maryland (2%); and various locations within the continental U.S. (2%), and is expected to be completed in October 2021. Fiscal 2020 research, development, test and evaluation (Navy and Air Force); and Foreign Military Sales funds in the amount of $10,075,122 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($7,073,336; 70%); Air Force ($1,742,396; 17%); and the government of Japan ($1,259,390; 13%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Canadian Commercial Corp., Ontario, Canada, is awarded a $9,895,077 firm-fixed-price delivery order (N0017420F0039) under previously-awarded indefinite-delivery/indefinite-quantity contract N00174-19-D-0002 for the Mk 200 Mod 0 propelling charge. This delivery order combines purchases for the Navy (62%); and the government of Australia (38%) under the Foreign Military Sales program. Work will be performed by General Dynamics Ordnance and Tactical Systems in Quebec, Canada, and is expected to be completed by November 2021. Fiscal 2020 procurement of ammunition (Navy and Marine Corps) funding in the amount of $3,986,575; Foreign Military Sales (Australia) funding in the amount of $3,771,900; and fiscal 2019 procurement of ammunition (Navy and Marine Corps) funding in the amount of $2,136,602 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. ARMY Dyncorp International LLC, Fort Worth, Texas, was awarded a $21,564,568 modification (P00259) to Foreign Military Sales (Sweden) contract W58RGZ-13-C-0040 for the aviation field maintenance services and operations. Bids were solicited via the internet with three received. Work will be performed in Afghanistan, Germany, Sweden, Honduras, Egypt, Iraq and South Korea, with an estimated completion date of Dec. 31, 2019. Fiscal 2010, 2019 and 2020 Foreign Military Sales, aircraft procurement and operations and maintenance, Army funds in the combined amount of $21,564,568 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY Janssen Pharmaceuticals, Titusville, New Jersey, has been awarded a maximum $12,013,872 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for pharmaceutical products. This is a one-year base contract with nine one-year option periods. Location of performance is New Jersey, with a Dec. 14, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0001). AIR FORCE iCAMR Inc., Kissimmee, Florida, has been awarded a $7,585,850 cost-type contract with no fee for research and development. The Trusted Semiconductor Manufacturing Pilot Project involves developing a Secure Digital Twin for Semiconductors manufacturing methodology by applying block-chain trust and assurance security concepts and "digital twin" manufacturing concepts to the semiconductor manufacturing process. While the focus of this project is on security aspects, the "digital twin" concept provides the framework on which the security and provenance data will be collected and analyzed. Work will be performed at Kissimmee, Florida, and is expected to be complete by Sept. 22, 2022. This award is the result of a broad agency announcement and one offer was received. Fiscal 2019 research and development funds in the amount of $7,585,850 are being obligated at time of award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-C-1911). https://www.defense.gov/Newsroom/Contracts/Contract/Article/2019820/source/GovDelivery/

  • Military Procurement: What the New Cabinet Can Learn From Australia

    November 19, 2019 | Local, Aerospace, Naval, Land, C4ISR, Security

    Military Procurement: What the New Cabinet Can Learn From Australia

    By Lee Harding The Liberal government announced its new cabinet on Nov. 20—the very same day the Canadian Global Affairs Institute hosted its annual event on the topic of military procurement. Given that an overhaul in that area is sorely needed, Canada can learn a lot from Australia, Ian Mack wrote in a recent report for the institute. Mack is uniquely qualified to make that assessment, having worked with both governments in their process of awarding contracts for military sea vessels. While he believes both countries had an acceptable result, his report, titled “Another Way to Buy Frigates,” suggests the Canadian approach adds work, balloons costs, and delays success. The re-elected Trudeau government should take note. The Liberals proposed significant changes to Canada's defence procurement system during the election campaign, but it will be a tall order to change this process. The land down under is isolated in a less secure part of the globe, without a nearby superpower like the United States to watch its back. So if Australia is far more diligent about defence than Canada, it might be due to necessity. The last time Canada had a proper and comprehensive white paper on defence was 1994. Australia has had three in the 21st century. Australia's effectiveness goes from the top down, something Canada knows nothing of. As Mack explains, “Canada, uniquely among its allies, has multiple government departments and central agencies significantly involved in the minutiae of its major military procurement projects.” These include Defence; Treasury Board; Finance; Public Services and Procurement; Justice; Innovation, Science and Economic Development—and even more. Meanwhile in Australia, the minister of defence is responsible for all aspects of navy shipbuilding. This includes setting operational and technical requirements, securing funds, developing a plan to benefit domestic industries, and satisfying the legal aspects of procurement. Each country had a project management office of roughly the same size, but Canada's was, frankly, less competent. Australia's office had many knowledgeable contractors working alongside the Department of Defence, whereas Canada's team had many from the public service and armed forces with “little or no applicable experience or knowledge,” according to Mack. “In Canada, significant effort was expended on regular reporting to layers of senior governance,” he says in the report. But it was paperwork and process for its own sake, and impractical in its effect. “Despite the onerous reporting demands, only a few key decisions were rendered and rarely in a timely manner. The opposite was the case in Australia.” In seemingly every aspect of development, Canada made things rigid, complicated, and fragmented, while Australia made them flexible, cohesive, and collaborative. Canada made stand-alone contracts for each sequence of the process. Australia worked with contractors to establish “end-to-end accountability.” Canada's initial request for proposal included hundreds of technical requirements that bidders had to prove. Australia had few mandatory requirements, but worked alongside bidders to explore their respective proposed solutions. In Canada, the intellectual property, liabilities, and insurance requirements were debated at length and only decided hours before the request for proposal was made. Hundreds of criteria got a numerical score, and the sum of all scores won the bid. Canada was “preoccupied” about a public appearance of fairness and avoiding lawsuits. (Nevertheless, the controversy over former Vice-Admiral Mark Norman and complaints from Irving Shipbuilding over the bid for a navy supply vessel shows it failed at this.) Shipbuilders bidding in Australia were confident of a fair system without any of those things. The department did not announce its evaluation criteria, nor was the evaluation report the only factor. Instead, the department stated its objectives and worked collaboratively with three potential bidders in their respective approaches. In Mack's words, this left “the competition to be more about assessing apples, oranges, and bananas” than about tallying up numerical scores. Mack says he could not make the Canadian system work like Australia's because the procurement, request for proposals, and resulting contracts were done outside of the Department of National Defence. At the time, he was “simply unaware of the intricacies of the Australian approach” because he hadn't yet been exposed to it. Regardless, he had already surmised that Canadian bureaucrats “did not want changes to their tried and true ways of doing business” and clung to “adherence to prescriptive and traditional methodologies.” https://www.theepochtimes.com/military-procurement-what-the-new-cabinet-can-learn-from-australia_3150065.html

  • Contract Awards by US Department of Defense - November 15, 2019

    November 18, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 15, 2019

    AIR FORCE Lockheed Martin Corp., Littleton, Colorado, has been awarded a ceiling amount of $3,329,600,000 single award, indefinite-delivery/indefinite-quantity contract for combined orbital operations, logistics and resiliency support services. This contract provides for operations, sustainment and enhancement activities to support the Advanced Extremely High Frequency, Milstar and Defense Satellite Communications System III programs. Work will be performed at Peterson Air Force Base, Colorado; Schriever Air Force Base, Colorado; and Sunnyvale, California, and is expected to be completed by Nov. 30, 2029. This award is the result of a sole source acquisition. No funds will be obligated on the basic contract and the type of funding will be obligated on subsequent task and delivery orders. The Space and Missile System Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8823-20-D-0001). Raytheon Co., Largo, Florida, has been awarded an $86,756,767 cost-plus-fixed-fee contract for the Presidential and National Voice Conferencing (PNVC) Integrator contract. The PNVC capability is a new requirement for use by the president of the United States (POTUS), secretary of defense, chairman of the Joint Chiefs of Staff, combatant commanders and other senior leaders. The POTUS and national leadership require worldwide, secure, survivable voice conferencing capability that supersedes and improves upon the existing Milstar Survivable Emergency Conferencing Network system. The PNVC capability will incorporate improved voice quality, reduced latency, high availability, increased number of subscribers and a new conference management capability for the user community. Work will be performed at Marlborough, Massachusetts, and is expected to be completed by September 2024. This award is the result of a sole source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $2,000,000 are being obligated at the time of the award. The Family of Advanced Beyond Line-of-Sight Terminals Contracting office, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8735-20-C-0001). Bismark Construction Corp., Newark, New Jersey, has been awarded a $17,108,605 modification (P00009) to previously awarded contract FA4484-16-D-0003 for maintenance and repair services requirement contract. This modification provides for the exercise of Option Four for the period of performance Nov. 16, 2019, through Nov. 15, 2020. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be complete by Nov. 15, 2020. The total cumulative face value of the contract is $85,540,325.00. Fiscal 2020 operations and maintenance funds will be used and no funds are being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity. AT2 LLC, Severn, Maryland, has been awarded a $14,495,776 modification (P00010) to previously awarded contract FA4890-18-C-0008 for Air Combat Command and Air Force Global Strike Command Primary Training Ranges operations and maintenance support services. This contract provides for operating materials and supplies of range threat, scoring and feedback systems. Work will be performed at Dare County Range, North Carolina; Poinsett Range, South Carolina; Grand Bay Range, Georgia; Avon Park Range, Georgia; Snyder Range, Texas; Belle Fourche Range, South Dakota; Holloman Ranges, New Mexico; Mountain Home Ranges, Idaho; and Guam Range, Guam. Work is expected to be completed by Dec. 31, 2022. Fiscal 2020 operations and maintenance funds in the amount of $13,871,092 are being obligated at the time of award. Headquarters Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity. NAVY Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $913,536,186 cost-plus-fixed-fee modification to previously-awarded contract N00024-19-C-2114 for Naval Nuclear Propulsion Components. Work will be performed in Monroeville, Pennsylvania (69%); and Schenectady, New York (31%). Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $584,866,256 will be obligated at time of award and funding will not expire at the end of the current fiscal year. No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $483,735,911 cost-plus-fixed-fee modification to previously-awarded contract N00024-16-C-2106 for Naval Nuclear Propulsion Components. Work will be performed in Monroeville, Pennsylvania (66%); and Schenectady, New York (34%). Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $483,735,911 will be obligated at time of award and funding will not expire at the end of the current fiscal year. No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Raytheon Co., Integrated Defense Systems, San Diego, California, is awarded a $61,531,220 indefinite-quantity/indefinite-delivery contract for Global Positioning System-Based Positioning, Navigation and Timing Service (GPNTS) software support. GPNTS is used to receive, process and distribute three-dimensional position, velocity, acceleration, attitude, time and frequency in the formats required by shipboard user systems. The software support will include development, integration and test of improvements, correction of deficiencies, preparation and delivery of engineering interim/final software builds and inputs for the GPNTS software requirements and configuration baseline. The contract includes a base ordering period of five years, with a subsequent three-year option and a final two-year option for a total of 10 years should all options be exercised. The option periods, if exercised, would bring the cumulative value of this contract to $100,345,487. Fiscal 2019 research, development, test and evaluation funds in the amount of $3,407,044 will be placed on contract and obligated at the time of award. Contract funds will expire at the end of the current fiscal year. Work will be performed in San Diego, California, and is expected to be completed by November 2024. If all options are exercised, work could continue until November 2029. This contract was competitively procured with two offers received via the Commerce Business Daily's Federal Business Opportunities website and the NAVWAR e-Commerce Central website. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-20-D-0021). Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $31,801,007 cost-plus-fixed-fee modification to previously-awarded contract N00024-19-C-2115 for Naval Nuclear Propulsion Components. Work will be performed in Monroeville, Pennsylvania. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $31,801,007 will be obligated at time of award and will not expire at the end of the current fiscal year. No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. General Dynamics Electric Boat, Groton, Connecticut, is awarded a $24,103,730 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-2101 to exercise an option for engineering and technical design effort to support research and development concept formulation for current and future submarine platforms. Work will be performed in Groton, Connecticut, and is expected to be complete by October 2020. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $175,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Progeny Systems Corp.,* Manassas, Virginia, is awarded a $9,855,080 firm-fixed-price and cost-plus-fixed-fee contract for services and hardware systems in support of the Undersea Warfare Decision Support Systems (USW-DSS) Command and Control program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $50,711,886. Work will be performed in Manassas, Virginia (79%); Norfolk, Virginia (11%); Keyport, Washington (8%); Charleroi, Pennsylvania (1%); and San Diego, California(1%), and is expected to be completed by November 2020. If all options are exercised, work will continue through November 2024. Fiscal 2019 other procurement (Navy); and fiscal 2019 research, development, test and evaluation funding in the amount of $3,752,402 will be obligated at time of award and funding in the amount of $807,804 will expire at the end of the current fiscal year. This contract was not competitively procured. In accordance with Section 1709 of the 2018 National Defense Authorization Act that modifies 15 U.S. Code 638(r)(4), this Small Business Innovative Research (SBIR) Phase III contract is being awarded to Progeny Systems Corp., the same firm that received the SBIR award. USW-DSS provides a common set of integrated cross-platform and command decision support tools to enable integrated USW operations. The contract award is a follow-on to contract N00024-14-C-5209 for production and modernization of USW-DSS systems developed under the prior SBIR Phase III Contract. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-5213). Pacific Federal Management Inc.,* Tumon, Guam, is awarded a $9,093,633 indefinite-delivery/indefinite-quantity contract for base operating support services at Naval Base Guam and Naval Support Activity Andersen. The maximum dollar value including the base period and four option years is $48,494,711. The work to be performed provides for all labor, supervision, management, tools, material, equipment, facilities, transportation and incidental engineering and other items necessary to accomplish all work in ground maintenance and tree trimming services for United States military facilities on Guam at various locations on Guam and Northern Marianas Islands. Work will be performed in the Naval Facilities Engineering Command (NAVFAC) Marianas area of operations, including but not limited to, Naval Base Guam (70%); and Naval Support Activity Andersen, Guam (30%), and is expected to be completed by November 2024. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance (O&M), (Navy); and fiscal 2020 O&M, (family housing) contract funds in the amount of $6,707,564 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Federal Business Opportunities website with two proposals received. NAVFAC Marianas, Guam, is the contracting activity (N40192-20-D-9000). ARMY Walsh Federal JV, Chicago, Illinois, was awarded a $77,308,000 firm-fixed-price contract to procure services for the design and construction of an 87,620 square foot Joint Regional Confinement Facility. Bids were solicited via the internet with seven received. Work will be performed in Tacoma, Washington, with an estimated completion date of Aug. 1, 2022. Fiscal 2017 and 2018 military construction, Army funds in the amount of $77,308,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-20-C-0002). Great Lakes Dredge & Dock Co., Oak Brook, Illinois, was awarded a $13,700,000 modification (P00018) to contract W912BU-15-C-0054 for dredging plants to remove the variety of material encountered in dredging. Work will be performed in Chester, Pennsylvania, with an estimated completion date of March 15, 2020. Fiscal 2020 operation and maintenance, Army funds in the amount of $13,700,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity. DEFENSE LOGISTICS AGENCY Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a maximum $67,076,432 requirements contract for supplies related to the upgrade of the T-56 engine from series 3.0 to series 3.5. This was a sole source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year base contract with one five-year option period. Location of performance is Indiana, with Sept. 30, 2024, performance completion date. Using military services are Air Force and Navy. Type of appropriation is fiscal 2020 through 2024 defense appropriated funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-20-D-9405). Avon Engineered Fabrications, Picayune, Mississippi (SPE7MX-20-D-0015); and SMR Technologies Inc., Fenwick, West Virginia (SPE7MX-20-D-0016), are sharing a maximum $40,328,925 firm-fixed-price with economic-price-adjustment contract for landing craft air cushion skirting systems. This was a competitive acquisition with two responses received. These are three-year base contracts with two one-year option periods. Locations of performance are Mississippi and West Virginia, with a Nov. 14, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-20-D-0015). Peckham Vocational Industries,** Peckham, Michigan, has been awarded a maximum $8,673,0560 modification (P00008) exercising the second, one-year option of a one-year base contract (SPE1C1-18-D-N029) with two, one-year option periods for the GEN III, Layer II, Mid-Weight Drawer. This is a firm-fixed-price contract. Location of performance is Michigan, with a Nov. 21, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small Business **Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2018396/source/GovDelivery/

  • Contract Awards by US Department of Defense - November 14, 2019

    November 15, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 14, 2019

    NAVY Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $1,207,968,973 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides sustainment support of the V-22 AE1107C engine at various V-22 aircraft production, test and operating sites. Sustainment support includes program management, integrated logistics support, sustaining engineering, maintenance, repair, reliability improvements, configuration management and site support. Work will be performed in Indianapolis, Indiana, and various locations within and outside the continental U.S., 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 not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0004). BAE Systems San Diego Ship Repair, San Diego, California (N00024-16-D-4416); Continental Maritime of San Diego, San Diego, California (N00024-16-D-4417); and General Dynamics, NASSCO, San Diego, California (N00024-16-D-4418), are being awarded a $299,342,235 ceiling increase to the maximum potential cumulative total of orders for all firm-fixed price, indefinite-delivery/indefinite-quantity, multiple award contracts to $838,522,014 for complex emergent and continuous maintenance and Chief of Naval Operations availabilities on surface combatants (DDG and CG) class ships. Each contractor shall furnish the facilities and human resources capable of completing complex emergent and continuous maintenance, repair, modernization and Chief of Naval Operations availabilities on surface ships assigned to or visiting the port of San Diego, California. These three companies will have the opportunity to offer on individual delivery orders. Work will be performed in San Diego, California, and is expected to be complete by March 2021. No funding is being obligated through this contract modification. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Raytheon Co., Marlborough, Massachusetts, is awarded $209,636,983 for a ceiling-priced, indefinite-delivery, performance-based logistics requirements contract for the repair, upgrade or replacement of 361 NIINs within two of the 13 major subsystems of the Aegis Weapon System: the MK99 fire control system and the Army Navy Joint Electronics Type Designation Systems Water/Surface Ship Radar Surveillance and Control (AN-SPY-i) Transmitter Group. Work will be performed in Chesapeake, Virginia (70%); and Marlborough, Massachusetts (30%). This contract includes a five-year base period with no options. Work is expected to be completed by November 2024. Annual working capital funds (Navy) in the amount of $34,290,659 will be issued for delivery order (N00383-20-F-0W80) that will be awarded concurrently with the contract and will initially be obligated at the time of award as an undefinitized contract action with a commitment of $11,430,220 for a year's period of performance. Funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-W801). Huntington Ingalls Industries, Newport News Shipbuilding Inc., Newport News, Virginia, is awarded a $15,029,055 cost-plus-fixed-fee modification to previously awarded contract N00024-16-C-2116 for the purchase of additional Ford (CVN 78) Class shore based spares in support of the Ford Class. Work will be performed in Santa Fe Springs, California (99%); and Newport News, Virginia (1%), and is expected to be completed by May 2022. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $15,029,055 will be obligated at time of award and will not expire at the end of the current fiscal year. The design and construction of a nuclear powered aircraft carrier requires highly technical and specialized knowledge of the ship's mission, design, systems and nuclear reactor plants. Huntington Ingalls Industries, Newport News Shipbuilding Inc. (HII-NNS) is the nation's only designer and builder of nuclear powered aircraft carriers. HII-NNS has developed a unique capability encompassing all aspects of aircraft carrier design, construction, modernization, repair and technical and engineering support which, because of its uniqueness, cannot be acquired elsewhere. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. Integral Aerospace LLC, Santa Ana, California, is awarded a $9,292,108 modification (P00003) to a previously awarded firm-fixed-price contract (N00019-18-C-1036). This modification exercises an option to manufacture, test and deliver 72 FPU012/A 480 gallon external fuel tanks in support of the F/A-18E/F aircraft. Work will be performed in Santa Ana, California, and is expected to be completed in May 2021. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $9,292,108 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. AAR Aircraft Services Inc., Indianapolis, Indiana, is awarded an $8,457,049 firm-fixed-price, time and materials delivery order (N00019-20-F-0337) against a previously awarded, indefinite-delivery/indefinite-quantity contract (N00019-18-D-0111). This delivery order provides depot level maintenance and repair of four P-8A Poseidon aircraft in support of the Navy. Work will be performed in Indianapolis, Indiana, and is expected to be completed in December 2020. Fiscal 2020 operation and maintenance (Navy) funds in the amount of $8,457,049 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. ARMY Endeavor Robotics Inc., Chelmsford, Massachusetts, was awarded a $109,044,937 hybrid (cost plus-fixed-fee and firm-fixed-price) contract for procurement of up to 350 Common Robotic System - Heavy systems, refurbishment of systems associated spare parts, test support, user training support and logistics development. Two bids were solicited with two bids received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 12, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-D-0017). Teichert-Odin JV,* Sacramento, California, was awarded a $49,283,800 firm-fixed-price contract for a levee improvement construction. Bids were solicited via the internet with three received. Work will be performed in Sacramento, California, with an estimated completion date of July 2, 2022. Fiscal 2019 non-federal sponsor, civil construction funds in the amount of $49,283,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0002). Bauer Foundation Group, Odessa, Florida, was awarded a $32,301,199 firm-fixed-price contract for construction of a deep soil-cement cutoff wall. Bids were solicited via the internet with four received. Work will be performed in East St. Louis, Illinois, with an estimated completion date of Nov. 15, 2021. Fiscal 2020 civil works, operations and maintenance funds in the amount of $32,301,199 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Illinois, is the contracting activity (W912P9-20-C-0002). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $32,256,984 modification (P00092) to contract W56HZV-17-C-0067 for Abrams Systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of May 31, 2020. Fiscal 2019 and 2020 procurement of weapons and tracked combat vehicles; and operation and maintenance, Army funds in the amount of $32,256,984 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $21,791,160 modification (P00275) to contract W56HZV-15-C-0095 for contractor support, labor hours, material and travel for the Marine Corps' efforts for the Joint Light Tactical Vehicle. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 30, 2020. Fiscal 2020 procurement, Marine Corps funds in the amount of $21,791,160 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. AIR FORCE Raytheon Co. Missile Systems Division, Tucson, Arizona, has been awarded an $18,569,662 modification (P00003) exercising the first option year of three options to previously awarded FA8675-19-C-0004 for fiscal 2020 High-speed Anti-Radiation Missile (HARM) Targeting System (HTS) Contractor Logistics Support (CLS) services. The contract modification is for HTS POD CLS depot repairs and sustainment activities. Work will be performed at Tucson, Arizona, and is expected to be completed by Nov. 30, 2020. The total cumulative face value of the contract is $37,260,817. Fiscal 2020 operations and maintenance funds in the amount of $18,569,662 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. Sonalysts Inc., Waterford, Connecticut, has being awarded a $9,071,850 cost-plus-fixed-fee modification (P00010) to the previously awarded FA8806-19-C-0002 for the Standard Space Trainer (SST) Space-Based Infrared System (SBIRS) Mission-Specific Vendor Plug-in (MSVP) Continuation Development and Option for Geosynchronous Earth Orbit (GEO) 5 and 6. This modification provides for the development of the training system supporting SIBRS operations under the management of the Space Training Acquisition Office. Work will be performed in Waterford, Connecticut, and is expected to be completed by Nov. 15, 2021. Total cumulative face value of the contract is $44,281,437. Fiscal 2019 research and development funds in the amount of $6,041,416 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. General Electric Research, Niskayuna, New York, has been awarded a $7,147,058 cost-reimbursable contract for the Materials Architecture and Characterization for Hypersonics (MACH) effort. This contract provides for the design and experimental validation of a transpiration cooling system to reduce heating at the leading edge and control part temperature in line with material capability. Work will be performed at Niskayuna, New York, and is expected to be complete by April 8, 2022. This award is the result of a competitive acquisition and 24 offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $924,218 are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-C-7011). DEFENSE LOGISTICS AGENCY Design West Technologies Inc.,** Tustin, California, has been awarded a maximum $7,472,100 firm-fixed-price contract for miscellaneous artillery fuze setters. This was a competitive small business set-aside acquisition with one offer received. This is a five-year contract with no option periods. Location of performance is California, with a Nov. 14, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0018). *Small Business **Small Disadvantaged Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2017225/source/GovDelivery/

  • The real obstacle for reforming military spending isn’t in the defence ministry. It’s the Treasury Board

    November 14, 2019 | Information, Aerospace, Naval, Land, C4ISR, Security

    The real obstacle for reforming military spending isn’t in the defence ministry. It’s the Treasury Board

    KEN HANSEN Ken Hansen is an independent defence and security analyst and owner of Hansen Maritime Horizons. Retired from the Royal Canadian Navy in 2009 in the rank of commander, he is also a contributor to the security affairs committee for the Royal United Services Institute of Nova Scotia. For people inside the Department of National Defence, a minority Parliament – coupled with election promises for increased social spending and tax cuts – represents an uneasy calculus. Defence spending is always on the chopping block because it represents the largest pool of discretionary spending in the federal budget, and every party spent the recent federal election campaign being vague about military policy – offering some kind of oversight-body reform or scrutiny over the billions of dollars that have been earmarked, even as they lent their support to ensuring the military has the equipment it needs. In particular, the single largest program in Canadian defence history – the Canadian Combat Ship plan for 15 warships – will be a tantalizing target for politicians looking to get rid of perceived fat. Such cuts to shipbuilding programs have even already become normalized: The order for Halifax-class frigates were trimmed to 12 from 18 in 1983 and the Iroquois-class destroyers to four from six in 1964, to name just two. The political leaders weren't wrong when they said the military procurement system is broken. But regardless of which party had won this past election, and no matter what tweaks at the edges that the Liberal minority government and its potential supporters pursue, the reality is that the core issue remains unaddressed: Treasury Board's bulk approach to purchasing the country's military kit. Treasury Board policy states that bulk buys are how military procurement should be done, to ensure the lowest per-unit cost. But this forces tough decisions about what to buy, since the larger the order, the longer it will take to produce them all – not to mention the problems involved with trying to predict the future of warfare. Information systems become outdated in five years; weapons and sensors in 10. With a planned operating life of 25 years, any ships ordered today will be out-of-date by the time the first are delivered, and fully obsolete by the time the last one arrives. Block purchasing leads to block obsolescence. Traditionally, when technological change threatens to render military systems obsolete, the best way to hedge was to order in batches of the smallest number acceptable. In the years before the world wars, for instance, countries working to build competent naval forces put less emphasis on fleet numbers and more on technology and industrial capacity until the last moments before conflict. Technological competence was as important as numbers for fleet commanders. Another outcome of bulk buys is that the volume means that they happen only every two to three decades (or longer, in the worst cases). With such lengthy dry spells between purchases, it is impossible to retain corporate knowledge in either the defence or civilian branches of government. More frequent purchasing keeps the process alive in both practice and concept, with lessons learned that can be implemented by the same people who made the mistakes in the first place. Such irregularly timed purchases have created desperation among defence planners whose vision of the future consists of short golden days of competence and pride, followed by long years of rust-out and irrelevance. Unwittingly, the dark decades were in large part of the military's own making because of its desperate desire to acquire the absolute best model available – a practice known as “gold-plating” – instead of working steadily to build capacity and skill that would address long-range fleet needs. This is a collision of interests. The Treasury Board looks only at capital-acquisition decisions from the perspective of the buyer. It's left to the military to worry about how long they may have to operate obsolescent or obsolete equipment and systems, and to do the necessary mid-life upgrading, which is partly why costs balloon spectacularly. Life-cycle cost data is actually far more important that the initial sticker shock of the newest and shiniest model advocated by the military's leadership. The mindset needs to change. Politicians who implement bureaucratic change will probably see some improvements in decision-making. But the biggest obstacle to defence procurement is that bulk purchasing is our lone approach, and that it happens only every few decades. Regular, planned capital acquisition is the best path forward, but all paths to the future must first run through the Treasury Board. No amount of political policy adjustment can change that. https://www.theglobeandmail.com/opinion/article-the-real-obstacle-for-reforming-military-spending-isnt-in-the-defence/

  • Contract Awards by US Department of Defense - November 13, 2019

    November 14, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 13, 2019

    NAVY BAE Systems, Jacksonville Ship Repair, Jacksonville, Fla. (N40027-17-D-1001); Colonna Shipyards Inc., Norfolk, Virginia (N40027-17-D-1002); East Coast Repair & Fabrication LLC, Norfolk, Virginia (N40027-17-D-1003); Metro Machine Corp., Jacksonville, Fla. (N40027-17-D-1004); North Florida Shipyards, Jacksonville, Fla, (N40027-17-D-1005); and Tecnico Corp., Chesapeake, Va. (N40027-17-D-1006), are each awarded a maximum-value $270,601,012, firm-fixed-price modification to their respective previously-awarded contracts to exercise Option Year Three for the accomplishment of fixed-priced delivery orders for emergent and continuous ship maintenance availabilities for ships homeported in Mayport, Fla. These six companies will have the opportunity to provide offers for individual delivery orders. Work will be performed in Mayport, Fla., and is expected to be completed by November 2020. No funding will be obligated at time of award. The Southeast Regional Maintenance Center, Jacksonville, Fla., is the contracting activity. East Coast Repair & Fabrication, Norfolk, Va., is awarded a maximum value $83,087,424 firm-fixed-price modification to previously awarded contract N40027-19-D-1001 to exercise Option Year One for the accomplishment of fixed priced delivery orders for docking and non-docking Chief of Naval Operations scheduled availabilities. Work will be performed in Mayport, Fla., and is expected to be complete by November 2020. No funding will be obligated at time of modification. East Coast Repair & Fabrication will have the opportunity to compete on individual delivery orders. The Southeast Regional Maintenance Center, Jacksonville, Fla., is the contracting activity. BAE Systems, Jacksonville Ship Repair, Jacksonville, Fla. (N00024-17-D-1007); Colonna Shipyards Inc., Norfolk, Va. (N40027-17-D-1008); and Metro Machine Corp, Jacksonville, Fla. (N40027-17-D-1009) are each awarded a maximum value $83,087,424 firm-fixed-price modification to their respective previously awarded contracts to exercise Option Year Two for the accomplishment of fixed priced delivery orders for docking and non-docking Chief of Naval Operations scheduled availabilities. These three companies will have the opportunity to provide offers for individual delivery orders. Work will be performed in Mayport, Fla., and is expected to be completed by November 2020. No funding will be obligated at time of award. The Southeast Regional Maintenance Center, Jacksonville, Fla., is the contracting activity. Sedna Digital Solutions LLC,* Manassas, Va., is awarded a $9,340,931 cost-plus-fixed-fee modification to previously-awarded contract N00024-18-C-6264 to exercise and fund options for Navy engineering services and required material. Work will be performed in Manassas, Va., and is expected to be completed by December 2020. Fiscal 2020 research, development, test and evaluation (Navy); and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $1,660,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, DC, is the contracting activity. General Dynamics, Electric Boat Corp., Groton, Conn., is awarded a $7,702,536 cost-plus-fixed-fee, level of effort modification to previously awarded contract N00024-15-C-4305 for the operation, maintenance and protection of the floating dry dock Shippingport (ARDM-4). Work will be performed in Groton, Conn., and is expected to be complete by November 2020. Fiscal 2020 operation and maintenance (Navy) funding in the amount of $1,900,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, DC, is the contracting activity. AIR FORCE ManTech International Inc., Fairfax, Va., has been awarded a $32,266,994 modification (P00017) exercising Option Year One to the previously awarded contract FA8819-18-C-1001 for security support. This modification provides for the exercise of an option for the sensitive compartmented information (SCI)- and Special Access Program (SAP)-level security services to the Space and Missile Systems Center and Air Force Space Operational Units. Work will be performed at Los Angeles Air Force Base, Calif.; Vandenberg AFB, Calif.; Peterson AFB, Colo.; Schriever AFB, Colo.; Buckley AFB, Colo.; and Kirtland AFB, N.M., and is expected to be complete by Nov. 16, 2020. This award is the result of a competitive acquisition and three offers were received. The total cumulative face value of the contract is $374,000,000. Fiscal 2019 and 2020 research and development funds in the amount of $3,000,000 are being obligated at the time of award. The Air Force Space and Missile Systems Center, Special Programs Directorate, Los Angeles AFB, Calif., is the contracting activity. ARMY L3 Fuzing and Ordnance Systems, Cincinnati, Ohio, was awarded a $15,899,762 modification (P00003) to contract W15QKN-19-C-0040 to procure a total of 53,237 Melody II application-specific integrated circuit chips. Work will be performed in Cincinnati, Ohio, with an estimated completion date of June 30, 2021. Fiscal 2020 procurement of ammunition, Army funds in the amount of $15,899,762 were obligated at the time of the award. U.S. Army Contracting Command, N.J., is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2015992/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.