Filter Results:

All sectors

All categories

    2998 news articles

    You can refine the results using the filters above.

  • Contract Awards by US Department of Defense - September 25, 2018

    September 26, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 25, 2018

    ARMY Universal Consulting Services Inc., Fairfax, Virginia (W52P1J-18-D-A004); McLane Advanced Technologies LLC,* McLean, Virginia (W52P1J-18-D-A005); Raytheon Co., Waltham, Massachusetts (W52P1J-18-D-A006); Booz Allen Hamilton, McLean, Virginia (W52P1J-18-D-A007); Credence Management Solutions LLC,* Vienna, Virginia (W52P1J-18-D-A008); Leidos Innovations Corp., Gaithersburg, Maryland (W52P1J-18-D-A009); Unified Business Technologies Inc.,* Troy, Michigan (W52P1J-18-D-A010); ActioNet Inc., Vienna, Virginia (W52P1J-18-D-A011); NES Associates LLC, Alexandria, Virginia (W52P1J-18-D-A012); Excellus Solutions LLC,* McLean, Virginia (W52P1J-18-D-A013); SuprTEK Inc.,* Ashburn, Virginia (W52P1J-18-D-A014); IAP Worldwide Services Inc., Cape Canaveral, Florida (W52P1J-18-D-A015); Sabre/DCS/i3 JV (SDI JV), Warrington, Pennsylvania (W52P1J-18-D-A016); SNVC LC,* Herndon, Virginia (W52P1J-18-D-A017); Deloitte Consulting LLP, Arlington, Virginia (W52P1J-18-D-A018); DIGITALiBiz Inc.,* Rockville, Maryland (W52P1J-18-D-A019); Teksouth Corp.,* Gardendale, Alabama (W52P1J-18-D-A020); Summit Technologies LLC,* Aldie, Virginia (W52P1J-18-D-A021); Suntiva LLC,* Falls Church, Virginia (W52P1J-18-D-A022); Agile Defense Inc.,* Reston, Virginia (W52P1J-18-D-A023); Array Information Technology Inc., Greenbelt, Maryland (W52P1J-18-D-A024); GRSi (Grove Resource Solutions Inc.),* Frederick, Maryland (W52P1J-18-D-A025); CALNET Inc.*, Reston, Virginia (W52P1J-18-D-A026); ZenLogic JV,* Gainesville, Virginia (W52P1J-18-D-A027); TA Services of South Carolina LLC,* Charleston, South Carolina (W52P1J-18-D-A028); IPKeys Technologies LLC,* Stafford, Virginia (W52P1J-18-D-A029); IT Enterprise Services and Solutions, Vienna, Virginia (W52P1J-18-D-A030); Maden Technologies,* Arlington, Virginia (W52P1J-18-D-A031); IBM Corp., Bethesda, Maryland (W52P1J-18-D-A032); Hyperion Inc.,* Reston, Virginia (W52P1J-18-D-A033); Qbase LLC,* Beavercreek, Ohio (W52P1J-18-D-A034); CyberData Technologies Inc.,* Herndon, Virginia (W52P1J-18-D-A035); DirectViz Solutions LLC,* Chantilly, Virginia (W52P1J-18-D-A036); BAE Systems Information Solutions Inc., Rockville, Maryland (W52P1J-18-D-A037); American Cyber Inc.,* Clifton, Virginia (W52P1J-18-D-A038); SMS Data Products Group Inc., McLean, Virginia (W52P1J-18-D-A039); 22nd Century Holding LLC, Somerset, New Jersey (W52P1J-18-D-A040); T-Four LLC,* Alexandria, Virginia (W52P1J-18-D-A041); STG Inc., Reston, Virginia (W52P1J-18-D-A042); Vencedor Technologies LLC,* Vienna, Virginia (W52P1J-18-D-A043); Sentar Inc.* Huntsville, Alabama (W52P1J-18-D-A044); AOC Expression LLC,* Chantilly, Virginia (W52P1J-18-D-A045); ManTech Advanced Systems International Inc., Herndon, Virginia (W52P1J-18-D-A046); ASCI Inc.,* Colorado Springs, Colorado (W52P1J-18-D-A047); Advanced Software Systems Inc.,* Sterling, Virginia (W52P1J-18-D-A048); Occam Solutions Inc.,* Herndon, Virginia (W52P1J-18-D-A049); DSA Inc. (Data Systems Analysts Inc.), Feasterville Trevose, Pennsylvania (W52P1J-18-D-A050); Macro Solutions Inc.,* Washington, D.C. (W52P1J-18-D-A051); Information Gateways Inc.,* Livonia, Michigan (W52P1J-18-D-A052); VAE Inc., Springfield, Virginia (W52P1J-18-D-A053); Pragmatics Inc., Reston, Virginia (W52P1J-18-D-A054); Caelum Research Corp., Rockville, Maryland (W52P1J-18-D-A055); Criterion Systems Inc.,* Vienna, Virginia (W52P1J-18-D-A056); Soft Tech Consulting Inc.,* Chantilly, Virginia (W52P1J-18-D-A057); Strategic Operational Solutions Inc.,* Vienna, Virginia (W52P1J-18-D-A058); Fortem Solutions LLC,* Vienna, Virginia (W52P1J-18-D-A059); Vectrus Systems Corp., Colorado Springs, Colorado (W52P1J-18-D-A060); Iron Bow Technologies LLC, Herndon, Virginia (W52P1J-18-D-A061); Harmonia Holdings Group LLC,* Blacksburg, Virginia (W52P1J-18-D-A062); LOGC2 Inc.,* Decature, Alabama (W52P1J-18-D-A063); Exeter Information Technology Services LLC,* Gaithersburg, Maryland (W52P1J-18-D-A064); DRS Technical Services Inc., Dulles, Virginia (W52P1J-18-D-A065); FWG Solutions Inc.,* Washington, D.C. (W52P1J-18-D-A066); Intelligent Waves LLC,* Reston, Virginia (W52P1J-18-D-A067); Crystal Clear Technologies Inc.,* St. Petersburg, Florida (W52P1J-18-D-A068); Inserso Corp.,* Vienna, Virginia (W52P1J-18-D-A069); Stinger Ghaffarian Technologies Inc., Greenbelt, Maryland (W52P1J-18-D-A070); Technatomy Corp., Fairfax, Virginia (W52P1J-18-D-A071); n-Link Corp.,* Bend, Oregon (W52P1J-18-D-A072); Dev Technology Group Inc.,* Reston, Virginia (W52P1J-18-D-A073); Millenium Corp.,* Arlington, Virginia (W52P1J-18-D-A074); Science Applications International Corp.,* Reston, Virginia (W52P1J-18-D-A075); ITSTARS2 LLC,* Herndon, Virginia (W52P1J-18-D-A076); LinkTec LLC,* McLean, Virginia, (W52P1J-18-D-A077); ECS Federal LLC, Fairfax, Virginia (W52P1J-18-D-A078); Trowbridge & Trowbridge LLC, McLean, Virginia (W52P1J-18-D-A079); Accenture Federal Services LLC, Arlington, Virginia (W52P1J-18-D-A080); Link Solutions Inc.,* McLean Virginia (W52P1J-18-D-A081); HP Enterprise Services LLC, Herndon, Virginia (W52P1J-18-D-A082); Adams Communication & Engineering Technology Inc., Waldorf, Maryland (W52P1J-18-D-A083); Mission 1st Group Inc.,* Arlington, Virginia (W52P1J-18-D-A084); ObjectCTalk Inc.,* King of Prussia, Pennsylvania (W52P1J-18-D-A085); General Dynamics Information Technology Inc., Fairfax, Virginia (W52P1J-18-D-A086); Indigo IT LLC,* Reston, Virginia (W52P1J-18-D-A087); Digital Management Inc., Bethesda, Maryland (W52P1J-18-D-A088); Banc3 Inc.,* Princeton, New Jersey (W52P1J-18-D-A089); CSRA Inc., Falls Church, Virginia (W52P1J-18-D-A090); American Systems Corp., Chantilly, Virginia (W52P1J-18-D-A091); Bravura Information Technology Systems Inc.,* Aberdeen, Maryland (W52P1J-18-D-A092); Harris IT Services Corp. (now Peraton Inc.), Herndon, Virginia (W52P1J-18-D-A093); NCI Information Systems Inc., Reston, Virginia (W52P1J-18-D-A094); Jacobs, Tullahoma, Tennessee (W52P1J-18-D-A095); SNR Systems LLC,* Ashburn, Virginia (W52P1J-18-D-A096); Tiger Creek Consulting Inc.,* Fairfax, Virginia (W52P1J-18-D-A097); New Directions Technologies Inc.,* Ridgecrest, California (W52P1J-18-D-A098); URS Federal Services Inc., Germantown, Maryland (W52P1J-18-D-A099); Business Mission Edge LLC,* Bethesda, Maryland (W52P1J-18-D-A100); GC&E Systems Group Inc.,* Norcross, Georgia (W52P1J-18-D-A101); Phacil Inc.,* McLean, Virginia (W52P1J-18-D-A102); LinTech-Pragmatics JV,* Reston, Virginia (W52P1J-18-D-A103); ITES Venture LLC,* Fairfax, Virginia (W52P1J-18-D-A104); Synteras LLC,* Herndon, Virginia (W52P1J-18-D-A105); NTT DATA Services Federal Government Inc., Herndon, Virginia (W52P1J-18-D-A106); B&D Consulting Inc.,* Hagerstown, Maryland (W52P1J-18-D-A107); Technology, Automation & Management Inc.,* Fairfax, Virginia (W52P1J-18-D-A108); World Wide Technology Inc., Maryland Heights, Missouri (W52P1J-18-D-A109); Halfaker and Associates LLC,* Arlington, Virginia (W52P1J-18-D-A110); IP Network Solutions Inc.,* Herndon, Virginia (W52P1J-18-D-A111); MetroStar Systems Inc.,* Reston, Virginia (W52P1J-18-D-A112); Innovative Management Concepts Inc.,* Dulles, Virginia (W52P1J-18-D-A113); Akira Technologies Inc.,* Washington, District of Columbia (W52P1J-18-D-A115); Optivor Technologies LLC,*Annapolis Junction, Maryland (W52P1J-18-D-A117); Kingfisher, Systems Inc.,* Falls Church, Virginia (W52P1J-18-D-A118); Cybermedia Technologies Inc.,* Reston, Virginia (W52P1J-18-D-A119); Computer World Services Corp.,* Washington, District of Columbia (W52P1J-18-D-A120); 3Vesta LLC,* Falls Church, Virginia (W52P1J-18-D-A121); Logistics Systems Inc.,* Washington, District of Columbia (W52P1J-18-D-A122); S4 Inc.,* Bedford, Massachusetts (W52P1J-18-D-A123); M.C. Dean Inc., Tysons Corner, Virginia (W52P1J-18-D-A124); Savantage Solutions,* Rockville, Maryland (W52P1J-18-D-A125); Superior Government Solutions Inc.,* Falls Church, Virginia (W52P1J-18-D-A126); AT&T Government Solutions Inc., Vienna, Virginia (W52P1J-18-D-A127); Innovations JV LLC,* Chantilly, Virginia (W52P1J-18-D-A128); Fortem Services Group LLC,* Herndon, Virginia (W52P1J-18-D-A129); Unisys Corp., Reston, Virginia (W52P1J-18-D-A130); NexGen Data Systems Inc.,* Goose Creek, South Carolina (W52P1J-18-D-A131); EZteq LLC,* Reston, Virginia (W52P1J-18-D-A132); TELESIS Corp.,* McLean, Virginia (W52P1J-18-D-A133); Attain SuprTEK LLC, McLean, Virginia (W52P1J-18-D-A134); FEDITC LLC,* Rockville, Maryland (W52P1J-18-D-A135); CKA LLC,* Sterling, Virginia (W52P1J-18-D-A136); Northrop Grumman, Herndon, Virginia (W52P1J-18-D-A137); CACI-ISS Inc., Chantilly, Virginia (W52P1J-18-D-A138); Synaptek Corp.,* Reston, Virginia (W52P1J-18-D-A139); and Ace Info Solutions Inc., Reston, Virginia (W52P1J-18-D-A140), will compete for each order of the $12,100,000,000 hybrid (cost, firm-fixed-price, and time-and-materials) contract for Information Technology Enterprise Solutions-3 services. Bids were solicited via the internet with 187 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2027. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Raytheon Co., Andover, Massachusetts, was awarded a $1,528,780,740 modification (P00030) to Foreign Military Sales (Poland) contract W31P4Q-15-C-0022 for Phased Array Tracking Radar to Intercept on Target (PATRIOT). Work will be performed in Andover, Massachusetts; White Sands Missile Range, New Mexico; and Merrimack, New Hampshire, with an estimated completion date of Dec. 31, 2022. Fiscal 2018 foreign military sales funds in the amount of $922,467,122 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Nammo Talley Inc., Mesa, Arizona, was awarded a $135,060,000 firm-fixed-price contract for the production of the Bunker Defeat Munition, XM808 Subcaliber Trainer, and the Field Handling Trainer. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2021. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-18-D-0163). Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $60,947,957 firm-fixed-price contract for repair of the Utility Helicopter-60 Blackhawk transmission. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-18-D-0071). Cox Construction, Vista, California, was awarded a $32,416,000 firm-fixed-price contract for design, bid, build and construction of a new 800-member Army Reserve Center. Bids were solicited via the internet with two received. Work will be performed in Fallbrook, California, with an estimated completion date of Nov. 5, 2020. Fiscal 2014 and 2018 military construction funds in the amount of $32,416,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-18-C-0036). Turner Construction Co., Huntsville, Alabama, was awarded a $27,223,895 firm-fixed-price contract for renovation of Army primary standards lab. Bids were solicited via the internet with three received. Work will be performed in Huntsville, Alabama, with an estimated completion date of Jan. 2, 2021. Fiscal 2018 operations and maintenance Army funds in the amount of $27,223,895 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-18-C-0031). Carasoft Technology Corp., Reston, Virginia, was awarded a $25,017,802 firm-fixed-price contract to migrate Army Enterprise System Integration Program Hub to Cloud along with managed services to accomplish their mission. Three bids were solicited with three bids received. Work will be performed in Reston, Virginia, with an estimated completion date of Sept. 13, 2021. Fiscal 2018 operations and maintenance Army funds in the amount of $24,914,298 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-18-F-0375). American Ordnance LLC, Middletown, Iowa, was awarded a $23,178,756 firm-fixed-price contract for Mine Clearing Line Charge systems. One bid was solicited with one bid received. Work will be performed in Middletown, Iowa, with an estimated completion date of Dec. 31, 2020. Fiscal 2016 and 2018 other procurement, Army funds in the amount of $23,178,756 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-18-C-0057). BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $20,285,513 modification (P00666) to contract DAAA09-98-E-0006 for sewer line repair and replacement at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Sept. 30, 2020. Fiscal 2018 other procurement, Army funds in the amount of $20,285,513 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. HHI Corp.,* Ogden, Utah, was awarded an $18,943,387 firm-fixed-price contract to construct an ammunition inspection repair and repacking facility, ammunition storehouse, earth-covered magazines, igloo-style storage, and open storage area. Bids were solicited via the internet with two received. Work will be performed in Fort Carson, Colorado, with an estimated completion date of May 31, 2020. Fiscal 2014 and 2018 military construction funds in the amount of $18,943,387 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-18-C-0037). LGC Global Inc.,* Detroit, Ohio, was awarded a $13,810,000 firm-fixed-price contract to renovate KC-135 aircraft hangar. Bids were solicited via the internet with six received. Work will be performed in Columbus, Ohio, with an estimated completion date of May 29, 2020. Fiscal 2018 operations and maintenance Army in the amount of $13,810,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Ohio, is the contracting activity (W91364-18-C-5003). MedTrust LLC, San Antonio, Texas, was awarded a $13,500,000 firm-fixed-price contract for registered nursing services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2019. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-18-D-0030). Johnson Machine Works Inc.,* Chariton, Iowa, was awarded a $12,627,614 firm-fixed-price contract for supply of miter gates for Lock and Dam 5A, and Locks 8 and 10. Bids were solicited via the internet with three received. Work will be performed in Chariton, Iowa, with an estimated completion date of Oct. 27, 2023. Fiscal 2018 operations and maintenance, Army funds in the amount of $12,627,614 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity (W912ES-18-C-0013). Gilbane Federal, Concord, California, was awarded a $12,255,392 firm-fixed-price contract for construction of automation-aided instructional building. Bids were solicited via the internet with two received. Work will be performed in Fort Gordon, Georgia, with an estimated completion date of Jan. 18, 2020. Fiscal 2014 and 2018 military construction funds in the amount of $12,255,392 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-18-C-3003). Day & Zimmermann Lone Star LLC, Texarkana, Texas, was awarded a $10,375,695 modification (P00011) to contract W52P1J-16-C-0001 for M67 fragmentation hand grenades. Work will be performed in Texarkana, Texas, with an estimated completion date of Aug. 31, 2021. Fiscal 2018 other procurement, Army funds in the amount of $10,375,695 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Zyscovich Inc., Miami, Florida, was awarded a $10,000,000 fixed-price-award-fee contract for architect-engineering services. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2023. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-18-D-0013). Schenkel & Shultz Inc., Orlando, Florida, was awarded a $10,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2023. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-18-D-0010). Wright Contracting,* Knoxville, Tennessee (W912L7-18-D-0001); Rick Cox Construction Co.,* Harriman, Tennessee (W912L7-18-D-0002); Pangea Inc.,* St. Louis, Missouri (W912L7-18-D-0003); P&W Construction LLC,* Knoxville, Tennessee (W912L7-18-D-0004); NCS/EML JV,* Louisville, Tennessee (W912L7-18-D-0005); SAF Inc.,* Nashville, Tennessee (W912L7-18-D-0006); R.L. Alvarez Construction LLC,* Clarksville, Tennessee (W912L7-18-D-0007); Semper Tek Inc.,* Lexington, Kentucky (W912L7-18-D-0008); All Phase Solutions,* Delray Beach, Florida (W912L7-18-D-0009); Chief Electric Co.,* Memphis, Tennessee (W912L7-18-D-0010); and Howard Pence Inc.,* Elizabethtown, Kentucky (W912L7-18-D-0011), will compete for each order of the $10,000,000 firm-fixed-price contract for construction projects to support the Tennessee National Guard. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2023. U.S. Property and Fiscal Office, Tennessee, is the contracting activity. Leidos Inc., Reston, Virginia, was awarded a $9,805,063 cost-plus-fixed-fee contract to complete the RQ-7Bv2 integration, testing, and qualification of the design developed under Phase III of the RQ-7B Shadow Assured Positioning, Navigation, and Timing program. Three bids were solicited with two bids received. Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of Sept. 30, 2020. Fiscal 2018 research, development, test and evaluation funds in the amount of $5,272,644 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-F-0687). Lead Builders Inc.,* Thousand Oaks, California, was awarded a $7,890,000 firm-fixed-price contract for hangar repairs and upgrades. Bids were solicited via the internet with 13 received. Work will be performed in Edwards Air Force Base, California, with an estimated completion date of Oct. 31, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $7,890,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-18-C-0039). Cape Environmental Management Inc.,* Overland Park, Kansas, was awarded a $7,716,908 firm-fixed-price contract for perform remediation of sites at the former Sunflower Army Ammunition Plant in De Soto, Kansas. Seven bids were solicited with seven bids received. Work will be performed in De Soto, Kansas, with an estimated completion date of Nov. 6, 2022. Fiscal 2018 operations and maintenance Army funds in the amount of $7,716,908 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-18-F-3021). Sierra Nevada Corp., Sparks, Nevada, was awarded a $7,285,595 hybrid (cost, cost-plus-incentive-fee, and firm-fixed-price) contract for First Article Testing prototypes of a Medical Hands-Free Ultra-Wideband Broadcast device capable of meeting airworthiness. One bid was solicited with one bid received. Work will be performed in Sparks, Nevada, with an estimated completion date of Aug. 25, 2023. Fiscal 2018 research, development, test and evaluation funds in the amount of $3,614,043 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-C-0232). NAVY Orbis Sibro Inc., Mount Pleasant, South Carolina (N3904018D0003); Q.E.D. Systems Inc., Virginia Beach, Virginia (N3904018D0004), Delphinus Engineering, Eddystone, Pennsylvania (N3904018D0005); and Oceaneering Intl., Chesapeake, Virginia (N3904018D0006), are awarded a combined cumulative $166,961,483 cost-plus fixed fee, indefinite-delivery/indefinite-quantity, multiple award contracts to provide non-nuclear production support for U.S. naval submarine projects/repairs. This requirement includes touch labor efforts for 14 trades onboard Virginia and Los Angeles class submarines. The services under these contracts cover marine electrician, industrial fire watch/laborer, marine pipefitter, outside marine machinist, marine painter, weight handler, marine ship fitter, shipwright, welder, sheet metal, marine insulator, abrasive blaster, deck time setter, sound tile setter for upcoming submarine availabilities. Work will be performed in Kittery, Maine, and is expected to be completed by October 2019. If all options are exercised, work will continue through October 2023. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $4,000 ($1,000 minimum guarantee per contract) will be obligated at time of award and expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with four offers received in accordance with Federal Acquisition Regulations Part 15. The Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity. Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded a $81,433,819 firm-fixed-priced, performance-based logistics requirements contract for logistics and repair support for 221 components in support of the F/A-18 A-F and E/A-18 G aircrafts as well as two additional components that are common across several aviation platforms including EA6, KC130, S3B, MH60, SH60, V-22, C2A, E2C, TE2C, P-3C, and the EP-3E aircrafts. This contract includes a four-year base period with no options. Work will be performed in College Park, Georgia (34 percent); Jacksonville, Florida (33 percent); and North Island, California (33 percent). Work is expected to be completed by September 2022. No funds will be obligated at the time of award. Working capital (Navy) funds and Australian funds under the Foreign Military Sales Program will be obligated to fund delivery orders as they are issued. Funds will not expire at the end of the current fiscal year. This contract was a sole source pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), 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. (N00383-18-D-PV01) Goodwill Industries, Southeastern Wisconsin, Greendale, Wisconsin, is awarded an $80,004,557 firm-fixed-price contract to provide food and logistics support services for the Galley and Uniform Issue Department in support of the Recruit Training Command, Training Support Center, and other tenant activities located within the Naval Station Great Lakes. The contract will include a one-year base period and nine one-year option periods which if exercised, the total value of this contract will be $824,074,038. Work will be performed in Great Lakes, Illinois, and work is expected to be completed by September 2019. If all options are exercised, work will be completed by September 2028. Subject to the availability of funds, at time of award, funds will be incrementally funded under the contract's base period utilizing fiscal 2019 operations and maintenance (Navy) funds in the amount of $3,434,398 that will expire at the end of the current fiscal year; and working capital funds (Navy) in the amount of $3,626,578 that will not expire at the end of the current fiscal year. This solicitation for a non-competitive requirement was pursuant to the Javits-Wagner-O'Day Act (41 U.S.C. 46-48c) and the rules of the Committee for Purchase from People Who Are Blind or Severely Disabled (41 CFR Chapter 51) which implements the AbilityOne Program. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia, Pennsylvania, is the contracting activity. (N00189-18-C-Z053) Raytheon Co. Missile Systems, Tucson, Arizona, is awarded a $46,663,856 cost-plus-fixed-fee contract for technical maturation and risk reduction of the Miniature Air Launched Decoy-Navy. Work will be performed in Tucson, Arizona (81 percent); East Hartford, Connecticut (4 percent); El Segundo, California (3 percent); Salt Lake City, Utah (3 percent); Papendrecht, Netherlands (3 percent); Cedar Rapids, Iowa (2 percent); Akron, Ohio (2 percent); and Indianapolis, Indiana (2 percent), and is expected to be completed in November 2020. Fiscal 2018 research, development, test and evaluation funds (Navy) in the amount of $10,445,410 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 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-18-C-0088). Omega Aerial Refueling Services, Inc.,* Alexandria, Virginia, is awarded a not-to-exceed $41,586,391 modification P00020 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-13-D-0010). This modification extends the period of performance to provide aerial refueling services to the Department of the Navy, other Department of Defense agencies, and Foreign Military Sales customers during missions ranging from basic training to multi-national exercises. Work will be performed in Riverside, California (50 percent); Brunswick, Georgia (40 percent); and various locations outside the continental U.S. (10 percent), and is expected to be completed in March 2019. No funds will be obligated at time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. GHD Setiadi Kaula AE JV, Honolulu, Hawaii, is awarded a maximum amount $40,000,000 indefinite-delivery/indefinite-quantity architect-engineering (AE) contract for AE services for various base infrastructure projects and other projects primarily under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR). The work to be performed provides for AE services for base infrastructure and other civil design/engineering services. AE services include, but are not limited to, the execution and delivery of military construction project documentation; functional analysis and concept development workshops and design charrettes; design-build request for proposal solicitation documents; design-bid-build design contract documents; technical surveys and reports including concept studies, site engineering investigations, pavement condition surveys, topographical surveys, geotechnical investigations, hazardous material surveys, munitions of explosive concern surveys, hydrographic surveys, and others; construction cost estimates; collateral equipment buy packages; comprehensive interior design including structural interior design and furniture, fixtures, and equipment; and post construction award services. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force, and other government facilities within the NAVFAC Pacific AOR including but not limited to Guam and the Northern Marianas Islands (70 percent); Australia (20 percent); and Hawaii (10 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2023. Fiscal 2017 military construction (MILCON), (planning and design) contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-18-D-0005). Vista Research, Inc.,* Arlington, Virginia, is awarded a $36,226,053 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for a Small Business Innovation Research Phase III effort stemming from a Phase I, Phase II, and Phase III contract under Topic H-SB06.1-004, Signal Processing for a Southern Border Surveillance System. This requirement provides for up to eight Vista F50-ER1 Air Surveillance Radar (ASR) systems, including installation; and operation and sustainment support for 11 Vista F50-ER1 ASR systems, including three previously installed on ships. Work will be performed in Arlington, Virginia, and is expected to be completed in September 2023. Fiscal 2018 working capital funds (Navy) in the amount of $2,267,999 will be obligated at time of award; none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-5. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey is the contracting activity (N68335-18-D-0046). Jacobs Technology, Inc., Tullahoma, Tennessee, is awarded a $30,637,699 indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Station Mayport, Marine Corps Support Facility Blount Island, and outlying areas. The maximum dollar value including the base period and seven option years is $241,743,338. The work to be performed provides for base operations support services to include port operations, facility investment, custodial, pest control, integrated solid waste management, other (swimming pools), grounds maintenance and landscaping, utilities management, electrical, wastewater, steam, water, base support vehicles and equipment, and environmental. Work will be performed in Jacksonville, Florida; Naval Station Mayport (62 percent); Blount Island (37 percent); and outlying areas (1 percent), and is expected to be completed by December 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 Navy working capital funds; fiscal 2019 Defense Health Program; fiscal 2019 operations and maintenance (Marine Corps); fiscal 2019 operations and maintenance (Marine Corps Reserve); and fiscal 2019 family housing operations and maintenance (Navy) contract funds in the amount of $25,168,579 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-D-1800). Creare LLC*, Hanover, New Hampshire, is awarded a $23,817,898 not-to-exceed, indefinite-delivery/indefinite-quantity contract for the procurement of up to 22 Compact Swaging Machines (CSMs) in support of the Aircraft Launch and Recovery System Recovery Program in support of a Small Business Innovation Research (SBIR) Phase III effort. The CSM is an advanced hydraulic system that uses up to 800 tons of pressure to swage a terminal onto an aircraft carrier purchase cable. These services are in support of SBIR Topic N06-T023 entitled “A Portable Swaging Machine for Aircraft Carrier Purchase Cable Terminals.” Work will be performed in Hanover, New Hampshire, and is expected to be completed in September 2023. Fiscal 2017 other procurement (Navy) funds in the amount of $3,767,604 are being 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 10 U.S. Code 2304(c)(5). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-D-0067). DRS Network and Imaging Systems LLC, Melbourne, Florida, is awarded a $20,966,982 modification to previously awarded contract (N00164-12-D-JQ49) for the procurement of improved day/night observation device(s) (INOD) in support of the Marine Corps and U.S. Special Operations Command. The INOD is a cooled thermal mid-wave infrared imager with the ability to import data and export images. The system enables operators to successfully engage targets beyond 800 meters as well as see their bullet trace. Work will be performed in Melbourne, Florida (84 percent); and Dallas, Texas (16 percent), and is expected to be completed by May 2020. Fiscal 2018 procurement (Marine Corps) funding in the amount of $17,389,713; and fiscal 2018 procurement (defense-wide) funding in the amount of $2,329,338 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract modification was not competitively procured pursuant to 10 U.S. Code 2304(c)(1) and Federal Acquisition Regulation 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-12-D-JQ49). The Boeing Co., St. Louis, Missouri, is awarded $17,924,406 for modification P00001 to a cost-plus-fixed-fee delivery order (N0001918F0051) previously issued against basic ordering agreement N00019-16-G-0001. This modification is incorporation of Engineering Change Proposal (ECP) 6488, “Secondary Bleed Air Regulator and Shut Off Valve Improvement.” The intent of the ECP is to improve aircraft reliability through the procurement of recurring kits for the secondary bleed air regulator and shut off valve in support of an F/A-18E/F and EA-18G initiative committed to the elimination of physiological episodes. Work will be performed in Irvine, California, and is expected to be completed in January 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $17,924,406 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. Elbit Systems of America, Fort Worth, Texas, is awarded $16,471,564 for firm-fixed-price delivery order N0001918F2390, against a previously issued basic ordering agreement (N00019-17-G-0014). This order procures standby flight displays to support government furnished equipment requirements for production aircraft; MV-22 Sustainment and Foreign Military Sales (FMS) production spares. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2021. Fiscal 2018 working capital (Navy); fiscal 2018 aircraft procurement (Navy); fiscal 2016 advanced procurement (Air Force); and FMS funds in the amount of $12,563,165 are being obligated on this award, $11,963,765 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Ranger Land Systems Inc.,* Huntsville, Alabama, is awarded a $15,512,732 firm-fixed-price, time and materials, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for commercial maintenance, refurbishment, inspection and repair of Bearcats, High-Mobility Multipurpose Wheeled Vehicles, Logistics Vehicle System Replacement, 7-ton trucks, Joint Light Tactical Vehicles, aircraft rescue firefighting and tactical trailers. Work will be performed in Jasper, Indiana, and is expected to be completed by September 2023. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $671,628 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, Crane Division, Crane, Indiana, is the contracting activity (N00164-18-D-JV22). Nav Systems Inc., Chesapeake, Virginia (N3220518D4863); Barney A Cagle, Honolulu, Hawaii (N3220518D4864); Northrop Grumman Systems Corp. Maritime Systems, Charlottesville, Virginia (N3220518D4865); and Northrop Grumman Systems Corp., Sperry Marine Division, Harvey, Louisiana (N3220518D4866), are awarded a combined cumulative ceiling $12,800,975 multiple award, indefinite-delivery/indefinite-quantity contract for a broad range of systems and service support for Military Sealift Command vessels' bridge electronic communication equipment, steering gear, navigation equipment, and various safety systems. Work will be performed in Original Equipment Manufacturer authorized marine service facilities, shipyards, and underway/onboard the vessels in various locations around the world. Work is expected to be completed by Sept. 29, 2021. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $3,500 per contract for a total of $14,000, will be obligated as the initial task orders and will satisfy the minimum guarantee requirements. Funds will expire at the end of the current fiscal year. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with five offers received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. Sealift Inc., Oyster Bay, New York, is awarded a $12,421,315 modification under previously awarded firm-fixed-price reimbursable contract N3220515C3201 to exercise option period four for the U.S. flagged vessel MV LTC John U. D. Page for prepositioning and transportation of cargo for the Department of the Army. The vessel is employed in worldwide trade for the transportation and prepositioning of cargo (including, but not limited to, hazardous cargo, explosives, ammunition, vehicular, containerized, and general cargo); and for military readiness, in accordance with the terms of this charter. The current contract includes a two-month firm period of the performance, four one-year option periods, and one nine-month option period. Working capital funds in the amount of $12,421,315 is currently available for performance, and will not expire at the end of the current fiscal year. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. Blue Skies Furniture LLC, Colorado Springs, Colorado, is awarded an $11,364,203 firm-fixed-price, four-year, indefinite-delivery/indefinite-quantity contract for branded furniture in support of Marine Corps Recruiting. This contract has a four-year ordering period with no options. Work will be performed at Colorado Springs, Colorado, and is expected to be completed Sept. 24, 2022. Fiscal 2018 operations and maintenance (Marine Corps) funding in the amount of $300,000, will be cited and obligated on the first delivery order and will expire at the end of the current fiscal year. This contract was competitively solicited and procured via solicitation on the Federal Business Opportunity website, with four proposals received. The Regional Contracting Office, Parris Island, South Carolina, is the contracting activity (M00263-18-D-1004). Sierra Nevada Corp., Sparks, Nevada, is awarded $10,850,638 for cost-plus-fixed-fee task order N0042118F0744 against a previously issued basic ordering agreement (N00421-15-G-0001). This task order provides engineering analysis and technical services to assess and investigate hardware and software trouble reports and perform corrective action in support of sustainment activities associated with the Landing System Upgrade program for Air Traffic Control and Landing Systems. Work will be performed in St. Inigoes, Maryland, and is expected to be completed in September 2020. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $844,000 will be obligated at time of award, all 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. Sealift Inc., Oyster Bay, New York, is awarded a $9,581,250 modification to previously awarded firm-fixed-price, reimbursable contract N3220516C3501 to exercise option period three for the U.S. flagged vessel MV SSG Edward A. Carter Jr. for prepositioning and transportation of cargo for the U.S. Department of the Army. The vessel is employed in worldwide trade for the transportation and prepositioning of cargo (including, but not limited to, hazardous cargo, explosives, ammunition, vehicular, containerized, and general cargo); and for military readiness, in accordance with the terms of this charter. The current contract includes a five-month firm period of the performance, four one-year option periods and one five-month option period. If all options are exercised the value of the contract will be $71,243,437. Working capital funds in the amount of $9,581,250 are currently available for performance under this contract, and will not expire at the end of the current fiscal year. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. Deloitte Consulting LLP, Arlington, Virginia, is awarded an $8,118,024 modification to a previously awarded cost-plus-fixed-fee contract (N00039-15-C-0037) to exercise an option for program management office support for the Program Executive Office Enterprise Information Systems' Navy Enterprise Networks Program Office. Services being acquired are programmatic, technical, engineering and integrated logistics, and application sustainment to support the naval enterprise Order to Payment System. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $48,007,634. Work will be performed in Washington, District of Columbia, and is expected to be completed by September 2019. If all options are exercised, work could continue until September 2020. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $5,714,943 will be placed on contract and obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity. General Dynamics Electric Boat, Groton, Connecticut, is awarded $7,658,054 for modification P00006 to a previously awarded cost-plus-fixed-fee contract (N00030-17-C-0028) to provide various labor and material items in support of Strategic Weapons Systems Ashore, SSGN Repair, United Kingdom Dreadnought Trainer upgrades and training for Strategic Systems Programs. Work will be performed in Groton, Connecticut (44 percent); Cape Canaveral, Florida (12 percent); Kings Bay, Georgia (12 percent); Bangor, Washington (12 percent); Faslane, Scotland (12 percent); and Washington, District of Columbia (8 percent), with a completion date of April 30, 2021. Fiscal 2018 United Kingdom funds in the amount of $4,811,449; fiscal 2018 research and development test and evaluation funds in the amount of $2,771,780; and fiscal 2018 operations and maintenance (Navy) funds in the amount of $74,825 are being obligated on this modification. Funds in the amounts of $74,825 will expire at the end of fiscal 2018. The Navy's Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Erie Forge & Steel Inc., Erie, Pennsylvania, was awarded a not-to-exceed $7,323,320 for firm-fixed-price contract for the manufacture of propulsion shaft sections for the Virginia-class submarines. All work will be performed in Erie, Pennsylvania, and is expected to be completed by March 2020. Fiscal 2018 other procurement (Navy) funds in the amount of $5,424,240 will be obligated at time of award, and will not expire at the end of the current fiscal year. This requirement was competitively procured with the solicitation posted to the Federal Business Opportunities website, with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity. (Awarded Sept. 24, 2018) DEFENSE LOGISTICS AGENCY Constructicon Corp.,* Mountain View, California (SP3300-18-D-0018); Ironwood Commercial Builders, Inc.,* Pleasant Hill, California (SP3300-18-D-0019); Parshall Construction,* Concord, California (SP3300-18-D-0020); Patriot Construction, Inc.,** Stockton, California (SP3300-18-D-0021); Souza Construction, Inc.,* Farmersville, California (SP3300-18-D-0022) and Spectrum Services Group, Inc.,** Sacramento, California (SP3300-18-D-0023), are sharing a maximum $67,796,801 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SP3300-18-R-0002 for various construction related efforts. This was a competitive acquisition with 12 offers received. These are five-year contracts with no option periods. Location of performance is California, with a Sept. 24, 2023, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. General Electric Aviation, Vandalia, Ohio, has been awarded a $52,462,485 firm-fixed-priced delivery order (SPRPA1-18-F-KC0S) against a five-year basic ordering agreement (SPE4A1-14-G-0009) for F/A-18 aircraft generators. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Ohio, with an April 1, 2024, performance completion date. Using service is Navy. Type of appropriation is fiscal 2018 through 2024 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Facility Site Contractors Inc.,* Halethorpe, Maryland (SP3300-18-D-0012); Ritz Construction Inc.,** Monrovia, Maryland (SP3300-18-D-0013); Argus CJW JV LLC,** Norfolk, Virginia (SP3300-18-D-0014); A.P. Williams Inc.,* Harrisburg, Pennsylvania (SP3300-18-D-0015); CBLA JV LLC,** Dillsburg, Pennsylvania (SP3300-18-D-0016); and Serviam Construction LLC,*** Altoona, Pennsylvania (SP3300-18-D-0017) are sharing a $40,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SP3300-18-R-0003 for various construction related efforts. This was a competitive acquisition with 17 offers received. These are five-year contracts with no option periods. Location of performance is Pennsylvania, with a Sept. 24, 2023, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. Seattle Lighthouse for the Blind,***** Seattle, Washington, has been awarded a maximum $33,204,950 modification (P00006) exercising the first one-year option period of a one-year base contract (SPE1C1-17-D-B027) with three one-year option periods for multi-purpose personal hydration systems and components. This is a firm-fixed-price, indefinite-quantity contract. Location of performance is Washington, with a Sept. 30, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. North American Manufacturing,* Scranton, Pennsylvania, has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for military folding cots. This was a competitive acquisition with one response received. This is a two-year base contract with three one-year option periods. Location of performance is Pennsylvania, with a Sept. 25, 2020, performance completion date. Using customers are Army, Air Force, Navy, Marine Corps and other federal civilian agencies. Type of appropriation is fiscal 2018 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-18-D-0002). Northrop Grumman Systems Corp., El Segundo, California, has been awarded a maximum $22,480,020 firm-fixed price delivery order (SPRPA1-18-F-LT20) against a five-year basic ordering agreement (SPRPA1-15-G-001Z) for F/A-18 doors. This is a 37-month contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is California, with an Oct. 31, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Pietro Carnaghi USA Inc.,****** Pine Brook, New Jersey, has been awarded a maximum $12,305,331 firm-fixed-price contract for a Gantry Mill machine. This was a competitive acquisition and two offers received. This is an 18-month contract with no option periods. Locations of performance are Pennsylvania and Italy with a March 6, 2020, performance completion date. The using customer is Defense Logistics Agency. The type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A8-18-C-0003). General Electric Co., Lynn, Massachusetts, has been awarded a maximum $12,031,431 firm-fixed-price delivery order (SPRPA1-18-F-E00E) against a five-year basic ordering agreement (FA812214G0001) for aircraft engine combustion chambers. 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 three-year contract with no option periods. Location of performance is Massachusetts, with a Dec. 30, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Ritz Construction Inc.,** Monrovia, Maryland, has been awarded a maximum $7,193,360 firm-fixed-price contract for building renovations. This is a one-year plus contract with no option periods. This was a competitive acquisition with nine offers received. Location of performance is Pennsylvania, with a March 24, 2020, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300-18-C-0022). AIR FORCE General Electric Aviation, Cincinnati, Ohio, has been awarded a $58,569,065 firm-fixed-price order (FA8122-18-F-0034) against basic ordering agreement FA8122-14-G-0001 for sustainment of the Royal Saudi Air Force F-15SA. This contract provides F110-129 engine consumables, spares, war-readiness spare kits, and support equipment. Work will be performed in Cincinnati, Ohio, and is expected to be completed by Sept. 24, 2020. This contract involves foreign military sales to Saudi Arabia and is the result of a sole-source acquisition. Non-expiring foreign military sales funds in the amount of $58,569,065 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8122-18-F-0034). Ultra Electronics Advanced Tactical Systems Inc., Austin, Texas, has been awarded a $47,000,000 requirements-type, firm-fixed-price, cost-reimbursable contract for the Joint Air Defense Systems Integrator program. This contract provides software sustainment support services. Work will be performed in Austin, Texas, and is expected to be completed by May 30, 2023. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $3,056,675 are being obligated at the time of award on the first order. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8574-18-D-0006). L3 Technologies Inc., Arlington, Texas, has been awarded a $8,082,879 bilateral modification (P00163) to contract FA8621-13-C-6323 for Sensor Operator Fidelity Improvements IV. Work will be performed in Arlington, Texas, and is expected to be completed by Jan. 30, 2020. Fiscal 2018 research, development, test and evaluation funds in the amount of $3,950,503; fiscal 2018 operations and maintenance funds in the amount of $2,614,361; and fiscal 2018 Air National Guard funds in the amount of $1,518,015 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Northrup Grumman, Herndon, Virginia, has been awarded a $13,825,722 cost-plus-fixed-fee contract for product data management and migration support Services. This contract provides for all labor, supplies, and technical support services necessary to operate and maintain Robins Air Force Base, Georgia, product data hardware and software; to aid government customers in managing and executing technical data generation, acceptance and sustainment activities, processes, and products within the product data environment; and to support data improvement, cleansing and migration efforts necessary to prepare data for transition into modernized and/or Air Force enterprise-level systems. Work will be performed in Robins AFB, Georgia, and is expected to be completed by Aug. 15, 2019. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $13,825,722 are being obligated at the time of award. Air Force Sustainment Center, Robins AFB, Georgia, is the contracting activity (FA8501-18-F-0210). WASHINGTON HEADQUARTERS SERVICES Eccalon LLC, Hanover, Maryland, is being awarded an $8,448,706 firm-fixed-price contract to provide National Security Technology Accelerator Program support for the Office of Manufacturing and Industrial Base Policy. Work will be performed at the Mark Center, Virginia, with an expected completion date of Sept. 27, 2023. Fiscal 2018 research, development, test and evaluation funds in the amount of $8,448,706 are being obligated at time of award. This contract was competitively procured, with three proposals received. The Washington Headquarters Services, Acquisition Directorate, Arlington, Virginia, is the contracting activity (HQ0034-18-F-0572). *Small Business **Small disadvantaged women-owned business ***Service disabled veteran-owned small business ****Small business in historically underutilized business zones *****Mandatory source ******Small disadvantaged business https://dod.defense.gov/News/Contracts/Contract-View/Article/1644936/source/GovDelivery/

  • INNOVATION CENTER OPENS AT LOCKHEED MARTIN IN ORLANDO

    September 25, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    INNOVATION CENTER OPENS AT LOCKHEED MARTIN IN ORLANDO

    ORLANDO, Fla., Sept. 25, 2018 /PRNewswire/ -- Necessity sparks invention at the Innovation Center, now open at Lockheed Martin's (NYSE: LMT) Missiles and Fire Control (MFC) facility in Orlando, Florida. In this 6,500-square-foot space, employees are empowered with the technology and tools to develop creative solutions to complex problems. The company expects it to aid in the creation of new patents and the win of new multimillion-dollar contracts. Lockheed Martin IC-Opening-Sept 2018 "Innovation is our 'day job' — it is core to who we are and everything we do," said Frank St. John, executive vice president at MFC. "This facility gives employees the means to bring ideas from our unlimited imaginations to life. The result of which will help us invent technologies to solve previously unsolvable problems." Five specialized labs, a next-generation video conference capability and an interactive lobby serve more than 5,000 employees and counting amidst a hiring surge at the southwest Orlando facility. Virtual reality, robotics, computer-simulated environments, 3-D printing and more are available at workers' fingertips to encourage new ways of thinking and approaching business needs. The space will also host monthly hands-on demonstrations as well as live webcasts across the business. This is the second of its kind at MFC. In less than a year's time, the Innovation Center in Dallas, Texas, has helped secure millions of dollars' worth of captured programs. "The Innovation Center is a destination for our program teams to explore what's possible with the use of high technology," said Tom Mirek, vice president deputy of engineering and technology at MFC. "Like we already have in Dallas, we're going to recognize Orlando's Innovation Center for being a vital resource to the success of our company for years to come." Orlando's Innovation Center is comprised of five unique labs: The Application Research Experimentation & Simulation (ARES) facility allows teams to use their own computing environment and applications to conduct events on a rapidly reconfigurable 12-screen hyperwall. The Genesis Lab is where ideas are born, and one can incubate and develop concepts in a creative, resourceful environment — 24 hours a day, seven days a week. Employees have access to augmented and virtual reality, small robotics, Arduino, Raspberry Pi, high-powered computing, and 3-D printers. The Iris Lab offers an indoor robotics test bay for safe and controlled training, experiments, and research. The Engineering Visualization Environment Lab and its animators take complex ideas and bring them to life through feature-film quality renderings. The Polaris Lab employs sensor, optics and laser testing that provides rapid response for employees and program development. This is a fire-control-focused lab that can benchmark new technology. Opening early 2019. Employees in Orlando lead the aerospace and defense industry in their experience with technologies related to electro-optics, millimeter wave radar, image and signal processing, advanced materials, electronic packaging, and large-system integration. About Lockheed Martin Headquartered in Bethesda, Maryland, Lockheed Martin is a global security and aerospace company that employs approximately 100,000 people worldwide and is principally engaged in the research, design, development, manufacture, integration and sustainment of advanced technology systems, products and services. This year the company received three Edison Awards for ground-breaking innovations in autonomy, satellite technology and directed energy. SOURCE Lockheed Martin https://news.lockheedmartin.com/2018-09-25-Innovation-Center-Opens-at-Lockheed-Martin-in-Orlando

  • Defense industry fighting DoD proposal to change performance payments

    September 25, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Defense industry fighting DoD proposal to change performance payments

    By: Joe Gould WASHINGTON — The Pentagon's proposed plan to lower the rate of progress and performance payments some companies receive on defense contracts is sending shockwaves through the industry and invited a backlash from three large trade associations. To incentivize defense firms to work more quickly and more efficiently for the taxpayer, Pentagon leaders want to create a tiered system that recognizes high performing companies with higher performance-based payments. Contractors, however, are balking at the Pentagon's efforts to make them more accountable. While obscure to the general public, the proposed rule changes have rattled government contractors, which argue they would choke off funding for innovation, shackle them with more bureaucracy, increase the cost of military equipment— and hurt profits. The baseline performance- and progress-based payment rate for larger companies would be reset from 80 percent to 50 percent, with incremental increases or decreases based on new criteria proposed by DoD. If a contractor, for instance, delivers end items on time, hits milestone schedules, or avoids serious corrective action requests, it would win 10 percent bumps for each. (Small businesses would have their own schedule of incentives.) The National Defense Industrial Association is calling on DoD to rescind the regulation and collaborate with industry to create a different rule. One objection it has is the proposed rule would determine payment rates based on companies' overall performance, as opposed to contract by contract. “The marching orders from Congress is we have to be faster, more innovative, to do better for the warfighter,” said NDIA Senior Vice President for Policy Wesley Hallman. But, under the proposed rule, a company that wants to take on a high-risk project that fails, “will later be judged on that thing the following December. They're incentivized to take a low-risk approach.” Though Section 831 of the 2017 National Defense Authorization Act encourages DoD to use performance payments, NDIA argues the rule violate's the law's intent and that lessening companies' cash flow would slow payments to subcontractors and sap funding for independent research and development. “We're doing our best to let them know how this will hurt industry,” said NDIA Director of Regulatory Policy Corbin Evans. The trade group's comments were submitted at a public meeting Sept. 14 to consider changes the Pentagon proposed in August to federal acquisitions rules, the Defense Federal Acquisition Regulations Supplement. The Defense Department is holding another public meeting, Oct. 10, before the public comment period ends on Oct. 23. Both the Professional Services Council and the Aerospace Industries Association, which more than 300 companies in the aerospace and defense industry, also offered presentations in opposition. The move toward better stewardship of taxpayer dollars comes amid record Pentagon budget growth and amid a reorganization of the Pentagon's acquisition, technology and logistics office, now due to finish in a few months. The move falls in line with Under Secretary of Defense for Acquisition and Sustainment Ellen Lord's efforts to halve the timeline of major defense acquisition programs, which are notoriously slow. “I believe the lifeblood of most industry is cash flow, so what we will do is regulate the percentage of payments or the amount of profit that can be achieved through what type of performance they demonstrate by the numbers,” Lord said in a Defense News interview last week. Hence, “we're going to begin to reward companies through profit or through progress or performance payments, as a function of how they manage all of that, as well as quality and delivery and a variety of other things,” Lord said. Though it's unclear whether DoD will formally move ahead with the rule by a Dec. 1 deadline, investors have already responded negatively to a reports on the changes, according to aerospace and defense sector analysts at Cowen and Company. “It will be a scramble for companies and DoD to compile the necessary data to evaluate the rate request. Under the current draft rule, DoD would need to evaluate the rate request in just one month for all its suppliers,” Roman Schweizer, of Cowen and Company, said in a note to investors Friday. “We suspect that will be very hard the first time and suggests this year may be too hard.” Still, Cowen analyst Cai von Rumohr downplayed the near-term effects, especially beyond the major primes. He speculated the proposed rule change will have negligible impact on contractor results in 2019 since it doesn't apply to any current contracts; it's very unlikely to go into effect before 2020, if ever; it will not apply to time and materials and fixed-price commercial terms contracts, and because it will only apply to some cost-plus contracts. https://www.defensenews.com/industry/2018/09/24/defense-industry-fighting-dod-proposal-to-change-performance-payments

  • Contract Awards by US Department of Defense - September 24, 2018

    September 25, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 24, 2018

    ARMY EMCOR Government Services Inc., Arlington, Virginia (W91278-18-D-0095); Facility Services Management Inc., Clarksville, Tennessee (W91278-18-D-0096); Hospital Housekeeping Systems LLC, Austin, Texas (W91278-18-D-0097); J&J Maintenance Inc., Austin, Texas (W91278-18-D-0098); Jones Lang LaSalle Americas Inc., Washington, District of Columbia (W91278-18-D-0099); Valiant Government Services LLC, Hopkinsville, Kentucky (W91278-18-D-0100); and VW International Inc.,* Alexandria, Virginia (W91278-18-D-0101), will compete for each order of the $475,000,000 firm-fixed-price contract for operations and maintenance, incidental repair and minor construction to support the U.S. Army Medical Command facilities. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2023. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $289,176,455 modification (P00025) to contract W31P4Q-16-C-0036 for the procurement of 24 M142 High Mobility Artillery Rocket Systems launchers, training, spares and enhanced product improvement modifications. Work will be performed in Grand Prairie, Texas, with an estimated completion date of July 1, 2022. Fiscal 2018 other procurement, Army funds in the amount of $127,313,849 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Great Lake Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded a $113,167,400 firm-fixed-price contract for two new turning basins, widening, dredging and construction for the deepening and strategic widening of the Jacksonville Harbor Federal Channel and turbidity monitoring, endangered species monitoring, vibration monitoring, beach fill quality control, and sea turtle non-capture trawling. Bids were solicited via the internet with two received. Work will be performed in Jacksonville, Florida, with an estimated completion date of Feb. 11, 2020. Fiscal 2017 and 2018 non-federal and federal operations and maintenance funds in the combined amount of $113,167,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-18-C-0021). JCB Inc., Pooler, Georgia, was awarded a $72,757,904 modification (P00009) to contract W56HZV-14-D-0066 for High Mobility Engineer Excavator Type-1 vehicles. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of April 28, 2019. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. AM General LLC, South Bend, Indiana, was awarded a $51,302,430 firm-fixed-price contract for recapitalization of the High Mobility Multipurpose Wheeled Vehicles. One bid was solicited with one bid received. Work will be performed in South Bend, Indiana, with an estimated completion date of Aug. 30, 2019. Fiscal 2017 other procurement, Army funds in the amount of $51,302,430 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-C-0177). L-3 Communications Corp., Muskegon, Michigan, was awarded a $43,008,895 modification (P00058) to contract W56HZV-15-C-0119 for 184 Hydro Mechanically Propelled Transmissions for the Bradley and Multiple Launch Rocket Systems and ancillary hardware. Work will be performed in Muskegon, Michigan, with an estimated completion date of May 19, 2020. Fiscal 2017 and 2018 other procurement, Army funds in the amount of $43,008,895 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Benaka Inc.,* New Brunswick, New Jersey, was awarded a $42,654,933 firm-fixed-price contract for renovations to Vermont National Guard Buildings 130, 131, 132, 160 and 360. Bids were solicited via the internet with three received. Work will be performed in South Burlington, Vermont, with an estimated completion date of Feb. 19, 2020. Fiscal 2018 military construction funds in the amount of $42,654,933 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-18-C-0016). United Excel Corp., Kansas City, Missouri, was awarded a $40,137,541 firm-fixed-price contract for design build construction project that includes: abatement of hazardous materials, demolition of the old Wilford Hall and support buildings, relocation of the communications infrastructure and the construction of new surface parking and green areas, complete with storm drain and detention features. Bids were solicited via the internet with four received. Work will be performed in San Antonio, Texas, with an estimated completion date of March 2, 2021. Fiscal 2014 military construction funds in the amount of $40,137,541 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0077). Navistar Defense, Lisle, Illinois, was awarded a $22,103,643 firm-fixed-price Foreign Military Sales (Iraq) contract for 4x4 and 6x6 trucks. Bids were solicited via the internet with one received. Work will be performed in Lisle, Illinois, with an estimated completion date of Sept. 27, 2020. Fiscal 2018 operations and maintenance Army funds in the amount of $22,103,643 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-F-0117). Mike Hooks LLC, Westlake, Louisiana, was awarded a $21,052,718 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Glemora, Louisiana, with an estimated completion date of Sept. 1, 2019. Fiscal 2016, 2017 and 2018 operations and maintenance Army funds in the amount of $21,052,718 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-18-C-0049). Great Lakes Dredge & Dock Company LLC, Oakbrook, Illinois, was awarded an $18,868,500 firm-fixed-price contract for dredging of Morehead City, Wilmington, Savannah and Brunswick harbors. Bids were solicited via the internet with two received. Work will be performed in Morehead City, North Carolina; Wilmington, North Carolina; Savannah, Georgia; and Brunswick, Georgia, with an estimated completion date of April 15, 2019. Fiscal 2016, 2017 and 2018 operations and maintenance Army funds in the amount of $17,148,811 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-18-C-0020). Citi Approved Enterprise LLC,* Harvey, Louisiana, was awarded a $13,195,792 firm-fixed-price contract for Atchafalaya Basin floodway, Boeuf Lock, 2018 south chamber guide wall replacement. Bids were solicited via the internet with six received. Work will be performed in Morgan City, Louisiana, with an estimated completion date of April 30, 2020. Fiscal 2018 Mississippi River and Tributaries funds in the amount of $13,195,792 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-18-C-0052). Lobar Inc., Dillsburg, Pennsylvania, was awarded an $11,968,000 firm-fixed-price contract for restoration and modernization of Building 328. Bids were solicited via the internet with six received. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of March 16, 2020. Fiscal 2018 operations and maintenance Army funds in the amount of $11,968,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-18-C-0042). Miami Technology Solutions LLC,* Reston, Virginia, was awarded a $10,999,310 firm-fixed-price contract for road repairs at Arlington National Cemetery. One bid was solicited with one bid received. Work will be performed in Arlington, Virginia, with an estimated completion date of March 23, 2023. Fiscal 2018 military construction funds in the amount of $10,999,310 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-18-C-0021). CACI NSS Inc., Chantilly, Virginia, was awarded a $10,407,551 firm-fixed-price contract for information technology and information management services. Bids were solicited via the internet with two received. Work will be performed in Fort Detrick, Maryland, with an estimated completion date of May 31, 2023. Fiscal 2018 Defense Health Program operations and maintenance; Defense Health Program research, development, test and evaluation; Veterans Affairs operations and maintenance; and Air Force operations and maintenance funds in the amount of $10,407,551 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Sam Houston, Texas, is the contracting activity (W81XWH-18-F-0361). General Constructors Inc. of the Quad Cities,* Bettendorf, Iowa, was awarded a $10,405,500 firm-fixed-price contract for Mississippi River basin, river project office, Lock and Dam 14, and dock wall repair. Bids were solicited via the internet with four received. Work will be performed in Pleasant Valley, Iowa, with an estimated completion date of April 2, 2020. Fiscal 2018 operations and maintenance Army funds in the amount of $10,405,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W912EK-18-C-0036). Manson Construction Co., Seattle, Washington, was awarded a $10,162,000 firm-fixed-price contract for Atchafalaya River and Bayous Chene, Boeuf and Black, Atchafalaya Bay and Bar Channel, maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in St. Mary Parish, Louisiana, with an estimated completion date of March 23, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $10,162,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-18-C-0051). Pacific Shipyards International LLC,* Honolulu, Hawaii, was awarded a $10,031,114 firm-fixed-price contract for Essayons Dredge ship overhaul. Bids were solicited via the internet with two received. Work will be performed in Honolulu, Hawaii, with an estimated completion date of April 30, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $10,031,114 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-18-F-0178). GWWO Inc., Baltimore, Maryland, was awarded a $10,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2023. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-18-D-0008). Woolpert Inc., Dayton, Ohio, was awarded a $10,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2023. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-18-D-0012). Leidos Inc., Reston, Virginia, was awarded a $9,805,063 cost-plus-fixed-fee contract to complete the integration, testing, and qualification of the design developed under Phase III of the RQ-7B Shadow Assured Positioning, Navigation, and Timing program. Three bids were solicited with two bids received. Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of Sept. 30, 2020. Fiscal 2018 research, development, test and evaluation funds in the amount of $5,272,645 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-F-0687). Dubuque Barge and Fleeting Service Co.,* Dubuque, Iowa, was awarded a $7,475,000 firm-fixed-price contract for removal of dredge material from Corps Island. Bids were solicited via the internet with two received. Work will be performed in Red Wing, Minnesota, with an estimated completion date of Nov. 29, 2019. Fiscal 2018 operations and maintenance funds in the amount of $7,475,000 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity (W912ES-18-C-0010). AIR FORCE The Boeing Co., Ridley Park, Pennsylvania, has been awarded a $375,550,368 firm-fixed-price contract for the non-developmental item integration of four aircraft to replace the UH-1N. This is the basic award of a contract (including options) valued at approximately $2,380,000,000, which will provide for the acquisition and sustainment of up to 84 MH-139 helicopters, training devices, and associated support equipment. The location of performance is predominantly in Ridley Park, Pennsylvania; and Philadelphia, Pennsylvania. If all options are exercised, the work is expected to be completed by September 2031. This award is a result of a competitive acquisition. Fiscal 2018 research, development, test, and evaluation funds in the amount of $98,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8739-18-C-5030). Integrated Solutions for Systems Inc., Huntsville, Alabama, has been awarded a $17,500,000 indefinite-delivery/indefinite-quantity contract for the Weapons Effects Simulation Testing effort. This contract provides for research and development concepts and conventional inventory weapon systems. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by Sept. 27, 2023. This award is the result of a broad agency announcement. Fiscal year 2018 research, development, test and evaluation funds in the amount of $50,000 is being obligated at the time of award. Air Force Research Laboratory, Eglin AFB, Florida, is the contracting activity (FA8651-18-D-0023/FA8651-18-F-0027). Universal Propulsion Co. Inc., Fairfield, California, has been awarded a $10,688,524 contract for supply of Modernized ACES II Electronic Sequencer for the ejection seat on some U.S. and Foreign Military Sales (FMS) aircraft. Work will be performed in Fairfield, California, and is expected to be completed by May 31, 2019. The contract involves foreign military sales to Oman, Portugal, Poland, Bahrain, Romania, Denmark, Singapore, Greece, Egypt, South Korea, Netherlands, Morocco, Saudi Arabia and Pakistan. This award is the result of a sole-source acquisition. Fiscal 2018 funding in the amount of $3,436,768; and FMS funding in the amount of $7,251,756 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-18-C-0002). North Star Construction, Yuba City, California; and Beale Air Force Base, California, has been awarded a $9,749,650 modification to contract FA4686-17-D-0001 for 60KV power lines. Work will be performed at Beale Air Force Base, California, and is expected to be completed by Oct. 3, 2019. Fiscal 2018 operations and maintenance funds in the amount of $9,749,650 are being obligated at the time of award. Total cumulative face value of the contract is $14,081,711. The 9th Contracting Squadron, Beale Air Force Base, California, is the contracting activity. NAVY Centerra Integrated Services LLC, Palm Beach Gardens, Florida (N69450-18-D-1312); Islands Mechanical Contractor Inc.,* Middleburg, Florida (N69450-18-D-1313); Munilla Construction Management LLC, Miami, Florida (N69450-18-D-1314); Ratcliff Construction Inc.,* Orange Park, Florida (N69450-18-D-1315); The Ross Group Construction Corp., Tulsa, Oklahoma (N69450-18-D-1316); and RQ-AECOM JV, Carlsbad, California (N69450-18-D-1317), are each awarded an indefinite-delivery/indefinite-quantity multiple award design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command Southeast area of responsibility. The maximum dollar value including the base period and four option years for all six contracts combined is $240,000,000. 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 industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, and community support facilities. No task orders are being issued at this time. Work will be performed in Guantanamo Bay, Cuba. The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $6,000 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); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 18 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Black Construction Corp., Harmon, Guam, is awarded an $82,028,150 firm-fixed-price contract for the design and construction of an aircraft maintenance facility and a corrosion control hangar with supporting facilities at Joint Region Marianas, Andersen Air Force Base. The work to be performed provides for the design and construction of (1) a low-rise airframes shop facility with slab-on-grade shallow foundation, reinforced concrete walls and roof, including windows, mechanical, and electrical systems appropriate to Guam earthquake and environmental conditions; and (2) a high-bay corrosion control hangar consisting of two bays: a planned maintenance interval bay and a corrosion control bay. The contract also contains two unexercised options, which if exercised, would increase cumulative contract value to $82,970,000. Work will be performed in Yigo, Guam, and is expected to be completed by January 2021. Fiscal 2018 military construction (Navy) contract funds in the amount of $82,028,150 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-18-C-1300). Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $78,276,516 cost-plus-incentive-fee modification to previously-awarded contract N00024-13-C-5116 for Aegis Combat System Engineering Agent efforts for the design, development, integration, test and delivery of Advanced Capability Build 20. Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2021. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $8,601,589 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. The Raytheon Co., McKinney, Texas, is awarded $46,114,946 for modification P00028 to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-15-C-0116) for the procurement of four APY-10 radar system production kits for the Navy, eight for the government of the United Kingdom, four for the government of Australia, and related services in support of P-8A Poseidon aircraft production Lots 8 and 9. Work will be performed in McKinney, Texas (77.1 percent); Andover, Massachusetts (7.1 percent); Chelmsford, Massachusetts (3.4 percent); Woodland Park, New Jersey (3.4 percent); Black Mountain, North Carolina (1.8 percent); San Carlos, California (1.7 percent); Ashburn, Virginia (1.6 percent); Etobicoke, Ontario, Canada (1.4 percent); Simsbury, Connecticut (1.3 percent); and Clearwater, Florida (1.2 percent), and is expected to be completed in September 2022. Fiscal 2018 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds in the amount of $46,114,946 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($11,371,053; 25 percent); and FMS ($34,743,893; 75 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Systems Application and Technologies Inc., Largo, Maryland, is awarded a $39,688,979 indefinite-delivery/indefinite-quantity level of effort contract incorporating one firm-fixed-price contract line item number (CLIN), one cost-plus-fixed-fee CLIN and one cost-type CLIN for other direct costs for Waterfront Operations Support Services. Waterfront Operations Support includes the operation of small watercraft, industrial maintenance and repair, and research and development, test, and evaluation project support with transition, program management, operations management of Building V-47 Naval Station Norfolk, Virginia, reporting, and safety compliance oversight. Work will be performed in Norfolk, Virginia, and is expected to be completed by September 2023. Fiscal 2018 service cost center funding in the amount of $512,804 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 five offers received. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-18-D-0009). Alion Science and Technology Corp., Washington, District of Columbia (N64498-18-D-4025); Amee Bay LLC,* Anchorage, Alaska (N64498-18-D-4026); American Systems Corp., Chantilly, Virginia (N64498-18-D-4027); Gibbs & Cox Inc., Arlington, Virginia (N64498-18-D-4028); L-3 Unidyne Inc., Norfolk, Virginia (N64498-18-D-4029); Life Cycle Engineering Inc., Charleston, South Carolina (N64498-18-D-4030); McKean Defense Group LLC, Washington, District of Columbia (N64498-18-D-4031); and NDI Engineering Co.,* Thorofare, New Jersey (N64498-18-D-4032), were awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contracts for technical and engineering services in support of in-service engineering roles and responsibilities for electrical power and generation systems installed on surface ships, submarines and assault craft. Alion Science and Technology Corp. will receive $38,625,259; Amee Bay LLC will receive $42,193,792; American Systems Corp. will receive $38,369,064; Gibbs & Cox Inc. will receive $33,953,721; L-3 Unidyne Inc. will receive $44,042,794; Life Cycle Engineering Inc. will receive $45,122,812; McKean Defense Group LLC will receive $41,480,653; and NDI Engineering Co. will receive $42,555,850. Work will be performed at the contractors' facilities and on-site at the Naval Surface Warfare Center, Philadelphia Division in Philadelphia, Pennsylvania, and is expected to be completed by September 2023. Fiscal 2018 operations and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $1,492,330 will be obligated at time of award and funds in the amount of $581,400 will expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with eight offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (Awarded Sept. 21, 2018) URS Group Inc., Morrisville, North Carolina, is awarded $35,700,172 for firm-fixed-price task order N6945018F0085 under a previously awarded, multiple award construction contract (N62470-13-D-6022) for construction of phase two of Hurricane Irma repairs at Naval Submarine Base Kings Bay. The work to be performed provides for a modified/hybrid design build where the contractor is required to provide a designer of record for design development and design, construction submittal approval and oversight of all repairs such as building interiors/exteriors, roofs, piers, and wharfs as a result of Hurricane Irma. Work also includes any and all ancillary and incidental mechanical and electrical support services needed to accomplish required work including, but not limited to, disconnects, temporary reconnects, removals, extensions, modifications, alterations, reinstalls, new components, and permanent reconnects necessary for functional operation. Work will be performed in Kings Bay, Georgia, and is expected to be completed by March 2020. Fiscal 2018 operations and maintenance(Navy) contract funds in the amount of $35,700,172 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. BAE Systems Land and Armaments, Louisville, Kentucky, is awarded an $18,499,843 firm-fixed-price delivery order basic ordering agreement N00174-18-G-0001 under previously-awarded contract N00174-18-F-0469 for Mk 38 machine gun system coaxial kits. This delivery order will provide all of the necessary materials and services required to manufacture, assemble, inspect, preserve, package and ship coaxial kits to support operations and maintenance for the Mk 38 machine gun systems used by the Navy and Coast Guard. Work will be performed in Louisville, Kentucky (83 percent); and Mesa, Arizona (17 percent), and is expected to be completed by June 2020. Fiscal 2017 and 2018 weapons procurement (Navy) funding; and fiscal 2018 weapons procurement (Coast Guard) funding in the amount of $18,499,843 will be obligated on the delivery order at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. Architects Pacific Inc.,* Honolulu, Hawaii, is awarded a maximum amount $15,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for design, engineering, specification writing, cost estimating, and related services at various locations in the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR). The work to be performed provides for design and engineering services for specifications, cost estimates, design-build and design-bid-build (DBB) projects with associated multi-discipline architect-engineering support services including alterations, repair of buildings, structures and minor construction of various base development facility types. Initial task order is being awarded at $592,254 for a DBB construction package, consisting of full plans, specifications, detailed cost estimate, and other services to replace the roof on Pacific Air Forces Wing Headquarters Building 1102H at Joint Base Pearl Harbor-Hickam, Hawaii. Work for this task order is expected to be completed by July 2019. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Hawaii AOR. The term of the contract is not to exceed 60 months with an expected completion date of September 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $592,254 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 and Marine Corps); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with seven proposals received. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-18-D-5031). Global Connections to Employment Inc., Pensacola, Florida, is awarded $13,028,622 for modification P00010 to extend the previously awarded firm-fixed-price contract (N68836-17-C-0005) to exercise option period two for full food and mess attendant services in support of Naval Air Station, Pensacola; and Navy Explosive Ordnance Disposal School Elgin Air Force Base; and mess attendant services in support of Naval Construction Battalion Center, Gulfport. The contract includes a one-month base period, two 12-month option periods, one 11-month option period, and a six-month extension option, which if all options are exercised, would bring the cumulative value of this contract to $45,737,677. Work will be performed in Pensacola, Florida (60 percent); Elgin AFB, Florida (20 percent); and Gulfport, Mississippi (20 percent), and work is expected to be completed by September 2019. If all options on the contract are exercised, work will be completed by February 2021. Subject to the availability of funds, fiscal 2019 operations and maintenance (Navy) funds in the amount of $13,028,622 will be incrementally funded throughout year, and funds will not expire at the end of the current fiscal year. This contract is a sole-source procurement under the AbilityOne Program (Federal Acquisition Regulation Part 8.704). with one offer received. Naval Supply Systems Command Fleet Logistics Center, Jacksonville, Florida, is the contracting activity. URS Group Inc., Morrisville, North Carolina, is awarded $12,278,673 for firm-fixed-price task order N6247018F9004 under a previously awarded multiple award global contingency construction contract (N62470-13-D-6022) for emergency runway repairs at Camp Baledogle, Somalia. The work to be performed provides for repairs to runway consisting of full depth patching and overlay to allow required airfield operations. Work will be performed in Baledogle, Somalia, and is expected to be completed by September 2019. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $12,278,673 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. Northrop Grumman Systems Corp., San Diego, California, is awarded $11,900,000 for modification P00002 to a previously awarded cost-plus-fixed-fee contract (N00019-18-C-1009) to provide continuing operations and maintenance efforts in support of the Broad Area Maritime Surveillance - Demonstrator Program (BAMS-D) program. This modification will allow the BAMS-D unmanned aircraft system to remain fully compliant with U.S. and overseas air traffic control authorities by modernizing the transponder and adding the Automatic Dependent Surveillance-Broadcast capability to the aircraft. Work will be performed in Rancho Bernardo, California (75 percent); and Patuxent River, Maryland (25 percent), and is expected to be completed in June 2020. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $11,900,000 are being obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., Seattle, Washington, is awarded $9,044,214 for modification P00127 to a previously awarded fixed-price-incentive, firm-fixed-price contract (N00019-14-C-0067). This modification provides for incorporation of P-8A change proposals 809-05553 “Optical Sensor Capability”; and 809-05450 “A-Kit and Aircraft Updates” into 18 full-rate production Lot 7) P-8A aircraft for the Navy. Work will be performed in Jacksonville, Florida (93 percent); and Seattle, Washington (7 percent), and is expected to be completed in August 2021. Fiscal 2016 aircraft procurement (Navy) funds in the amount of $9,044,214 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Triumph Engine Control Systems LLC, West Hartford, Connecticut, has been awarded a maximum $77,507,491 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for control units. This is a five-year contract with no option periods. This was a limited competitive acquisition using justification from Federal Acquisition Regulation 6.302-1(a)(2), which states only one responsible source and no other supplies or services will satisfy agency requirements, and extended to include only one or a limited number of responsible sources. Location of performance is Connecticut, with a Sept. 30, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-D-0200). (Awarded Sept. 21, 2018) EFW Inc., Fort Worth, Texas, has been awarded a maximum $68,255,051 undefinitized, firm-fixed-priced delivery order (SPRPA1-18-F-L803) against a five-year basic ordering agreement (SPRPA1-13-G-004X) for various display replacements in support of the F/A-18 aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. Location of performance is Texas, with a May 11, 2022, performance completion date. Using service is Navy. Type of appropriation is fiscal 2018 Navy working capital funds and Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Oakes Farms Food & Distribution Services LLC,* Naples, Florida, has been awarded a maximum $45,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with four responses received. This is a 54-month contract with no option periods. Location of performance is Florida, with a March 23, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard, and Department of Agriculture schools. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-18-D-P335). Ruta Supplies Inc., Dover, New Jersey, has been awarded a maximum $15,241,323 firm-fixed-price contract for pneumatic supplies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c) (1), based on Federal Acquisition Regulation 6.302-1(a)(2). This is a three-year base contract with two one-year option periods. Location of performance is New Jersey, with a Sept. 23, 2021, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2018 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-18-D-0102). Aerocontrolex Group Inc., doing business as TransDigm Inc., South Euclid, Ohio, has been awarded a maximum $7,536,743 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation spare parts. This was a competitive acquisition with two responses received. This is a three-year base contract with one two-year option period. Location of performance is Ohio, with a Sept. 30, 2021, performance completion date. Using customer is Defense Logistics Agency. The type of appropriation is fiscal 2018 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Ogden, Utah (SPE4AX-18-D-9007). DEFENSE INTELLIGENCE AGENCY Prescient Edge Corp., McLean, Virginia, has been awarded a base-year plus four option years, with a potential six-month extension of services, time and materials contract (HHM402-18-C-0056) with an estimated ceiling of $65,080,499 to provide counterintelligence activity support services for the Defense Intelligence Agency's (DIA) Office of Counterintelligence Counterespionage Division. Through this award, DIA will procure services to identify and neutralize threats to DIA personnel, information and missions. Work will be performed in the National Capital Region with an expected completion date of March 23, 2024. Fiscal 2018 operations and maintenance funds in the amount of $7,286,800 are being obligated at time of award. This contract has been awarded through a 100 percent small business set-aside full and open competition and 20 offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. DEFENSE THREAT REDUCTION AGENCY URS Federal Services International Inc., Aberdeen Proving Ground, Maryland, has been awarded a $42,825,276 ceiling cost-plus-fixed-fee task order under the Defense Threat Reduction Agency (DTRA) indefinite-delivery/indefinite-quantity (IDIQ) Cooperative Threat Reduction Integrating Contractor (CTRIC) III HDTRA1-18-D-0005 for Vietnam Increment II. This contract is for technical services in Vietnam to support the Weapons of Mass Destruction – Proliferation Prevention Program. The anticipated completion date is Sept. 23, 2021, and includes options for additional site surveys and execution. This task order was competitively sourced under CTRIC III IDIQ and the government received three offers. Performance of this contract will take place at various locations throughout Vietnam. Fiscal 2018 CTR funds in the amount of $5,400,000 are being obligated at time of award. The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity (HDTRA1-18-F-0114). (Awarded Sept. 20, 2018) *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1643658/source/GovDelivery/

  • RCMP's ability to police digital realm 'rapidly declining,' commissioner warned

    September 24, 2018 | Local, C4ISR, Security

    RCMP's ability to police digital realm 'rapidly declining,' commissioner warned

    Catharine Tunney · CBC News Organized crime is moving online and the Royal Canadian Mounted Police is struggling to keep up, according to a briefing note prepared for RCMP Commissioner Brenda Lucki when she took over the top job earlier this year. The memo, obtained by CBC News under access to information law,​ may launch a renewed battle between the national police service and privacy advocates. "Increasingly, criminality is conducted on the internet and investigations are international in nature, yet investigative tools and RCMP capacity have not kept pace," says the memo tucked into Lucki's briefing book. "Growing expectations of policing responsibilities and accountability, as well as complexities of the criminal justice system, continue to overwhelm the administrative demands within policing." In 2016 nearly 24,000 cybercrime-related cases were reported to Canadian police, up 58 per cent over 2014. The report's authors note that cybercrime tends to be under-reported. Encryption of online data has a been a persistent thorn in the RCMP's side. Lucki's predecessor lobbied the government for new powers to bypass digital roadblocks, including tools to get around encryption and warrantless access to internet subscriber information. "Approximately 70 per cent of all communications intercepted by CSIS and the RCMP are now encrypted ... 80 organized crime groups were identified as using encryption in 2016 alone," says the 274-page document. Some critics have noted that non-criminals — journalists, protesters and academics, among others — also use encryption tools online and have warned any new encryption legislation could undermine the security of financial transactions and daily online communication. Ann Cavoukian was Ontario's privacy commissioner for three terms; she now runs Ryerson University's Privacy by Design Centre of Excellence. She called the RCMP's push for more online policing power "appalling." "I guess we should remind them that we still live in a free and democratic society where people have privacy rights, which means that they should be in control of their personal information," she said. "If you're a law abiding citizen, you get to decide how your information is used and to whom it's disclosed. The police have no right to access your personal information online, unless of course they have a warrant." Lucki was specifically warned about criminal suspects "going dark," a term used to describe the gap between the lawful ability of police forces to obtain online evidence and changing technology. She also was advised the RCMP's court-authorized arsenal (things like court orders and "computer network exploitation techniques," which cover hacking) are "rapidly declining." "Get more efficient," said Cavoukian. Parliamentary committee promises to study issue A spokesperson for Public Safety Minister Ralph Goodale said that "encryption is critical to safeguarding our cybersecurity, privacy and the digital economy." "However, it has also created gaps for law enforcement and national security agencies," wrote Scott Bardsley in an email. Earlier this year, the House of Commons' public safety and national security committee released a 76-page report that recommended "no changes to the lawful access regime for subscriber information and encrypted information be made." But the committee didn't shelve the issue, promising instead to study the evolving challenges. "The government will support the standing committee on national security and public safety in its continued work to study these and other emerging technological issues related to cybersecurity," wrote Bardsley. "It will also continue to examine options to ensure agencies have the resources necessary to gain access to decrypted data required to address criminal activity." Cavoukian predicts "a real fight" over the issue. Bardsley says the government has pledged $116 million over five years, and $23.2 million per year after that, to help create the national cybercrime coordination unit, which would help "provide digital investigative advice and guidance to Canadian law enforcement." The RCMP didn't meet CBC's deadline for a comment. Attrition issues The briefing binder also flags the RCMP's persistent problem with replenishing its ranks when officers retire or otherwise leave the force. "The RCMP has a growing vacancy rate that exceeds its present ability to produce regular members at a rate that keeps pace with projected future demands," it warns. As of April 2018, there were 1,122 funded vacant regular member positions —a vacancy rate of 5.6 per cent. That's down slightly from the previous year, when the vacancy rate was 6.6 per cent. The briefing note says that in the last five years, there has been a "dramatic" increase in the number of new recruits needed to fill operational vacancies and evolving program requirements. About 1,280 cadets were expected to be enrolled in 2018-2019, up from 1,152 the previous year. In 2016, CBC News reported that the RCMP was dropping its requirement that applicants be Canadian citizens, and that it would accept applications from permanent residents. The RCMP also loosened entrance requirements to deal with a wave of retirements, low pay and the need to expand its pool of potential new officers. Starting this month, the RCMP is dropping its requirement that applicants must be Canadian citizens. It will now accept permanent residents. Post-secondary graduates no longer will have to write an entrance exam that measures aptitude for police work and the force will no longer require a physical abilities evaluation before people submit an application. With files from the CBC's Kathleen Harris. https://www.cbc.ca/news/politics/lucki-briefing-binde-cybercrime-1.4831340

  • Contract Awards by US Department of Defense - September 21, 2018

    September 24, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 21, 2018

    Contracts for Sept. 21, 2018 CONTRACTS DEFENSE LOGISTICS AGENCY Harris Corp., Clifton, New Jersey, has been awarded a maximum $255,421,604 fixed-price, requirements contract for B-52 and C-130 Special Operation Forces aircraft parts. This is a seven-year contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is New Jersey with a May 24, 2026, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-18-D-0014). Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $48,365,907 firm-fixed-price delivery order (SPRPA1-18-F-LS9Q) against basic ordering agreement SPRPA1-15-G-001Y for V-22 PRGB right hand aircraft assembly parts. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), in accordance with Federal Acquisition Regulation 6.302-1. Location of performance is Texas, with an April 21, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2024 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $48,365,907 firm-fixed-price delivery order (SPRPA1-18-F-LS9R) against basic ordering agreement SPRPA1-15-G-001Y for V-22 PRGB left hand aircraft assembly parts. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), in accordance with Federal Acquisition Regulation 6.302-1. Location of performance is Texas, with an April 21, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2024 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Interstate Storage and Pipeline Co., Nashua, New Hampshire, has been awarded a maximum $42,888,271 firm-fixed-price contract for contractor-owned, contractor-operated storage and handling facilities. This is a four-year base contract with one five-year option period and an option to extend, not to exceed six months. Locations of performance are New Hampshire and New Jersey, with a Sept. 30, 2022, performance completion date. Using customers are Army, Air Force, Navy, Coast Guard and other federal government agencies. Type of appropriation is fiscal 2018 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-18-C-5026). Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $35,262,656 firm-fixed-price, requirements contract for High Mobility Multipurpose Wheeled Vehicle parts. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Locations of performance are Wisconsin and New Jersey, with a Sept. 6, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-18-D-0138). Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $18,439,388 firm-fixed-price, requirements contract in support of the V-22 aircraft platform hub assembly. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), in accordance with Federal Acquisition Regulation 6.302-1. This is a seven-year contract with no option periods. Location of performance is Texas, with an April 30, 2026, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2026 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-18-F-LS9S). Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $13,655,072 firm-fixed-price, requirements contract in support of the V-22 aircraft platform hub assembly. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), in accordance with Federal Acquisition Regulation 6.302-1. This is a seven-year contract with no option periods. Location of performance is Texas, with an Oct. 31, 2025, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2025 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-18-F-LS9T). Gentex Corp., Simpson, Pennsylvania, has been awarded a maximum $12,719,425 modification (P00011) exercising the fourth one-year option period of a one-year base contract (SPM1C1-14-D-1078) with four one-year option periods for the aircrew integrated helmet system, HGU-56/P and components. This is a firm-fixed-price, requirements contract. Location of performance is Pennsylvania, with a Sept. 25, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Bluewater Defense Inc., Corazol, Puerto Rico, has been awarded a maximum $12,315,000 modification (P00006) exercising the first one-year option period of a one-year base contract (SPE1C1-18-D-1030) with four one-year option periods for Army Combat Uniform coats and trousers. The modification brings the maximum dollar value of the contract to $24,564,000 from $12,249,000. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a Sept. 23, 2019, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Labatt Food Service, San Antonio, Texas, has been awarded a maximum $9,954,437 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1) as stated in the Federal Acquisition Regulation 6.302-1. This is a 238-day contract with no option periods. Locations of performance are Texas and New Mexico, with a May 18, 2019, performance completion date. Using customers are Army, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-18-D-3202). Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $9,550,512.00 firm-fixed-price contract for control-display units. 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 buy contract. Location of performance is Iowa, with an Oct. 30, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-C-0061). (Awarded Sept. 20, 2018) Constellation NewEnergy Inc., Baltimore, Maryland, has been awarded a maximum $8,219,513 firm-fixed-price, requirements contract to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with five offers received. This is a two-year contract with no option periods. Locations of performance are Maryland and New York, with a Dec. 31, 2020, performance completion date. Using customers are Customs and Border Protection, Department of Labor, and Department of Energy. Using customers are solely responsible to fund this requirements contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE60418D8012). AIR FORCE JT4 LLC, Las Vegas, Nevada, has been awarded a $222,100,000 cost-plus-award-fee modification (P00004) to contract FA8240-18-C-7218 for technical engineering services. This modification provides for updated technical performance requirements and exercises the first available option for range engineering services to be performed at Edwards Air Force Base, California; Nevada Test and Training Range, Nellis AFB, Nevada; Utah Test and Training Range, Hill AFB, Utah; and the Naval Air Warfare Center Weapons Division Ranges at China Lake and Pt. Mugu, California. The work is expected to be completed by Sept. 30, 2019. Fiscal 2018 operations and maintenance funds; and working capital funds in the amount of $17,200,000 are being obligated at the time of award. The total cumulative face value of the contract is $289,100,000. Air Force Test Center, Hill AFB, Utah, is the contracting activity. Chugach Federal Solutions Inc., has been awarded a not-to-exceed $19,495,814 firm-fixed-price modification to contract FA500-13-C-00005 for Installation Support Services – Geographically Separated Locations. This contract modification provides operations and maintenance of installation infrastructure, utilities, services, and airfields capable of receiving emergency aircraft diverts within 30 minutes notice for Eareckson Air Station, Alaska; King Salmon Airport, Alaska; and Wake Island Airfield, Wake Island. Work will be performed at Eareckson Air Station, Alaska, and is expected to be completed Sept. 30, 2019. Fiscal 2018 operations and maintenance funds in the amount of $2,453,001 are being obligated at the time of award. The 766th Specialized Contracting Squadron, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity. Raytheon Co., Fort Wayne, Indiana, has been awarded a $14,071,825 cost-plus-fixed-fee contract for Phase II risk reduction for the Airborne Warning and Control System (AWACS). This contract provides for risk reduction activities related to early system-level integration; AWACS-specific modifications to the existing sensor electronics unit; AWACS-specific antenna solutions; and integration prototyping. Work will be performed in Fort Wayne, Indiana, and is expected to be completed by March 20, 2020. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test and evaluation funds in the amount of $5,612,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-18-C-0065). L3 Technologies Inc., Arlington, Texas, has been awarded an $8,655,585 firm-fixed-price contract modification (P00193) to contract FA8621-09-C-6292 for the F-16 Mission Training Center (MTC). The contract modification is for incorporation of the F-16 MTC distributed mission operations mission package 18 standards update engineering change proposal. Work will be primarily performed in Arlington, Texas, and is expected to be completed by Nov. 29, 2019. Fiscal 2018 operations and maintenance funds in the amount of $8,655,585 are being obligated at the time of award. Total cumulative face value of the contract is $605,958,036. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. ARMY American Ordnance LLC, Middletown, Iowa, was awarded a $92,341,823 modification (P00017) to contract W15QKN-15-C-0044 for the acquisition of M918E1 40mm high velocity target practice cartridge. Work will be performed in Middletown, Iowa; Bonaparte, Iowa; Mountainside, New Jersey; Lynchburg, Virginia; O'Fallon, Missouri; Radford, Virginia; Coachella, California; and Louisville, Kentucky, with an estimated completion date of Nov. 30, 2020. Fiscal 2017 and 2018 other procurement, Army funds in the amount of $92,341,823 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. LOC Performance,* Plymouth, Michigan, was awarded a $58,838,967 modification (0002) to contract W56HZV-17-D-0078 for 345 each Bradley Engineering Change Proposal kits and installation. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 15, 2020. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. American Ordnance LLC, Middletown, Iowa, was awarded a $56,883,137 modification (0003 19) to foreign military sales (Austria and Lebanon) contract W52P1J-16-D-0050 for 155mm HE projectile M795 TNT. Work will be performed in Middleton, Iowa, with an estimated completion date of Dec. 31, 2021. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Ernst & Young LLP, Washington, District of Columbia, was awarded a $24,026,244 time-and-materials contract for commercial audit support services. Bids were solicited via the internet with two received. Work will be performed in Washington, District of Columbia, with an estimated completion date of Sept. 20, 2021. Fiscal 2018 operations and maintenance Army funds in the amount of $644,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-18-F-0238). SRCTEC LLC, Syracuse, New York, was awarded a $20,429,720 modification (P00002) to contract W56KGY-15-D-0022 for reliability, maintainability, and improvement kits to upgrade the Duke V3 system. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 22, 2019. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Creative Times Dayschool Inc., doing business as Creative Times,* Ogden, Utah, was awarded a $20,264,866 firm-fixed-price contract for construction of classrooms, conference rooms, training space, instructor offices, supply rooms, team rooms for training, administrative space, elevator, building information systems, and covered training area (General Instruction Building). Bids were solicited via the internet with six received. Work will be performed in Tucson, Arizona, with an estimated completion date of March 16, 2020. Fiscal 2018 military construction funds in the amount of $20,264,866 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-18-C-0036). Northrop Grumman Systems Corp., Boulder, Colorado, was awarded a $15,156,662 modification (P00069) to contract W9113M-12-C-0005 for operational systems. Work will be performed in Boulder, Colorado, with an estimated completion date of Sept. 30, 2021. Fiscal 2019 operations and maintenance Army funds in the amount of $15,156,662 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Mission 1st Group Inc.,* Arlington, Virginia, was awarded a $14,538,390 modification (P00020) to contract W52P1J-15-F-0039 for subject matter experts to assist with theater communications and networking infrastructure mission requirements, as well as perform critical functions such as project management and information assurance. Work will be performed in Kuwait, Afghanistan, and Jordan, with an estimated completion date of March 23, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $2,522,577 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. GP Strategies Corp., Columbia, Maryland, was awarded a $13,356,046 modification (0005) to contract W52P1J-15-D-0087 for life cycle logistics support and chemical demilitarization training facility operation and maintenance. Bids were solicited via the internet with one received. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 23, 2020. Fiscal 2018 operations and maintenance Army; and research, development, test and evaluation funds in the combined amount of $13,356,046 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. General Dynamics Information Technology Inc., Fairfax, Virginia, was awarded a $12,190,571 modification (P00010) to contract W81XWH-17-F-0078 for services to support all aspects of the U.S. Army Medical Materiel Development Activity mission. Work will be performed in Fort Detrick, Maryland, with an estimated completion date of Sept. 25, 2019. Fiscal 2018 research, development, test and evaluation funds in the amount of $12,190,571 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Sam Houston, Texas, is the contracting activity. (Awarded Sept. 13, 2018) Jjbrun JV LLC,* San Antonio, Texas, was awarded a $11,396,361 firm-fixed-price contract to design and construct an ambulatory care center, dental addition and alteration to existing clinic at Schriever Air Force Base, Colorado. Three bids were solicited with two bids received. Work will be performed in Colorado Springs, Colorado, with an estimated completion date of May 14, 2021. Fiscal 2014 and 2018 military construction; and operations and maintenance Army funds in the combined amount of $11,396,361 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-18-F-0281). City of Aberdeen, Aberdeen, Maryland, was awarded a $10,469,784 modification (P00099) to contract DAAD05-99-C-0008 for water and wastewater utility capital improvements. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 30, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $4,720,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Tompco-Triton,* Seabeck, Washington, was awarded a $10,050,800 firm-fixed-price contract for repairs to bridges at Military Ocean Terminal Concord, California. Bids were solicited via the internet with one received. Work will be performed in Concord, California, with an estimated completion date of Oct. 1, 2019. Fiscal 2018 military construction funds in the amount of $10,050,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-18-C-0037). Goodloe Marine Inc.,* Wimauma, Florida, was awarded a $9,362,765 firm-fixed-price contract for Atlantic Intercostal Waterway maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Charleston, South Carolina, with an estimated completion date of Nov. 30, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $9,362,765 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-18-C-0011). L3 Technologies Inc., Salt Lake City, Utah, was awarded a $9,054,373 firm-fixed-price contract to procure RQ-7B Shadow spares. One bid was solicited with one bid received. Work will be performed in Salt Lake City, Utah, with an estimated completion date of March 31, 2020. Fiscal 2018 operations and maintenance Army funds in the amount of $9,054,373 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-C-0233). AeroVironment, Monrovia, California, was awarded an $8,868,341 firm-fixed-price foreign military sales (Estonia) contract for RQ-20B Puma AE II. One bid was solicited with one bid received. Work will be performed in Monrovia, California, with an estimated completion date of March 23, 2021. Fiscal 2018 operations and maintenance Army funds in the amount of $8,868,341 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-C-0219). Power Engineering Construction Co., Alameda, California, was awarded a $7,110,250 firm-fixed-price contract for pier repairs at Military Ocean Terminal Concord, California. Bids were solicited via the internet with one received. Work will be performed in Concord, California, with an estimated completion date of May 1, 2019. Fiscal 2018 military construction funds in the amount of $7,110,250 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-18-C-0046). NAVY Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is awarded $64,800,000 for firm-fixed-price delivery order N0001918F2470 against a previously issued basic ordering agreement (N00019-15-G-0026). This delivery order provides for the low rate initial production 3 initial spares operational requirement to support organizational level maintenance for the MQ-4C Triton Unmanned Aircraft System Multi-Function Active Sensor (MFAS). The initial spares requirement consists of six antenna group assemblies, six wideband receivers/exciters, ten radar signal processors (RSP), two antenna drive electronics and two RSP external power supplies for the MFAS. Work will be performed in Linthicum, Maryland (35 percent); Andover, Massachusetts (21.5 percent); Baltimore, Maryland (12.3 percent); Exeter, New Hampshire (9.1 percent); San Diego, California (6.3 percent); Annapolis, Maryland (4.5 percent); Stafford Springs, Connecticut (3.8 percent); Hampstead, Maryland (2 percent); various locations within the continental U.S. (4.8 percent), and various locations outside the continental U.S. (0.7 percent), and is expected to be completed in June 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $64,800,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Integrated Defense Systems, St. Petersburg, Florida, is awarded a $61,992,392 cost-plus-fixed-fee, cost-only modification to previously awarded contract (N00024-13-C-5212) for Cooperative Engagement Capability (CEC) design agent and engineering services requirements. CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. This contract combines purchases for the Navy (86 percent) and the governments of Australia (9 percent) and Japan (5 percent) under the foreign military sales (FMS) program. Work will be performed in St. Petersburg, Florida, and is expected to be completed by September 2019. Fiscal 2018 and 2017 research, development, test and evaluation (Navy); 2018 other procurement (Navy); foreign military sales (Australia, Japan); fiscal 2018 operations and maintenance (Navy and Marine Corps), funding in the amount of $8,617,678 will be obligated at the time of award and funds in the amount of $690,772 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. L3 Technologies Inc., Londonberry, New Hampshire, is awarded a $48,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production of Squad Aiming Lasers (SAL), spare parts, and training in support of U.S. Special Operations Command. The SAL is a compact, ruggedized, aiming, pointing and illuminating laser system for compact rifles and assault rifles. This contract includes options which, if exercised, would bring the performance period to ten years. Work will be performed in Londonberry, New Hampshire, and is expected to be completed by September 2023. If options are exercised, work will continue through September 2028. Fiscal 2018 Defense-wide procurement funding in the amount of $8,668,680 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-18-D-JQ27). Johnson Controls Navy Systems LLC, York, Pennsylvania, is awarded a $38,941,842cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract for engineering and technical services in support of Naval research, development, testing and evaluation program for shipboard air conditioning and refrigeration programs. The services under this contract will provide for development and fabrication of compressors, control systems, refrigeration systems and air conditioning systems and technology integration kits based upon current Navy designs, testing and qualification of modified air conditioning and refrigeration systems; installation start-up services; carryout engineering analyses and in-service field support. Work will be performed in York, Pennsylvania, and is expected to be completed by September 2021. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $100,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c) (1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-18-D-4007). Kranze Technology Solutions Inc.,* Prospect Heights, Illinois, is awarded a $37,370,955 firm-fixed-price, cost-plus-fixed-fee contract to support production, testing, installation, supportability, and technical documentation upgrades on an emerging Command, Control, Communications, Computers, and Intelligence suite of equipment known as the Roll On/Roll Off Communications Suite for the V-22 Program. Work will be performed in Prospect Heights, Illinois, and is expected to be completed in September 2020. Fiscal 2017 and 2018 aircraft procurement (Navy) and fiscal 2018 research, development, test and evaluations (Navy) funds in the amount of $37,370,955 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 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-C-0780). G-W Management Services LLC,* Rockville, Maryland (N40080-17-D-0022); Desbuild Inc.,* Hyattsville, Maryland (N40080-17-D-0023); CFM/Severn JV,* Millersville, Maryland (N40080-17-D-0025); Ocean Construction Services Inc.,* Virginia Beach, Virginia (N40080-17-D-0026); C.E.R. Inc.,* Baltimore, Maryland (N40080-17-D-0027); and Tidewater Inc.,*Elkridge, Maryland (N40080-17-D-0028), are awarded Option Year One under a previously awarded firm-fixed-price multiple award contract for design and construction services within the Naval Facilities Engineering Command (NAVFAC) Washington Integrated Product Team (IPT) Gold area of responsibility (AOR). The combined total value for all six contractors is $33,000,000. The total contract amount after exercise of this option will be $66,000,000. No task orders are being issued at this time. Work will be performed primarily within the NAVFAC Washington IPT Gold AOR to include Washington, District of Columbia (40 percent); Virginia (40 percent); and Maryland (20 percent). The term for this option is from September 2018 to September 2019. Future task orders will be primarily funded by fiscal 2019 military construction, (Navy); fiscal 2019 operations and maintenance (Navy and Marine Corps); and fiscal 2019 Navy working capital funds. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity. BAE Systems Hawaii Shipyards Inc., Honolulu, Hawaii, is awarded a $31,927,422 cost-plus-award-fee, cost-plus-incentive-fee modification to definitize previously-awarded undefinitized contract action N00024-14-C-4412 for scheduled extended docking selected restricted availability (EDSRA) for USS Hopper (DDG 70), homeported in Honolulu, Hawaii. A focal point of the work is to support alteration installation team modernization packages. The scheduled EDSRA is the opportunity in the ship's life cycle primarily to conduct repair and alteration to systems that will update and improve the ship's military and technical capabilities. Work will be performed at Pearl Harbor, Hawaii, and is expected to be completed by July, 2020. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $19,641,877, fiscal 2018 other procurement (Navy) funding in the amount of $2,790,109, and fiscal 2018 working capital funds (Navy) in the amount of $111,793, will be obligated at time of award. Fiscal 2018 operations and maintenance (Navy) funding will expire at the end of the current fiscal year. Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. Telephonics Corp., Farmingdale, New York, is awarded a not-to-exceed $23,523,298 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of AN/ZPY-4 Radar supplies for the MQ-8B Fire Scout Unmanned Air System for the Navy. The maximum quantities that can be procured under this contract include a quantity of 14 complete AN/ZPY-4 Radar sets; 17 antenna pedestals; 17 receiver transmitters; 20 signal processors; 48 waveguide assemblies; 15 harness assemblies; 15 radio frequency (RF) cable assemblies (W110); 15 RF cable assemblies (W111); 15 RF cable assemblies (W112); 19 Radar Command and Control Systems. Work will be performed in Huntington, New York, and is expected to be completed in September 2019. No funds are being obligated at 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 (N0001918D0130). The Boeing Co., St. Louis, Missouri, is awarded $22,757,050 for modification P00009 to a delivery order (0025) previously issued against basic ordering agreement N00019-16-G-0001. This modification exercises an option for engineering, logistics, and program management in support of F/A-18A-D, E-F and EA-18G aircraft in support of reducing fleet out of reporting rates and maintenance planning. Work will be performed in St. Louis, Missouri, and is expected to be completed in September 2019. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $3,157,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Advancia Technologies LLC,* Milwaukee, Wisconsin, is awarded a ceiling price $20,054,685 indefinite-delivery/indefinite-quantity contract to provide non-centrally managed Home Station Role Players services. Work will be performed at 11 active duty and reserve Fleet Marine Force training locations (Camp Lejeune, North Carolina; Bogue Field, North Carolina; Quantico Marine Corps Base, Virginia; Fort Story (Joint Expeditionary Base), Virginia; Fort A.P. Hill, Virginia; Camp Pendleton, California; Twentynine Palms, California; Bridgeport, California; Fort Hunter Liggett, Monterey County, California; Yuma, Arizona; and Hawaii); and work will be completed by Sept. 21, 2020. Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $543,800 will be obligated on the first task order immediately following contract award and funds will expire the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-5 and 15 U.S. Code 637. The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M67854-18-D-7850). L-3 Vertex Aerospace LLC, Madison, Mississippi, is awarded $16,332,950 for modification P00007 to a previously awarded firm-fixed-price, cost-reimbursement indefinite-delivery/indefinite-quantity contract (N61340-17-D-0005) to exercise an option to provide for intermediate level maintenance, repair, and logistics services in support of the Chief of Naval Aircraft Training aircraft. Work will be performed at the Naval Air Station (NAS) Pensacola, Florida (50 percent); NAS Corpus Christi, Texas (45 percent); and NAS Whiting Field, Florida (5 percent), and is expected to be completed in September 2019. No funds will be obligated at time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. MACNAK Construction LLC,* Lakewood, Washington, is awarded $11,737,841 for firm-fixed-price task order N4425518F4410 under a previously awarded multiple award construction contract (N44255-17-D-4013) for the removal and replacement of three generators at Naval Radio Station Jim Creek. The work to be performed provides for the removal and replacement of two existing Mitsubishi generators in Building 76 and one Worthington generator in Building 38. This work also includes modifications to Building 39 which include the removal of the fan room, remote radiators, fuel pumps, fuel day tanks, fuel piping, and switch gear. Additional requirements for Building 39 include seismic upgrades, installation of a fire sprinkler and alarm system, and demolishing and replacing the restroom. Work will be performed in Arlington, Washington, and is expected to be completed by December 2020. Navy working capital funds in the amount of $11,737,841 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. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity. BEAT LLC,* San Antonio, Texas (N62645-18-D-5060); and QED Systems Inc., Virginia Beach, Virginia (N62645-18-D-5065), are each awarded a firm-fixed-price, indefinite-delivery/indefinite quantity, multiple award task order contract for Dental Digital Imaging (DDI) systems in support of various Naval Dental Treatment Facilities. These contracts have a combined maximum aggregate dollar value of $11,587,255. The multiple award contracts have a five year ordering period or until the time that orders totaling the sum of the maximum quantities have been issued, whichever occurs first. Places of performance will be various dental treatment facilities yet to be determined - specific sites will be specified on individual delivery orders as they are issued. Work is expected to be completed by Sept. 27, 2023. Initial task orders using fiscal 2018 Defense Health Program other procurement funds will be obligated upon award in the amount of $742,943 to BEAT LLC, and $477,579 to QED Systems Inc., and will not expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity. U.S Marine Management Inc., Norfolk, Virginia, is awarded a $10,545,649 modification under a previously awarded firm-fixed-price contract (N3220517C3503) to fund the second one-year option period for one U.S. flagged Jones Act Tanker, M/T Maersk Peary for the transportation of petroleum products in support of Operation Deep Freeze in accordance with the terms of the charter. The vessel is capable of deployment to worldwide locations. Work will be performed worldwide and is expected to be completed Sept. 30, 2021. Subject to availability of funds, fiscal 2019 working capital funds (Transportation) funds in the amount of $10,545,649 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with eight proposals received. Military Sealift Command, Norfolk, Virginia, is the contracting activity. BAE Systems, Rockville, Maryland, is awarded $9,919,748 for firm-fixed-price contract modification P00001 under a previously awarded contract (N00604-18-C-4001) to exercise option period one for munitions handling and management services which involves receiving, storing, segregating, issuing, inspecting, and transporting various types of ammunition, explosives, expendable and technical ordnance material and weapons for Joint Service commands. This contract includes a nine-month base period, and four 12-month option periods. The exercise of this option will bring the estimated value of the contract to $14,835,063, and if all options are exercised, it will bring the total value to $44,923,252. Work will be performed in Ewa Beach, Hawaii, and work is expected to be completed by September 2019; if all options on the contract are exercised, work will be completed by September 2022. Subject to availability of funds, fiscal 2019 operations and maintenance (Navy) funds in the full amount of $9,919,748 will be obligated once the modification to exercise option year one is awarded, and funds will not expire before the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities and Navy Electronic Commerce Online websites, with one offer received. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity. Textron Aviation Defense LLC, Wichita, Kansas, is awarded $7,263,870 for modification P00013 to exercise an option to a previously awarded firm-fixed-price, cost-reimbursement contract (N00019-15-C-0124). This option provides for the procurement of 255 Automatic Dependent Surveillance-Broadcast (AD-B) Out production kits for the T-6 aircraft for the Navy (251) and the Army (4). The ADS-B Out capability ensures receipt of information in real-time precision, shared situational awareness, advanced applications for pilots and controllers. Work will be performed in Wichita, Kansas, and is expected to be completed in September 2019. No funds will be obligated at time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity. WASHINGTON HEADQUARTERS SERVICES University of Alaska Fairbanks Geophysical Institute, Fairbanks, Alaska, has been awarded an indefinite-delivery/indefinite-quantity contract with a $46,730,000 ceiling for a DoD-wide University Affiliated Research Center (UARC) for research, development, testing, and evaluation services in the area of geophysical detection of nuclear proliferation. The UARC will be managed by the Office of the Deputy Assistant Secretary of Defense for Threat Reduction and Arms Control, reporting to the assistant secretary of defense for nuclear, chemical, and biological defense programs. This was a sole-source acquisition in accordance with Federal Acquisition Regulation 6.302-3(a)(2)(ii). The face value of this action is a ceiling amount of $46,730,000. No funding is issued with the award. Funding will be executed at the task order level using operations and maintenance; and research, development, test and evaluation funds. Work will be performed in Fairbanks, Alaska. The period of performance is a five-year ordering period. The Washington Headquarters Services, Acquisition Directorate, Arlington, Virginia, is the contracting activity (HQ0034-18-D-0027). DEPARTMENT OF DEFENSE EDUCATION ACTIVITY NCS Technologies Inc., Gainesville, Virginia, is awarded firm-fixed priced delivery order HE125418F3012 in the amount of $15,844,337 via the NASA Solutions for Enterprise-Wide Procurement (SEWP) for life-cycle replacement of laptop and desktop computers with storage carts to be delivered to multiple Department of Defense Education Activity (DoDEA) schools and offices in the U.S., Europe and Pacific areas. DoDEA received eight quotes. The one time purchase will use operations and maintenance funding. DoDEA Headquarters, Alexandria, Virginia, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1642195/source/GovDelivery/

  • How a defense expo reflects troubles for South African military

    September 21, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    How a defense expo reflects troubles for South African military

    By: Christopher Torchia, The Associated Press JOHANNESBURG — South Africa is one of the continent's biggest defense spenders but its military is increasingly stretched as the country faces recession and a weakening currency. This week's biennial Africa Aerospace and Defence exhibition is a showcase for the country's military, which is one of the top 20 contributors to United Nations peacekeeping missions and helps with anti-piracy operations off Mozambique's coast. Concerns also are growing about possible corruption linked to state-owned defense conglomerate Denel, part of a wider inquiry into the alleged plundering of state resources under former President Jacob Zuma. South Africa's military "has got a lot on its plate," said Guy Martin, editor of defenceWeb, an industry news site. The country has a defense budget of more than $3 billion. However, the weakening South African currency and the economic recession are making it harder for the military to acquire new equipment and training. President Cyril Ramaphosa opened the fair this week with a speech acknowledging the "economic reality" and pledging support for the defense industry, a key earner of foreign currency. Despite the problems, soldiers at the five-day trade fair were enthusiastic. Capt. T.G. Netshineulu encouraged a group of schoolchildren to consider joining the military after they finish their studies. “I can die for this country,” he said. “And I'm willing to do so.” https://www.defensenews.com/global/mideast-africa/2018/09/20/how-a-defense-expo-reflects-troubles-for-south-african-military

  • Contract Awards by US Department of Defense - September 20, 2018

    September 21, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 20, 2018

    DEFENSE LOGISTICS AGENCY United Technologies Corp., East Hartford, Connecticut, has been awarded a maximum $2,460,000,000 modification (P00024) exercising the five-year option period of a five-year base contract (SPE4AX-15-D-9436), with one five-year option period for the Defense Logistics Agency to supply the Air Force depot level repairables and consumable parts. The modification brings the total cumulative face value of the contract to $4,930,000,000 from $2,460,000,000. This is a fixed-price prospective redetermination, multiple-year requirements contract. The location of performance is Connecticut, with a Sept. 26, 2023, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia. American Purchasing Services LLC, doing business as American Medical Depot, Miramar, Florida, has been awarded a maximum $49,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories. This was a competitive acquisition with 52 responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a Sept. 19, 2023, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-18-D-0012). Accent Controls Inc.,* Kansas City, Missouri, has been awarded a maximum $7,694,857 modification (P00055) exercising the fourth one-year option period of a one-year base contract (SP3300-14-C-5005), with four one-year option periods for warehousing and distribution support services. This is a fixed-price incentive firm, cost-reimbursement contract. This was a small business set-aside acquisition with five offers received. Locations of performance are Missouri and Florida, with a Sept. 30, 2019, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. ARMY Hensel Phelps Construction Co., Austin, Texas, was awarded a $143,158,000 firm-fixed-price contract for Bureau of Engraving and Printing Western Currency facility expansion project. Bids were solicited via the internet with two received. Work will be performed in Fort Worth, Texas, with an estimated completion date of Jan. 11, 2022. Fiscal 2018 non-appropriated funds in the amount of $143,158,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0061). Colt's Manufacturing Co. LLC, West Hartford, Connecticut, was awarded a $57,722,819 firm-fixed-price Foreign Military Sales (Jordan, Morocco, Afghanistan, Senegal, Tunisia and Pakistan) contract for procurement of up to 10,000 additional M4 and M4A1 5.56mm carbine rifles. One bid was solicited with one bid received. Work will be performed in West Hartford, Connecticut, with an estimated completion date of Sept. 20, 2019. Fiscal 2018 foreign military sales funds in the amount of $57,722,819 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-F-0115). J. Kokolakis Contracting Inc., Bohemia, New York, was awarded a $52,494,000 firm-fixed-price contract for renovation of Grant Barracks building. Bids were solicited via the internet with two received. Work will be performed in West Point, New York, with an estimated completion date of Sept. 30, 2019. Fiscal 2018 military construction funds in the amount of $52,494,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-18-C-0015). AECOM Energy & Construction Inc., Greenwood Village, Colorado, was awarded a $40,648,775 modification (P00005) to contract W912P5-17-C-0007 for lock chamber replacement, foundation preparation for both the land wall and river wall, and construction of the upstream river wall. Work will be performed in Chattanooga, Tennessee, with an estimated completion date of Jan. 1, 2020. Fiscal 2018 inland waterway trust funding and civil works funds in the amount of $40,648,775 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity. Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $27,595,202 modification (P00119) to Foreign Military Sales (Australia, Estonia, Lithuania, Turkey, Taiwan and Ukraine) contract W31P4Q-13-C-0129 for Javelin weapons system full-rate production. Work will be performed in Tucson, Arizona, with an estimated completion date of Aug. 31, 2021. Fiscal 2018 other procurement, Army funds in the amount of $27,595,202 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. R8I Cabrera Remediation and Construction LLC,* Elizabeth, Colorado, was awarded a $25,000,000 cost-plus-fixed-fee contract for labor, equipment, operators, supervision, supplies, materials and incidentals necessary in providing continued support of environmental remediation program. 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 Sept. 19, 2023. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-18-D-0023). Weeks Marine Inc., Covington, Louisiana, was awarded a $19,884,400 firm-fixed-price contract for maintenance pipeline dredging. Bids were solicited via the internet with one received. Work will be performed in Houston, Texas, with an estimated completion date of July, 7, 2019. Fiscal 2014 and 2018 operations and maintenance Army; and general construction funds in the combined amount of $19,884,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0073). Bering Straits Technical Services LLC, Anchorage, Alaska, was awarded a $13,335,173 firm-fixed-price contract for operations, maintenance, and sustainment of training areas. 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 Sept. 19, 2022. 413th Combat Support Battalion, Fort Wainwright, Alaska, is the contracting activity (W912D0-18-D-0008). Cray Inc., Seattle, Washington, was awarded a $12,500,000 firm-fixed-price contract to increase the processing capability of the current Cray XC 40 High Performance Supercomputer and purchase of 2083 additional nodes compatible with the existing system architecture. Bids were solicited via the internet with one received. Work will be performed in Vicksburg, Mississippi, with an estimated completion date of Oct. 31, 2018. Fiscal 2018 other procurement, Army funds in the amount of $12,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912HZ-18-C-0027). KZF Design Inc.,* Cincinnati, Ohio, was awarded a $10,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 19, 2023. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-18-D-0009). Messer Construction Co., Dayton, Ohio, was awarded an $8,650,000 firm-fixed-price contract for design and replacement of a process cooling tower (Building 18 Complex). Bids were solicited via the internet with two received. Work will be performed in Wright-Patterson Air Force Base, Ohio, with an estimated completion date of June 30, 2020. Fiscal 2017 and 2018 research, development, test and evaluation funds in the amount of $8,650,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-18-C-0032). NAVY Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded $58,395,297 for firm-fixed-price delivery order N0001918F0567 against a previously issued basic ordering agreement (N00019-14-G-0004). This delivery order provides for the procurement of 866 interim spare parts necessary to support the repair and maintenance of CH-53K low-rate initial production, Lot 2 configuration aircraft. Work will be performed in Stratford, Connecticut (26 percent); Longueuil, Quebec, Canada (10 percent); Redmond, Washington (9 percent); Cudahy, Wisconsin (5 percent); various locations within the continental U.S. (42 percent); and various locations outside the continental U.S. (8 percent), and is expected to be completed in January 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $58,395,297 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $40,323,606 modification to a previously awarded firm-fixed-price contract (N00019-17-C-0003) for the procurement of aircraft armament equipment in support of 12 F/A-18E/F and 14 EA-18G Lot 40 and 41 aircraft for the Navy. Work will be performed in Meza, Arizona (26 percent); St. Louis, Missouri (20 percent); Grand Rapids, Michigan (15 percent); El Segundo, California (11 percent); Grove, Oklahoma (6 percent); Minneapolis, Minnesota (4 percent); Placentia, California (4 percent); and various locations within the continental U.S. (14 percent), and is expected to be completed in November 2022. Fiscal 2016 and 2017 aircraft procurement (Navy) funds in the amount of $40,323,606 are obligated at time of award, $18,258,354 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Summit Technologies Inc., Winter Park, Florida (N00189-18-D-Z075); Analytic Services Inc., Falls Church, Virginia (N00189-18-D-Z076); The Tauri Group, Alexandria, Virginia (N00189-18-D-Z077); Information International Associates, Oak Ridge, Tennessee (N00189-18-D-Z078); and Battelle Memorial Institute, Columbus, Ohio (N00189-18-D-Z079), are awarded a combined estimated $27,866,679 multiple award of cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide professional services in the areas of chemical, biological, radiological and nuclear defense and countering weapons of mass destruction operational and risk analysis. The contracts will run concurrently and will include a 60-month base ordering period. Work will be performed at various contractor locations throughout the U.S. (85 percent) and percentage of work at each of those locations cannot be determined at this time. Work will also be performed at government facilities in Arlington, Virginia (15 percent). The base ordering period of the contract is expected to be completed by September 2023. Fiscal 2018 research, development, test, and evaluation (Navy) funds in the amount of $50,000 will be obligated ($10,000 on each of the five contracts to fund the contracts' minimum amounts), and funds will expire at the end of the current fiscal year. This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was solicited through the Federal Business Opportunities website, with five offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity. L-3 Communications EOTech Inc., Ann Arbor, Michigan, is awarded a $23,637,320 firm-fixed-price, indefinite delivery/indefinite quantity contract for the procurement of Miniature Aiming System – Day Optics close quarter combat sights and clip-on magnifiers in support of U.S. Special Operations Command. Work will be performed in Ann Arbor, Michigan, and is expected to be completed by September 2028. Fiscal 2018 procurement (Defense-wide) funding in the amount of $308,570 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured pursuant of 10 U.S. Code 2304(a). This contract was competitively procured via the Federal Business Opportunities website, with four offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-18-D-JQ26). TFS-APTIM JV,* Wasilla, Alaska, is awarded a $21,445,996 firm-fixed-price contract for construction of a fuel truck offload facility at Andersen Air Force Base, Guam. The basic project components include the fuel truck offload facility and associated piping and equipment. Additional supporting infrastructure includes a building for a generator and electrical service, petroleum, oil, and lubricants fuel truck parking, and site improvements. Work will be performed in Yigo, Guam, and is expected to be completed by December 2019. Fiscal 2018 military construction (Defense-wide) contract funds in the amount of $21,445,996 are obligated on this award, of which $3,696,512 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with one proposal received. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-18-C-1300). Rolls-Royce Corp., Indianapolis, Indiana, is awarded a not-to-exceed $17,599,557 for modification P00008 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-15-D-0033). This modification exercises an option to procure T56-A-427A engines, power section modules and reduction gearbox modules for the E-2D aircraft. Work will be performed in Indianapolis, Indiana, and is expected to be completed in September 2019. No funds will be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is being awarded a $16,310,246 cost-plus-incentive-fee, firm-fixed-price contract for AN/BVY-1 Integrated Submarine Imaging System (ISIS) Technical Insertion 20-24 production and engineering services. The ISIS provides visual and other capabilities for Navy submarines. This contract includes options which, if exercised, would bring the cumulative value of this contract to $753,086,000. Work will be performed in Manassas, Virginia (66 percent); Chantilly, Virginia (18 percent); Marion, Massachusetts (10 percent); and Newport, Rhode Island (6 percent), and is expected to be completed by September 2028. Fiscal 2018 other procurement (Navy) funding in the amount of $250,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-6258). Coffman Specialties Inc., San Diego, California, is awarded $15,845,000 for firm-fixed-price task order N6247318F5362 under a previously awarded multiple award construction contract (N62473-15-D-2442) for airfield pavement repairs at March Air Reserve Base. The work to be performed provides for repairs to the portland concrete cement on Runway 14/32 Keel, Taxiway A and Taxiway C. The airfield areas must be repaired to facilitate use by currently assigned KC-135, C-17 and other transient aircraft. Adjacent asphalt concrete and airfield lighting may be impacted. Work will be performed in Moreno Valley, California, and is expected to be completed by October 2020. Fiscal 2018 operations and maintenance (Air Force Reserve) contract funds in the amount of $15,845,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded $12,880,531 for modification P00027 to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00030-16-C-0005), for sustainment of the U.S. and United Kingdom (UK) SSBN Fire Control System, the U.S. SSGN Attack Weapon Control System, including training and support equipment. Also included is the Missile Fire Control for the U.S. Columbia-class and UK Dreadnought-class Common Missile Compartment program development, through first unit UK production, and Strategic Weapon Interface Simulator. Work will be performed in Pittsfield Massachusetts (90.5 percent); Bremerton, Washington (3.6 percent); Kings Bay, Georgia (2.7 percent); Dahlgren, Virginia (1 percent); Cape Canaveral, Florida (0.9 percent); Portsmouth, Virginia (0.9 percent); and the United Kingdom (0.4 percent), with an expected completion date of Sept. 30, 2023. Fiscal 2018 research, development, test and evaluation funds in the amount of $2,944,140; United Kingdom funds in the amount of $1,015,493; and fiscal 2018 operations and maintenance (Navy) funds in the amount of $498,006 are being obligated on this award. Funds in the amount of $498,006 will expire at the end of the current fiscal year. Subject to the availability of funding, fiscal 2019 operations and maintenance (Navy) funds in the amount of $7,192,842; and United Kingdom funds in the amount of $1,230,050 will be obligated. Funds in the amount of $7,192,842 will expire at the end of fiscal 2019. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. FlightFab Inc.,* Baltimore, Maryland, is awarded a $12,620,604 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of solid waste processing equipment for naval ships. This contract provides production, testing and delivery of solid waste processing equipment in the form of plastic shredders, metal glass shredders, large pulpers, small pulpers and control valves for small and large pulpers. Work will be performed in Baltimore, Maryland. This action will contain a five-year ordering period and is expected to be completed by September 2023. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $423,825 will be obligated immediately after contract award via the first delivery order and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-18-D-4010). Alliant Techsystems Operations LLC, Northridge, California, is awarded a $12,072,734 ceiling-priced indefinite-delivery/indefinite-quantity contract for the procurement of up to 60 Common Munitions Built-In Test Reprogramming Equipment test sets; up to 22 ADU-891(V)1/E adaptor units; up to one lot of spares; and up to two ADU-891(V)3/E adaptor units in support of the Navy, Air Force, and the governments of Morocco, Belgium, Australia, Japan, and Oman. Work will be performed in Northridge, California, and is expected to be completed in May 2020. Fiscal 2018 research, development, test and evaluation (Navy and Air Force); fiscal 2016 missile procurement (Air Force); fiscal 2018 operation and maintenance (Navy); fiscal 2018 other procurement (Navy); and fiscal 2016 weapons procurement (Navy), as well as foreign military sales funds in the amount of $10,021,938, will be obligated at time of award, $2,600,972 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893618D0037). APTIM Federal Services Inc., Alexandria, Virginia, is awarded a $12,022,779 firm-fixed-price modification to previously awarded contract (N62473-17-D-0006) to increase the maximum dollar value of a firm-fixed-price contract task order for the Parcel G Radiological Characterization at Hunters Point Naval Shipyard. The work to be performed provides new data to replace suspect radiological removal action data used to support a radiological unrestricted release recommendation for the sanitary sewer and storm drain lines, and impacted former building sites in Parcel G. After award of this modification, the total cumulative task order value will be $18,395,960. Work will be performed in San Francisco, California, and is expected to be completed by February 2020. Fiscal 2018 base realignment and closure environmental, (Navy) contract funds in the amount of $12,022,779 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Huntron Inc.,* Mill Creek, Washington, is awarded an $11,956,849 firm-fixed-price, indefinite-delivery/indefinite quantity contract for Model 32 test instruments, accessory kits and transit cases. Work will be performed in Mill Creek, Washington, and is expected to be completed by September 2023. Fiscal 2018 other procurement (Navy); fiscal 2018 shipbuilding and conversion (Navy); fiscal 2018 Navy working capital funding; fiscal 2018 operations and maintenance (Homeland Security/Coast Guard); and foreign military sales funding in the amount of $137,228 will be obligated at time of award, of which Navy working capital funding in the amount of $29,097 will expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-18-D-H800). Pacific Commercial Services LLC,* Kapolei, Hawaii, is awarded a maximum amount $10,000,000 indefinite-delivery/indefinite-quantity contract for all services necessary for the final treatment/disposal of hazardous waste in accordance with all local, state, and Federal regulations, to include Department of Defense (DOD) component directives within the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR). The work to be performed provides for services that shall include all necessary personnel, including applicable subcontractors, transportation, packaging and equipment to remove and properly dispose of hazardous and non-hazardous wastes. The contractor is required to meet all Department of Transportation requirements to include packaging of the wastes. The contractor must also comply with all Occupational Safety and Health Administration and DOD safety regulations and procedures, including State of Hawaii regulations and procedures. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific AOR, including, but not limited to Hawaii (75 percent); Guam (15 percent); and other DOD locations within the NAVFAC Pacific AOR (10 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2023. Fiscal 2018 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) funds. This contract was competitively procured via the Federal Business Opportunities website, with one proposal received. The Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-18-D-1801). Raytheon Co., El Segundo, California, is awarded a not-to-exceed $8,127,897 for a ceiling-priced, undefinitized contract action delivery order N00383-18-F-HA04 under previously awarded basic ordering agreement (N00383-15-G-003H) for the repair of 193 units across weapon repairable assemblies used in support of the F-18 active electronically scanned array radar system. Work will be performed in Forest, Mississippi, and will be completed by September 2019. Fiscal 2018 working capital funds (Navy) in the amount of $6,095,923 will be obligated at time of award, and will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), in accordance with Federal Acquisition Regulation 6.302-1. The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. AIR FORCE Pacific Defense Solutions LLC, Kihei, Hawaii, has been awarded a $39,894,065 cost-reimbursement type contract for spacecraft object tracking and characterization capabilities. This contract award is the result of a competitive acquisition and five offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $ 3,601,646 will be obligated at the time of award. Work will be performed in Kihei, Hawaii, and is expected to be completed December 2023. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico is the contracting activity (FA9451-18-C-0035). The Johns Hopkins University Applied Physics Laboratory LLC, Laurel, Maryland, has been awarded a $23,848,171 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee completion task order. The contractor will provide the technical and program support of Tactical Space and small satellite portfolio's core competencies and mission lifecycle to include support of the mission phases from concept through design, implementation, operations, and transition of space assets. Work will be performed in Laurel, Maryland, and is expected to be completed Sept. 29, 2023. Fiscal 2018 research and development funds in the amount of $500,000 are being obligated at time of award. This award is the result of a sole-source acquisition and one offer was received. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-18-D-0018 TASK ORDER FA9453-18-F-0007). The Boeing Co., St. Louis, Missouri, has been awarded a $15,186,972 modification (P00042) to contract FA8634-16-C-2653 for APG-82 Radar Modernization Program test requirements document. This contract provides for test requirements documents that lay the foundation for organic depot repair. Work will be performed in St. Louis, and is expected to be completed by Dec. 31, 2020. Fiscal 2016 and 2017 procurement funds in the amount of $15,186,972 are being obligated at the time of award. Total cumulative face value of the contract is $1,363,368,877. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (Awarded Sept. 17, 2018) International Business Machines Corp., San Jose, California, has been awarded a $14,863,208 cost-reimbursable contract for NorthPole software/hardware. This contract provides for the study, design, development, implementation, test, integration, document and delivery of the software and hardware specification for NorthPole, the next generation neural inference machine. Work will be performed in San Jose, California, and is expected to be completed by June 20, 2019. This award is the result of a competitive acquisition, and two offers were received. Fiscal 2017 research, development, test and evaluation funds in the amount of $893,208; and fiscal 2018 research, development, test and evaluation funds in the amount of $13,970,000 are being obligated at the time of award. Air Force Research Laboratory Rome, New York, is the contracting activity (FA8750-18-C-0015). Honeywell International Inc., Phoenix, Arizona, has been awarded a $10,080,902 firm-fixed-price contract for Jet Fuel Starter repair components for the RC-135 aircraft. This contract provides the remaining stock of Jet Fuel Starter components necessary to sustain the RC-135 fleet through the year 2040. Work will be performed in Phoenix, Arizona, and is expected to be complete by Dec. 31, 2021. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $10,080,902 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8620-18-C-4004). DEFENSE COMMISSARY AGENCY EMR Inc., Niceville, Florida, is awarded $15,990,000 for a firm-fixed-price contract for an addition/alteration to an existing commissary at Naval Air Station Pensacola, Florida. The contract is for a 539 calendar day period based on the issuance of the notice to proceed which is expected in November 2018. Offers were solicited via full and open competition, and three offers were received. The contracting activity is the Defense Commissary Agency, Enterprise Acquisition Division, Construction Design Branch, Joint Base San Antonio, Lackland, Texas (HDEC03-18-C-0003). MISSILE DEFENSE AGENCY L.C. Wright Inc.,* McLean, Virginia, is being awarded an $8,497,407 competitive firm-fixed-price contract with a two-year base value of $3,384,136 for Protocol Support. Protocol professionals provide support for the director and general officer/Senior Executive Service members that are geographically dispersed throughout the U.S. The work will be performed in the National Capital Region; Dahlgren, Virginia; Huntsville, Alabama; Fort Greely, Alaska; Vandenberg Air Force Base, California; Colorado Springs, Colorado; and other locations as directed, with an estimated completion date of October 2023. This contract was competitively procured via publication on the Federal Business Opportunities website with three proposals received. Fiscal 2018 research, development, test and evaluation funds in the amount of $223,000 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-18-R-0007). U.S. SPECIAL OPERATIONS COMMAND Hardwire LLC, Pocomoke City, Maryland, has been awarded an estimated $8,000,000 indefinite-delivery, indefinite-quantity, firm-fixed-price contract (H92403-18-D-0007) for the purchase of Special Operations Forces personal equipment advanced requirements (SPEAR) soft body armor ballistic inserts in support of U.S. Special Operations Command (USSOCOM) procurement division. Fiscal 2018 operations and maintenance funds in the amount of $100,000 are being obligated at the time of award. The majority of work will be performed in Pocomoke City, and work is expected to be completed by September 2023. This contract was awarded through full and open competition with six proposals received. USSOCOM, Tampa, Florida, is the contracting activity. DEFENSE THREAT REDUCTION AGENCY Raytheon Technical Services Company LLC, Dulles, Virginia, has been awarded a $7,542,049 modification #17 to previously awarded contract HDTRA1-11-D-0007, Task Order 12 Weapons of Mass Destruction Proliferation Prevention Program on the Jordan Border Security Project. The modification brings the total cumulative face value of the contract to $58,317,910.57 from $50,775,861.57. Work will be performed in Jordan, with an expected completion date of Nov. 30, 2020. This contract involves fiscal 2018 Cooperative Threat Reduction funds in the amount of $2,675,182 are being obligated at time of award. The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity. WASHINGTON HEADQUARTERS SERVICES DirectViz Solutions LLC, Chantilly, Virginia, is being awarded a $7,429,544 firm-fixed-price contract. This contract will to provide Joint Service Provider with technical, analytical, management, and professional support services for Identity Protection Management Services. Work will be performed at the Pentagon, Mark Center, and Crystal City, Virginia, with an expected completion date of Sept. 29, 2022. Fiscal 2018 operations and maintenance funds in the amount of $7,429,544 are being obligated at time of award. This contract was competitively procured, with three proposals received. The Washington Headquarters Services, Acquisition Directorate, Arlington, Virginia, is the contracting activity (HQ0034-17-C-0093). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1641072/source/GovDelivery/

  • U.S. Buy American demand gone from NAFTA: sources

    September 20, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    U.S. Buy American demand gone from NAFTA: sources

    By Canadian Press OTTAWA — The Canadian Press has learned the United States has backed down from its contentious Buy American demands for lucrative procurement projects in the renegotiation of the North American Free Trade Agreement. Mexico and Canada are each taking credit for standing firm against the controversial U.S. position that would have effectively limited their respective countries' ability to bid on valuable American government infrastructure projects. Multiple sources, speaking on the condition of anonymity, cited the competing claims as one example of the animosity between Canada and Mexico that has arisen since Mexico reached its own NAFTA deal with the Trump administration last month. Canada and the United States are trying to renegotiate their portion of the three-country trade pact, but major sticking points such as dairy, dispute resolution and culture remain. Canada has credited Mexico with making significant concessions in its deal with the U.S. on automobiles and for permitting large wage increases for Mexican auto workers. But sources say Mexico has done much of the “heavy lifting” on getting the Americans to back down on its demand to limit the ability of Canadian and Mexican firms to bid on U.S. infrastructure projects, while seeking greater access for American firms to Mexican and Canadian government projects. https://ipolitics.ca/2018/09/19/u-s-buy-american-demand-gone-from-nafta-sources/

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.