Filter Results:

All sectors

All categories

    3544 news articles

    You can refine the results using the filters above.

  • Victoria Shipyards signs contract to maintain Canada's West Coast-based Halifax-class Frigates

    July 22, 2019 | Local, Naval

    Victoria Shipyards signs contract to maintain Canada's West Coast-based Halifax-class Frigates

    VICTORIA, July 16, 2019 /CNW/ - Seaspan's Victoria Shipyards has signed a contract to perform Docking Maintenance work on the Royal Canadian Navy's (RCN) fleet of Halifax-class frigates. This work has been executed by Victoria Shipyards for the last decade under the Frigate Life Extension (FELEX) modernization program. The maintenance support for Canada's frigates will see Seaspan provide docking work periods for Canada's five Halifax-class frigates stationed on the West Coast. The Government of Canada also announced similar work would be conducted by two other Canadian shipyards for Canada's seven East Coast-based Halifax-class frigates. The initial phase of the contract awarded for Seaspan's work is valued at $500 million and, with contractual extensions, will provide long-term stability for Seaspan's workforce over the next several decades. Work will be conducted at Seaspan's Victoria Shipyards which operates out of the federally-owned Esquimalt Graving Dock. Today's announcement builds on the company's exemplary record as a partner to the Government of Canada on past Halifax-class modernization efforts. With a well-earned reputation for on-time, high quality delivery of large modernization and conversion projects, Seaspan's Victoria Shipyards is a trusted partner to the Government of Canada and a range of commercial customers. This includes engagement as a subcontractor to Lockheed Martin Canada to perform upgrades to New Zealand's ANZAC-class frigates, the first time that a foreign warship will undergo a modernization in Canada since the Second World War. As a subcontractor to Babcock Canada the shipyard provides ongoing in-service support for Canada's fleet of Victoria-class submarines. The company also continues to make its mark in the commercial sector as one of the few North American shipyards executing work on international cruise vessels and performing the first major vessel LNG duel fuel conversion on two ships. QUOTES "This vital, long-term work demonstrates the government's continued commitment to supporting the women and men of the Royal Canadian Navy by providing them with the equipment they need to protect Canadian interests at home and abroad. Together with our shipbuilding partners, we are fulfilling federal fleet requirements, advancing Canadian technological innovation and creating jobs across this great country." The Honourable Carla Qualtrough Minister of Public Services and Procurement and Accessibility "Seaspan's Victoria Shipyards has developed a reputation for exceptional reliability in its work as a service provider for both government and commercial clients on complex projects. The award of this contract is the latest vote of confidence from the Government of Canada in Seaspan's role as its long-term west coast partner for shipbuilding and ship repair. This contract will allow our team to build on past experience as we continue to perform vital maintenance work on Canada's fleet of frigates." Mark Lamarre Chief Executive Officer, Seaspan Shipyards "Victoria Shipyards executed the first docking packages on the Halifax Class as they were built and stationed in Victoria, and we are proud and humbled to be awarded a contract that will allow us the opportunity to work these vessels to their end of life. The production-driven team approach we and our DND and FMF partners are committed to will allow Canada's fleet to continue sailing proudly and safely at sea. This contract will continue to generate high wage employment to the men and women working in our trades who remain a core focus of our business. Well done to our Victoria Shipyard team!" Joe O'Rourke Vice President & General Manager, Seaspan Victoria Shipyards QUICK FACTS Maintenance on Canada's Halifax-class frigates is expected to support employment for hundreds of Canadian workers The frigates require a wide range of engineering change work, equipment installations, docking work and corrective maintenance activities to ensure they remain operationally available and relevant through to their end of life With its past work on the Frigate Life Extension Program (FELEX) for Canada's Halifax-class frigates, Victoria Shipyards generated more than 4.5M labour hours To date, Victoria Shipyards has provided docking work periods (DWP): 19 DWP for frigates 3 DWP for destroyers 3 DWP for Maritime Coastal Defence Vessels https://www.newswire.ca/news-releases/victoria-shipyards-signs-contract-to-maintain-canada-s-west-coast-based-halifax-class-frigates-805037403.html

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

    July 19, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

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

    NAVY ERAPSCO, Joint Venture of Sparton and USSI, Columbia City, Indiana, is awarded a not-to-exceed $1,041,042,690 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture and delivery of a maximum quantity of 37,500 AN/SSQ-36B, 685,000 AN/SSQ-53G, 120,000 AN/SSQ-62F, and 90,000 AN/SSQ-101B production sonobuoys for fiscal years 2019-2023. Sonobuoys are air launched expendable, electro-mechanical anti-submarine warfare acoustic sensors designed to relay underwater sounds associated with ships and submarines. Work will be performed in De Leon Spring, Florida (51%); and Columbia City, Indiana (49%), and is expected to be completed in September 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0032). MW Services Inc.,* Temecula, California, is awarded a maximum amount $99,000,000 indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction alterations, renovations and repair projects at Naval Bases Coronado, Point Loma, and San Diego; and Marine Corps Air Station, Miramar. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. Work will be performed in San Diego, California, with the term of the contract not to exceed 60 months with an expected completion date of July 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. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with 18 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2625). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $77,708,000 modification (P00019) to a previously awarded firm-fixed-price, fixed-price-incentive-firm-target advanced acquisition contract (N00019-17-C-0001). This modification provides for the procurement of software data loads as well as long lead material and parts for the delivery of F-35 Lightning II low-rate initial production Lots 12, 13 and 14. Work will be performed in Fort Worth, Texas (30%); El Segundo, California (25%); Warton, United Kingdom (20%); Orlando, Florida (10%); Nashua, New Hampshire (5%); Nagoya, Japan (5%); and Baltimore, Maryland (5%), and is expected to be completed in March 2023. International partner funds in the amount of $77,708,000 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. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $34,670,000 undefinitized cost-plus-incentive-fee contract to develop and deliver an engineering change proposal to enable the production cut-in of the Fuselage Station 425 Bulkhead structural modification required for F-35A and F-35C to allow full-envelope internal carriage of aft heavy weaponry. Work will be performed in Fort Worth, Texas, and is expected to be completed in July 2022. Fiscal 2019 research, development, test and evaluation (Air Force, Navy and Marine Corps); and non-U.S. Department of Defense (DoD) participant funds in the amount of $9,953,400 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to U.S. Code 2304(c)(1). This undefinitized contract combines purchases for the Air Force ($13,787,219; 39.77%); Navy ($6,893,610; 19.88%); Marine Corps ($6,893,609; 19.88%); and non-U.S. DoD participants ($7,095,562; 20.46%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0010). Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $22,558,157 cost-plus-incentive-fee modification to previously awarded contract N00024-16-C-5102 to exercise options for AEGIS Baseline 9 integration and delivery, Aegis Baseline 5.4 and 9A2A post-certification support. This contract provides for the completion of the development and fielding of the AEGIS Baseline 9 AEGIS Weapon System and integrated AEGIS Combat System on the remaining AEGIS Technical Insertion (TI) 12 configured destroyers as well as TI 12 and TI 08 configured cruisers. Work will be performed in Moorestown, New Jersey, and is expected to be completed by July 2020. Fiscal 2018 other procurement (Navy); fiscal 2019 operations and maintenance (Navy); fiscal 2019 research, development, test and evaluation (Navy); fiscal 2019 research, development, test and evaluation (Missile Defense Agency); and fiscal 2014 shipbuilding and conversion (Navy) funds in the amount of $8,925,765 will be obligated at time of award and funding in the amount of $2,456,011 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. R.A. Burch Construction Co. Inc., Ramona, California, is awarded $17,521,988 for firm-fixed-price task order N62473-19-F-4738 under a previously awarded multiple award construction contract (N62473-18-D-5852) for the construction of a forklift rework facility at Naval Base Coronado. The work to be performed provides for implementation of site improvements such as vehicle parking, storage and laydown yard, landscaping, and low-impact design storm water features as well as incidental related work. The facility is required in order to relocate existing tenants away from a separate project site area to make a complete and useable airfield facility. Work will be performed in San Diego, California, and is expected to be completed by December 2021. Fiscal 2019 military construction (Navy) contract funds for $17,521,988 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, 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 $13,509,411 for firm-fixed-price task order N62473-19-F-4704 under the basic ordering agreement (BOA) N62473-18-G-5615 for energy conservation measures at Marine Corps Air Station, Miramar. The work to be performed provides for energy conservation and resiliency that includes light emitted diode retrofits, replacement of cooling towers and water source heat pumps, and installation of variable frequency drives. This project will utilize the installation's reclaimed water source to provide reliability, resource reduction, and lower costs. Work will be performed in San Diego, California, and is expected to be completed by December 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 $13,509,411. The energy conservation project will be amortized for a term of 20 years with an annual rate of 3.123% and the payment will be included as a separate utility bill submitted annually based upon the amortization schedule for a grand total cost of $18,970,106.57. 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 2304(c)(5) and 10 U.S. Code 2913. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-G-5615). International Business Machines Corp. (IBM), Yorktown, New York, is awarded a $12,000,000 cost-type contract to provide research and development of computational models that mimic core cognitive capabilities of children to include machines with the general-purpose common sense of an 18-month old to advance scientific “reverse-engineering” accounts of a child's mind. This is a four-year contract with no option periods. Work will be performed in Yorktown, New York, and work is expected to be completed July 17, 2023. Research, development, test and evaluation (Defense Advanced Research Projects Agency) funds in the amount of $2,042,919 will be obligated at the time of award. This contract was competitively procured via Broad Agency Announcement and publication on the Federal Business Opportunities website, with 42 proposals submitted and nine selected for award. Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-19-C-4027). Lockheed Martin Aculight Corp., Bothell, Washington, is awarded an $8,184,205 cost-plus-fixed-fee, cost-only modification to previously awarded contract N00024-18-C-5392 to exercise options for technical and field engineering services and a cost-only line item for travel in support of Surface Navy Laser Weapon System Increment 1, High Energy Laser and Integrated Optical-dazzler with Surveillance (HELIOS) system. Work will be performed in Bothell, Washington, and is expected to be complete by July 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $249,882 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. Alliance Steel Construction Inc.,* Superior, Wisconsin, is awarded a $7,600,000 firm-fixed-price contract to demolish the central heating plant, steam piping and steam pits at Marine Corps Base (MCB) Camp Lejeune, and Marine Corps Air Station (MCAS), New River. The work to be performed provides the complete demolition of building 1700, which is approximately 42,000 square feet at MCB, Camp Lejeune, and the demolition of steam piping, steam pits and the central steam plant at MCAS, New River. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by October 2020. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $7,600,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-8087). DEFENSE LOGISTICS AGENCY Point Blank Enterprises, Pompano Beach, Florida, has been awarded a $63,491,328 firm-fixed-price contract for medium size enhanced small arms protective inserts. This was a competitive acquisition with three responses received. This is a 15-month contract with no option periods. Location of performance is Florida, with a May 30, 2021, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-C-0010). Leading Technology Composites, Wichita, Kansas, has been awarded a $41,888,000 firm-fixed-price contract for medium sized enhanced small arms protective inserts. This was a competitive acquisition with three responses received. This is a one-year contract with no option periods. Location of performance is Kansas, with an April 30, 2021, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-C-0011). Gossner Foods Inc.,** Logan, Utah, has been awarded a maximum $30,319,835 fixed-price with economic-price-adjustment contract for ultra-high temperature milk. This contract was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is Utah, with a July 26, 2024, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE3S1-19-D-Z210). ARMY Crowley Holdings LLC,* New Orleans, Louisiana, was awarded a $21,053,340 firm-fixed-price contract for shot rock to support the temporary repair of levees at Mill Creek and Big Tarkio in Missouri. Bids were solicited via the internet with three received. Work will be performed in Craig, Missouri, with an estimated completion date of Sept. 19, 2019. Fiscal 2019 civil flood control and coastal emergencies funds in the amount of $21,053,340 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-1082). Advanced Technology Systems Co. Inc.,* McLean, Virginia, was awarded a $17,896,404 firm-fixed-price contract for helicopter maintenance. Bids were solicited via the internet with nine received. Work will be performed in Fort Benning, Georgia, with an estimated completion date of June 27, 2024. Fiscal 2019 operations and maintenance, Army funds in the amount of $400,000 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-0019). Buchanan & Edwards Inc., Arlington, Virginia, was awarded a $9,283,593 time-and-materials contract for data frameworks initiative information technology support. One bid was solicited with one bid received. Work will be performed in Fairfield, California, with an estimated completion date of July 17, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $1,384,778 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-F-1264). Northrop Grumman Systems Corp., McLean, Virginia, was awarded an $8,665,561 modification (P00002) to contract W91RUS-14-D-0002 for non-personal information technology support services for the U.S. Army Regional Cyber Center-Europe. Work will be performed in Wiesbaden-Erbenheim, Germany, with an estimated completion date of July 18, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $5,837,950 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded a $7,689,500 firm-fixed-price contract for Cape May beach fill. Bids were solicited via the internet with four received. Work will be performed in Cape May, New Jersey, with an estimated completion date of Feb. 28, 2020. Fiscal 2019 civil construction funds in the amount of $7,689,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-19-C-0026). InfoScitex Corp., Littleton, Massachusetts, was awarded a $7,011,545 cost-plus-fixed-fee contract to develop and demonstrate advanced teaming of manned and unmanned aviation assets to execute tactical missions with minimal human intervention, while operating as part of a combined arms team in a complex operating environment. Bids were solicited via the internet with 46 received. Work will be performed in Littleton, Massachusetts, with an estimated completion date of March 17, 2022. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,545,576 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-19-C-0067). *Small Business **Small Woman-owned Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1909668/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 17, 2019

    July 19, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 17, 2019

    NAVY HII Fleet Support Group LLC, Virginia Beach, Virginia (N00039-19-D-0020); General Dynamics Information Technology Inc., Fairfax, Virginia (N00039-19-D-0021); M.C. Dean Inc., Tysons, Virginia (N00039-19-D-0022); Prism Maritime LLC,* Chesapeake, Virginia (N00039-19-D-0023); Serco Inc., Herndon, Virginia (N00039-19-D-0024); and VT Milcom Inc., Virginia Beach, Virginia (N00039-19-D-0025), are awarded a combined $2,450,000,000 indefinite-delivery/indefinite-quantity, cost-plus-incentive fee, fixed-price-incentive-firm-target, cost-plus-fixed-fee, firm-fixed-price multiple award contract to provide worldwide installation services for all afloat command, control, communications, computer, intelligence, surveillance and reconnaissance (C4ISR) and supporting systems, current and future, under the cognizance of the Naval Information Warfare Systems Command (NAVWAR). C4ISR installation services include decommissioning and modernization of existing platforms, as well as installation design and installation of integrated C4ISR systems, program and project management, engineering design, industrial work, troubleshooting, operational verification, end-user training and other installation services and material necessary to accomplish NAVWAR C4ISR maintenance, modernization and new system installation. Work will be performed in various worldwide locations based on the requirement for each task order placed, and work is expected to be completed July 2024. If the option is exercised, ordering could continue until July 2029. No contract funds will be obligated at the time of award. Contract funds in the amount of $5,000 will be obligated on the first task order under each contract utilizing fiscal 2019 operations and maintenance (Navy). All awardees will have the opportunity to compete for task orders during the ordering period. The types of funding to be obligated include fiscal 2019 operations and maintenance (Navy); fiscal 2019 other procurement (Navy); fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2019 research, development, test and evaluation (Navy). Contract funds will not expire at the end of the current fiscal year. This requirement was solicited using full and open competition via the NAVWAR e-Commerce Central website and the Federal Business Opportunities website, with seven offers received. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Data Link Solutions LLC, Cedar Rapids, Iowa, is awarded a $235,566,335 modification to its current indefinite-delivery/indefinite-quantity contract (N00039-15-D-0007) to increase the ceiling of the existing production contract line item number (CLIN), spares CLIN, and systems engineering and integration CLIN of the referenced contract. This ceiling increase will implement the capabilities identified in the Joint Requirements Oversight Council (JROC) Memorandum dated Aug. 20, 2018, wherein the JROC endorsed the advanced capabilities of Concurrent Multi-Netting-4 (CMN-4), Concurrent Contention Receive, and Enhanced Throughput as the Department of Defense baseline for all future upgrades to any platform requiring Link-16. In response to the JROC memorandum, current Link-16 platform users identified the need for the procurement and/or retrofit of 3,370 additional Multifunctional Information Distribution System Joint Tactical Radio System (MIDS JTRS) CMN-4, F-22 Falcon, Tactical Targeting Network Technology (TTNT) terminals. This increase in scope will be in addition to the current scope in the original Class Justification and Approval (CJ&A) No. 17,226 approved April 25, 2014, for the MIDS JTRS; the amended CJ&A No. 18,012 approved Jan. 18, 2017, for the addition of the MIDS JTRS TTNT development effort; and CJ&A No. 18,415 approved Sept. 11, 2018, for the addition of MIDS Modernization Increment 2, retrofits and additional MIDS JTRS terminals, not including F-22s. The modification will increase the contract value to $1,224,529,670. This contract combines purchases for the Navy, Air Force and MIDS Program Office, as well as to the governments of Austria, Chile, Finland, Israel, Jordan, Japan, Kuwait, Malaysia, Morocco, Oman, Pakistan, Qatar, South Korea, Saudi Arabia, Singapore, Sweden, Switzerland, Taiwan, Thailand, United Arab Emirates, Australia, Canada, New Zealand and the United Kingdom. This contract also includes purchases to NATO and all NATO nations under the Foreign Military Sales program. Work will be performed in Cedar Rapids, Iowa (50%); and Wayne, New Jersey (50%), and is expected to be completed June 2020. No additional funding will be placed on contract or obligated at the time of modification award. Existing contract funds will not expire at the end of the current fiscal year. Future contract actions will be issued and funds obligated as individual delivery orders. This contract modification was not competitively procured because it is a follow-on sole-source, multiple-award procurement pursuant to the authority of Title 10 U.S. Code 2304(c)(1): only one or a limited number of responsible sources (Federal Acquisition Regulation subpart 6.302-1(a)(2)). Non-competitive procedures were approved for this modification under CJ&A 19,415. Naval Information Warfare System Command, San Diego, California, is the contracting activity. ViaSat Inc., Carlsbad, California, is awarded a $90,768,631 modification to its current indefinite-delivery/indefinite-quantity contract (N00039-15-D-0008) to increase the ceiling of the existing production contract line item number (CLIN) of the referenced contract. This ceiling increase will implement the capabilities identified in the Joint Requirements Oversight Council (JROC) Memorandum dated Aug. 20, 2018, wherein the JROC endorsed the advanced capabilities of Concurrent Multi-Netting-4 (CMN-4), Concurrent Contention Receive, and Enhanced Throughput as the Department of Defense baseline for all future upgrades to any platform requiring Link-16. In response to the JROC memorandum, current Link-16 platform users identified the need for the procurement and/or retrofit of 3,370 additional Multifunctional Information Distribution System Joint Tactical Radio System (MIDS JTRS) CMN-4, F-22 Raptor, Tactical Targeting Network Technology (TTNT) terminals. This increase in scope will be in addition to the current scope in the original Class Justification and Approval (CJ&A) No. 17,226 approved April 25, 2014 for the MIDS JTRS; the amended CJ&A No. 18,012 approved Jan. 18, 2017, for the addition of the MIDS JTRS TTNT development effort; and CJ&A No. 18,415 approved on Sept. 11, 2018, for the addition of MIDS Modernization Increment 2, retrofits, and additional MIDS JTRS terminals, not including F-22s. The modification will increase the contract value to $789,000,000. This contract combines purchases for the Navy, Air Force and MIDS Program Office, as well as to the governments of Austria, Chile, Finland, Israel, Jordan, Japan, Kuwait, Malaysia, Morocco, Oman, Pakistan, Qatar, South Korea, Saudi Arabia, Singapore, Sweden, Switzerland, Taiwan, Thailand, United Arab Emirates, Australia, Canada, New Zealand and the United Kingdom. This contract also includes purchases to NATO and all NATO nations under the Foreign Military Sales program. Work will be performed in Carlsbad, California, and work is expected to be completed May 2020. No additional funding will be placed on contract or obligated at the time of modification award. Existing contract funds will not expire at the end of the current fiscal year. Future contract actions will be issued and funds obligated as individual delivery orders. This contract modification was not competitively procured because it is a follow-on sole-source, multiple-award procurement pursuant to the authority of Title 10 U.S. Code 2304(c)(1): only one or a limited number of responsible sources (Federal Acquisition Regulation subpart 6.302-1(a)(2)). Non-competitive procedures were approved for this modification under CJ&A 19,415. Naval Information Warfare System Command, San Diego, California, is the contracting activity. Raytheon Co., Marlborough, Massachusetts, is awarded an $87,793,895 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price ordering provisions for engineering and program support services in support of the relocatable over-the-horizon radar at the Forces Surveillance Support Center in Chesapeake, Virginia. The contract will include a 60-month base period with no option periods. Work will be performed in Chesapeake, Virginia (60%); Marlborough, Massachusetts (20%); New Kent, Virginia (6%); Corpus Christi, Texas (3%); San Juan, Puerto Rico (3%); England (2%); Adelaide, Australia (1%); Dayton, Ohio (1%); Colorado Springs, Colorado (1%); Washington, District of Columbia (1%); Arlington, Virginia (1%); and Key West, Florida (1%). Work is expected to be completed by August 2024. Fiscal year 2019 operations and maintenance (Navy) funds in the amount of $2,000,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. This contract was a sole-sourced requirement pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-19-D-Z030). Paradigm Mechanical Corp.,* Lemon Grove, California, is awarded a maximum amount $49,000,000 indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction alterations, renovations, and repair projects at Marine Corps Air Ground Combat Center, Twentynine Palms, Marine Corps Logistics Base, Barstow, and Mountain Warfare Training Center, Bridgeport. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. Work will be performed in Twentynine Palms, California (36%); Barstow, California (36%); and Bridgeport, California (28%). The term of the contract is not to exceed 60 months with an expected completion date of July 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. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2624). Sapper West – Spectrum Service Group JV,* Sacramento, California, is awarded a maximum amount $49,000,000 indefinite-delivery/indefinite-quantity contract for other specialty trade contractors construction alterations, renovations and repair projects at Naval Weapons Station, Seal Beach; and Marine Corps Base, Camp Pendleton. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, heating, ventilation, and air conditioning, and fire suppression/protection system installation projects. Work will be performed in Seal Beach, California (50%); and Oceanside, California (50%), and the term of the contract is not to exceed 60 months with an expected completion date of July 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. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2622). Sapper West – Spectrum Service Group JV,* Sacramento, California, is awarded a maximum amount $49,000,000 indefinite-delivery/indefinite-quantity contract for other specialty trade contractors construction alterations, renovations, and repair projects at Naval Base, Ventura County. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, heating, ventilation, and air conditioning, and fire suppression/protection system installation projects. Work will be performed in Port Hueneme, California (50%); and Point Mugu, California (50%), and the term of the contract is not to exceed 60 months with an expected completion date of July 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. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2618). Management and Technology Solutions Inc., doing business as MTS Group, Dumfries, Virginia, is awarded a $39,300,000 firm-fixed-priced contract for general warehousing services at Navy Expeditionary Medical Support Command, Cheatham Annex, Williamsburg, Virginia, and is expected to be completed by Sept. 30, 2024. Fiscal 2020 Defense Health Program operations and maintenance funds in the amount of $4,830,490 will be obligated on an initial task order at the time of award and will not expire at the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-D-5008). Bristol General Contractors LLC, Anchorage, Alaska, is awarded $24,496,240 for firm-fixed-price task order N69450-19-F-0857 under a previously awarded multiple award construction contract (N69450-13-D-1771) for P-5000 consolidated communications facility at Barksdale Air Force Base. The work to be performed provides for design-build construction of a new three-story consolidated communications facility. The facility will include all required demolition, utilities construction and site improvements. Work will be performed in Barksdale, Louisiana, and is expected to be completed by January 2022. Fiscal 2017 and 2018 military construction (Air Force) contract funds in the amount of $21,000,000 and $3,496,240 are obligated on this award and will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Naval Systems Inc., Lexington Park, Maryland, is awarded a $23,043,905 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides cost estimating and analysis support. Specifically, to provide analyses including acquisition and logistics estimating, independent evaluations, case studies and recommendations, along with associated data in support of cost estimating and analysis that spans all phases of the life cycle (i.e., material solution analysis, technology demonstration, engineering and manufacturing development, production and deployment, and operations and support). Work will be performed in Lexington Park, Maryland (56%); Patuxent River, Maryland (30%); Lakehurst, New Jersey (7%); and Orlando, Florida (7%), 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, with two offers received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0075). Sig Sauer Inc., Newington, New Hampshire, is awarded a $9,338,800 firm-fixed-price modification under previously-awarded contract N00164-18-D-JQ30 for an in-scope change to the internal reticle of the SU-293/PVS Second Focal Plane (SFP) Squad-Variable Powered Scope (S-VPS) to add a glass etched reticle. This modification is to a highly competitive procurement for the SFP S-VPS system. The S-VPSs to be procured are in support of the U.S. Special Operations Command Visual Augmentation Systems Weapons Accessories S-VPS Program. Work will be performed in Newington, New Hampshire, and is expected to be completed by July 2029. No funding will be obligated at time of award. In accordance with 10 U.S. Code 2304(c)(1), this modification was not competitively procured (only one source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity. Lockheed Martin Corp., Rotary and Mission Systems, Riviera Beach, Florida, is awarded a $9,620,135 cost-plus-fixed-fee modification to previously awarded contract (N00024-17-C-6308) for engineering support services in support of Unmanned Undersea Vehicle (UUV) subsystem development. Engineering services will be used to develop and study UUV subsystems and concepts initially developed under the Extra Large Unmanned Undersea Vehicle (XLUUV) program, including navigational capabilities, autonomy, and payload deployment. Work will be performed in Riviera Beach, Florida, and is expected to be completed by June 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $3,025,163 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. General Dynamics Missions Systems Inc., McLeansville, North Carolina, is awarded a $9,207,817 cost-plus-fixed-fee modification to previously awarded contract N61331-11-C-0017 for engineering services in support of ongoing development, test, and production of the Surface Mine Countermeasure Unmanned Undersea Vehicle (UUV) program, also known as Knifefish. The Knifefish program is an ongoing effort to provide a UUV that will provide persistent mine hunting ability in a contested environment. Engineering services hours are used for a number of efforts, including test and evaluation, engineering change proposal development, and pre-planned product improvement initiatives. Work will be performed in Quincy, Massachusetts (52%); McLeansville, North Carolina (27%); Braintree, Massachusetts (10%); Hanover, Maryland (5%); Reston, Virginia (5%); and Ann Arbor, Michigan (1%), and is expected to be completed by July 2020. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $150,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. AIR FORCE Group W Inc., Vienna, Virginia, has been awarded a $24,553,592 indefinite-delivery/indefinite-quantity, firm-fixed-price and cost-plus-fixed-fee contract for professional technical support of the Air Force's synthetic theater operations research module. This contract provides for system maintenance, system help-desk support, and development of additional capabilities for the Air Force's campaign modeling software suite. Work will be performed at Air Force's Studies and Analyses Directorate and the Air Force Warfighting Integration Capability office, Arlington, Virginia, and, if all options are exercised, is expected to be completed by Nov. 28, 2023. This award is the result of a competitive source acquisition and one offer was received. Fiscal 2019 operations and maintenance funding in the amount of $747,060 was obligated on the task order coinciding with contract award. Air Force District Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-19-D-A001). (Awarded Nov. 28, 2018) Lockheed Martin Corp., Orlando, Florida, has been awarded a $23,637,880 cost-plus-incentive-fee modification (P00004) to previously awarded contract FA8682-18-C-0009 for providing a replacement joint air to surface standoff missile (JASSM) anti-jam GPS receiver with a new JASSM Anti-Jam GPS Receiver (JAGR) due to obsolescence. This contract provides replacement for the current JAGR due to obsolescence. Work will be performed at Orlando, Florida, and is expected to be completed by March 31, 2023. Fiscal 2019 procurement funds in the amount of $23,637,880 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. AX Enterprize LLC., Yorkville, New York,* has been awarded a $7,753,015 modification to previously awarded contract FA8750-16-C-0293 for collaborative low-altitude Unmanned Aircraft Systems (UAS) integration effort. The objective of this effort is to research the needs and challenges of the integration of unmanned aircraft operations in the UAS Traffic Management (UTM) as well as the relevance and impact of UTM on manned and unmanned aircraft operations. Work will be performed at Yorkville, New York, and is expected to be completed by Sept. 30, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $7,753,015 are being obligated at the time of award. The Air Force Research Laboratory – Information Directorate's Information Grid and Systems Contracting Branch, Rome Research Site, Rome, New York, is the contracting activity. ARMY NIC4 Inc.,* Tampa, Florida, was awarded a $13,418,364 firm-fixed-price contract for Very Small Aperture Terminals services and equipment. One bid was solicited via the internet with one bid received. Work locations and functions will be determined with each order, with an estimated completion date of July 31, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-5001). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1908210/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 16, 2019

    July 19, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 16, 2019

    DEFENSE LOGISTICS AGENCY Seqirus Inc., Summit, New Jersey, has been awarded a maximum $68,777,956 firm-fixed-price, indefinite-quantity contract for the injectable influenza vaccine. This was a competitive acquisition with two offers received. This is a one-year contract with no option periods. Location of performance is New Jersey, with a performance completion date of July 15, 2020. Using customers are Army, Air Force, Navy and Coast Guard. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-19-D-0002). Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $27,515,180 modification (P00018) against a five-year contract (SPE4AX-17-D-9410) adding five national stock numbers for stabilizer bar assemblies, pylon mast assemblies, trans case assemblies, quill assemblies and rotary wing blades in support of UH-1N and TH-1H helicopters. This is a fixed-price, requirements contract. Location of performance is Texas, with a Sep. 30, 2023, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. CORRECTION: The contract announced on June 28, 2019, for Valley Apparel LLC, Knoxville, Tennessee (SPE1C1-19-D-1172) for $10,794,000 was announced with an incorrect award date. The correct award date is July 15, 2019. NAVY Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $40,211,517 modification to previously awarded contract N00024-16-C-5370 to exercise an option for fiscal 2019 production long lead material in support of the production of two AN/SPY-6(V) configuration variants – the SPY-6(V)2 Rotator Radar and the SPY-6(V)3 Fixed Face Radar. Work will be performed in Marlborough, Massachusetts, and is expected to be complete by June 2020. Fiscal 2018 and 2017 shipbuilding and conversion (Navy) funding in the amount of $40,211,517 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. AIR FORCE Agile Defense Inc., Reston, Virginia, has been awarded a $21,044,844 firm-fixed-price contract for combined air operations center communication services. This contract provides for operations and maintenance of all air operations center communication systems. Work will be performed in the Air Force Central Command's area of responsibility and is expected to be complete by June 2, 2020. This award is the result of a sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $8,627,758 are being obligated at the time of award. The Air Combat Command Acquisition Management and Integration Center, Langley Air Force Base, Hampton, Virginia, is the contracting activity (FA4890-19-F-A050). ARMY Relyant Global LLC,* Maryville, Tennessee, was awarded a $15,000,000 firm-fixed-price contract for repair or replacement of historic windows and doors at Fort Riley, Kansas. 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 July 14, 2024. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4012). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1906928/source/GovDelivery/

  • Feds award over $1 billion in contracts to shipyards to repair aging frigates

    July 19, 2019 | Local, Naval

    Feds award over $1 billion in contracts to shipyards to repair aging frigates

    By Marco Vigliotti *The headline has been updated to clarify that a contract has not yet been awarded to Irving Shipbuilding. Shipyards in Quebec and B.C. have won contracts collectively worth $1 billion to repair aging warships, with another contract for a Nova Scotia facility to be completed shortly, the federal government announced today. It's part of the government's promised $7.5 billion investment in maintaining 12 Halifax-class frigates for the Royal Canadian Navy until they are retired in the early 2040s. The five-year, $500-million contracts for Quebec's Chantier Davie and Seaspan Victoria Shipyards Limited were officially announced during concurrent ceremonies at the facilities, both of which featured ministers from the area. Public Services and Procurement Minister Carla Qualthrough, who represents a Vancouver-area riding, made the announcement at Seaspan's facility in Victoria (the Liberals hold no seats in the region). Families, Children and Social Development Minister Jean-Yves Duclos made the announcement at Davie's plant in Lévis, Que. He represents a riding across the St. Lawrence River in Quebec City. “This vital, long-term work demonstrates the government's continued commitment to supporting the women and men of the Royal Canadian Navy by providing them with the equipment they need to protect Canadian interests at home and abroad,” Qualthrough said in a statement. A similar deal with Irving Shipbuilding in Halifax is also in the works, according to Public Services and Procurement Canada (PSPC). The contracts guarantee at least three frigates to repair for each facility, with work expected to begin in 2020. In a statement, Conservative Leader Andrew Scheer said the shipbuilding announcement was nothing but “cynical electioneering.” “There are less than 100 days to the next election, and the Trudeau government is once again campaigning on the taxpayers' dime, trying to buy people's votes with their own money,” reads his statement. “While it is good to see shipbuilding work go to Davie, today's announcement is nothing but cynical electioneering from a government that will do anything and say anything to cling to power.” https://ipolitics.ca/2019/07/16/feds-award-over-1-billion-in-contracts-to-three-shipyards-to-repair-aging-frigates/

  • Canada’s Esquimalt navy base to receive four steel barges

    July 16, 2019 | Local, Naval

    Canada’s Esquimalt navy base to receive four steel barges

    The Canadian Government's Public Services and Procurement department has awarded a contract to Canadian Maritime Engineering to deliver four steel barges. The C$1.99m ($1.52m) contract was awarded on behalf of the Canadian Armed Forces to provide equipment for use by the nation's navy. The four steel barges will be supplied to Canadian Forces Base Esquimalt in British Columbia within 18 months from the contract award date. Under the contract, Canadian Maritime Engineering will also provide a complete technical data package and related training. The contract also includes an option to purchase spare parts. Canada Public Services and Procurement and Accessibility Minister Carla Qualtrough said: “Our government is providing the women and men of the Royal Canadian Navy with the equipment they need to do their important work. “This contract award is a prime example of the National Shipbuilding Strategy in action, providing meaningful opportunities for businesses and Canadians across Canada, and throughout British Columbia.” The steel barges will measure 12m-15m in length and have working decks of 75m². Set to replace six existing wooden barges, the planned steel barges will support maintenance work on the Canadian Navy's vessels. Canada Defence Minister Harjit Sajjan said: “Through our defence policy, ‘Strong, Secure, Engaged', we are providing the women and men of our Canadian Armed Forces with the equipment they need to do the important work we ask of them. “Barges are an essential part of the navy's fleet, and this contract for four steel barges will facilitate maintenance on its vessels to ensure the operational readiness of its fleet.” Under the National Shipbuilding Strategy (NSS), the government aims to renew the country's federal fleet of combat and non-combat vessels. The programme includes providing the Canadian Navy and Coast Guard with vessels. The government formed partnerships with Irving's Halifax Shipyard and Seaspan's Vancouver Shipyards for the NSS. https://www.naval-technology.com/news/canadas-esquimalt-navy-base-to-receive-four-steel-barges/

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

    July 16, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

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

    ARMY Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $492,108,514 fixed-price-incentive contract for High Mobility Artillery Rocket Systems M142 launchers and support requirements to include Product Data Definition Package Maintenance, training, support equipment, qualification testing, initial spares/repair parts and software. One bid was solicited with one bid received. Work will be performed in Camden, Arizona; Boca Raton, Florida; Budd Lake, New Jersey; Whippany, New Jersey; Dallas, Texas; Palm Bay, Florida; Archbald, Pennsylvania; York, Pennsylvania; Clearwater, Florida; Jackson, Mississippi; and Brownboro, Alabama, with an estimated completion date of May 30, 2023. Fiscal 2019 operations and maintenance, Army funds in the amount of $66,404,293 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0101). General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $275,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for aircraft, satellite communications air data terminals, universal ground data terminals, program management, and equipment maintenance and repair. Bids were solicited via the internet with one received. Work will be performed in Poway, California, with an estimated completion date of July 30, 2021. Fiscal 2017, 2018 and 2019 aircraft procurement, Army funds in the amount of $275,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0022). TetraTech, Arlington, Virginia, was awarded a $9,626,655 firm-fixed-price contract for biological and environmental services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 2, 2031. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-19-D-0010). NAVY Manson/Connolly Seal Beach JV, Seattle, Washington, is being awarded an $88,147,000 firm-fixed-price contract for P-224 Causeway Boat Channel and Turning Basin and P-226 Ammunition Pier at Naval Weapons Station Seal Beach. The contract also contains five unexercised options and one planned modification, which if exercised would increase the cumulative contract value to $154,771,611. The work to be performed provides a public boat channel, naval ship channel and naval ship turning basin; ship mooring dolphins, excavation of above water moles, salvage and reuse of armor/riprap, paving, striping, signage, fencing, hauling and disposing of excess dredge material, placing fill for vehicle causeway and habitat enhancement; and constructing rock breakwater, rock armor shore protection, security structure and wharf improvements to support large deck amphibious ship ordnance operations. This project also includes relocating naval barge mooring buoys, installing marine navigation aids, utility infrastructure upgrades and communication infrastructure and security improvements. Work will be performed in Seal Beach, California, and is expected to be completed by June 2024. Fiscal 2019 military construction (Navy) funds for P-224 in the amount of $117,780,000 are obligated at the time of award, and the funds will not expire at the end of the current fiscal year. When fiscal 2020 military construction (Navy) funds are available they will be obligated using one of the unexercised options for P-226. This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-C-2450). Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $40,000,000 cost-plus-incentive-fee modification to previously awarded contract N00024-17-C-2105 for additional supplemental work for the refueling complex overhaul of USS George Washington (CVN 73). Work includes accomplishment of the overhaul, modernization, repair, maintenance and refueling. This modification provides additional funds required to support mandatory and essential work performed by Huntington Ingalls Industries Newport News. All work is approved by the government and will ensure that the ship is returned to the fleet fully mission capable at redelivery. The supplemental refueling work for CVN 73 will be accomplished by Huntington Ingalls Inc., located in Newport News, Virginia, under the authority of 10 U.S. Code 2304(c)(1). Huntington Ingalls Inc. is the original building yard contractor for all ships of the CVN 68 class, the reactor planning yard, the lead design refueling yard and the only private shipyard capable of refueling and overhauling nuclear powered aircraft carriers. Therefore, it is the only source with the knowledge, experience and facilities required to accomplish this effort in support of the refueling of CVN 73 without an unacceptable disruption of Navy-wide overhaul and repair schedule. This additional effort will ensure that the ship is returned to the fleet fully mission capable at redelivery. Work will be performed in Newport News, Virginia, and is expected to complete by August 2021. Fiscal 2018 shipbuilding and construction (Navy) funding in the amount of $40,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Bethel-Webcor Pacific JV,* Anchorage, Alaska, is being awarded firm-fixed-price task order N6247319F4865 at $39,300,000 under a multiple award construction contract for a maritime skills training center at Naval Base San Diego. The task order also contains three unexercised options and one planned modification, which if exercised would increase cumulative task order value to $41,868,747. The work to be performed provides for converting a portion of Building 3304 to house computer simulator trainers to support the Surface Warfare Officers School's mission to train sea-bound warriors to serve on surface combatants as officers. The planned modification, if issued, provides for furniture, fixtures and equipment. The options, if exercised, provide for an electrical switch, fiber optic cable and new duct bank installation and removal of existing cages in a portion of the building. Work will be performed in San Diego, California, and is expected to be completed by December 2020. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $39,300,000 are obligated on this award and will 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-5856). Keysight Technologies Inc., Englewood, Colorado, is being awarded a $9,850,400 indefinite-delivery, indefinite-quantity contract for up to 350 radio frequency vector signal generators in support of the Naval Air Systems Command's Metrology and Calibration Division. Work will be performed in Singapore, and is expected to be completed in January 2026. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $84,432 will be obligated at 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; two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833519D0137). Bluewater Management Group LLC, Norfolk, Virginia (N3220519D2002), is being awarded a $7,926,050 indefinite-delivery, requirements contract for Customer Support Unit-West for civil service mariners' lodging and transportation. The contract includes a one-year base period with four, one-year option periods, which, if exercised, would bring the cumulative value of this contract to $42,691,305. Work will be performed in San Diego, California, and is expected to be completed if all options are exercised by Sept. 30, 2024. Navy operation and maintenance funds in the amount of $7,926,050 are obligated for fiscal 2020 and will expire Oct. 1, 2020. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website and five offers received. The U.S. Navy's Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220519D2002). Harris Corp., Rochester, New York, is being awarded a $7,392,098 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a base ordering period of one year for the refurbishment of Marine Corps Radio components associated with controlled cryptographic communications. This contract includes two one-year option ordering periods which, if exercised, could bring the cumulative value of this contract to $22,850,412. Work will be performed in Rochester, New York. Work is expected to be completed October 2020. If all options are exercised, work will continue through January 2023. Fiscal 2019 working capital (Navy) funds in the amount of $1,012,868 will be obligated on the first delivery order at the 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. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity for (M67004-19-D-0002). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1905262/source/GovDelivery/

  • General Dynamics Awarded $174 Million Contract for Submarine Work

    July 15, 2019 | International, Naval

    General Dynamics Awarded $174 Million Contract for Submarine Work

    GROTON, Conn. (July 11, 2019) - The U.S. Navy today awarded General Dynamics Electric Boat a $174 million contract for nuclear-submarine work. Electric Boat is a wholly owned subsidiary of General Dynamics (NYSE: GD). Under the terms of the contract, Electric Boat will provide design agent, planning yard, and engineering services, as well as technical support for active nuclear submarines and submersible systems. The contract could be worth more than $1 billion over five years if all options are exercised and funded. Seventy percent of the work will be performed at Groton; 13 percent at Kings Bay, Ga.; 10 percent at Bangor, Wash.; 3 percent at Pearl Harbor, Hawaii; and 2 percent at Newport and Quonset Point, R.I. Work performed under this contract is expected to be completed by September 2023. General Dynamics Electric Boat has established standards of excellence in the design, construction and lifecycle support of U.S. Navy submarines. In its position as an industry leader, Electric Boat remains committed to applying its technical and business expertise to effectively manage the challenges of nuclear-submarine production. The company's three primary locations are in Groton and New London, Conn.; and Quonset Point, R.I. Its current workforce is approximately 17,000 employees. More information about Electric Boat is available at www.gdeb.com. For more information about General Dynamics, please visit www.generaldynamics.com. http://www.gdeb.com/news/news_archives/2019archives.html#07-11-19

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

    July 15, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

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

    NAVY DLT Solutions LLC, Herndon, Virginia, is 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. The agreement is part of a multi-reseller/multi-software publisher software category management award for commercial-off-the-shelf software; information technology asset management software; software maintenance support; information technology professional services; and related services in support of DoD ESI and under the direction of Office of Management and Budget, Enterprise Software Category. The software publishers are: Appdynamics, Archibus, Cloudbees, Flexera and Polyverse. The BPA provides for purchase of these products and services by the DoD, U.S. intelligence community and the Coast Guard. The overall estimated value of this BPA category is $820,450,000. The ordering period will be for a maximum of 10 years from July 12, 2019, through July 11, 2029. This 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. Four offers were received and four were selected for award. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-19-A-0045). Air New Zealand Gas Turbines, Auckland, New Zealand (N64498-19-D-4028); and MTU Maintenance Brandenburg-Berlin, Ludwigsburg, Germany (N64498-19-D-4029), were both awarded a $70,000,000 indefinite-delivery/indefinite quantity, firm-fixed-priced contract for the commercial depot-level overhaul of up to 24 L0M2500 paired blade turbine gas generators. The Naval Surface Warfare Center, Philadelphia Division, requires the commercial depot level overhaul of Navy, Coast Guard, Military Sealift Command and Foreign Military Navy LM2500 paired blade turbine gas generators, National Stock Number 2S 2835-01-032-9125. The two contractors may compete for task orders under the terms and conditions of the awarded contracts. Work under the Air New Zealand Gas Turbines contract will be completed at the contractor's facilities in Auckland, New Zealand, and is expected to be completed by June 2023. Work under the MTU Maintenance Brandenburg-Berlin contract will be completed at the contractor's facilities in Ludwigsfelde, Germany, and is expected to be completed by June 2023. Fiscal 2019 operations and maintenance (Navy) funding in the total amount of $5,740,811 will be obligated at time of award and will 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, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (Awarded July 10, 2019) C&C Power Solutions LLC,* Columbus, Georgia, is being awarded a $65,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract to procure, renovate, repower, overhaul and/or repair different power systems within its fleet of power equipment services at Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center (EXWC) Mobile Utilities Support Equipment (MUSE). Initial seed task order is being awarded at $2,559,924 for a four, 900-kilowatt generator package at EXWC MUSE Port Hueneme, California. Work for this task order is expected to be completed by July 2020. All work on this contract will be performed in Port Hueneme, California, and is expected to be completed by July 2025. Fiscal 2019 other procurement, Navy (OP, N) contract funds in the amount of $2,559,924 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by OP, N. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The EXWC Acquisitions Department, Port Hueneme, California, is the contracting activity (N39430-19-D-2124). Palantir Technologies, Palo Alto, California, is being awarded a $27,640,000 fixed-price blanket purchase agreement under the Department of Defense (DoD) Enterprise Software Initiative to provide commercial-off-the-shelf hardware, software and services for DoD, the Intelligence community and the Coast Guard. This one-year agreement includes four, one-year option periods, which if exercised, would bring the potential value of this agreement to an estimated $143,800,000 million. The ordering period of the base agreement will be from July 12, 2019, through July 11, 2020. If all options are exercised, the ordering period will extend through July 11, 2024. No funds will be obligated at the time of award. Funds will be obligated at the delivery order level using operations and maintenance (DoD) funds. This agreement was non-competitively procured with a brand name justification in accordance with Federal Acquisition Regulation 8.405-6 via a limited source solicitation and publication on the General Services Administration eBuy web site. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-19-A-0044). Mercury Defense Systems Inc., Cypress, California, is being awarded a $22,901,395 cost-plus-fixed-fee, cost reimbursable order (N00421-19-F-6104) against a previously issued basic ordering agreement (N00421-17-G-0001). This order provides for the development, integration, delivery and test of the Radar Air-to-Ground Environment in support of the Integrated Battlespace Simulation and Test Air Combat Environment Test and Evaluation Facility. Work will be performed in Cypress, California (80%); Patuxent River, Maryland (10%); and Edwards Air Force Base, California (10%), and is expected to be completed in July 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $300,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Frontier Technology Inc., Beavercreek, Ohio, is being awarded a $13,236,204 cost-plus-fixed-fee task order (N63394-19-F-0041) under previously awarded indefinite-delivery/indefinite-quantity contract N63394-17-D-0003 for providing enterprise product life cycle management integrated decision environment services. Work will be performed in Washington, District of Columbia (80%); and Chesapeake, Virginia (20%), and is expected to be completed by September 2020. Fiscal 2012 shipbuilding and conversion (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2019 research, development, test and evaluation (other defense agencies) funding in the amount of $6,722,842 will be obligated at time of award, and $6,122,842 will expire at the end of the current fiscal year. This task order was not competitively procured. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The services under this contract cover software development and installation, software configuration management and technical support, software solutions and training. These services are in support of the Affordable System Operation Effectiveness (ASOE) initiatives across the Department of Defense. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity. IAP Worldwide Services Inc., Cape Canaveral, Florida, is being awarded a $10,870,239 indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of the first option period under an IDIQ contract for base operations services at Naval Support Activity, Annapolis, Maryland. The work to be performed provides for all management, supervision, labor hours, training, equipment and supplies necessary to perform base operating services to include but not be limited to facility investment, service calls, pest control, operation of utility plants, refuse collection, special events and snow and ice removal. After award of this option, the total cumulative contract value will be $31,751,865. Work will be performed in Annapolis, Maryland, and the option period is from August 2019 to November 2019. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy); and fiscal 2019 Navy working capital funds in the amount of $7,274,602 for recurring work will be obligated on individual task orders issued during the contract period. Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-18-D-0500). Schuyler Line Navigation Co. (SLNC),* Annapolis, Maryland, is being awarded a $10,595,700 (fixed-price for firm period) firm-fixed-price contract with reimbursable elements, for employment in worldwide trade for the transportation and/or prepositioning of cargo by the shallow draft tanker MT SLNC Pax. This contract includes a one-year base period with three one-year option periods and an 11-month option period, which, if exercised, would bring the cumulative value of this contract to $51,435,950. Work will be performed in the Western Pacific Ocean (intentions Japan or Korea), and is expected to be completed, if all options are exercised, by Oct. 29, 2024. Fiscal 2019 transportation working capital funds in the amount of $1,765,950 are being obligated at time of award and none of which will expire at the end of the current fiscal year. Transportation working capital funds will be obligated in fiscal 2020 and will not expire at the end of fiscal 2020. This contract was a small business set-aside with more than 50 companies solicited via the Federal Business Opportunities website and three offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-R-3504). Paradromics Inc.,* Austin, Texas, is being awarded a contract option in the amount of $8,275,758 from a previously awarded cost type of contract. Support includes development of a neural interface system capable of performing continuous, simultaneous full-duplex (read and write) interaction with at least one thousand neurons in regions of the human sensory cortex. This option builds on the designs and prototypes developed from the base award, and provides in vivo animal testing and human studies. This option has a one-year period of performance from July 12, 2019, through July 11, 2020. Work will be performed at the contractor's facilities in Austin, Texas. The option will be incrementally funded at the time of award in the amount of $3,000,000. The original contract was competitively procured via Defense Advanced Research Projects Agency (DARPA) Broad Agency Announcement (BAA) 16-09 “Neural Engineering System Design (NESD).” Forty-one offers were received and six were selected for award. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-17-C-4005). AIR FORCE Sossec Inc., has been awarded a $355,000,000 ceiling increase modification (P0030) to previously awarded firm-fixed-price agreement FA8626-17-9-1000 for the propulsion consortium initiative. Work will be performed at Atkinson, New Hampshire, and is expected to be completed by July 31, 2024. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Propulsion Acquisition Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Textron Defense Systems, Wilmington, Massachusetts, has been awarded a $51,263,809 firm-fixed-price contract modification (P00012) to previously awarded contract FA8204-14-C-0011 for the Minuteman III Intercontinental Ballistic Missile weapon system multiprobe antenna procurement. Work will be performed at Wilmington, Massachusetts, and is expected to be completed by July 13, 2029. Fiscal 2019 procurement funds in the amount of $4,645,109 are being obligated at the time of award. The Air Force Nuclear Weapon Center, Hill Air Force Base, Layton, Utah, is the contract activity. ARMY The Boeing Co., Mesa, Arizona, was awarded a $96,873,221 modification (P00024) to foreign military sales (United Arab Emirates) contract W58RGZ-16-C-0023 for Apache aircraft integrated logistics support, product assurance and Longbow Crew Trainers. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2024. Fiscal 2010 Foreign Military Sales funds in the amount of $96,873,221 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DynCorp International LLC, Fort Worth, Texas, was awarded a $29,311,547 modification (P00251) to domestic and foreign military sales (Slovakia) contract W58RGZ-13-C-0040 for the aviation field maintenance services contract. Work will be performed in Afghanistan, Honduras and Germany, with an estimated completion date of Sept. 30, 2019. Fiscal 2010 and 2019 operations and maintenance, Army; and Foreign Military Sales funds in the combined amount of $29,311,547 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Joint Research and Development Inc.,* Stafford, Virginia, was awarded a $25,000,000 hybrid (cost-no-fee, cost-plus-fixed-fee and firms-fixed-price) contract for operations, research and technology and program and integration support for the U.S. Army Combat Capabilities Development Command, Chemical Biological Center's Chemical Biological Applications and Risk Reductions business 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 July 14, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-19-D-0008). BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $17,789,259 firm-fixed-price contract to upgrade and rehabilitate the water intake pumps at Radford Army Ammunition Plant. One bid was solicited with one bid received. Work will be performed in Radford, Virginia, with an estimated completion date of Aug. 31, 2021. Fiscal 2019 procurement of ammunition, Army funds in the amount of $17,789,259 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-11-G-0002). DEFENSE INFORMATION SYSTEMS AGENCY SES Government Solutions Inc., Reston, Virginia, was awarded a firm-fixed-price task order against the competitive single award blanket purchase agreement (BPA) from General Services Administration's Information Technology Schedule 70 contract for commercial satellite communication services, HC1013-18-A-0002, which was awarded April 13, 2018. The face value of this task order is $7,151,397, funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the BPA is $516,700,000 (contract ceiling). Performance will be centralized to the U.S. Central Command, with the BPA representing worldwide coverage. The task order period of performance is four years, consisting of a 12-month base period of July 15, 2019, through July 14, 2020, and three 12-month option periods. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (GS-35F-0328V/HC1013-18-A-0002, HC1013-19-F-0119). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1903937/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.