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 - August 13, 2019

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

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

    AIR FORCE DTH Corp., Newport News, Virginia (FA4830-19-D-A002); S&W Sales and Service LLC, Fort Valley, Georgia (FA4830-19-D-A003); Artesian Contracting Company Inc., Albany, Georgia (FA4830-19-D-A004); Pyramid Contracting LLC, Irmo, South Carolina (FA4830-19-D-A005); A.C. Blount Concrete Service Inc., Moultrie, Georgia (FA4830-19-D-A006); Veterans South Contracting LLC, Tuskegee, Alabama (FA4830-19-D-A007); Nisou LGC JV LLC, Detroit, Michigan (FA4830-19-D-A008); Precision 2000 Inc., Atlanta, Georgia (FA4830-19-D-A009); and Standard Contractors, Valdosta, Georgia (FA4830-19-D-A010), have been awarded a not-to-exceed $225,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for multi-discipline construction task orders. Work will be performed at Moody Air Force Base, Georgia; and Avon Park Range, Sebring, Florida, and is expected to be completed by Aug. 12, 2024. This award is the result of a competitive acquisition and 40 offers were received. Operations and maintenance funds will be applied to individual task orders as needed. The 23d Contracting Squadron, Moody Air Force Base, Georgia, is the contracting activity. Lockheed Martin Corp., Orlando, Florida, has been awarded a $99,000,000 indefinite-delivery/indefinite-quantity contract for Joint Air-to-Surface Standoff Missile (JASSM) foreign military sales production support. This contract will provide for lifecycle support for all efforts related to JASSM and any JASSM variants in the areas of system upgrades, integration, production, sustainment, management and logistical support. Work will be performed at Orlando, Florida, and is expected to be completed by August 2024. This contract involves foreign military sales to Finland, Poland and Australia. This award is the result of sole-source acquisition. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-19-D-0003). G2i LLC, Albuquerque, New Mexico (FA9401-19-D-A009); ORCOM, a division of Ortega Companies Inc., Los Lunas, New Mexico (FA9401-19-D-A015); Jack Wayte Construction, Alamogordo, New Mexico (FA9401-19-D-A013); LC Structural, Las Cruces, New Mexico (FA9401-19-D-A012); QA Engineering, Albuquerque, New Mexico (FA9401-19-D-A010); Weil Construction, Albuquerque, New Mexico (FA9401-19-D-A011); and Sky Blue Builders, Albuquerque, New Mexico (FA9401-19-D-A014), have been awarded a $95,000,000 multiple award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract. This contract will design portions for a broad range of maintenance, repair, design, minor and/or new construction. The work includes facility upgrades, utility work, airfield pavements, roads, roofs and other assorted repair and maintenance projects. The tasks include trades such as carpentry, asbestos abatement/removal, demolition, mechanical, electrical, plumbing, concrete, masonry, welding and paving. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by Aug. 12, 2024. This award is the result of a competitive acquisition and 16 offers received. Fiscal 2019 operations and maintenance funds in the amount of $1,695,204 are being obligated at the time of award. The Air Force Installation Contracting Center, Kirtland Air Force Base, New Mexico, is the contracting activity. Leidos Inc., Reston, Virginia, has been awarded a $46,533,950 cost-plus-fixed-fee and cost reimbursable, indefinite-delivery/indefinite-quantity contract to support the U.S. National Data Center (U.S. NDC) Operations Support and Studies (OSS) mission. This contract provides support to the U.S. NDC in the areas of maintenance, sustainment, configuration management, database and system administration, development, testing and integration of geophysical data processing software, hardware, and geophysical data from both traditional and non-traditional sources into the U.S. NDC system that includes the operational subsystem, alternate subsystem, training subsystem, sustainment/development subsystem, and special purpose/special access subsystems. The U.S. NDC OSS II effort will include conducting studies focused on improving and developing the U.S. NDC tools and methodologies for data collection, data analysis, event detection, event association, event location, event magnitude/yield estimation, event classification, seismic signatures repository, and advanced geophysical data processing needed to meet treaty-monitoring and national needs. Work will be performed at Patrick Air Force Base, Florida, and is expected to be completed by Oct. 31, 2025. This award is the result of a competitive acquisition and one offer was received. Fiscal 2020 operations and maintenance funds will be used and no funds are being obligated at the time of award. The Acquisition Management and Integration Center, Patrick Air Force Base, Florida, is the contracting activity (FA7022-19-D-A002). Spartan Air Academy Iraq LLC, Irving, Texas, has been awarded a $31,477,060 task order, against indefinite-delivery/indefinite-quantity contract FA3002-18-D-0009 for continued Air Academy training in support of the Iraqi Air Force. Work will be performed at Balad Air Base, Iraq, and is expected to be completed by July 8, 2020. This contract involves foreign military sales for the country of Iraq. This award is the result of a country-directed sole-source acquisition. Foreign Military Sales funds in the amount of $31,477,060 and are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity. DEFENSE INTELLIGENCE AGENCY G2 Global Solutions LLC,* Gainesville, Virginia, has been awarded a base year plus four option year time and materials contract (HHM402-19-F-0139) with a ceiling of $84,683,469 to provide analytical services for the Defense Intelligence Agency's (DIA) Directorate of Operations. Through this award, DIA will procure services of senior and mid-level analysts to who will provide strategic-level analytical support through focused all-source analysis to advance national and Department of Defense (DoD) strategic goals and objectives for protecting DoD personnel, operations and missions. Work will be performed in the National Capital Region with an expected completion date of Feb. 6, 2025. Fiscal 2018 operations and maintenance funds in the amount of $7,780,767 are being obligated at time of award. This contract has been awarded through a 100% 8(a) set-aside competition and four offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. DEFENSE LOGISTICS AGENCY World Fuel Services Inc., has been awarded a minimum $20,284,125 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 43-month contract with a six-month option period. Location of performance is Arizona, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0119). ARMY Maersk Line Ltd., Norfolk, Virginia, was awarded a $7,124,218 modification (0001 77) to contract W52P1J-14-G-0023 for logistics watercraft and logistics support services in support of Army Prepositions Stock-4. Work will be performed in Yokohama, Japan, with an estimated completion date of March 16, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $1,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. *8(a) Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1933591/source/GovDelivery/

  • Contract Awards by US Department of Defense - August 12, 2019

    August 13, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 12, 2019

    ARMY Birdon America Inc.,* Denver, Colorado, was awarded a $196,941,052 firm-fixed-price contract for acquisition of M30 bridge erection boats, crew protection kits, stock lists, tools, test equipment, service representative and support, training and storage. 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. 12, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0093). NAVY Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded $107,353,729 for firm-fixed-price advance acquisition contract modification P00029 to a previously awarded fixed-price-incentive-firm, cost-plus-fixed-fee contract (N00019-16-C-0048). This modification procures long lead items for six CH-53K low-rate initial production lot 4 aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in August 2020. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $107,353,729 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. Austal USA LLC, Mobile, Alabama, is awarded $23,099,311 for cost-plus fixed-fee task order N6931619F4002 against previously awarded basic ordering agreement N00024-15-G-2304 to accomplish advance planning, material procurement and accomplishment of work in support of the post shakedown availability (PSA) of littoral combat ship USS Tulsa (LCS 16). This effort encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA. The work to be performed will include correction of government responsible trial card deficiencies, new work identified between custody transfer and the time of PSA and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. 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. Work will be performed in Seattle, Washington, and is expected to be complete by April 2020. Fiscal 2019 and 2013 shipbuilding and conversion (Navy); and 2019 other procurement (Navy) funding in the amount of $12,199,311 will be obligated at time of award, and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity. SOLPAC Construction Inc., doing business as Soltek Pacific Construction Co., San Diego, California, is being awarded a $12,111,121 firm-fixed-price task order (N6247319F5055) under a multiple award construction contract for the construction of a Littoral Combat Ship Mission Module Readiness Center at Naval Base San Diego. The work provides for the construction of a facility in a portion of the existing northwest wing of Building 3304. The renovated building will support a variety of functions including administration, conference, fabrication, maintenance, storage, locker rooms, secret and non-classified internet protocol router network telecommunications and a wash rack for the facility. The project includes all pertinent site improvements and site preparations, mechanical and electrical utilities, excavation and grading, foundations, roofing, telecommunications, plumbing, fire protection systems, heating, ventilation and air conditioning. The task order also contains two unexercised options and two planned modifications, which if exercised would increase the cumulative task order value to $13,102,121. Work will be performed in San Diego, California, and is expected to be completed by March 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $12,111,121 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-18-D-5855). DEFENSE LOGISTICS AGENCY BMK Ventures, Inc.,** Virginia Beach, Virginia, has been awarded a maximum $10,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This is a five-year contract with no option periods. This was a competitive acquisition with 88 responses received; 20 contracts have been awarded to date. Using military services are Army, Navy, Air Force and Marine Corps. Location of performance is Virginia, with an Aug. 11, 2024, performance completion date. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0013). Epic Aviation LLC, doing business as Epic Card,** Salem, Oregon, has been awarded a maximum $7,955,949 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 43-month contract with a six-month option period. Location of performance is Alabama, with a March 31, 2023 performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0118). *Small business **Service-disabled, veteran-owned small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1932379/source/GovDelivery/

  • Contract Awards by US Department of Defense - August 9, 2019

    August 12, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 9, 2019

    NAVY Lockheed Martin Corp., Moorestown, New Jersey, is awarded a $176,339,634 firm-fixed-priced, performance-based logistics contract for the repair of 1,672 different head-of-family part numbers in support of the AEGIS SPY-1 Weapon System. The contract is a five-year contract with no option periods. Work will be performed in Moorestown, New Jersey, and is expected to be completed by August 2024. No funds are obligated at the time of award. 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 company was solicited for this sole-source, non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304(c)(1) and in accordance with 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-VM01). Raytheon Co., Goleta, California, is awarded $29,790,677 for modification PZ0001 to a previously awarded firm-fixed-price contract (N00019-18-C-1055). This modification provides for Lot 14 full-rate production of 82 F/A18 CD-108B/ALE-50(V) Control, Dispenser, Decoy, Countermeasures Integrated Multi-platform Launch Controllers. Work will be performed in Forrest, Mississippi (45%); Andover, Massachusetts (25%); Goleta, California (20%); and various locations within the continental U.S. (10%), and is expected to be completed in February 2022. Fiscal 2017 and 2019 aircraft procurement (Navy) funds in the amount of $29,790,677 will be obligated at time of award, $26,850,000 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Swift River Versar JV,* Anchorage, Alaska, is awarded a maximum amount $18,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for mission sustainment and coastal resilience and related environmental planning services. The work to be performed provides for professional services that will support the study and implementation of mission sustainment and coastal readiness measures, including hardened structures and green infrastructure, which will ensure Navy and Marine Corps readiness of installations, ranges and operation areas. This contract will support environmental, asset management and expeditionary support services that will assist Department of Navy and Department of Defense commands in ensuring mission sustainability. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the Naval Facilities Engineering Command Atlantic area of responsibility including, but not limited to Virginia (28%); North Carolina (22%); South Carolina (22%); Connecticut (7%); Florida (7%); Maine (7%); and Maryland (7%). The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was procured on a sole source basis pursuant to Federal Acquisition Regulation 19.805-1(b)(2). Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4004). General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded $15,200,000 for delivery order N62789-19-F-0019 under previously awarded, multiple award, indefinite-delivery/indefinite-quantity contract N00024-16-D-4300 for the planning, material procurement, and repair work for USS Washington (SSN 787). Work will be performed in Groton, Connecticut, and is expected to be complete by December 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $7,600,000 will be obligated at time of award and will expire at the end of the current fiscal year. A Fair Opportunity Notice was issued to both multiple award contract indefinite-delivery/indefinite-quantity holders on July 18, 2019, in accordance with 10 U.S. Code 2304(c)(1). The Supervisor of Shipbuilding, Conversion and Repair, Groton, Connecticut, is the contracting activity. MN&DPI JV LLC, Honolulu, Hawaii, is awarded a $15,000,000 firm-fixed-price modification to increase the maximum dollar value of previously awarded indefinite-delivery/indefinite-quantity contract (N62742-18-D-0001) for architect-engineering services for various structural and waterfront projects and other projects under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific. The work to be performed provides for design and engineering services for the execution and delivery of engineering studies; plans, specifications, and cost estimates/parametric cost estimates, including preparation of design-build contract documents or design-bid-build contract documents; and post construction award services. After award of this modification, the total cumulative contract value will be $55,000,000. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific Area of Responsibility, including Guam (69%); and Hawaii (13%). The term of the contract is not to exceed 60 months, with an expected completion date of December 2022. No funds will be obligated at time of award; funds will be obligated on individual task orders and task order modifications as they are issued. Task orders will be primarily funded by military construction (planning and design). Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. ARMY Federal Contracting Inc., doing business as Bryan Construction Inc., Colorado Springs, Colorado, was awarded a $69,146,753 firm-fixed-price contract for construction of a tactical equipment maintenance facility and ancillary buildings. Bids were solicited via the internet with six received. Work will be performed in Fort Carson, Colorado, with an estimated completion date of April 24, 2021. Fiscal 2019 military construction funds in the amount of $69,146,753 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-19-C-0029). TekSynap Corp.,* Reston, Virginia, was awarded a $31,657,006 firm-fixed-price contract for general program management, technical, research, analytical, and administrative support. 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. 8, 2024. U.S. Army Mission Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0015). Digital Management LLC, Bethesda, Maryland, was awarded an $19,141,206 modification (P00007) to contract W52P1J-17-F-4020 for interactive Personnel Electronic Record Management System. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 9, 2022. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Dumey Contracting Inc.,* Benton, Missouri, was awarded a $14,714,782 firm-fixed-price contract for construction, and degrading an existing levee and levee with berms and ditches. Bids were solicited via the internet with seven received. Work will be performed in Hornersville, Missouri, with an estimated completion date of Dec. 1, 2021. Fiscal 2019 civil works funds in the amount of $14,714,782 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-19-C-0008). Manson Construction, Seattle, Washington, was awarded a $13,655,300 firm-fixed-price contract for unrestricted procurement for Houston Ship Channel hopper dredging. Bids were solicited via the internet with three received. Work will be performed in Galveston, Texas, with an estimated completion date of March 27, 2020. Fiscal 2019 civil operations and maintenance funds in the amount of $13,655,300 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0008). RLB Contracting Inc.,* Port Lavaca, Texas, was awarded a $13,584,500 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Port Arthur, Texas, with an estimated completion date of March 10, 2020. Fiscal 2019 civil operations and maintenance funds in the amount of $13,584,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0011). Cottrell Contracting Corp.,* Chesapeake, Virginia, was awarded a $10,437,490 firm-fixed-price contract for Norfolk Harbor Channel maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Norfolk, Virginia, with an estimated completion date of Jan. 11, 2020. Fiscal 2019 civil construction funds in the amount of $10,437,490 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-C-0019). Yaeger Architecture Inc.,* Lenexa, Kansas, was awarded a $10,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 8, 2025. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4011). Morrish-Wallace Construction Inc.,* Cheboygan, Michigan, was awarded an $8,243,527 firm-fixed-price contract for repairs and stone revetment along Lake Erie. Bids were solicited via the internet with two received. Work will be performed in Hamburg, New York, with an estimated completion date of April 30, 2021. Fiscal 2010 civil construction funds in the amount of $8,243,527 were obligated at the time of the award. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-19-C-0019). AIR FORCE Radiant Geospatial Solutions LLC,* Ypsilanti, Michigan, has been awarded a $14,226,474 cost-plus-fixed-fee contract for Red Wing Next Generation Geospatial Intelligence (GEOINT) Cloud. The objective of this effort is to deliver an automated and efficient workflow for National System of GEOINT analysis by reducing latency for product generation, exploitation and intelligence gathering. This effort will expand the use of Amazon managed services through careful assessment of emerging offerings with the goal of improving resiliency, reducing cost and reducing exposure to cyber threats. Work will be performed at Ypsilanti, Michigan; and Herndon, Virginia, and is expected to be completed by Aug. 7, 2021. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation in the amount of $3,713,188 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1502). Kearney & Co. P.C., Alexandria, Virginia, has been awarded a $13,031,667 firm-fixed-price contract for advisory and assistance services support for the Air Force Warfighting Integration Capability missions. This contract will provide for future and concepts analysis, design blueprints, capability development strategic integration, capability development implementation analysis, assessment of opportunities for new capability, workflow management, strategic communication, special access program integration, simulation studies, war gaming support, decision analytics and strategy, planning, programming, budgeting and execution analysis. Work will be performed at Washington, District of Columbia, and is expected to be completed by Aug. 8, 2020. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,994,101 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-19-F-A162). Kearney & Co. P.C., Alexandria, Virginia, has been awarded a $9,620,685 firm fixed price contract modification (P00005) to previously awarded contract FA7014-18-F-1022 for the exercise of Option Period One for advisory and assistance services to support Total Force analysis. This contract modification includes capability and capacity analysis of Air Force mission areas; linking results to the strategy, planning, and programming process; performing planning, programming, and budgeting study excursions; analytically supporting Total Force initiatives, strategy review and assessment and planning support. Work will be performed at Arlington, Virginia, and is expected to be completed by July 31, 2020. Fiscal 2019 operations and maintenance funds in the amount of $9,237,252 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity. Midwest Air Traffic Control Service Inc., Overland Park, Kansas, has been awarded an $8,410,622 cost-plus-fixed-fee modification (P00013) to previously awarded contract N65236-14-D-4984 for aviation command and control operations and maintenance services. The contract modification adds five months and 20 days to the current task order. Work will be performed in the Air Force Central Command's area of responsibility and expected to be completed by Feb. 29, 2020. Fiscal 2019 operations and maintenance funds are being obligated in the amount of $8,410,622 at the time of the award. The Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. *Small Business

  • Contract Awards by US Department of Defense - August 8, 2019

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

    Contract Awards by US Department of Defense - August 8, 2019

    AIR FORCE Atlantic Diving Supply Inc., Virginia Beach, Virginia (FA8606-19-D-0029); Nightline Inc., Mountain City, Tennessee (FA8606-19-D-0036); Tactical & Survival Specialties Inc., Harrisonburg, Virginia (FA8606-19-D-0039); Federal Resources, Stevensville, Maryland (FA8606-19-D-0032); Sera Star LLC, Carrollton, Texas (FA8606-19-D-0038); Hurricane Aerospace Solutions, Pompano Beach, Florida (FA8606-19-D-0033); Baker and Associates Inc., Centerville, Ohio (FA8606-19-D-0030); Mountain Horse Solutions, Colorado Springs, Colorado (FA8606-19-D-0035); Rapid Response Defense Systems Inc., Irvine, California (FA8606-19-D-0037); Capewell Aerial Systems LLC, Meadows of Dan, Virginia (FA8606-19-D-0031); and Life Support International Inc., Langhorne, Pennsylvania (FA8606-19-D-0034), have been awarded a contract with a ceiling of $950,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for commercial aircrew items. This contract is a commercial item contract vehicle, designed to rapidly equip aircrew with non-stock listed, commercial items including: uniforms, cold weather clothing systems, visual augmentation equipment, personal protective equipment, helmets, body armor, tactical carriers, individual equipment, lighting, survival equipment, air crew support equipment, communication equipment, tactical equipment, load bearing equipment, lethality support items, boots, gloves, eye protection, egress equipment, aerial insertion equipment, search & rescue equipment, personnel recovery equipment, medical equipment, power management, hydration, electronics test equipment, ancillary services and testing. Work will be performed, as indicated, by contractor in the list above and is expected to be completed by Aug. 8, 2029. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2018 and other procurement funds in the amount of $11,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a $369,000,000 ceiling increase modification (P00013) to previously awarded contract FA2521-16-D-0010 for serviceable components and subsystems for instrumentation tracking systems world-wide for both foreign and domestic government agencies to include radars, telemetry and optical instrumentation tracking systems. This increase is to support range instrumentation sustainment and obsolescence management requirements. Work will be completed at the program's 28 worldwide participating ranges and is expected to be completed by Dec. 31, 2020. Fiscal 2019 operational and maintenance funds will be used, and no funds are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity. ARMY JE Dunn, Kansas City, Missouri, was awarded a $295,974,160 firm-fixed-price contract for design-build construction to replace the hospital at Fort Leonard Wood, Missouri. Bids were solicited via the internet with four received. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Oct. 31, 2023. Fiscal 2018 military construction funds in the amount of $79,235,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-4011). HydroGeoLogic Inc.,* Reston, Virginia, was awarded a $95,000,000 cost-plus-fixed-fee contract for hazardous, toxic and radioactive waste remediation activities at the Formerly Utilized Sites Remedial Action Program St. Louis sites. 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 Feb. 7, 2025. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-D-0011). Massman Construction, Leawood, Kansas, was awarded an $8,414,000 firm-fixed-price contract for lock and dam gate anchorage. Bids were solicited via the internet with five received. Work will be performed in Clarksville, Missouri, with an estimated completion date of Aug. 7, 2020. Fiscal 2010 civil operations and maintenance funds in the amount of $8,414,000 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-C-0009). U.S. TRANSPORTATION COMMAND Columbia Helicopters Inc. Aurora, Oregon, has been awarded an option year modification to contract HTC711-17-D-R018 in the estimated amount of $224,394,412. This modification, P00008, provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $670,327,669 from an estimated $445,933,257. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. CHI Aviation Inc., Howell, Michigan, has been awarded an option year modification to contract HTC711-17-D-R017 in the estimated amount of $149,819,159. This modification, P00009, provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $460,456,492 from an estimated $310,637,333. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Berry Aviation Inc., San Marcos, Texas, has been awarded option year modification to contract HTC711-16-D-R021 in an estimated amount of $29,848,000. This modification, P00006, provides fixed wing passenger, cargo, combined passenger and cargo, aeromedical evacuation, and short take-off and landing air transportation services within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $117,746,500 from an estimated $87,898,500. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. NAVY J.F. Taylor Inc.,* Lexington Park, Maryland, is awarded a $108,987,777 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract to provide engineering and technical services in support of the Integrated Battlespace Simulation and Test Department, Naval Air Warfare Center, Aircraft Division 5.4.3 Simulation Division laboratories. These laboratories support activities that include research and development of requirements for aviation systems, supporting system development, providing developmental and operational flight test support, and providing life-cycle operational support to include system enhancement, procedure refinement and accident investigations. Work will be performed in Patuxent River, Maryland, (78%); and Lexington Park, Maryland (22%), and is expected to be completed in August 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal as a small business set-aside; one offer was received. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0074). ZITEC Inc.,** Niceville, Florida, is awarded a $25,110,110 fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides up to 672 alternate mission equipment mobility ready storage systems; two first article units, and 670 production systems for the Navy and Marine Corps. Work will be performed in Niceville, Florida, and is expected to be completed in August 2025. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $71,969 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a Service-Disabled Veteran-Owned Small Business set-aside; three offers were received. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0242). APTIM Federal Services LLC, Alexandria, Virginia, is awarded $15,248,090 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N39430-15-D-1632) to clean, inspect, repair and inspect repairs to mined-in-place military petroleum storage tanks (Red Hill Tanks 4 and 13). After award of this modification, the total cumulative contract value will be $30,112,525. Work will be performed in Joint Base Pearl Harbor-Hickam, Hawaii, and is expected to be completed by December 2021. Fiscal 2016 working capital funds (Navy) in the amount of $15,248,090 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. AECOM Technical Services Inc., Los Angeles, California, is awarded $14,749,825 for cost-plus-award-fee modification to task order N62742-18-F-0126 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-17-D-1800) for investigation and remediation of releases, and groundwater protection and evaluation for Red Hill Bulk Fuel Storage Facility, Joint Base Pearl Harbor-Hickam. Work will be performed in Hawaii, and is expected to be completed by January 2021. Working capital funds (Defense) in the amount of $14,749,825 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. DEFENSE LOGISTICS AGENCY North American Rescue LLC, Greer, South Carolina, has been awarded a maximum $41,742,284 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical products. This is a one-year base contract with nine one-year option periods. To date, this is the 13th contract awarded from standing solicitation SPM2D0-12-R-0004. Location of performance is South Carolina, with an Aug. 10, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-19-D-0005). Dominion Privatization South Carolina LLC, Richmond, Virginia, has been awarded a $24,946,260 modification (P00008) to a 50‐year contract (SP0600‐18‐C‐8325) with no option periods for the ownership, operation and maintenance of the electric utility systems at Fort Jackson, South Carolina. This is a fixed‐price with economic‐price‐adjustment contract. Locations of performance are South Carolina and Virginia, with a May 1, 2069, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2069 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency, Energy, Fort Jackson, South Carolina. Direct Energy Business Marketing LLC, Iselin, New Jersey (SPE604-19-D-7519; $15,881,084); Constellation New Energy-Gas Division LLC, Louisville, Kentucky (SPE604-19-D-7520; $10,742,319); and CenterPoint Energy Services Inc., Houston, Texas (SPE604-19-D-7521; $10,738,786), have each been awarded a fixed‐price with economic‐price-adjustment requirements contract under solicitation SPE604-19-R-0405 for pipeline quality direct supply natural gas. This was a competitive acquisition with seven offers received. They are two-year base contracts with a six‐month option period. Locations of performance are Colorado, Illinois, Indiana, Kansas, Kentucky, Michigan, Missouri, Ohio, and New York, with a Sept. 30, 2021, performance completion date. Using customers are Army, Navy, Air Force, and federal civilian agencies. No money is obligated at the time of award; however, customers are solely responsible to fund these requirements contracts. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1929800/source/GovDelivery/

  • Hypersonics by the dozens: US industry faces manufacturing challenge

    August 9, 2019 | International, Aerospace, Naval, Land

    Hypersonics by the dozens: US industry faces manufacturing challenge

    By: Jen Judson HUNTSVILLE, Ala. —The U.S. military is a few years from launching offensive hypersonic weapons that are currently under development. But building those initial missiles is one thing — manufacturing the weapons in multitude is another issue entirely. “I would say we really need to understand, again, how can we produce precision hardware at scale,” Michael Griffin, the Pentagon's undersecretary of defense for research and engineering, told a group of reporters Aug. 7 at the Space and Missile Defense Symposium in Huntsville, Alabama. “If we talk about ballistic missile defense or hypersonic offense and we talk about proliferating architectures, we need any dozens, many hundreds, maybe thousands of assets,” he added. “This takes us back to the Cold War where at one point we had 30,000 nuclear warheads and missiles to launch them. We haven't produced at that kind of scale since the wall came down.” As hypersonic missiles become a reality, industry is going to have to relearn how to effectively, efficiently and economically produce them, Griffin said. While industry has developed warheads, glide bodies and other components, there is no industrial base equipped to manufacture hypersonic weapons. Things are moving in the right direction when it comes to bringing industry up to speed and preparing for larger-scale manufacturing of missiles, Griffin said. But building these systems is challenging because, for example, hypersonics require a greater degree of thermal protection than what has been required of other weapons in the past, he noted. Building hypersonics is no longer a technical issue or a matter of understanding physics, but rather an issue of understanding the industrial engineering required to produce a larger number. “I'm not sure how much help the government can be there,” he said. “Mass production is not what we do. ... That is going to be an industry problem.” The Army is just weeks away from awarding a contract to a company that will work with the federally funded laboratory that developed a hypersonic glide body to develop manufacturing plans and strategies. Other companies will have a turn as well. The effort is spearheaded by the service's Rapid Capabilities and Critical Technologies Office. Griffin stressed that the weapons manufacturing process needs to be affordable. “Our adversaries have clearly found ways to make them affordable. China has these things now by the thousands. What do we do to learn, once again, how to produce sophisticated things at scale and affordably?” he said. China is able to field new systems every few years, Griffin noted, while the U.S. takes a decade or more to get through a cumbersome acquisition process. “It don't believe that the issues facing the United States aerospace and defense establishment are issues of specific technologies,” he said. “I believe that over the last 30 years ... we've become lost in our processes.” https://www.defensenews.com/digital-show-dailies/smd/2019/08/08/hypersonics-by-the-dozens-us-industry-faces-manufacturing-challenge/

  • Final hypersonic missile contract awards imminent as US Army preps to shoot one in FY21

    August 9, 2019 | International, Aerospace, Naval, Land

    Final hypersonic missile contract awards imminent as US Army preps to shoot one in FY21

    HUNTSVILLE, Ala. — The U.S. Army is just weeks away from awarding the final contracts related to the development of its mobile, ground-launched hypersonic missile. The Army will award a contract within the next three weeks to a company to develop a launching system for the hypersonic missile in co-development across the services, Lt. Gen. L. Neil Thurgood, the service's Rapid Capabilities and Critical Technologies Office director, said Aug. 7 at the Space and Missile Defense Symposium. RCCTO's job is to serve as a bridge between the science and technology community and the program executive offices, helping bring technology out of development and into soldiers' hands, first on a small scale and then a larger scale when passed off to program offices. The office is primarily focused on hypersonics and directed energy. While the missile is under joint development, the Army needs a special launcher to make the missile road-mobile. The contract will encompass the design and integration of a vertical launcher onto a trailer, Thurgood said. Additionally, the RCCTO is preparing to award a contract, also in the next three weeks, to a vendor to produce the glide body for the hypersonic missile, Thurgood said. The Navy will own the design of the glide body, but the Army will own its production, he said. “We have a company that we are in the final process of negotiating an [other transaction authority contract],” Thurgood said. An OTA is a contract that allows for rapid prototyping by bypassing the usual red tape associated with acquisition. “What is interesting about the glide body technology is we also have to create an industrial base to do this. There is no industrial base in the United States for glide bodies,” Thurgood said. The technology is owned by the government labs, he noted, “so we are transitioning that out of the labs into the commercial marketplace. That is a really hard thing to do, but there's a lot of energy and a lot of momentum behind that outcome.” Unlike other programs, Thurgood said, there is not a single company that can produce a hypersonic missile and its equipment alone. “It actually takes a collaborative effort amongst the industry partners,” he added. The first contract will be awarded to one company, but there will be follow-on contracts for other vendors to learn how to make the glide body at the federally funded lab where it was developed. The methodology energizes the supply chain from the prime contractors all the way to sub-contractors should the service decide to make a large number of the weapons, Thurgood told Defense News in an interview at the symposium. Thurgood noted that in order to bring industry closer to the RCCTO's endeavors, the office established an industry board in addition to its board of directors to promote “horizontal communication.” The Army plans to field a hypersonic missile and launcher to a unit in the fourth quarter of fiscal 2021. The unit will train for an entire year without live rounds, Thurgood said, adding that the canisters the unit will use will be cement-filled to match the weight. The first live-round test will take place in FY22 and will be conducted by a battery led by a captain. Thurgood was tasked Feb. 14 to come up with a plan for hypersonic development, and given 30 days to do so. Now, almost six months later, the RCCTO is about to award all associated contracts to move forward in building prototypes that will be in soldiers' hands in just a couple of years, Thurgood said. https://www.defensenews.com/digital-show-dailies/smd/2019/08/07/final-hypersonic-missile-contract-awards-imminent-as-army-preps-to-shoot-one-in-fy21/

  • Contract Awards by US Department of Defense - August 7, 2019

    August 8, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 7, 2019

    AIR FORCE United Launch Services, Centennial, Colorado, has been awarded a $156,752,771 firm-fixed-price modification (P00003) to previously awarded contract FA8811-19-C-0002 for National Security Space Launch Delta IV Heavy Launch services. This modification provides for launch vehicle production services for National Reconnaissance Office (NRO) Launch Mission Three, the last of three planned NRO launch missions under this contract. This modification brings the total cumulative face value of the contract from $310,784,574 to $467,537,345. Work will be performed in Centennial, Colorado; Decatur, Alabama; and Cape Canaveral Air Force Station, Florida, and is expected to be completed by January 2024. Fiscal 2019 missile procurement funds in the amount of $144,637,202 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. (CORRECTION: The May 9, 2019, announcement of this contract's modification for Launch Mission Two incorrectly stated the total cumulative face value of the contract at the time as $449,813,010. The actual total cumulative value was $310,784,574.) Northrop Grumman Aerospace Systems, Redondo Beach, California, has been awarded a $22,500,000 cost-plus incentive-fee modification (P00017) to previously awarded contract FA8808-18-C-0002 for changes to the payload driven by selection of a host space vehicle. The contract provides for the delivery of two Enhanced Polar System Recapitalization (EPS-R) payloads. Work will be performed at Redondo Beach, California, and is expected to be completed by December 2023. Fiscal 2019 research and development funds in the amount of $5,900,000 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. TFAB Defense Systems LLC,* Warner Robins, Georgia, was awarded an $8,918,791 firm-fixed-price contract for engineering services. This contract provides for develop the software, test hardware and related documentation for test program sets for use with the Air Force's Versatile Depot Automatic Test Station family of testers to isolate failures within line replaceable units and shop replaceable units. Work will be performed at Warner Robins, Georgia, and is expected to be completed by Aug. 6, 2022. This award is the result of a Small Business Set Aside sole-source acquisition. No funds are being obligated at time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity for contract (FA8571-19-D-A003). ARMY Southwest Valley Constructors Co., Albuquerque, New Mexico, was awarded an $80,869,000 contract for design-build horizontal construction in support of the Department of Homeland Security in McAllen, Texas. Three bids were solicited with three bids received. Work will be performed in McAllen, Texas, with an estimated completion date of April 28, 2021. Fiscal 2019 Department of Homeland Security funds in the amount of $80,869,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0118). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded an $11,812,335 modification (P00240) to contract W56HZV-15-C-0095 for Authorized Stockage List. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of April 30, 2021. Fiscal 2018 and 2019 other procurement, Army and procurement Marine Corps funds in the combined amount of $11,812,335 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Stantec Consulting Services Inc., Louisville, Kentucky, was awarded a $9,000,000 firm-fixed-price contract for geotechnical services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 7, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0046). NAVY Data Link Solutions LLC, Cedar Rapids, Iowa, is awarded a maximum potential value $75,000,000 modification to a previously awarded indefinite-delivery/indefinite-quantity multiple award contract (N00039-15-D-0042) for the Block Upgrade II retrofit of Multifunctional Information Distribution System (MIDS) low volume terminals. The terminals provide secure, high-capacity, jam-resistant, digital data and voice communications capability for Navy, Air Force and Army platforms, and for Foreign Military Sales customers. Work will be performed in Wayne, New Jersey (50%); and Cedar Rapids, Iowa (50%), and is expected to be completed by December 2026. No funding is being obligated at the time of award. Funds will be obligated as individual delivery orders are issued. This contract modification was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity and awarded the contract on behalf of the MIDS Program Office. Oceaneering International Inc., Chesapeake, Virginia, is awarded a maximum value $34,316,273 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Virginia class submarine sail racetracks, payload tube loading platforms and multiple all-up-round canister special support equipment ladder kits with shipping crates. Work will be performed in Chesapeake, Virginia, and is expected to be complete in August 2024. Fiscal 2019 other procurement (Navy) funding in the amount of $3,368,978 will be obligated at time of award, and not expire at the end of the current fiscal year. This contract was competitively procured in accordance with 10 U.S. Code 2304 (a) via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4031). Stantec Consulting Services Inc., Burlington, Massachusetts, is awarded $17,695,256 for firm-fixed-price modification to task order N40085-18-F-5881 under previously awarded contract N40085-17-D-5004 for design of a multi-mission dry dock at Portsmouth Naval Shipyard. This modification will provide for all architectural and engineering services necessary for the final design, including developing the design-bid-build solicitation documents. Work will be performed in Massachusetts (90%); and Maine (10%), and is expected to be completed by March 2021. Fiscal 2021 military construction (Navy) contract funds in the amount of $17,695,256 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. RTL Networks Inc.,* Denver, Colorado, is awarded a $14,399,532 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide services in the areas of cooperative cyber risk assessments and cyber table tops of fighter/attack (fixed and rotary wing) and surveillance aircraft or similarly complex aircraft, tactical unmanned aerial vehicles, GPS guided weapons or similarly complex weapons, training simulators, Portable Electronic Maintenance Aids equipment, software and development environments, and associated communications and networks. Work will be performed in China Lake, California (50%); Placentia, California (48%); and Denver, Colorado (2%), and is expected to be completed in August 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal as a Service-Disabled Veteran-Owned Small Business set-aside; two offers were received. The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0040). The Lockheed Martin Corp., Rotary and Mission Systems, Mitchel Field, New York, is awarded $11,498,789 for cost-plus-incentive-fee modification P00018 for new scope under previously awarded contract N00030-18-C-0045 to provide U.S. Trident II (D5) Strategic Weapon System efforts for the navigation subsystem. Work will be performed in Mitchel Field, New York, with an expected completion date of Dec. 31, 2021. Fiscal 2018 research, development, tests and evaluation (Navy) funds in the amount of $11,498,789 are being obligated on this award. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Treadwell Corp., Thomaston, Connecticut, is awarded a not-to-exceed $7,330,400 ceiling-priced delivery order N00104-19-F-J80J under previously awarded basic ordering agreement N00104-15-G-A408 for repair of 98 items in support of the Navy's Electrolytic Oxygen Generator System. The contract is a four-year contract with no option periods. Work will be performed in Thomaston, Connecticut, and is expected to be completed by September 2023. Working capital funds (Navy) in the amount of $3,591,896 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this sole-sourced requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command, Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1928698/source/GovDelivery/

  • https://www.defense.gov/Newsroom/Contracts/Contract/Article/1927732/

    August 7, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    https://www.defense.gov/Newsroom/Contracts/Contract/Article/1927732/

    NAVY Lockheed Martin Space, Littleton, Colorado, is awarded a maximum amount $405,770,000 un-priced letter contract modification PH0006 to a previously awarded and announced un-priced letter contract (N00030-19-C-0025) for the design, development, build and integration of large diameter rocket motors, associated missile body flight articles, and related support equipment for Army Intermediate Range Conventional Prompt Strike Weapon System flight test demonstrations. Work will be performed at Littleton, Colorado, with an expected completion date of Jan. 1, 2024. Fiscal 2019 research, development, test, and evaluation funds in the amount of $33,000,000 are being obligated on this award, which will not expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Brantley Construction Co. LLC,* Charleston, South Carolina (N69450-19-D-0916); CCI Group LLC,* Shalimar, Florida (N69450-19-D-0917); The Clement Group,* Montgomery, Alabama (N69450-19-D-0918); EG Designbuild LLC,* Germantown, Maryland (N69450-19-D-0919); GCB JV1,* Pensacola, Florida (N69450-19-D-0920); U-SMC DeMaria JV1 LLC,* Jacksonville, Florida (N69450-19-D-0921); and Windamir Development Inc.,* McDonough, Georgia (N69450-19-D-0922), are each awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build and design-bid-build construction contract for construction projects located within the Naval Facilities Engineering Command Southeast area of operations in north Florida/south Georgia. The maximum dollar value for the five-year ordering period for all seven contracts combined is $195,000,000. The work to be performed provides for, but is not limited to, general building type projects (new construction, renovation, alteration, demolition and repair work) including aviation and aircraft facilities; marine facilities; barracks and personnel housing facilities; administrative facilities; warehouses and supply facilities; training facilities; personnel support and service facilities, and security level facilities. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. Windamir Development Inc. is awarded the initial task order at $10,576,432 for P643 Reserve Training Building at Fort Benning. Work for this task order is expected to be completed by September 2021. All work on this contract will be performed in Florida (50%); and Georgia (50%). The term of the contract is not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 military construction (MILCON); and fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,582,432 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON (Navy); operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 40 proposals received. Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Lockheed Martin Corp., Marietta, Georgia, is awarded $16,465,887 for modification P00005 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-19-D-0014). This modification increases the ceiling of the contract to procure consumable parts and material, technical publications and engineering services in support of the C/KC-130J aircraft. Work will be performed in Marietta, Georgia (84.5%); Miramar, California (2.5%); Cherry Point, North Carolina (2.5%); Elizabeth City, North Carolina (2.5%); Fort Worth, Texas (2.5%); Abdullah Al-Mubarak Air Base, Kuwait (2.5%); Iwakuni, Japan (2.5%); and Greenville, South Carolina (0.5%), and is expected to be completed in December 2019. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Hydroid Inc., Pocasset, Massachusetts, is awarded a $15,826,493 indefinite-delivery/indefinite-quantity contract for engineering support and training services for the MK 18 Family of Systems– Unmanned Underwater Vehicle systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $84,024,996. Work will be performed in Pocasset, Massachusetts, and is expected to be complete by August 2020. If options are exercised, work will continue through August 2024. No funds are being obligated at this time. This contract is awarded on a sole-source basis in accordance with Federal Acquisition Regulation 6.302-1(a)(2) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-D-0010). King Nutronics Corp.,* Woodland Hills, California, is awarded an $11,865,150 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for precision pressure standard systems to support the Naval Air Systems Command, Metrology and Calibration Program. The Naval Air Systems Command, Metrology and Calibration Program provides support to Navy depot level and intermediate calibration laboratories. The precision pressure standards systems provide the Naval Air Systems Command, Metrology and Calibration Program with the capability of providing inter-service calibration workload for the Air Force and Marine Corps. The precision pressure standards systems are used at intermediate level calibration laboratories afloat and ashore, as well as the depot level calibration laboratories to verify the accuracy and precision of test instruments such as dial pressure gauges and digital pressure measurement devices. Work will be performed in Woodland Hills, California, and is expected to be completed by August 2024. Fiscal 2019 aircraft procurement (Navy) funding in the amount of $263,670 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one source and no other supplies or services will satisfy agency requirements as implemented by Federal Acquisition Regulation 6.302-1. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-19-D-0003). Raytheon Co., Keyport, Washington, is awarded $11,738,000 for firm-fixed-priced undefinitized delivery order N00024-19-F-6308 under indefinite-delivery/indefinite-quantity contract N61331-17-D-0001for deploy and retrieve systems in support of the AN/AQS-20 program. The highly specialized equipment under this contract will deploy, tow and retrieve the AN/AQS-20 sonar in support of mine hunting operations. The AN/AQS-20 is an advanced mine hunting sonar for the Littoral Combat Ship's Mine Countermeasures Mission package. Work will be performed in Keyport, Washington (90%); and Portsmouth, Rhode Island (10%), and is expected to be complete by October 2020. Fiscal 2019 other-procurement (Navy) funds in the amount of $5,751,620 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1): only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. ARMY ECS Federal LLC, Fairfax, Virginia, was awarded a $78,725,114 modification (P00003) to contract W911QX-18-C-0037 for machine learning and computer vision engineering. Work will be performed in Fairfax, Virginia, with an estimated completion date of July 16, 2022. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $35,847,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Hyman Brickle & Son,* doing business as Northwest Woolen Mills, Woonsocket, Rhode Island, has been awarded a maximum of $8,198,835 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This was a competitive acquisition with two responses received. This is a one-year base contract with two one-year option periods. Locations of performance are Rhode Island, Massachusetts, and North Carolina, with an Aug. 5, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1180). Raytheon Co., Marlborough, Massachusetts, has been awarded a maximum $7,756,450 firm-fixed-price contract for multiple radio equipment components. 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-time procurement contract with no option periods. Locations of performance are Virginia and Massachusetts, with a Nov. 17, 2021, 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, Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-19-F-DK0Q). CORRECTION: The $49,019,871 contract announced on Aug. 1, 2019, for Sysco Raleigh LLC, Selma, North Carolina (SPE300-19-D-3230), included an incorrect award date. The correct award date is Aug. 2, 2019. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1927732/

  • With mounting questions about cost and survivability, a shifting political landscape for US aircraft carriers

    August 7, 2019 | International, Naval

    With mounting questions about cost and survivability, a shifting political landscape for US aircraft carriers

    By: David B. Larter and Joe Gould WASHINGTON — The new chief of naval operations, Adm. Michael Gilday, was confirmed quickly by the Senate last week, but lawmakers made clear that the cost and growing vulnerability of aircraft carriers to ever-faster and evasive missiles will be among the issues he's expected to tackle when he officially takes the reins. The Navy's main force projection tool, the carrier, became a punching bag for several lawmakers at Gilday's confirmation hearing, as they alternately raised the threat posed by Chinese and Russian hypersonic missiles and berated the Navy's future top admiral for the significant delays and cost overruns associated with the new carrier Gerald R. Ford. At one point during the July 31 hearing, the Senate Armed Services Committee Chairman Jim Inhofe, R-Okla., told Gilday the Navy's arrogance on the carrier “ought to be criminal.” Later on, longtime friend of the Navy Sen. Angus King, I-Maine, warned that hypersonic missiles were a “nightmare weapon” that threatened to make carriers obsolete. And while the lawmakers differed on the future of aircraft carriers and their long-term viability, the hearing left no doubt that Gilday, a career surface warfare officer, has his work cut out for him in proving he can guide the service toward a more stable future for the Navy's most expensive and strategically invaluable assets. To be clear, Inhofe does not oppose carriers, and he has publicly reminded multiple Trump administration officials of the Navy's legal requirement to maintain 11 of them. Inhofe was in the bipartisan chorus of lawmakers who opposed Pentagon plans to cut costs by decommissioning the aircraft carrier Harry S. Truman before the administration scuttledthose plans this year. When it comes to the Ford program, Inhofe plans to keep the Navy on a short leash and pressed Gilday to commit that he would work to prevent the kind of widespread “first-in-class” issues that have plagued the Ford. It's an issue with some urgency behind it, as the Navy prepares to tackle the new Columbia-class ballistic missile submarine for nuclear deterrent patrols, as well as a next-generation frigate, new classes of unmanned warships and a new large surface combatant. “The Navy entered into this contract in 2008, which, combined with other contracts, have ballooned the cost of the ship more than $13 billion without understanding the technical risks, the costs or the schedules, and you know this ought to be criminal,” Inhofe said. The Navy had taken a gamble integrating immature dual-band radar, catapult, arresting gear and weapons elevators, and Inhofe expressed displeasure with the result. Tackling the first-in-class issue will be a priority, Gilday said. “I commit to that and complete transparency as well as taking what we learn from the Ford and ensuring that we don't commit those same mistakes again in the Columbia class and other ships that we need to field in the next few years,” Gilday told Inhofe. ‘Sitting ducks' As for rising threats to the carrier, King believes hypersonic missiles are an existential threat to the Navy and urged Gilday to take the issue head on. “Every aircraft carrier that we own can disappear in a coordinated attack,” King said. “And it is a matter of minutes. Murmansk, [Russia], to the Norwegian Sea is 12 minutes at 6,000 miles an hour. “So I hope you will take back a sense of urgency to the Navy and to the research capacity and to the private sector that this has to be an urgent priority because otherwise we are creating a vulnerability that could in itself lead to instability.” In an interview with Defense News, King said the speed at which the Russians and Chinese are fielding the capability worries him. “My concern is that we are a number of years away from having that capacity, and our adversaries are within a year of deployment,” he said. “And that creates a dangerous gap, in my view. This represents a qualitative gap in offensive warfare that history tells we better figure out how to deal with, or it will mitigate our ... advantage.” King, who represents the state where half the Navy's destroyers are produced, also said he's concerned about the long-term viability of aircraft carriers in a world with hypersonic missiles. “I think it does raise a question of the role of the aircraft carrier if we cannot figure a way to counter this capability,” he said. “I don't want indefensible, $12 billion sitting ducks out there. I'm not prepared to say the carrier is obsolete, but I say that this weapon undermines the viability of the carrier.” Inhofe, in response to another senator's questions about carrier obsolescence, said he disagrees carriers are becoming obsolete, but that he's concerned about the cost. But the threats to the carrier are mounting, experts say. With the advent of ground-launched hypersonic missiles, it's a matter of time before air-launched hypersonic missiles present a nearly insurmountable threat, barring a significant development to counter them. “I think what King's comments reflect is that he sees the vulnerability of the aircraft carrier only getting worse,” said Bryan Clark, a retired submarine officer and analyst with the Center for Strategic and Budgetary Assessments. “Specifically, maybe not so much these kind of boost-glide weapons, but its more about cruise missiles that are hypersonic — air-launched perhaps. “Then you are talking about something that is relatively inexpensive and could be delivered in large numbers, and that would be a bigger deal because missile defenses are not necessarily built for hypersonic weapons. “So we'll have to find a way to deal with this new challenge, or we'll have to rethink how we do things.” https://www.defensenews.com/naval/2019/08/06/with-mounting-questions-about-cost-and-survivability-a-shifting-political-landscape-for-us-aircraft-carriers/

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.