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 - September 6, 2019

    September 9, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 6, 2019

    DEFENSE LOGISTICS AGENCY Science Applications International Corp., doing business as SAIC, Fairfield, New Jersey, has been awarded a maximum $950,000,000 fixed-priced, indefinite-delivery/indefinite-quantity contract for a variety of Federal Supply Group 80 items. This was a competitive acquisition with three offers received. This is a three-year base contract with two, two-year option periods. Locations of performance are Pennsylvania, California, Georgia, Texas, New Jersey and Arizona, with a Sept. 5, 2022, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EG-19-D-0103). BOH Environmental LLC, Houston, Texas, has been awarded a maximum $70,000,000 fixed-price with economic-price-adjustment contract for specialized shipping and storage containers. This was a sole source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a two year base contract with three one year option periods. Location of performance is Texas, with a Sept. 5, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-19-D-0001). General Electric Co., Lynn, Massachusetts, has been awarded a maximum $14,874,824 firm-fixed-price delivery order (SPRPA1-19-F-QH06) against a five year basic ordering agreement (FA8122-19-G-0001) for engine exhaust frames. This was a sole source acquisition using justification 10 USC 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 43 month contract with no option periods. Location of performance is Massachusetts, with an April 30, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania 19111-5098. Pomp's Tire Service Inc., New Berlin, Wisconsin, has been awarded a maximum $11,465,836 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for wheel end assemblies. This was a competitive acquisition with two responses received. This is a three year contract with no option periods. Location of performance is Wisconsin, with a Sept. 6, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0159). NAVY DLT Solutions LLC, Herndon, Virginia (N66001-19-A-0045); EC America Inc., McLean, Virginia (N66001-19-A-0119); Carahsoft Technology Corp., Reston, Virginia (N66001-19-A-0120); RightStar Systems Inc.,Vienna, Virginia (N66001-19-A-0022); Belarc Inc., Maynard, Massachusetts (N66001-19-A-0118); and Immix Technologies, McLean, Virginia (N66001-19-A-0121), are being awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contracts. This BPA provides for purchase of this category's software products and services by the DoD, U.S. intelligence community, and Coast Guard. The overall estimated value of this BPA is $820,450,000. The individual agreements are awarded for multi-reseller and multi-publisher providers of commercial-off-the-shelf information technology asset management software; software maintenance support; information technology professional services; and related services in support of DoD ESI in the enterprise software category. The resellers/software publishers are: DLT Solutions (Netscout and Tripwire); EC America (Riverbed, Netscout, Commvault and Microfocus Solutions); Carahsoft Technology (Safenet, Zscaler, Datalocker, Hytrust, Nlyte Microfocus Solutions, Beyond Trust, and Oblong); RightStar (Nlyte); Belarc Inc.; and Immix Technologies (BeyondTrust and Microfocus Solutions). The ordering period will be for a maximum of 10 years from Sept. 6, 2019, through July 11, 2029. The BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance (DoD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. Eight offers were received and eight were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $266,203,768 cost-plus-fixed-fee contract special tooling and special test equipment in support of F-35 Lightning II aircraft for the Air Force, Navy, Marine Corps and non-U.S. Department of Defense (DoD) participants. Work will be performed in Fort Worth, Texas (50.30 percent); San Diego, California (13.18 percent); Orlando, Florida (7.30 percent); El Segundo, California (5.45 percent); Samlesbury, United Kingdom (5.23 percent); Papendrecht, Netherlands (3.90 percent); Cheltenham, United Kingdom, (2.49 percent); Rochester, United Kingdom (2.29 percent); Nashua, New Hampshire (1.95 percent); Phoenix, Arizona (1.66 percent); Williston, Vermont (1.47 percent); Marietta, Georgia (1 percent); Palmdale, California (0.73 percent); East Aurora, New York (0.59 percent); Endicott, New York (0.55 percent); Kongsberg, Norway (0.43 percent); Marion, Virginia (0.34 percent); Hauppauge, New York (0.30 percent); Boulder, Colorado (0.24 percent); Owego, New York (0.23 percent); Sylmar, California (0.22 percent); Mississauga, Canada (0.06 percent); Avon, Massachusetts (0.04 percent); Montmorency, Australia (0.02 percent); Garden Grove, California (0.02 percent); and Ontario, California (0.01 percent). Work is expected to be completed by July 2022. Fiscal 2019 aircraft procurement (Air Force, Marine Corps, and Navy); and non-U.S. DoD participant funds in the amount of $266,203,768 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($117,424,737; 44 percent); Navy ($80,246,876; 30 percent); Marine Corps ($36,674,989; 14 percent); and non-U.S. DoD participants ($31,857,166; 12 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919C0074). Harris Corp., Roanoke, Virginia, is being awarded a maximum $249,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of Squad Binocular Night Vision Goggle systems; spare and repair parts; contractor logistics support; and test article refurbishment. Work will be performed in Roanoke, Virginia, and is expected to be complete by September 2024.Fiscal 2019 procurement (Marine Corps) funds in the amount of $328,203 will be obligated at time of award and funds will expire the end of fiscal 2021.This contract was competitively procured via the Federal Business Opportunities website, with six offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-1501). Orbis Sibro Inc., Mount Pleasant, South Carolina (N39040-18-D-0003); Q.E.D. Systems Inc., Virginia Beach, Virginia (N39040-18-D-0004), Delphinus Engineering, Eddystone, Pennsylvania (N39040-18-D-0005); and Oceaneering Intl., Chesapeake, Virginia (N39040-18-D-0006), are being awarded a combined cumulative $37,884,834 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple-award modification to exercise Option Period One to provide non-nuclear production support for U.S. naval submarine projects/repairs. The services under these contracts cover marine electrician, industrial fire watch/laborer, marine pipefitter, outside marine machinist, marine painter, weight handler, marine ship fitter, shipwright, welder, sheet metal, marine insulator, abrasive blaster, deck time setter and sound tile setter for upcoming submarine availabilities. Work will be performed in Kittery, Maine, and is expected to be completed by October 2020. No funding will be obligated at time of award. The Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity. QED Systems Inc., Virginia Beach, Virginia (N64498-19-D-4006); and McKean Defense Group LLC, Philadelphia, Pennsylvania (N64498-19-D-4032), are being awarded indefinite-delivery/indefinite-quantity type contracts with cost-plus-fixed-fee and firm-fixed-price line items for engineering and technical services in support of Naval Surface Warfare Center Philadelphia Division (NSWCPD) Hull, Mechanical and Electrical (HM&E) systems Modernization Program. The contract being awarded to QED Systems Inc. (QED) will be awarded for $19,847,942, and the contract being awarded to McKean Defense Group LLC (McKean) will be awarded for $21,458,714. Work under the QED contract will be performed in Virginia Beach, Virginia (20 percent); Philadelphia, Pennsylvania (20 percent); and various Navy port locations worldwide (60 percent). The work under the McKean contract will be performed in Philadelphia, Pennsylvania (40 percent); and various Navy port locations worldwide (60 percent). Work at all locations is expected to be completed by September 2024. Fiscal 2019 Navy working capital funding in the amount of $100,000 ($50,000 per contract) will be obligated at time of award via individual task orders and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(a), these contracts are the result of a full and open competitive procurement via the Federal Business Opportunities portal, in which three offers were received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. American Scaffold, San Diego, California (N55236-16-D-0001); and W.V. Construction Co.,* Jamul, California (N55236-16-D-0002), are each being awarded firm-fixed-price contract modifications to exercise Option Year Four of their respective previously-awarded indefinite-delivery/indefinite-quantity, multiple-award contracts to provide scaffolding services to the Southwest Regional Maintenance Center's Commercial Industrial Services code in support of Navy ships and other government vessels within a 50-mile radius of San Diego, California, which may include Oceanside, California. American Scaffold is being awarded $10,869,649, and W.V. Construction Co. is being awarded $18,892,889. Each contractor shall provide management, administrative and production services, materials, tools, equipment and required support to accomplish scaffolding on board U.S. naval ships and other government vessels within a 50-mile radius of San Diego, which may include Oceanside, California. Scaffolding shall include rolling scaffolds, suspended scaffolds and tube-and-clamp-type scaffolds. Work will be performed in San Diego, California, and is expected to be completed by October 2020. No funding is being obligated at time of award. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. AS and D Inc., Beltsville, Maryland, is being awarded a $16,118,830 cost-plus-fixed-fee modification to previously awarded indefinite-delivery/indefinite-quantity contract N00173-14-D-2016 for engineering and operational support for the command, control, data collection and mission management operations at Blossom Point Tracking Facility (BPTF). Work will be performed in Welcome, Maryland, and is expected to be complete by Aug. 26, 2020. Fiscal 2019 working capital funds (Navy) in the amount of $194,791; fiscal 2019 operation and maintenance funds (Navy) in the amount of $322,000; and fiscal 2019 research and development funds (Air Force) in the amount of $486,000, will be obligated at time of award. Contract funds in the amount of $516,791 will expire at the end of the current fiscal year. Contract funds in the amount of $486,000 will not expire at the end of the current fiscal year. The U.S. Naval Research Laboratory, Washington, District of Columbia, is the contracting activity. CORRECTION: The Sept. 5, 2019, announcement of a $9,500,000 delivery order (N68335-19-F-0393) against a previously awarded basic ordering agreement (N68335-16-G-0028) for Oceanit Laboratories Inc.*, Honolulu, Hawaii, included the incorrect contracting activity. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. CORRECTION: The Sept. 5, 2019, announcement of a $107,067,910 contract for Hexagon U.S. Federal Inc., Huntsville, Alabama (N00024-19-D-4114) included an incorrect completion date. The contract's expected completion date is actually September 2024. ARMY BAE Systems Inc., York, Pennsylvania, was awarded a $268,990,416 modification (P00015) to contract W56HZV-18-C-0133 for Bradley production. Work will be performed in York, Pennsylvania, with an estimated completion date of March 31, 2021. Fiscal 2018 procurement of weapons and tracked combat vehicles funds in the amount of $268,990,416 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Heritage-M2C1 Joint Venture,* Delta Junction, Alaska, was awarded a $40,000,000 firm-fixed-price contract to execute sustainment, restoration, and modernization projects. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 12, 2024. U.S. Army 413th Contracting Support Battalion, Fort Wainwright, Alaska, is the contracting activity (W912D0-19-D-0005). Professional Contract Services Inc., Austin, Texas, was awarded a $26,688,913 modification (P00023) to contract W9124L-17-C-0005 for non-personal services to provide labor and supplies necessary to manage and operate the Fort Sill, Oklahoma, Directorate of Public Works. Work will be performed in Fort Sill, Oklahoma, with an estimated completion date of Sept. 30, 2022. Fiscal 2020 operations and maintenance Army funds in the amount of $26,688,913 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Sill, Oklahoma, is the contracting activity. PAE Government Systems Inc., Arlington, Virginia, was awarded a $26,022,182 modification (P00014) to Foreign Military Sales (Afghanistan) W56HZV-17-C-0117 for the National Maintenance Strategy Ground Vehicle Support effort. Bids were solicited via the internet with one received. Work will be performed in Kabul, Afghanistan, with an estimated completion date of March 1, 2020. Fiscal 2019 Afghanistan Security Forces, Army funds in the combined amount of $26,022,182 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Lynxnet LLC,* Suffolk, Virginia, was awarded an $18,207,432 firm-fixed-price contract to operate and maintain the command and control and infrastructure operations for headquarters, U.S. Army Intelligence and Security Command. One bid was solicited with one bid received. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of Sept. 18, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $8,490,400 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W911W4-19-C-0010). General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $14,986,238 modification (P00071) to contract W56HZV-13-C-0319 to provide labor and vendor costs to furnish and install two new horizontal boring mill machines. Work will be performed in Lima, Ohio, with an estimated completion date of March 7, 2022. Fiscal 2019 procurement of weapons and tracked combat vehicles, Army funds in the amount of $14,986,238 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Northbank Civil and Marine Inc.,* Vancouver, Washington, was awarded a $13,075,000 modification (P00001) to contract W9127N-18-C-0081 for rehabilitation, structural, mechanical, and electrical upgrades to tainter gate. Work will be performed in Detroit, Oregon, with an estimated completion date of May 1, 2022. Fiscal 2019 operations and maintenance, civil funds in the amount of $13,075,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity. Motorola Solutions Inc., Linthicum Heights, Maryland, was awarded a $10,173,475 modification (P00002) to contract W52P1J-18-D-0036 to upgrade and expand the Pacific Japan and Korea land mobile radio system, connect sites to the current joint Japan land mobile radio system and to upgrade the Army backup core infrastructure in Japan. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 24, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. DEFENSE INFORMATION SYSTEMS AGENCY The Johns Hopkins University Applied Physics Laboratory LLC (JHU/APL), Laurel, Maryland, was awarded a non-competitive, single-award, indefinite-delivery/indefinite-quantity contract for essential engineering, research, and/or development capabilities, in line with the core competencies established by the assistant secretary of defense for research and engineering, which designated JHU/APL as a University Affiliated Research Center (UARC). The place of performance will be at JHU/APL, Laurel, Maryland; and at the Defense Information Systems Agency, Fort Meade, Maryland. The contract ceiling value is $245,000,000, funded by multiple appropriation types. The minimum guarantee of $5,793,933 is satisfied through the issuance of the first task order in conjunction with the contract, which is funded by fiscal 2019 research, development, test and evaluation funds. This is a sole source award, and as such, only one proposal was received. The ordering period is Sept. 30, 2019, through Sept. 29, 2024. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-19-D-0001). Trace Systems Inc., Vienna, Virginia, was awarded a single-award, indefinite-delivery/indefinite-quantity contract in support of providing the full range of Mission Partner Environment (MPE)-compatible support services and associated equipment to design, implement and operate the MPE enterprise. The contract ceiling value is $98,000,000. At the time of award, the minimum guarantee of $500 will be obligated using fiscal 2019 operations and maintenance funding. All other funding will be obligated at the task order level. The places of performance will be at contiguous U.S. and outside continental U.S. designated MPE Services (MPE-S) support sites including Washington, District of Columbia; Fort Meade, Maryland; Air Force facilities in Fairfax, Virginia; U.S. Africa Command, Stuttgart, Germany; U.S. Central Command, Tampa, Florida; Kuwait; Bahrain; Afghanistan; U.S. Southern Command, Miami, Florida; U.S. Northern Command, Colorado Spring, Colorado; U.S. Special Operations Command, Tampa, Florida; Joint Communication Support Element, Tampa, Florida; and U.S. Forces Korea, Youngsan Air Base, Osan Air Base, Kunsan Air Base, and Camp Humphries. Additional places of performance are to be determined based on customer requirements and real world events. The specific place(s) of performance will be specified in individual task orders. A competitive solicitation utilizing full and open competition was the basis for the single-award contract. Proposals were solicited via the Federal Business Opportunities website and four proposals were received. The ordering period is five years from the date of contract award. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-19-D-4002). AIR FORCE Alliant Techsystems Operations LLC - ATK Tactical Propulsion and Control, Rocket Center, West Virginia, has been awarded a $109,929,339 firm-fixed-price contract for Hard Target Void Sensing Fuzes (HTVSF). This contract provides for the full rate production of Lot 2 and Lot 3 HTVSFs, as well as spares, trainers, and support. Work will be performed in Rocket Center, West Virginia, and is expected to be complete by July 31, 2023. This award is the result of a sole source acquisition. Fiscal 2017, 2018, and 2019 ammunition procurement funds in the amount of $109,929,339 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-C-0038). Bowhead Cybersecurity Solutions & Services LLC, Alexandria, Virginia, has been awarded a $19,689,460 firm-fixed-price contract for the Air Force National Tactical Integration Program. This contract provides for real-time, two-way interactive information exchange among the combined/joint force air component commander, other joint and Air Force customers, and the national intelligence community. Work will be performed at Lackland Air Force Base, Texas; Fort Meade, Maryland; Wright Patterson Air Force Base, Ohio; Scott Air Force Base, Illinois; Barksdale Air Force Base, Louisiana; Tyndall Air Force Base, Florida; Davis-Monthan Air Force Base, Arizona; Fort Gordon, Georgia; Shaw Air Force Base, South Carolina; Langley Air Force Base, Virginia; Cape Canaveral Air Force Station, Florida; Hurlburt Field, Florida; Hickam Air Force Base, Hawaii; and Creech Air Force Base, Nevada. The performance period includes four option periods with expected completion by Jan. 30, 2024. This award is the result of a sole source set-aside acquisition. Fiscal 2019 operations and maintenance funding in the amount of $1,446,615 are being obligated at time of the award. The Acquisition Management & Integration Center-Detachment 2, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA7037-19-C-A009). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1954307/source/GovDelivery/

  • New tropical boots coming by the end of 2019

    September 6, 2019 | International, Naval

    New tropical boots coming by the end of 2019

    By: Shawn Snow The Corps' new tropical boots may be on the feet of some Marines by the end of 2019, according to Marine officials. The Corps awarded two contracts on Aug. 29 for up to 140,000 total pairs of two styles of tropical boots, according to Maj. Ken Kunze, a spokesman for Marine Corps Systems Command. Kunze said one contract was awarded to ADS Inc. for a maximum order of 70,000 pairs of the Rocky brand tropical boot. That contract award was valued at $11.1 million dollars, Kunze said. Another contract was awarded to Provengo LLC for 70,000 pairs of the Danner brand tropical boot, with a contract valued at $13.7 million, according to Kunze. Kunze said the initial order for the new tropical boots is being procured in September and they should start arriving in 60 days to 90 days. The boots have gone through rigorous training during the past several years. In 2017, Marines with 3rd Battalion, 3rd Marines, evaluated three tropical boot prototypes from boot manufacturers Danner, Bates and Rocky while training in a jungle environment. The new boots will not be part of a Marine's general seabag issue. The boots are headed for the for the Consolidated Storage Program, and will be issued to Marines in predeployment training before heading to a hot or tropical climate, Manny Pacheco, a spokesman for Marine Corps Systems Command, previously told Marine Corps Times. https://www.marinecorpstimes.com/news/your-marine-corps/2019/09/05/new-tropical-boots-coming-by-the-end-of-2019

  • Contract Awards by US Department of Defense - September 5, 2019

    September 6, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 5, 2019

    ARMY Ensign-Bickford Aerospace & Defense Co., Simsbury, Connecticut (W52P1J-19-D-0065); and Chemring Ordnance Inc., Perry, Florida (W52P1J-19-D-0066), will compete for each order of the $320,000,000 firm-fixed-price contract for the Anti-Personnel Obstacle Breaching System. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 4, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Honeywell International Inc., Clearwater, Florida, was awarded a $37,851,458 firm-fixed-price contract for procurement of the commercial Tactical Advanced Land Inertial Navigator 5000 Inertial Navigation Unit. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 8, 2023. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0082). MW Builders, Pflugerville, Texas, was awarded a $30,477,000 firm-fixed-price contract to construct a completed fully functional Tactical Equipment Maintenance Facility. Bids were solicited via the internet with five received. Work will be performed in Fort Hood, Texas, with an estimated completion date of June 4, 2021. Fiscal 2018 military construction funds in the amount of $30,477,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0119). General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $29,316,074 modification (P00016) to contract W58RGZ-19-C-0027 for performance based logistics support services for the MQ-1C Gray Eagle unmanned aircraft system. Work will be performed in Poway, California, with an estimated completion date of Sept. 4, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $6,469,479 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Ace Precision Machining Corp., Oconomowoc, Wisconsin, was awarded a $25,000,000 firm-fixed-price Foreign Military Sales (Kuwait and Saudi Arabia) contract for hot section parts for the Advanced Gas Turbine-1500 tank engine. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 4, 2024. U.S. Property and Fiscal Officer, Kansas, is the contracting activity (W912JC-19-D-5712). Nakasato Contracting LLC,* Honolulu, Hawaii, was awarded a $14,200,000 firm-fixed-price contract for the construction of an Operational Readiness Training Complex (Barracks) at Pohakuloa Training Area, Hawaii. Bids were solicited via the internet with six received. Work will be performed in Pohakuloa Training Area, Hawaii, with an estimated completion date of Dec. 1, 2021. Fiscal 2018 military construction funds in the amount of $14,200,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-19-C-0006). GP Strategies Corp., Columbia, Maryland, was awarded a $12,693,583 cost-plus-fixed-fee contract for Life Cycle Logistics Support and Chemical Demilitarization Training Facility operations and maintenance in support of the U.S. Army Chemical Materials Activity, Recovered Chemical Materiel Directorate. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2020. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-D-0087). General Dynamics Information Technology, Fairfax, Virginia, was awarded a $7,237,568 modification (P00017) to contract W81XWH-17-F-0078 for support services for the U.S. Army Medical Materiel Development Activity. Work will be performed in Fort Detrick, Maryland, with an estimated completion date of Sept. 30, 2022. Fiscal 2019 research, development, test and evaluation funds in the amount of $7,237,568 were obligated at the time of the award. U.S. Army Medical Materiel Development Activity, Fort Detrick, Maryland, is the contracting activity. NAVY Hexagon U.S. Federal Inc., Huntsville, Alabama, is being awarded a $107,067,910 firm-fixed-price, cost-plus-fixed-fee, and cost-only indefinite-delivery/indefinite-quantity (IDIQ) contract for surface ship Situational Awareness, Boundary Enforcement and Response (SABER) qualification testing and non-recurring engineering, computing hardware production, land-based site equipment, spare parts and engineering services. This IDIQ will support multiple program executive offices and ship programs. Work under this IDIQ contract will be performed in Huntsville, Alabama, and is expected to be completed by September 2023. No funding will be obligated with this IDIQ award; funds will be obligated with each order. This contract was competitively procured via the Federal Business Opportunities website using full-and-open competition procedures, with two offers received. This competition was conducted under the authority 10 U.S. Code 2304, which states that contracting officers shall promote and provide for full and open competition. Support under this IDIQ is for SABER systems to be installed on various surface ships. This procurement includes shipsets and test site sets, technical data, associated engineering services and spares. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-D-4114). DynCorp International LLC, Fort Worth, Texas, is being awarded an $88,730,512 modification (P00052) to a previously awarded, firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-15-D-0003). This modification provides organizational, intermediate, and depot-level maintenance and logistics support for 16 T-34, 54 T-44, and 287 T-6 aircraft. Work will be performed at the Naval Air Station (NAS) Corpus Christi, Texas (47%); Whiting Field, Florida (42%); NAS Pensacola, Florida (9%); and various locations through the continental U.S. (2%), and is expected to be completed in March 2020. No funds will be 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. General Electric Aviation Systems, Vandalia, Ohio, is being awarded a $56,594,358 modification (P00006) to a previously awarded firm-fixed-price contract (N00019-18-C-0004). This modification procures 320 Generator Conversion Unit (GCU) G3 to G4 conversion retrofit kits; 547 GCU G4 units; wiring harnesses; and associated technical, financial and administrative data in support of F/A-18E/F and E/A-18G aircraft. Work will be performed Vandalia, Ohio, and is expected to be completed in January 2022. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $56,594,358 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. PAE Applied Technologies LLC, Arlington, Virginia, is being awarded a $52,268,318 modification to previously awarded contract N66604-05-C-1277 to reinstate 6 month periods of performance and increase target cost for Atlantic Undersea Test and Evaluation Center. Atlantic Undersea Test and Evaluation Center (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 services required to perform AUTEC range operations 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 $52,268,318. The new total value is $853,017,162. Work will be performed in Andros Island, Commonwealth of the Bahamas (80%); and West Palm Beach, Florida (20%), and is expected to be complete by March 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. Pacific Shipyards International, Honolulu, Hawaii, is being awarded a $32,110,694 firm-fixed-price contract for the execution of USS Michael Murphy (DDG 112) fiscal 2020 selected restricted availability. This is a Chief of Naval Operations scheduled selected restricted availability. This availability will include a combination of maintenance, modernization and repair of USS Michael Murphy. The purpose is to maintain, modernize, and repair the USS Michael Murphy. This is a “short-term,” non-docking availability restricted to the vessel's homeport. Pacific Shipyards International will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair, and modernization for USS Michael Murphy. Work will be performed in Pearl Harbor, Hawaii, and is expected to be complete by April 2020. This contract includes options which, if exercised, would bring the cumulative value to $36,916,612, and be complete by April 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $32,110,694 will be obligated at time of award and expire at the end of the current fiscal year. This contract was competitively solicited via the Federal Business Opportunities website with one offer received in response to solicitation number N00024-19-R-4404. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4404). Utah State University Research Foundation - Space Dynamics Laboratory, North Logan, Utah, is being awarded a $24,999,998 cost-plus-fixed-fee contract for electro-optical research and development. The contract provides research and development efforts in the areas of exploitation software and advanced sensor and processing technologies including digital cameras, processing, compression, command and control, analog systems, power, communications, telemetry, radio frequency/optical sensor payloads and electromechanical systems/support. The maximum total value for this 24 month contract, with no options, is $24,999,998. Work will be performed in North Logan, Utah, and is expected to be complete by Sept. 5, 2021. Fiscal 2019 working capital funds (Navy) in the amount of $5,793,000 will be obligated at time of award and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(3)(B), as stated in Federal Acquisition Regulation 6.302-3, this contract was not competitively procured. Only one responsible source and no other supplies or services will satisfy agency requirements. The U.S. Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-19-C-2013). PrimeTech International Inc.,* North Kansas City, Missouri, is being awarded a $12,457,597 firm-fixed-price, time-and-materials six-month bridge contract for logistics services to manage, support, and operate the Marine Corps Consolidated Storage Program warehouse network. Work will be performed in Barstow, California (23%); Camp Lejeune, North Carolina (18%); Camp Pendleton, California (13%); Okinawa, Japan (10%); Miramar, California (9%); Camp Geiger, North Carolina (7%); Twenty-nine Palms, California (4%); Cherry Point, North Carolina (4%); Kaneohe Bay, Hawaii (3%); Yuma, Arizona (2%); Beaufort, South Carolina (2%); Iwakuni, Japan (2%); New River, North Carolina (2%); and Bridgeport, California (1%). Work is expected to be completed March 2020. Fiscal 2019 operation and maintenance funds (Marine Corps) in the amount of $12,457,597 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c) (1) - only one responsible source and no other supplies or services will satisfy agency requirements. Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-19-P-2010). Oceanit Laboratories Inc.,* Honolulu, Hawaii, is being awarded a $9,500,000 cost-plus-fixed-fee delivery order (N68335-19-F-0393) against a previously awarded basic ordering agreement (N68335-16-G-0028) in support of the deputy assistant secretary of defense for emerging capability and prototype technology. This order is for a Small Business Innovation Research Phase III effort for the continued development of a Prototype Test Unit (PTU) sensor for integration, test and demonstration with a non-kinetic system. The PTU sensor will incorporate the necessary hardware and software subsystems to demonstrate the viability of a novel defensive capability in an at-sea-demonstration aboard a Navy ship. Work will be performed in Honolulu, Hawaii, and is expected to be completed in September 2021. Fiscal 2018 and 2019 research, development, test and evaluation (Navy) funds in the amount of $9,500,000 will be obligated at time of award, $7,500,000 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. DEFENSE LOGISTICS AGENCY UPDATE: Maryland Industrial Trucks, Linthicum Heights, Maryland (SPE8EC-19-D-0043), has been added as an awardee to the multiple award contract for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008, announced April 20, 2017. DEFENSE INFORMATION SYSTEMS AGENCY Booz Allen Hamilton, McLean, Virginia, was awarded a firm-fixed-price, single-award, indefinite-delivery/indefinite-quantity (ID/IQ) contract, HC1047-19-D-5001, in support of the Defense Information Systems Agency's (DISA) Defense Collaboration Services (DCS) program. The primary place of performance will be at DISA, Fort Meade, Maryland. The ID/IQ ceiling value is $49,500,000, with the minimum guarantee of $5,000 funded by fiscal 2019 operations and maintenance funds. Proposals were solicited via FedBizOpps (FBO.gov), and one proposal was received. The ordering period is Sept. 8, 2019, through Sept. 7, 2024. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-19-D-5001). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1953308/source/GovDelivery/

  • The US Army faces struggles working with small businesses

    September 6, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    The US Army faces struggles working with small businesses

    By: David B. Larter WASHINGTON — The U.S. Army faces problems on multiple fronts when it comes to sending business to small companies, the head of Army Futures Command said Wednesday. Gen. John Murray said small businesses struggle under a procurement system that can take years, and then struggle to scale their businesses to meet the Army's needs. “There is a lack of trust [on the part of small businesses] that the government can sustain [a] small-business model,” Murray told the audience at the third annual Defense News Conference. “The way we do budgeting, [program objectives memorandum] POM cycles and all that — a small business can't survive. We're going to have to prove to small businesses that we can adjust our POM cycles to meet their needs. “And from the small business perspective, there are only a few ways that they can scale to the size we are talking about in terms of production. One of those ways is partnering with a traditional [defense contractor], so that's going to be a challenge going forward.” Murray's comments come as the Army tries to engage with a range of partners — from universities and small businesses to the traditional prime contractors such as Raytheon and General Dynamics — to find ways to integrate new technologies into the force. The outreach to small businesses at Army Futures Command is about finding new ways to get after the challenges the service faces, Murray said, but that in and of itself comes with challenges. “This outreach to small business is not because there is anything wrong with traditional defense primes, it's really an outreach to find new ways to solve our problems,” he said. “I've been in the Army 37 years, and I think about solving our problems a certain way. I guarantee a lot of these small businesses think about how to solve problems a different way. “Part of the challenge I have with small business is comfortably describing our problem to them. I can't talk in acronyms, I can't talk with 37 years of experience, I need to talk very clearly and very plainly.” Murray said his teams have staged events aimed at the private sector, such as a recent one where startups gathered to figure out how to move artillery shells 250 meters using autonomous unmanned systems. Such events have been instructive, he noted. Ultimately, however, the Army will choose the business that best meets the service's requirements, he said. “What it really comes down to is what are our problems and where is the best place — whether that's small business or a university or a traditional prime — where is the best place to solve that problem,” Murray said. https://www.defensenews.com/smr/defense-news-conference/2019/09/04/the-us-army-faces-struggles-working-with-small-businesses/

  • Contract Awards by US Department of Defense - September 4, 2019

    September 5, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 4, 2019

    NAVY General Electric Aviation, Lynn, Massachusetts, was awarded $143,680,709 for modification P00005 to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-18-C-1007). This modification is for 24 low rate initial production Lot 3 T408-GE-400 turboshaft engines and three Lot 2 T408-GE-400 engines for the CH-53K helicopter. In addition, this modification provides for associated engine and programmatic support, logistics support, peculiar support equipment and spares. Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2022. Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $143,680,709 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. (Awarded Aug. 29, 2019) University of North Carolina at Chapel Hill, Chapel Hill, North Carolina (N00189-19-D-Z033); and University of Virginia Darden School Foundation Inc., Charlottesville, Virginia (N00189-19-D-Z034), are being awarded multiple award, firm-fixed-price, indefinite-delivery/indefinite-quantity contracts worth $24,535,554 that will include terms and conditions for the placement of firm-fixed-price task orders to provide academic programs to educate the Department of the Navy acquisition personnel in support of the assistant secretary of the Navy for research, development and acquisition. The contracts will run concurrently and will include a 60-month base ordering period and an option for a six-month ordering period; if exercised, the total value of this contract will be $27,496,527. The base ordering period of the contract is expected to be completed by September 2024; if the option is exercised, the ordering period will be completed by March 2025. All work will be performed at various contractor locations throughout the U.S., and the percentage of work at each of the contractor facilities cannot be determined at this time. Fiscal 2019 acquisition workforce development funds (Department of Defense) in the amount of $2,000 will be obligated ($1,000 on each of the two contracts to fund the contracts' minimum amounts), and funds will not expire at the end of the current fiscal year. This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was solicited through the Federal Business Opportunities website, with two offers received. Naval Supply Systems Command Fleet, Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity. ARMY Science Applications International Corp., Reston, Virginia, was awarded a $97,530,579 modification (P00064) to contract W912DY-16-F-0093 for management and technical support necessary to advance high performance computing services, capabilities, infrastructure and technologies. Work will be performed in Wright Patterson Air Force Base, Ohio; Aberdeen Proving Ground, Maryland; Stennis Space Center, Mississippi; Vicksburg, Mississippi; and Lorton, Virginia, with an estimated completion date of Oct. 18, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,012,268 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. RLB Contracting Inc.,* Port Lavaca, Texas, was awarded a $9,571,200 firm-fixed-price contract for maintenance dredging of Houston ship channel. Bids were solicited via the internet with one received. Work will be performed in Brady Island, Texas, with an estimated completion date of March 5, 2020. Fiscal 2017, 2018 and 2019 operations and maintenance, civil funds in the amount of $9,571,200 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0015). Lockheed Martin Corp., Orlando, Florida, was awarded an $8,126,438 modification (P00015) to contract W31P4Q-18-C-0070 for the acquisition of Joint-Air-To-Ground missile engineering services. Work will be performed in Orlando, Florida, with an estimated completion date of March 2, 2021. Fiscal 2019 procurement, Air Force; and operations and maintenance, Army funds in the amount of $8,126,438 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY The Boeing Co.,* St. Louis, Missouri, has been awarded a maximum $25,000,000 firm-fixed-price contract for engineering and supply chain analysis sustainment support and for various spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year base contract with four one-year option periods. Location of performance is Missouri, with a Sept. 6, 2020, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 warstopper funds and defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-18-D-9450). CORRECTION: The modification announced on Sept. 3, 2019, for General Dynamics Land Systems Inc., Sterling Heights, Michigan (SPE7MX-16-D-0100), for $38,040,445 was announced with an incorrect award date. The correct award date is Sept. 4, 2019. AIR FORCE Raytheon Missile Systems, Tucson, Arizona, has been awarded a $8,422,148 cost-plus-fixed-fee modification (P00032) to previously awarded contract FA8675-16-C-0067 for field team support services for Advanced Medium-Range Air-to-Air Missile (AMRAAM) development test mission support including, test planning, test operations, test reporting and telemetry analysis. This contract modification provides for exercise of the third option for an additional 12 months of services to support ground tests, captive flight tests and live fire tests conducted for developmental purposes up to and including operational test readiness reviews. The effort also encompasses management and maintenance of AMRAAM separation test vehicles and other assets used for the test programs. Total cumulative face value of the contract is $46,807,656. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by Sept. 5, 2020. This award is the result of a sole source acquisition and only one source was solicited and received. Fiscal 2019 research, development, test and evaluation funds in the amount of $2,000,000; and Foreign Military Sales funds in the amount of $99,600 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. The Boeing Co., Defense, Space & Security – Network, Newark, Ohio, has been awarded a $7,494,440 firm-fixed-price delivery order, FA8119-19-F-0094, to basic contract FA8119-14-D-0003 for Air Launched Cruise Missile warhead arming devices remanufacture. This delivery order provides for the remanufacture of 110 Air Launched Cruise Missile warhead arming devices for the fifth option period. Work will be performed at Newark, Ohio, and is expected to be completed by May 9, 2020. This award is the result of a sole source acquisition. Fiscal 2019 missiles procurement funds in the amount of $7,494,440.00 are being obligated at the time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1952112/source/GovDelivery/

  • Contract Awards by US Department of Defense - September 3, 2019

    September 4, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 3, 2019

    AIR FORCE Leidos Inc., Reston, Virginia, has been awarded a $445,361,476 indefinite-delivery/indefinite-quantity contract for Air Force National Capital Region information technology services. This contract provides a full range of classified and unclassified information technology services in the National Capital Region. Work will be performed in the National Capital Region to include Joint Base Andrews, Joint Base Anacostia-Bolling and the Pentagon, and is expected to be complete by Sept. 2, 2024. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount of $7,522,000 are being obligated at the time of award. The Air Force, District of Washington Contracting, Joint Base Andrews, Maryland, is the contracting activity (FA7014-19-D-A005). GTA Containers Inc., South Bend, Indiana, has been awarded a $9,478,079 contract modification (P00004) to previously awarded FA8533-16-D-0001 for collapsible fuel tank production. The contract modification provides for the purchase of additional quantities of 34 10K collapsible fuel tanks; 171 50K collapsible fuel tanks; and 130 210K collapsible fuel tanks being produced under the basic contract. Total cumulative face value of the contract is $15,102,610. Work will be performed at South Bend, Indiana, and is expected to be completed by Jan. 31, 2021. Fiscal 2018 other procurement funds are being used and no funds are being obligated at the time of delivery order award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. NAVY Science Applications International Corp., Reston, Virginia, is awarded a $69,929,520 firm-fixed-price, cost-plus-fixed-fee modification to previously-awarded contract N00024-16-C-6425 to exercise Option Year Three for the production of Mk 48 Mod 7 heavyweight torpedo afterbody/tailcone sections, production support material, spares, auto-electrical power source test sets, engineering support, other direct costs and hardware repair services. Work will be performed in Bedford, Indiana (50%); Marion, Massachusetts (29%); Middletown, Rhode Island (16%); and Indianapolis, Indiana (5%), and is expected to be completed by March 2021. Fiscal 2019 weapons procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); fiscal 2018 shipbuilding and conversion (Navy); and Foreign Military Sales funding in the amount of $69,929,520 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. Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $50,307,909 cost-plus-incentive-fee modification to previously awarded contract N00024-15-C-5151 to exercise options for ship integration and test of the Aegis Weapon System (AWS) for AWS Baselines through Advanced Capability Build 16. The contract provides for Aegis shipboard integration engineering, Aegis test team support, Aegis modernization team engineering support, Ballistic Missile Defense test team support, Aegis ashore support and AWS element assessments. This contract will cover the AWS ship integration and test efforts for nine new construction DDG 51 class ships and the major modernization of seven DDG 51 class ships. It will additionally cover the integrated combat system modifications and upgrades for all current ships with all AWS Baselines up to and including ACB 16. Work will be performed in Moorestown, New Jersey (49%); Deveselu, Romania (12%); Norfolk, Virginia (8%); San Diego, California (8%); Washington, District of Columbia (7%); Pascagoula, Mississippi (5%); Mayport, Florida (4%); Bath, Maine (3%); and various places each below one percent (4% cumulative), and is expected to be complete by September 2024. Fiscal 2014 shipbuilding and conversion (Navy); fiscal 2019 operation and maintenance (Navy); and fiscal 2019 other procurement (Navy) funds in the amount of $4,774,574 will be obligated at time of award and $1,452,864 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Ultra Electronics Ocean Systems, Braintree, Massachusetts, is awarded a $46,679,930 modification to previously awarded contract N00024-18-C-6405 to exercise Option Year One for the production of MK54 MOD 0 lightweight torpedo array kits. This option provides spares, production support material, and related engineering services, hardware support and maintenance of government-furnished equipment. This modification combines purchases for the Navy (23%); the government of Canada (46%); Netherlands (28%); and Norway (3%) under the Foreign Military Sales (FMS) program. Work will be performed in Braintree, Massachusetts (70%); and Lititz, Pennsylvania (30%), and is expected to be completed by September 2022. FMS funding in the amount of $36,031,476; and fiscal 2019 weapons procurement (Navy) in the amount of $10,648,454 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 (N00024-18-C-6405). General Atomics, San Diego, California, is awarded a $33,187,541 cost-plus-incentive-fee, indefinite-delivery/definite-quantity contract for up to two Bearing Support Structure (BSS) inseparable assemblies in support of the Columbia-class program. This contract is for a five-year ordering period and does not include options. Work will be performed in Tupelo, Mississippi, and is expected to be completed by August 2024. Fiscal 2019 National Sea-Based Deterrence Fund (NSBDF) funding in the amount of $12,497,115 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, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-19-D-0006). Homeland Security Solutions Inc., Hampton, Virginia, is awarded a $10,951,521 firm-fixed-priced modification to previously awarded contract M00264-19-C-0007 to exercise Option Year One. The work to be performed provides program management support, training, human resources services and non-guard security support services to the Marine Corps. Work will be performed in Camp Lejeune/New River, North Carolina (11%); Camp Pendleton, California (10%); Washington, District of Columbia (9%); Cherry Point, North Carolina (8%); Miramar, California (8%); Quantico, Virginia (8%); Camp Smith and Kaneohe Bay, Hawaii (7%); Beaufort/Parris Island, South Carolina (6%); Yuma, Arizona (5%); Barstow, California (5%); San Diego, California (5%); Albany, Georgia (5%); Okinawa, Japan (5%); Bridgeport, California (2%); Blount Island, Florida (2%); New Orleans, Louisiana (2%); and Iwakuni, Japan (2%), and is expected to be completed by September 2020. Fiscal 2019 operation and maintenance (Marine Corps) funds in the amount of $10,095,934 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installations, National Capitol Region - Regional Contracting Office, Marine Corps Base Quantico, Virginia, is the contracting activity. Progeny Systems Corp., Manassas, Virginia, is awarded a $10,688,154 modification to previously awarded contract N00024-18-C-6410 to exercise Option Year Two for the production of MK54 MOD 1 lightweight torpedo proof of design components, test equipment, associated production support material, spares, and engineering and hardware support services. This modification combines purchases for the Navy (99%); and the government of the United Kingdom (1%) under the Foreign Military Sales (FMS) program. Work will be performed in Charleroi, Pennsylvania (70%); Salt Lake City, Utah (26%); and Manassas, Virginia (4%), and is expected to be completed by March 2022. Fiscal 2019 weapons procurement (Navy) funding in the amount of $10,680,514; and FMS funding in the amount of $32,306 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. DEFENSE LOGISTICS AGENCY General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded an estimated $38,040,445 modification (P00039) to a three-year base contract (SPE7MX-16-D-0100) with two one-year option periods adding vehicle spare parts. This is a firm-fixed-price, indefinite-quantity contract. Locations of performance are Michigan and South Carolina, with an Aug. 11, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio. General Electric Co., Lynn, Massachusetts, has been awarded a maximum $8,845,490 firm-fixed-price delivery order (SPRPA1-19-F-QH08) against a five-year basic ordering agreement (FA8122-19-G-0001) for compressor casings. 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 47-month contract with no option periods. Location of performance is Massachusetts, with a July 31, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. ARMY RTI Technologies LLC,* McEwen, Tennessee, was awarded an $18,601,016 firm-fixed-price contract for or the procurement of the M700 time blast fuse. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 2, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0086). CACI-ISS Inc., Chantilly, Virginia, was awarded a $10,172,707 modification (P00058) to contract W15QKN-15-C-0049 for the Integrated Personnel and Pay System. Work will be performed in Arlington, Virginia, with an estimated completion date of Nov. 30, 2019. Fiscal 2018 research, development, test and evaluation funds in the amount of $10,172,707 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. NW Construction Inc.,* Bozeman, Montana, was awarded a $7,656,775 firm-fixed-price contract for equalizer dam and dike modifications, construction, electrical, controls, and concrete. Bids were solicited via the internet with three received. Work will be performed in Fort Hall Indian Reservation, Idaho, with an estimated completion date of June 30, 2021. Fiscal 2019 Bureau of Indian Affairs construction funds in the amount of $7,656,775 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-19-C-0022). CORRECTION: A $377,006,101 contract award to Southwest Range Services LLC, Las Cruces, New Mexico (W91151-19-C-0008), was announced Aug. 30, 2019, with an incorrect amount of obligated funds. The correct contract obligation amount is $231,230. All other information in the announcement is correct. U.S. TRANSPORTATION COMMAND International Auto Logistics LLC, Brunswick, Georgia, has been awarded a task order modification (P00024) on contract HTC711-14-D-R025 in the estimated amount of $14,950,112. This modification provides continued support of transportation and storage of Department of Defense-sponsored (DoD) shipments of privately owned vehicles belonging to military service members, and transportation of DoD-sponsored shipments of privately owned vehicles belonging to DoD civilian employees. Work will be performed at multiple locations within and outside the U.S. The option period of performance is Sept. 1, 2019, to Sept. 30, 2019. Fiscal 2019 transportation working capital funds were obligated. This modification brings the total cumulative face value of the contract to $942,359,138 from $927,409,026. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1950681/source/GovDelivery/

  • An unpredictable autumn: Changes across Europe could spell delays for industry deals

    September 4, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    An unpredictable autumn: Changes across Europe could spell delays for industry deals

    By: Tom Kington ROME — Just as Europe begins serious discussions about joint defense programs, Italy is scrambling to forge a new government, putting decision-making in Rome on hold amid Britain's exit from the European Union and a change of guard at the organization. Following the collapse of the Italian government last month, Rome is expected to have a new coalition majority in place this week, but the hiccup may further delay decisions about Italy's role in Britain's Tempest fighter program, European partnerships and purchasing of F-35 aircraft. The uncertainty in southern Italy matches the threat of chaos further north if British Prime Minister Boris Johnson carries out threats to leave the EU on Oct. 31 without a trade deal, just as the European Commission awaits a new crop of leaders following the EU election in May. “Defense programs are always prone to delays and cost overruns, but when they are joint programs, that risk increases — and now is a case in point,” said Aude Fleurant, the director of arms and military expenditure at the Stockholm International Peace Research Institute, a Swedish think tank. Origins and options Italy's government upheaval began in early August when one of the members of Italy's populist coalition government, the League party, walked away from the administration after too many policy rows with its partner, the Five Star party — ending the government's parliamentary majority. League party leader Matteo Salvini, whose anti-migrant policies have spurred his popularity after 14 months of government, hoped he could take sole command of the government through new elections. But his plan suffered a setback when Five Star entered talks with its sworn rival, the center-left Democratic Party, to build a new majority and carry on governing without the League. As a sign of open hostilities between the former coalition partners, Italian Defence Minister Elisabetta Trenta — who is backed by Five Star — sent Navy ships to escort vessels carrying rescued migrants in the Mediterranean Sea, much to the anger of League leader Salvini. With the likelihood that ministers for the new Five Star-Democratic Party coalition will be sworn in this week, it's unclear if Trenta will keep her post. Nevertheless, a new government will likely add further delay to Italy's decision on whether to join the U.K. Tempest program. That potential time frame adds to the months during which Trenta failed to decide on the program following its launch by the U.K. in 2018, despite pressure from Italian defense company Leonardo and behind-the-scenes talks between Italian and British military officials. In the meantime, Sweden has signed up, raising fears Italy will miss out on technological work. Trenta's hesitancy may have stemmed from the fact that the party that put her in office, Five Star, has mixed feelings about Italy's ongoing purchase of F-35 jets. During her time in office, the government prevaricated over fulfilling its planned order of 90 aircraft. Someone in Rome is needed to arbitrate in the row between the Navy and Air Force over who should manage the basing of the F-35B, which both forces are ordering. Analysts warned that Italy could miss its chance to snatch F-35 contracts that Turkey is losing as it's forced out of the program. One analyst said tension could escalate over the F-35 if and when a Five Star-Democratic Party coalition emerges. “Let's see who the minister is — that will make a difference,” said Alessandro Marrone, a senior fellow at the IAI think tank in Rome. A second analyst said that by divorcing from the right-wing League and teaming with the center-left Democrats, Five Star's skepticism toward the F-35 could become more pronounced. “I could imagine Five Star agreeing to pro-EU policies favored by the Democrats in return for blocking the F-35 program, or even agreeing to enter the Tempest program in return for blocking the F-35,” said the analyst, who spoke on condition of anonymity. A source with knowledge of the inner workings of the Italian government said the Democrats might also sacrifice the F-35 to win an agreement to build a rail line in northern Italy that Five Star opposed. Gabriele Iacovino, an analyst at the International Study Center in Rome, said: “Defense is always the last issue to be considered when a new government is formed, and the defense minister is always the last to be appointed.” Five Star did make one reference to defense in an Aug. 30 list of 20 policies it wants to pursue in a new coalition with the Democrats. “Put an end to the sale of armaments to war-waging countries, and incentive the process of converting industry,” the Five Star party stated, suggesting that parts of the Italian defense industry would be turned over to the production of civilian technology. But in a successive draft list of policies issued Sept. 3, the policy was missing, apparently dropped. Looking west At the other end of Europe, Brexit is creating uncertainty of a different kind for the continent, said Douglas Barrie, a senior fellow for military aerospace at the IISS think thank in London. “There are two kinds of challenge for the British defense community when it comes to Brexit: one is relationship management, the other about bureaucratic,” he said. “Relationship management is in part how ugly the U.K.'s departure is, and for how long the atmosphere is soured between London and its erstwhile partners in Brussels,” he added. “The bureaucratic issues include problems regarding the movement of goods and personnel within defense companies operating in or across Europe, and the ability to access, or not, European research and development funding.” That spells trouble for U.K. firms, but also for Italy's Leonardo, which has 7,000 staff in the U.K. after buying up large parts of the defense electronics industry there. If anything, Leonardo's challenge is twofold: It must keep channels open between its U.K. facilities and European markets, but also with its sister operations in Italy. “In the case of a no-deal [Brexit], how will Leonardo transfer parts and staff from its U.K. to its Italian operators?” said the source knowledgeable of the Italian government's inner workings. Speaking to Defense News in March, Leonardo CEO Alessandro Profumo said it would be crucial to know where the intellectual property for a product must be registered so it can secure development funding from the EU. “There is also an upside since having a base in the U.K. could help Leonardo when it comes to deals with the U.S. and help counterbalance the hegemony of France and Germany in Europe,” said Iacovino, the analyst in Rome. Furthermore, if political crises and Brexit are bumps in the road for Italy and the U.K., defense cooperation between France and Germany is certainly not going smoothly, said Aude Fleurant at SIPRI. “The French-German plans for a sixth-generation fighter, FCAS, are being held up by significant differences over exports to the Middle East,” she said. “France is very unhappy over Germany's opposition, and Germany is refusing to budge.” https://www.defensenews.com/digital-show-dailies/dsei/2019/09/08/an-unpredictable-autumn-changes-across-europe-could-spell-delays-for-industry-deals

  • Germany to equip new coastal patrol vessels with BAE Systems’ 57mm guns

    September 4, 2019 | International, Naval

    Germany to equip new coastal patrol vessels with BAE Systems’ 57mm guns

    BAE Systems has been selected by the vessel contractor to provide the German federal police force, Bundespolizei, with three 57mm naval guns for its three new 86m Offshore Patrol Vessels (OPVs) built by Fassmer shipyard. BAE Systems has been selected by the vessel contractor to provide the German federal police force, Bundespolizei, with three 57mm naval guns for its three new 86m Offshore Patrol Vessels (OPVs) built by Fassmer shipyard. The gun systems, known as the Bofors 57 Mk3, will support the maritime arm of the Bundespolizei that monitors the country's North Sea and Baltic coastlines. The 57 Mk3 is a flexible, highly versatile gun system designed to react quickly for close-to-shore operations. “The Bofors 57 Mk3 is a versatile naval gun with firepower and range that exceeds expectations when compared with similar, medium calibre naval gun systems. That's how our 57 millimeter system has earned its reputation as the deck gun of choice for ships operating in coastal environments,” said Ulf Einefors, director of marketing and sales for BAE Systems' weapons business in Sweden. “This contract expands the number of European nations deploying the 57 Mk3 and reflects the growing interest we're seeing in the region, where we look forward to supporting new opportunities in the near future.” The 57 Mk3 naval gun is also in use with the allied navies and coast guards of eight nations, including Canada, Finland, Mexico, and Sweden, as well as the United States, where it is known as the Mk110 naval gun. This contract also includes accompanying fire control systems as well as systems integration support. Work is expected to begin immediately and will be performed at the BAE Systems facility in Karlskoga, Sweden. The first unit is scheduled for delivery in 2020. https://www.baesystems.com/en/article/germany-to-equip-new-coastal-patrol-vessels-with-bae-systems--57mm-guns

  • Contract Awards by US Department of Defense - August 30, 2019

    September 3, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 30, 2019

    ARMY Southwest Range Services LLC, Las Cruces, New Mexico, was awarded a $377,006,101 cost-plus-fixed-fee contract for engineering and technical expertise for the operation, maintenance, research, development and other support of testing facilities, instrumentation, systems and equipment for test operations. Bids were solicited via the internet with six received. Work will be performed in White Sands Missile Range, New Mexico, with an estimated completion date of Aug. 31, 2024. Fiscal 2010 research, development, test and evaluation funds in the amount of $377,006,101 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-19-C-0008). J.E. McAmis Inc.,* Chico, California, was awarded a $140,700,210 firm-fixed-price contract for construction activities related to rehabilitating the South Jetty located at the Mouth of the Columbia River. Bids were solicited via the internet with two received. Work will be performed in Hammond, Oregon, with an estimated completion date of Sept. 29, 2025. Fiscal 2019 civil works; and operations and maintenance, Army funds in the amount of $17,675,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-19-C-0025). Raytheon Missile Systems, Tucson, Arizona, was awarded a $129,811,367 modification (PZ0017) to Foreign Military Sales (Oman and Taiwan) contract W31P4Q-17-C-0194 to procure missiles. Bids were solicited via the internet with one received. Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 1, 2021. Fiscal 2010 procurement of weapons and tracked combat vehicles, Army funds in the amount of $129,811,367 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. PAE Government Systems Inc., Arlington, Virginia, was awarded a $122,830,985 modification (P00013) to Foreign Military Sales (Afghanistan) contract W56HZV-17-C-0117 for ground vehicle support. Bids were solicited via the internet with one received. Work will be performed in Kabul, Afghanistan, with an estimated completion date of March 1, 2020. Fiscal 2018 and 2019 Afghanistan Security Forces, Army funds in the amount of $122,830,985 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. HydroGeoLogic Inc.,* Reston, Virginia (W912QR-19-D-0051); CTL Environmental LLC,* Novi, Michigan (W912QR-19-D-0052); PE Ayuda Joint Venture LLC,* St. Louis, Missouri (W912QR-19-D-0053); CAPE-Cabrera JV LLC,* Norcross, Georgia (W912QR-19-D-0054); ESI-ATC JV LLC,* Westland, Michigan (W912QR-19-D-0055); PIKA-Insight JV LLC,* Stafford, Texas (W912QR-19-D-0056); and EnSafe Inc.,* Memphis, Tennessee (W912QR-19-D-0057), will compete for each order of the $95,000,000 firm-fixed-price contract for environmental restoration services. Bids were solicited via the internet with 20 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 28, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $77,609,835 modification (P00251) to contract W56HZV-15-C-0095 for Joint Light Tactical Vehicle and installed kits. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of March 31, 2021. Fiscal 2018 and 2019 research, development, test and evaluation; defense procurement and other procurement, Army funds in the amount of $77,609,835 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. California Department of Rehabilitation, Sacramento, California, was awarded a $56,473,292 firm-fixed-price contract for food services, dining facilities management functions, food receiving and storage, food preparation for grab-n-go services, food serving, facility sanitation and janitorial duties, logistics and management functions. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 29, 2024. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0016). Tiya Services LLC,* Baton Rouge, Louisiana, was awarded a $36,622,610 cost-plus-fixed-fee contract for base operations support services acquisition. Bids were solicited via the internet with six received. Work will be performed in Fort Benning, Georgia, with an estimated completion date of Aug. 31, 2024. Fiscal 2019 operations and maintenance, Army funds in the amount of $6,339,755 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Benning, Georgia, is the contracting activity (W911SF-19-C-0024). International Business Machines Corp., Bethesda, Maryland, was awarded a $30,994,674 modification (P00061) to contract W52P1J-17-C-0008 for services and solutions necessary to support and maintain the Army's General Fund Enterprise Business System. Work will be performed in Bethesda, Maryland, with an estimated completion date of Jan. 15, 2020. Fiscal 2019 operations and maintenance, Army funds were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Great Lakes Dredge & Dock Co. LLC, Old Brook, Illinois, was awarded a $26,470,000 firm-fixed-price contract for Baltimore Harbor maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Baltimore, Maryland, with an estimated completion date of March 30, 2020. Fiscal 2019 operations and maintenance, Army; and cost share funds in the amount of $26,470,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-C-0033). Heeter Geotechnical Construction LLC, Mount Morris, Pennsylvania, was awarded a $23,908,476 modification (P00004) to contract W912P5-18-C-0017 for Kentucky Lock Downstream Lock excavation construction. Work will be performed in Grand Rivers, Kentucky, with an estimated completion date of Nov. 5, 2021. Fiscal 2019 civil works funds in the amount of $23,908,476 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity. Herve Cody Contractor LLC,* Robbinsville, North Carolina, was awarded a $20,607,010 firm-fixed-price contract for reservoir and intake canal bank stabilization. Bids were solicited via the internet with three received. Work will be performed in Indiantown, Florida, with an estimated completion date of Nov. 9, 2020. Fiscal 2019 civil works funds in the amount of $20,607,010 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, North Carolina, is the contracting activity (W912EP-19-C-0024). Tower Industries - Allied Mechanical Wisconsin,* Greenville, Wisconsin, was awarded an $18,473,434 firm-fixed-price contract for the Bomb Dummy Unit cast ductile iron practice bomb. Bids were solicited via the internet with one received. Work will be performed in Greenville, Wisconsin, with an estimated completion date of Aug. 31, 2024. Fiscal 2017 and 2019 procurement of ammunition, Army funds in the amount of $18,473,434 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-C-0048). Intercontinental Construction Contracting Inc.,* Passaic, New Jersey, was awarded a $14,893,318 firm-fixed-price contract for excavation and installation of in-ground pre-placed crypts, construction of a maintenance building with restroom and storage. Bids were solicited via the internet with five received. Work will be performed in West Point, New York, with an estimated completion date of July 30, 2021. Fiscal 2019 military construction funds in the amount of $14,893,318 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0018). San Antonio Lighthouse for the Blind, San Antonio, was awarded a $13,303,000 firm-fixed-price contract to procure Integrated Head Protection System, retention system units for helmets. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 29, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-0019). Alltech Engineering Corp.,* St. Paul, Minnesota, was awarded an $11,648,500 firm-fixed-price contract to rehabilitate the two spillway tainter gates at Raystown Dam to repair or replace the structural, mechanical, and electrical components in the tainter gate system. Bids were solicited via the internet with four received. Work will be performed in Hesston, Pennsylvania, with an estimated completion date of July 22, 2022. Fiscal 2018 civil works funds in the amount of $11,648,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-C-0030). MISSILE DEFENSE AGENCY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a sole-source, cost-plus-incentive-fee and firm-fixed-price contract. The total value of this contract is $326,998,037. Under this follow on contract, the contractor will design, develop, integrate, test and certify the Aegis Ballistic Missile Defense (BMD) 6.0 capability. Aegis BMD 6.0 provides an increased BMD capability by incorporating the Air and Missile Defense Radar, now designated SPY-6, for introduction on the first DDG Flight III. The work will be performed in Moorestown, New Jersey, with an estimated completion date of December 2025. Fiscal 2019 research, development, test and evaluation funds in the amount of $14,999,999 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0276-19-C-0001). NAVY Raytheon, Tucson, Arizona, is awarded $246,495,123 for an undefinitized contract action, performance-based logistics requirements contract for repair, upgrade, or replacement, required availability, required reliability, configuration management, inventory management and obsolescence management in support of the Close-In Weapon System, Land-based Phalanx Weapon System, Rolling Airframe Missile (RAM) and SeaRAM. This contract includes a two-year base period with one three-year option, which if exercised, will bring the contract ceiling value to $466,395,931. Work will be performed in Louisville, Kentucky, and work is expected to be completed by August 2021; if the option is exercised, work will be completed by August 2024. Annual working capital funds (Navy) will be obligated as individual task orders are issued and 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 (N00383-19-D-VP01). Progeny Systems Corp., Manassas, Virginia, is awarded a $115,736,303 cost-plus-incentive-fee, firm-fixed-price, cost and cost-plus-fixed-fee contract for an upgrade to the Mk 48 mod 7 Common Broadband Advanced Sonar System (CBASS) heavyweight torpedo program, to include the following deliverables for associated subsystem electronic systems: detail design, engineering development models, proof-of-design units, proof-of-manufacturing units, low-rate initial production units and factory test equipment. Also included in this procurement are related engineering and hardware repair services and provisioned-items orders. This contract includes options, which if exercised, would bring the cumulative value of this contract to $186,567,981. Work will be performed in Manassas, Virginia (40%); Salt Lake City, Utah (18%); Middletown, Rhode Island (18%); Charleroi, Pennsylvania (17%); Cranston, Rhode Island (5%); and Annapolis, Maryland (2%), and is expected to be completed by February 2024. If all options are exercised, work will continue through August 2026. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $5,790,000 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 Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-6408). Design Partners Inc., Honolulu, Hawaii, is awarded a maximum amount $50,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for architect-engineer services for various architectural projects under the cognizance of Naval Facilities Engineering Command (NAVFAC) Hawaii. The work to be performed provides for architect-engineer services to include, but are not limited to, the execution and delivery of military construction project documentation; functional analysis and concept development workshops; design charrettes; design-build request for proposal solicitation documents; design-bid-build design contract documents; cost estimates; technical surveys and reports including concept studies; site engineering investigations and surveys; collateral equipment buy packages; comprehensive interior design, to include structural interior design; and furniture, fixtures, and equipment packages; and post construction award services. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corp and other government facilities within the NAVFAC Hawaii area of responsibility. The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction planning and design funds. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. Naval Facilities Engineering Command Hawaii, Honolulu, Hawaii, is the contracting activity (N62478-19-D-5029). Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $27,721,832 modification of the first bridge under an indefinite-delivery/indefinite-quantity contract for base operations support services at Isa Air Base, Kingdom of Bahrain. The work to be performed provides for but is not limited to, all management, supervision, tools, materials, supplies, labor and transportation services necessary to perform galley services, bachelor quarters and laundry services, facility management, emergency service requests, urgent service, routing service, minor work I and II, facilities investment, custodial, pest control service, integrated solid waste, grounds maintenance, wastewater, operate reverse osmosis water treatment system and base support vehicles, environmental, fire emergency services and explosive safety officer services. After award of this bridge, the total cumulative contract value will be $175,403,361. Work will be performed at Isa Air Base, Kingdom of Bahrain. This bridge period is from September 2019 to May 2020. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $11,247,681 for non-recurring work will be obligated on individual task orders issued during the option period. Naval Facilities Engineering Command Europe Africa and Southwest Asia, Naples, Italy, is the contracting activity (N62470-14-D-6012). Al Larson Boat Shop Inc.,* San Pedro, California (N55236-15-D-0013); Epsilon Systems Solutions, Inc.,* San Diego, California (N55236-15-D-0014); Integrated Marine Services Inc.,* Chula Vista, California (N55236-15-D-0015); Marine Group Boat Works Inc.,* Chula Vista, California (N55236-15-D-0016); Miller Marine Inc.,* San Diego, California (N55236-15-D-0017); and Nielsen Beaumont Marine Inc.,* San Diego, California (N55236-15-D-0018), are each awarded contract modifications with a combined ceiling of $15,000,000 to exercise option year four to a previously awarded indefinite-delivery/indefinite-quantity, multiple award contracts to provide marine boatyard services and industrial support for boats and vessels greater than or equal to 15 meters or 50 feet in length. Work will be performed in San Diego, California, or contractor facilities on the West Coast and is expected to be completed by September 2020. No funding will be obligated at time of award. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. San Diego Gas and Electric (SDG&E) Co., a public utility company regulated by the California Public Utilities Commission, San Diego, California, is awarded $12,765,441 for firm-fixed-price task order N62473-19-F-5128 under the basic ordering agreement (BOA) N62473-18-G-5615 for energy conservation measures at Marine Corps Base Camp Pendleton, San Diego, California. The work to be performed provides for energy conservation and resiliency measures that includes: repairing point to point redline radios; installing advanced metering infrastructure; installing supervisory control and data acquisition; replacing high bay high intensity diode, T5HO, and T8 lighting with light emitted diode (LED); replacing direct digital control equipment; replacing boilers; replacing base wide T8/T12, compact fluorescent, interior incandescent, halogen and exterior lighting fixtures with LED; perform constant commissioning and retrofit or replacement of heating and air conditioning units. Work will be performed in San Diego, California, and is expected to be completed by Oct. 30, 2020. No funds will be obligated at the time of award. This project will utilize third party financing through the utility company in the amount of $12,765,441. The energy conservation project will be amortized for a term of 13 years with an annual rate of 2.81%, and the payment will be included as a separate utility bill submitted annually based upon the amortization schedule for a grand total cost of $15,636,652. This task order falls under the terms and conditions of the BOA with SDG&E. The BOA allows for services without full and open competition pursuant to the statutory authorities of 10 U.S. Code (USC) 2304 and 10 USC 2913. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-18-G-5615). Honeywell International Inc. Defense & Space, Tempe, Arizona, is awarded $11,465,688 for modification P00006 under a previously awarded performance-based logistics requirements contract (N00383-12-D-003D) for repair, replacement and program support for auxiliary power units used on F/A-18 A-G models, P-3, and C-2 aircrafts along with providing coverage for the main fuel controls and electronic control unit used on the F/A-18 and the P-3 engine driven compressor. This modification includes a four-month period of performance and will bring the total estimated value of the contract to approximately $260,000,000. Work will be performed in Jacksonville, Florida (50%); Cherry Point, North Carolina (39%); and various contractor facilities (11%). Work is expected to be completed by December 2019. Fiscal 2019 working capital funds (Navy) will be obligated as individual task orders are issued, and funds will not expire before the end of the current fiscal year. This contract includes support for the Australian F/A-18 Super Hornet under the Foreign Military Sales program, and represents less than one percent of the estimated contract value. One firm was solicited for this non-competitive requirement in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Peraton Inc., Herndon, Virginia, is awarded $11,374,305 for modification P00028 to a previously awarded cost-plus-fixed-fee contract (N00030-16-C-0016) to exercise various contract options for the continuation of support services including critical system assessment and vulnerability services and reentry systems development support services for the Trident II (D5). Work will be performed in Colorado Springs, Colorado (71.1%); Washington, District of Columbia (22.5%); Cape Canaveral, Florida (4.6%); and Albuquerque, New Mexico (1.8%). Work is expected to be completed Sept. 30, 2020. Subject to the availability of funding, fiscal 2020 operations and maintenance (Navy) funding in the amount of $6,108,026; and fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $5,266,279 will be obligated as a result of this award. The fiscal 2020 operation and maintenance (Navy) funds in the amount of $6,108,026 will expire at the end of the current fiscal year. This contract was awarded on a sole-source basis to Exelis Inc. (now Peraton Inc.) and previously synopsized on the Federal Business Opportunity website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. The Korte Co., St. Louis, Missouri, is awarded $10,470,093 for firm-fixed-price task order N69450-19-F-0720 under a previously awarded multiple award construction contract (N69450-19-D-0910) for renovation of Hangar 1338 at Naval Station Mayport, Florida. This task order is for a design-build construction project to renovate Hangar 1338 for the installation of two government installed training modules, Navigation, Seamanship and Shiphandling Trainer (NSST) 4.0 and NSST 5.0, and related equipment. NSST is a state-of-the-art naval ships bridge team trainer facility designed to replicate the environment found on the bridge of a Navy ship and utilize life-like scenarios with visual simulation to train Navy bridge teams. Work will be performed in Jacksonville, Florida, and is expected to be completed by March 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,470,093 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity. Northrop Grumman Systems Corp., Bethpage, New York, is awarded a $9,462,556 modification to previously awarded contract N00024-17-C-6311 to exercise an option for the production of Littoral Combat Ship (LCS) Surface-to-Surface Missile Module. The LCS are fast, agile and networked surface combatants, optimized for operating in the littorals through outfitting seaframes with mission-specific mission packages. The primary missions supported by mission packages are: anti-submarine warfare, mine countermeasures and surface warfare. Work will be performed in Huntsville, Alabama (80%); Bethpage, New York (18%); and Hollywood, Maryland (2%), and is expected to be complete by May 2021. Fiscal 2019 other procurement (Navy) funding in the amount of $8,445,109 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. IntraMicron Inc.,* Auburn, Alabama, is awarded a $9,377,828 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, level-of-effort contract, for provision of engineering and technical services for the Energy and Conversion Research and Development Branch. Work will be performed in Auburn, Alabama, and is expected to be complete by August 2022. Fiscal 2018 research, development, test and evaluation (Navy) funding in the total amount of $4,584,294 will be obligated at time of award and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(5), authorized or required by statute, this procurement was not competitively procured. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4025). Tekla Research Inc., Dumfries, Virginia, is awarded $8,972,221 for cost-plus-fixed-fee task order N00173-19-F-3001 under a previously awarded contract (N00178-14-D-7965) for research and development in electro-optical and infrared for advanced intelligence, surveillance and reconnaissance and electronic warfare prototypes. The total cumulative face value of this contract is $45,481,093. Work will be performed in Washington, District of Columbia. The period of performance is 60 months including a 12-month base period, and four 12-month option periods. Period of performance for the base period is Sept. 15, 2019 – Sept. 14, 2020. Working capital (Defense) funds in the amount of $1,557,000 will be obligated at the time of award. Funds will not expire at the end of the current year. This task order was procured using competitive procedures as a 100 percent small business set-aside via SeaPort-e under a request for proposal #N00173-19-R-3000. The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity. CAPE Environmental Management Inc.,* Honolulu, Hawaii, is awarded $7,771,456 for firm-fixed-price task order N63473-19-F-5014 under a small business remedial action contract for a non-time-critical removal action (NTCRA) at installation restoration (IR) site 19 Marine Corps Air Station (MCAS) Miramar, California. The work to be performed is for the contractor to develop an amendment to the 2014 action memorandum based on engineering evaluation/cost analysis alternatives for IR Site 19 NTCRA, and implement the actions in the amendment: excavation, surface vacuuming and erosion control at MCAS Miramar, San Diego. Due to ongoing movement of contaminated sediment/soils and lead overshot from Site 19, the Navy requires an interim solution that will stabilize and remove contaminated sediments and soils surrounding the range. The task order also contains four unexercised options, which if exercised would increase the cumulative task order value to $13,863,610. Work will be performed in San Diego, California, and is expected to be completed by August 2022. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $7,771,456 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62742-16-D-1807). AIR FORCE The Boeing Co., Layton, Utah, has been awarded a $122,910,723 firm fixed price contract, for the intercontinental ballistic missile cryptography upgrade increment II (ICU II) production. This contract definitizes an undefinitized contract action (UCA) issued Oct. 29, 2018, and provides the government 75 A-4 drawers and 8 digital components, with the option to procure 431 additional A-4 drawers. Work will be performed at Huntsville, Alabama; Huntington Beach, California; and Layton, Utah, and is expected to be completed by Feb. 28, 2022. This award is the result of a sole-source acquisition. Fiscal 2017 missile procurement funds in the amount of $5,762,283; fiscal 2018 missile procurement funds in the amount of $23,590,855; and fiscal 2019 missile procurement funds in the amount of $5,705,951 were obligated on the UCA; fiscal 2018 missile procurement funds in the amount of 2,535,700; and fiscal 2019 missile procurement funds in the amount of $45,144,887 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8204-19-C-0001-PZ0008). General Dynamics Information Technology Inc., Fairfax, Virginia, has been awarded a $30,837,185 face value cost-plus-fixed-fee contract for bioeffects research of directed energy effects. This contract provides for research on directed energy systems to assist in transitioning Department of Defense technologies. Work will be performed at Joint Base San Antonio, Fort Sam Houston, Texas, and is expected to be complete by Nov. 28, 2025. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 research and development funds in the amount of $250,000 will be obligated at the time of award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-6055). M1 Support Services, Denton, Texas, has been awarded a $24,666,741 contract modification (P00037) to previously awarded contract FA4890-16-C-0012 for T-38 Sustainment Services. The modification will provide intermediate and organizational maintenance of T-38 aircraft for Air Combat Command, Air Force Materiel Command and Air Force Global Strike Command. Total cumulative face value of the contract is $24,666,741. Work will be performed at multiple U.S. Air Force bases and is expected to be completed by Sept. 30, 2020. Fiscal 2020 operations and maintenance funds are being obligated at the time of award and no funds will be obligated at the time of the award. The Air Combat Command - Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. Rockwell Collins Inc., Collins Aerospace, Cedar Rapids, Iowa, has been awarded a $15,400,000 modification (P00006) firm-fixed price to contract FA8102-16-D-0005 for services and supplies in support of modernization, expansion and depot-level contractor logistics support. This contract will provide support for Scope Command's High Frequency Global Communications System in support of Air Force, Navy and Coast Guard requirements. Work will be performed in Richardson, Texas, in support of this Aug. 31, 2019, through Aug. 30, 2020, ordering period. This option three of the contract is the result of a sole-source acquisition. Total estimated contract value as of option award is $56,000,000. No funds are being obligated at the time of the award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. Ensco Inc., Springfield, Virginia, has been awarded a $14,300,000 firm-fixed-price modification (P00060) to previously awarded contract FA8807-17-C-0001 for providing off base contractor accommodations for the RN Systems Engineering and Integration (SE&I) Support contract. When the contract was initially awarded, the government had office space available for the contractor; however, the government is not able to provide office space to the contractor for performance on Peterson Air Force Base, Colorado, any longer and needs the contractor to secure off base accommodations to continue performance on the SE&I contract. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Oct. 31, 2022. Fiscal 2019 operations and maintenance funds in the amount of $637,244 are being obligated at the time of award. The Space and Missile Center, Sustainment Directorate, Peterson Air Force Base, Colorado, is the contracting activity. IF Armor International LLC, doing business as Man Lift, Warner Robins, Georgia, was awarded a $10,856,307 firm-fixed-price contract for the purchase of explosion proof articulating boom lifts. This contract provides for the purchase of commercial, 45-, 60- and 80-foot lifts modified to meet explosion proof articulating boom lifts specifications. Work will be performed in Shelby, North Carolina, with an ordering period of two years. This award is the result of a competition acquisition with three offers received. Fiscal 2019 depot maintenance activity group capital investment program funds are being used and no funds were obligated at time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8571-19-D-A004). DEFENSE INTELLIGENCE AGENCY Booz Allen Hamilton, McLean, Virginia, has been awarded a time and materials contract (HHM402-19-C-0058) with a ceiling of $89,993,973 to provide support services for the Defense Intelligence Agency's (DIA) Directorate of Analysis. Through this award, DIA will procure services for the production, dissemination and tracking of DIA's finished intelligence products, including the development and maintenance of applications and tools used to perform the mission. Work will be performed in the National Capital Region with an expected completion date of Feb. 28, 2025. Fiscal 2019 operations and maintenance funds in the amount of $10,780,907; and research, development, test and evaluation funds in the amount of $586,012 are being obligated at time of award. This contract has been awarded through a competitive acquisition and two offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1949291/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.