Filter Results:

All sectors

All categories

    3544 news articles

    You can refine the results using the filters above.

  • Contract Awards by US Department of Defense - February 11, 2019

    February 13, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - February 11, 2019

    NAVY Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $211,996,197 cost-plus-incentive-fee, cost-plus-fixed-fee modification to previously-awarded contract N00024-18-C-5105 for incorporation of remaining Baseline J7 scope for new-construction DDG Aegis Weapon System J7 Baseline development and integration in support of the Japan Maritime Self-Defense Force (JMSDF). This modification will provide for continued JMSDF Aegis Combat System J7 Baseline development and integration. These efforts include full operational capability at the development test sites, execution of J7 Baseline development and integration activities, integration of Japanese domestic ship systems, in-country integrated test team support and provision of technical manuals, logistics and staging activities. Work will be performed in Moorestown, New Jersey (73 percent); Yokohama, Japan (11 percent); Mount Laurel, New Jersey (6 percent); Kawasaki, Japan (3 percent); Nasu, Japan (3 percent); Nagoya, Japan (2 percent); Tokyo, Japan (1 percent); and Washington, District of Columbia (1 percent), and is expected to be completed by October 2021. Foreign Military Sales funding in the amount of $211,996,197 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., El Segundo, California, is awarded an $88,443,303 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract for the modification and upgrade of the sensor system software and hardware for the F/A-18/EA-18G aircraft to incorporate updates, improvements, and enhancements of tactical capabilities. Services to be provided include technical support for hardware and software anomaly investigation, design, development, documentation, integration, test, and evaluation of systems and support equipment. Work will be performed in El Segundo, California, and is expected to be completed in February 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $1,399,824 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 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893619D0001). Amee Bay LLC,* Hanahan, South Carolina (N64498-19-D-4013); Aviation Maritime Support Services LLC,* Chesapeake, Virginia (N64498-19-D-4014); and Thermcor Inc.,* Norfolk, Virginia (N64498-19-D-4015), were each awarded a cost-plus-fixed fee, indefinite-delivery/indefinite quantity multiple award contract with firm-fixed-priced ordering provisions for engineering and technical services to support the Naval Surface Warfare Center Philadelphia Division's (NSWCPD) Hull, Mechanical and Electrical (HM&E) modernization programs. Amee Bay LLC is awarded $57,337,423; Aviation Maritime Support Services LLC is awarded $63,775,817; and Thermcor Inc. is awarded $63,795,441. The mission of NSWCPD is to transition hull, mechanical and electrical machinery technology to the Navy active/reserve fleet, and support various sponsors for Navy modernization programs. This requires development and execution of various ship changes and ship alterations to upgrade and maintain in a more cost-effective and timely manner the system/equipment readiness of various Navy HM&E and electronic systems. The engineering and technical support services for this requirement are primarily small, minimally intrusive, turn-key equipment level modernization projects that are generally accomplished pierside at the various homeports outside of Chief Naval Operations availabilities. The installation process consists of several phases, including advance planning, ship check, assessments, fabrication, prototype evaluation and installation, final design shipboard installation, testing and completion. Work will be performed at various Navy bases, shipyards, repair facilities and contractor facilities in the continental U.S. and is expected to be completed by January 2024. Fiscal 2018 and 2019 other procurement (Navy) funding in the amount of $520,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $108,000 will also 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, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (Awarded Feb. 8, 2019) McKinsey & Co. Inc., Washington, District of Columbia, is awarded $15,730,560 for modification P00002 to a firm-fixed-price, cost-plus-fixed-price delivery order N6833518F0362 previously issued against blanket purchase agreement (N68335-18-A-0042) in support of the F-35 Lightning II affordability campaign for the Navy, Marine Corps, and Air Force. The modification provides for maturation of the current effort through expansion and refinement of existing scope, including strategic sourcing, senior leadership team offsite, and major contract actions. Work will be performed in Arlington, Virginia, and is expected to be completed in June 2019. Fiscal 2018 aircraft procurement (Navy); and fiscal 2019 aircraft procurement (Marine Corps and Air Force) funds in the amount of $15,730,560 will be obligated at time of award, none of which will expire at the end of the fiscal year. This modification combines purchases for the Navy ($6,001,250; 38 percent); Marine Corps ($6,001,250; 38 percent), and Air Force ($3,728,060; 24 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE FINANCE AND ACCOUNTING SERVICE CACI Inc. Federal, Chantilly, Virginia, has been awarded a not-to-exceed $11,530,702 modification (P00010) to previously awarded contract HQ0423-15-F-5001 for comptroller mission systems support for the Office of the Under Secretary of Defense (Comptroller). This modification exercises Option Year 4 with a period of performance of Feb. 16, 2019, through Feb. 15, 2020. The modification brings the total cumulative face value of the contract to $51,604,376 from $40,073,674. Work will be performed at the Pentagon and in remote locations within the National Capital Region with an expected completion date of Feb. 15, 2020. Fiscal 2019 operations and maintenance Defense-wide funds in the amount of $11,530,702 are being obligated at time of award. The Defense Finance and Accounting Service, Columbus, Ohio, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1754592/

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

    February 11, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

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

    ARMY Isometrics Inc.,* Reidsville, North Carolina, was awarded an $82,510,281 firm-fixed-price contract for the Modular Fuel System - Tank Rack Module. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0048). Goodwin Brothers Construction, St. Louis, Missouri, was awarded a $33,900,000 firm-fixed-price contract to construct a new water treatment plant for the Lake City Army Ammunition Plant, Missouri. Bids were solicited via the internet with four received. Work will be performed in Independence, Missouri, with an estimated completion date of Feb. 22, 2021. Fiscal 2018 other procurement Army funds in the amount of $33,900,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-4002). Booz Allen Hamilton, McLean, Virginia, was awarded a $12,884,834 modification (P00006) to contract W91RUS-18-C-0024 for cybersecurity support services. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of Sept. 2, 2029. Fiscal 2019 operations and maintenance Army funds in the amount of $12,884,834 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Gilbane Federal JV, Concord, California, was awarded a $10,041,983 firm-fixed-price contract for two-phase design build construction of a blood donor center. Bids were solicited via the internet with six received. Work will be performed in Fort Gordon, Georgia, with an estimated completion date of Aug. 21, 2020. Fiscal 2018 military construction funds in the amount of $10,041,983 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-3002). NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $52,367,561 for modification P00002 to a previously issued cost-plus-fixed-fee delivery order (N0001918F0472) placed against basic ordering agreement N00019-14-G-0020. This modification provides for additional ancillary mission equipment for F-35 Lightning II aircraft in support of the Marine Corps, Air Force, Navy, non-U.S. Department of Defense (non-U.S. DoD), participants and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2022. Fiscal 2017 aircraft procurement (Marine Corps, Air Force, and Navy); fiscal 2018 aircraft procurement (Marine Corps); non-U.S. DoD participant; and FMS funding in the amount of $52,367,561 will be obligated at time of award, $35,913,912 of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps ($20,791,984; 39 percent); Air Force ($11,338,222; 22 percent); Navy ($5,016,648; 10 percent); non-U.S. DoD participants ($12,112,092; 23 percent), and FMS customers ($3,108,615; 6 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. General Dynamics NASSCO-Bremerton, Bremerton, Washington, is awarded a $34,305,282 modification to previously awarded contract N00024-14-C-4321 to exercise an option for repair and alteration requirements for USS Carl Vinson (CVN 70) fiscal 2019 dry-docking planned incremental availability (DPIA). The DPIA is the opportunity in the ship's life cycle to conduct repairs and alterations. The option will authorize the fourth major availability of the contract, and entails modification and repair of ship equipment, hull and systems. Work will be performed in Bremerton, Washington, and is expected to be completed by July 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $34,305,282 will be obligated at time of award and will expire at the end of the current fiscal year. Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity. Huntington Ingalls Industries Fleet Support Group LLC (formerly AMSEC LLC), Virginia Beach, Virginia (N4523A-19-D-1301); Gryphon (formerly CDI Marine Co. LLC), Norfolk, Virginia (N4523A-19-D-1302); and Tridentis LLC,* Alexandria, Virginia (N4523A-19-D-1303), are awarded a combined not-to-exceed $40,000,000 shared capacity, multiple-award indefinite-delivery/indefinite-quantity, firm-fixed-price contract for marine design and engineering services for all current and former U.S. naval vessels, ships, craft and boats in the areas of naval architecture, civil, structural, mechanical, electrical, electronics, industrial and environmental engineering. The work will include planning and estimating, engineering designs and calculations, technical research, troubleshooting and failure mode analysis, assessments and inspections, oversight and technical support of industrial work, training, and detailed reports based on engineering studies and analysis relating to marine vessels and equipment (including, but not limited to cranes, caissons and similar equipment used to support ship repairs, overhaul and dismantling). This requirement also includes computer aided drafting and design drafting and modeling, and technical document preparation, publication and reproduction. Work will be performed in Bremerton, Washington (60 percent); and throughout the world depending on need (40 percent), and is expected to be complete by February 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $15,000 will be obligated at time of award through the issuance of three separate task orders ($5,000 for each company) 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 Puget Sound Naval Shipyard & Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity. Harper Construction Co., Inc., San Diego, California, is awarded $23,958,623 for firm-fixed-price task order N6247319F4285 under a previously awarded multiple award construction contract (N62473-18-D-5853) for bachelor enlisted quarters (BEQ) repairs at Naval Air Station Lemoore, California. The work to be performed provides for a Design-Build project, consisting of whole barracks renovation and modernization of BEQ Towers D, E, and F. The project also includes repairs for the core building in the complex, which houses administration, utilities, and boilers for the BEQ. Building shell work for Towers D, E and F will repair the roof, provide roof anchors, replace metal panels to match existing building walls, replace all exterior doors, frames, and hardware, replace windows, and repair exterior walls. The task order also contains one unexercised option, which if exercised would increase cumulative task order value to $45,234,567. Work will be performed in Lemoore, California, and is expected to be completed by February 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $23,958,623 are obligated on this award and will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Vigor Marine Inc., Portland, Oregon, is awarded a $17,044,892 firm-fixed-price contract for a 75-calendar day shipyard availability for the regular overhaul and dry docking of USNS Carl Brashear (T-AKE 7). Work will include clean and gas-free tanks, voids, cofferdams and spaces, propulsion motor and cooler, main generator maintenance and cleaning, high voltage switchboard and emergency switchboard cleaning, five-year main engine flex hose replacement, dry-docking and undocking, propeller shaft and stern tube inspect, freshwater (closed loop) stern tube lubrication, underwater hull cleaning and painting, freeboard cleaning and painting, sea valve replacements, renew flight deck nonskid, and reverse osmosis unit sea-chest installation. The contract includes options which, if exercised, would bring the total contract value to $19,374,570. Work will be performed in Portland, Oregon, and is expected to be completed by May 15, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $17,044,892 are obligated at the time of award. Funds will not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received. The U. S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C6004). Jacobs Technology Inc., Ridgecrest, California, is awarded $12,328,002 for modification P00060 to a previously awarded cost-plus-fixed-fee, cost contract (N68936-15-C-0026). This modification provides for the retrofit of existing test equipment, design and development of new testing equipment and test support for Air Launch Testing and Underwater Testing of a conventional prompt strike weapon. Work will be performed in China Lake, California, and is expected to be completed in August 2019. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $270,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity. General Dynamics, Bath Iron Works, Bath, Maine, is awarded a $10,826,033 cost-plus-fixed-fee modification under a previously awarded contract N00024-14-C-4313 for Littoral Combat Ship (LCS) Planning Yard Services. This modification procures waterjet assembly battle spares for the LCS-5 and follow ships (Freedom Class), from Rolls-Royce Marine North America Inc. Work will be performed in Walpole, Massachusetts (98 percent); and Bath, Maine (2 percent), and is expected to be complete by August 2021. Fiscal 2019 other procurement (Navy) funding in the amount of $10,826,033 will be obligated at award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity. Donjon Marine Co. Inc., Hillside, New Jersey, is awarded a $10,364,915 cost-plus-award-fee delivery order under previously-awarded contract N00024-18-D-4307 to provide pumping assets (equipment and personnel) to Puerto Rico to assist with pumping operations designated by the U.S. Army Corps of Engineers (ACOE). This contract modification is under Zone A Salvage Services Contract. Action is in response to a salvage services request from ACOE to provide pumping assets given hurricane season commencement and anticipated near-term heavy rainfall. Work will be performed in Puerto Rico and is expected to be completed by December 2019. Non-expiring ACOE funding in the amount of $9,528,240 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. Homeland Security Solutions Inc., Hampton, Virginia, is awarded a $10,250,351 firm-fixed-price, six-month contract for program management support, training, human resources services and non-guard security support services. This contract includes three one-year option periods, and one six-month option period which, if exercised, could bring the cumulative value of this contract to $35,291,550. Work will be performed in: Camp Lejeune/New River, North Carolina (11 Percent); Camp Pendleton, California (10 percent); Washington, District of Columbia (9 percent); Cherry Point, North Carolina (8 percent); Miramar, California (8 percent); Quantico, Virginia (8 percent); Camp Smith and Kaneohe Bay, Hawaii (7 percent); Beaufort/Parris Island, South Carolina (6 percent); Yuma, Arizona (5 percent); Barstow, California (5 percent); San Diego, California (5 percent); Albany, Georgia (5 percent); Okinawa, Japan (5 percent); Bridgeport, California (2 percent); Blount Island, Florida (2 percent); New Orleans, Louisiana (2 percent); and Iwakuni, Japan (2 percent). Work is expected to be completed September 2019. If all options are exercised, work will continue through March 2023. Fiscal 2019 operations and maintenance (Marine Corps) in the amount of $10,250,351 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured via solicitation on the Federal Business Opportunities website, with three offers received. The Marine Corps Installations National Capitol Region - Regional Contracting Office, Marine Corps Base Quantico, Virginia, is the contracting activity for M00264-19-C-0007. Georgia Tech Applied Research Corp., Atlanta, Georgia, is awarded a $9,775,501 cost-plus fixed-fee contract for Low Cost UAS Swarm Technology Distributed Autonomy prototyping, analysis, and support. This contract contains options, which if exercised, will bring the total cumulative value of the contract to $17,441,037. Work will be performed in Atlanta, Georgia, and work is expected to be completed Jan. 31, 2020. If options are exercised, work will continue through Jan. 31, 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $9,061,486 are obligated at the time of award. No funds will expire at the end of the current fiscal year. This contract was competitively procured under N00014-18-S-B001, a long range broad agency announcement (BAA) for science and technology projects for advancement and improvement of Navy and Marine Corps operations, including expeditionary maneuver warfare and combating terrorism. Since proposals will be received throughout the year under the long range BAA, therefore, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-19-C-2023). MISSILE DEFENSE AGENCY Northrop Grumman Aerospace Systems, Redondo Beach, California, is being awarded a $17,416,113 modification (P00359) to a previously awarded F04701-02-C-0009 contract to exercise an option. The value of this contract is increased from $1,898,989,472 to $1,916,405,585. Under this modification, the contractor will provide on-orbit operations and sustainment for the Space Tracking and Surveillance System. The work will be performed at the Missile Defense Space Center at Colorado Springs, Colorado; and at Northrop Grumman Aerospace Systems in Redondo Beach, California. The performance period is from April 1, 2019, to March 31, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $7,000,000 is being obligated at time of award. The Missile Defense Agency, Colorado Springs, Colorado, is the contracting activity. AIR FORCE Textron Aviation Defense, Wichita, Kansas, has been awarded a $10,362,128 undefinitized contract modification (P0005) to a previously awarded undefinitized contract action FA8617-17-C-6216, increasing the not-to-exceed price to $135,279,753 for 12 T-6C aircraft, maintenance and pilot training, and interim contractor support for maintenance. Contractor will provide supplies and services to provide for the replacement of current training aircraft fleet and the enhancement of the Argentina air force surveillance and border security mission. Work will be performed in Wichita, Kansas, and is expected to be complete by June 30, 2021. This contract is 100 percent Foreign Military Sales to Argentina. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1752961/source/GovDelivery/

  • Lockheed Martin Awarded $184 Million To Continue Providing The U.S. Navy With Electronic Warfare Systems

    February 11, 2019 | International, Naval, C4ISR

    Lockheed Martin Awarded $184 Million To Continue Providing The U.S. Navy With Electronic Warfare Systems

    SYRACUSE, N.Y., Feb. 11, 2019 – Lockheed Martin (NYSE: LMT) continues to support the U.S. Navy's aircraft carriers, cruisers, destroyers and warships with advanced electronic warfare capabilities. The Navy awarded Lockheed Martin a $184 million firm-fixed-price modification to exercise options for full rate production of Surface Electronic Warfare Improvement Program (SEWIP) Block 2 systems. “We are honored to continue to provide this critical fleet defense capability that our warfighters rely on while they perform their mission worldwide,” said Joe Ottaviano, Integrated Electronic Warfare program director, Rotary and Mission Systems. “Threats are changing and evolving faster with advanced technologies and the SEWIP system will give the U.S. Navy the advantage of remaining one step ahead of our adversaries.” SEWIP is an evolutionary acquisition and incremental development program to upgrade the existing AN/SLQ-32(V) electronic warfare system. SEWIP Block 2 will expand upon the receiver/antenna group necessary to keep capabilities current with the pace of the threat and to yield improved system integration. Under this full-rate production contract, Lockheed Martin will continue providing and upgrading the AN/SLQ-32 systems on U.S. aircraft carriers, cruisers, destroyers and other warships with key capabilities that determine if the electronic sensors of potential foes are tracking the ship. The U.S. Navy awarded the company an initial $148.9 million contract for full rate production of SEWIP Block 2 systems in 2016 with four additional option years to upgrade the fleet's electronic warfare capabilities so warfighters can respond to evolving threats. Lockheed Martin has provided the U.S. Navy with SEWIP Block 2 development, production and engineering services since 2009 and has been delivering and supporting the installation of SEWIP Block 2 systems as the Navy upgrades electronic warfare defenses against anti-ship missile threats fleet wide. Additionally, AN/SLQ-32(V)6 Design Agent Engineering Services are being performed at the Electronic Warfare Center of Excellence in the Syracuse, New York, facility. For additional information, visit www.lockheedmartin.com/ew. https://news.lockheedmartin.com/2019-02-11-Lockheed-Martin-Awarded-184-Million-to-Continue-Providing-the

  • La Navy débarque le Hornet alors que le Super Hornet marque des points

    February 11, 2019 | International, Aerospace, Naval

    La Navy débarque le Hornet alors que le Super Hornet marque des points

    Boeing, qui a pris le contrôle du programme F/A-18 en rachetant McDonnell Douglas, peut-être satisfait : alors que l'US Navy retire ses derniers F/A-18 Hornet des unités de première ligne, son successeur, le Super Hornet, reste bien présent sur le marché des avions de combat où il tient tête (Canada, Finlande, Allemagne...) au F-35 de Lockheed [...](...) https://www.aerocontact.com/actualite-aeronautique-spatiale/57137-la-navy-debarque-le-hornet-alors-que-le-super-hornet-marque-des-points

  • CSC Home Team Celebrates Canadian Industry Success

    February 11, 2019 | Local, Naval

    CSC Home Team Celebrates Canadian Industry Success

    Canada's Combat Ship Team awarded contract for Canadian Surface Combatant OTTAWA, Ontario, Feb. 8, 2019 /PRNewswire/ -- Canadian technology, experience and infrastructure proved a winning combination for Canada's new fleet of surface combatants, as Canada's Combat Ship Team has been awarded the Canadian Surface Combatant design contract by Irving Shipbuilding. Irving Shipbuilding is the Canadian Surface Combatant prime contractor and will build all 15 ships at Halifax Shipyard. BAE Systems, CAE, Lockheed Martin Canada, L3 Technologies, MDA and Ultra Electronics partnered as Canada's Combat Ship Team to offer the Royal Canadian Navy the most advanced and modern warship design, the Type 26 Global Combat Ship, with high-tech platform innovations from prominent Canadian companies. The solution includes the internationally renowned and Canadian-developed combat management system, CMS 330. Bringing together a pan-Canadian team, the six companies have a uniquely skilled workforce and supply chain that are ready to begin work on the program today. Canada's Combat Ship team employs a combined 9,000 Canadians in 40 facilities from coast to coast and engages a Canadian supply chain of more than 4,000 small and medium sized enterprises. The team also secured several additional partners, including Rolls-Royce with its Canadian-designed and manufactured Mission Bay Handling System that will enable adaptability for the ships' operations. The Type 26 Global Combat Ship is a globally deployable multi-role warship that meets the distinctive mission requirements of the Royal Canadian Navy. It is enhanced with the team's collective Canadian naval expertise in combat system design, integration, training, logistics and program management. Purposely designed for high-end anti-submarine warfare and capable of performing a variety of missions around the world, the Type 26 is acoustically quiet, versatile, highly survivable, and allows for significant growth margins for future modernization. Canada's Combat Ship Team will deliver lasting economic benefits to Canadian industry through $17 billion in value proposition commitments in innovation across Canada's priority areas, including $2 billion in supplier development, $2 billionin research and development, and $200 million in advanced manufacturing. All of this contributes to a strong Canadian team - Canada's Home Team - ready to begin work on day one as promised. Quotes "We are delighted to be part of Canada's Combat Ship Team that has been awarded the Canadian Surface Combatant design contract. We believe that the Type 26 Global Combat Ship is the right solution for Canada, combining Canada's trusted Combat Management System with the world's most advanced warship design and bringing together a pan-Canadian team with a proven track record and current capability to perform complex defence projects." Anne Healey, General Manager - Canada, BAE Systems "As one of Canada's largest defence companies, we are proud to be part of this pan-Canadian team selected for the Canadian Surface Combatant program. We look forward to working closely with the Government of Canada, Irving Shipbuilding and the entire team to develop and deliver world-class capability that prepares the men and women of the Royal Canadian Navy for mission success." Joe Armstrong, Vice President and General Manager - Canada, CAE "This award is true validation of our Canadian capability. Our team is honoured, knowing that we offered the right solution for Canada and a proven ability to perform on complex defence programs. Lockheed Martin Canada is ready to continue serving as Canada's trusted Combat System Integrator, as it has for more than three decades, leveraging the innovation and talent here at home that will ultimately result in unprecedented economic outcome for Canada." Gary Fudge, Vice President and General Manager, Lockheed Martin Canada Rotary and Mission Systems "With over 2,200 Canadians working at L3 Technologies, we stand ready to deliver the latest EO/IR sensors, Integrated Platform Management, Integrated Communications and Torpedo Handling systems for the Canadian Surface Combatant. With proven capability on existing Canadian ships, L3 Technologies is proud to be on the team that will deliver the world leading performance expected by the Royal Canadian Navy." Rich Foster, Vice President, L3 Technologies Canada "As one of Canada's leading space and defence companies, MDA's participation in this project validates our expertise in electronics, antennas, signal processing, system engineering and mission software capabilities. In addition to providing world-class operational CSC capability to the Canadian Armed Forces, this project will be a catalyst for exporting more of our technology to the global naval market." Mike Greenley, Group President, MDA "As the underwater warfare lead on the CSC Home Team we are bringing to bear our considerable depth of anti-submarine warfare experience and capability, ensuring Canada's new ships will provide an enduring operational advantage to the Royal Canadian Navy. This work will generate high-tech jobs in Nova Scotia for sonar design and manufacturing and add to our existing significant export capability." Bernard Mills, President, Ultra Electronics Maritime Systems "Our experience and world-leading capability as providers of integrated power and propulsion solutions will deliver these warships with exceptional power through-life and the superb acoustic performance essential to anti-submarine warfare operations. Our Canadian-designed and manufactured Mission Bay Handling System will allow the essential flexibility and adaptability for future operations." Bruce Lennie, Vice President Business Development & Government Affairs, Rolls-Royce Canada About BAE Systems BAE Systems is a world leading shipbuilding, support and maintenance company with the skills and expertise to design, build, integrate, test, commission and support complex warships. BAE Systems has a strong track record of collaboration with customers and industrial partners worldwide to share technology and skills – helping countries grow their naval and industrial capabilities. Canadian industry is already integral to the Type 26 Global Combat Ship program. BAE Systems has operated in Canada for over 100 years partnering over a recent period with over 240 Canadian companies. BAE is active across Canada with equipment including Hawk trainer jets, Submarines, cyber security, Hybrid drive busses, and naval guns. About CAE As a globally-recognized training systems integrator, CAE is committed to providing defence and security forces world-class training centres, training services, and a comprehensive portfolio of training solutions. CAE is headquartered in Canada and has employees in 15 locations across the country. About Lockheed Martin Canada Lockheed Martin Canada has been Canada's trusted defence partner for nearly 80 years and has a proud legacy of providing innovative naval systems and sustainment solutions for Canada and abroad. For more than three decades, Lockheed Martin Canada has demonstrated its capability and commitment to the Royal Canadian Navy as the Prime Contractor and Combat System Integrator for the HALIFAX Class Frigates. The company employs approximately 1,000 employees at major facilities in Ottawa, Montreal, Halifax, Calgary, and Victoria, working on a wide range of major programs spanning the aerospace, defence and commercial sectors. About L3 Technologies A leading provider of communication, electronic and sensor systems used on military, homeland security and commercial platforms, L3 Technologies is also a prime contractor in aerospace systems, security and detection systems, and pilot training. With over 50 years of business operations in Canada, L3 has a strong Canadian presence with L3 MAPPS, L3 MAS, L3 Communication Systems Canada and L3 WESCAM that each have experience working on technologies and projects for the Royal Canadian Navy. About MDA MDA is an internationally recognized leader in space robotics, space sensors, satellite payloads, antennas and subsystems, surveillance and intelligence systems, defence and maritime systems, and geospatial radar imagery. MDA's extensive space expertise and heritage translates into mission-critical defence and commercial applications that include multi-platform command, control and surveillance systems, aeronautical information systems, land administration systems and terrestrial robotics. MDA is also a leading supplier of actionable mission-critical information and insights derived from multiple data sources. Founded in 1969, MDA is recognized as one of Canada's most successful technology ventures with locations in Richmond, Ottawa, Brampton, Montreal, Halifax and the United Kingdom. MDA has supported the Royal Canadian Navy for over two decades. About Ultra Electronics Based in Dartmouth, Nova Scotia, Ultra Electronics is a part of the Ultra Electronics Group, an international defense and aerospace company. Ultra Electronics has been delivering world-leading underwater warfare solutions to the defense market for 70 years. Ultra Electronics has been highly successful in transforming its research investment into the technologically-advanced underwater battlespace sensor systems that it delivers to both Royal Canadian Navy and internationally. Today, Ultra Electronics is recognized worldwide for its expertise in hull mounted sonar, towed active and passive arrays, sonar sensors, and underwater acoustics. About Rolls-Royce Rolls-Royce pioneers cutting edge technology to provide highly-efficient integrated power and propulsion solutions. Rolls-Royce has been established in Canada for over 70 years and today employs over 1500 Canadians at eight locations across six provinces. Rolls-Royce plays an active role in many of the world's major defence programs offering advanced system solutions to navies and coastguards. SOURCE Lockheed Martin https://news.lockheedmartin.com/2019-02-08-CSC-Home-Team-Celebrates-Canadian-Industry-Success

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

    February 11, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

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

    NAVY BAE Systems San Diego Ship Repair, San Diego, California (N00024-16-D-4419); Huntington Ingalls Industries Inc., San Diego, California (N00024-16-D-4420); and General Dynamics, National Steel and Shipbuilding Co., San Diego, California (N00024-16-D-4421), are each awarded firm-fixed-price modifications to exercise Option Period Three under previously-awarded indefinite-delivery/indefinite-quantity multiple-award contracts for complex, emergent and continuous maintenance and Chief of Naval Operations availabilities on amphibious ships. Each company will have the opportunity to provide offers for individual delivery orders during Option Period Three, with an estimated cumulative combined value of $406,853,897. Work will be performed in San Diego, California, and is expected to be complete by March 2020. No funding will be obligated at time of award. Funding will be provided as individual delivery orders are issued. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. Bell Helicopter Textron Inc., Fort Worth, Texas, is awarded $240,266,448 for modification P00009 to a previously awarded fixed-price-incentive contract (N00019-17-C-0030) for the manufacture and delivery of 12 Lot 16 AH-1Z aircraft for the kingdom of Bahrain under the Foreign Military Sales (FMS) program. Work will be performed in Fort Worth, Texas (60 percent); and Amarillo, Texas (40 percent), and is expected to be completed in August 2022. FMS funds in the amount of $240,266,448 are being obligated at the 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. Leidos Inc., Reston, Virginia, is awarded a $33,001,816 firm-fixed-price, indefinite-delivery/indefinite-quantity supply contract with cost-reimbursable services for the Digital Video Surveillance System in support of guided-missile destroyer (DDG) modernization. The Naval Surface Warfare Center, Philadelphia Division is the Navy's agent for the coordination and planning of all the engineering and technical support services for the modernization program. The modernization program provides a full spectrum of technical support encompassing all phases of the alteration installation process. Supplies are to be delivered to various Navy bases, shipyards, repair facilities and contractor facilities in the continental U.S. Work will be performed in Reston, Virginia (85 percent); and at various places below one percent (15 percent), and is expected to be completed by February 2024. Fiscal 2018 other procurement (Navy) funding in the amount of $2,916,500 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 Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (N64498-19-D-4011) The Boeing Co., St. Louis, Missouri, is awarded $23,108,547 for firm-fixed-priced delivery order N00383-19-F-0AY1 under previously awarded basic ordering agreement N00383-18-G-AY01 for the repair of various avionics equipment used on the F/A-18 aircraft. Work will be performed in Lemoore, California (99 percent); and Philadelphia, Pennsylvania (1 percent). Work is expected to be completed by December 2021. Working capital funds (Navy) in the amount of $23,108,547 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1) in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. URS Group Inc., Morrisville, North Carolina, is awarded a $21,000,000 modification on a firm-fixed-price task order under a previously awarded multiple award construction contract (N62470-13-D-6022) for Phase One of Hurricane Michael repairs for stabilization and repairs to multiple buildings at Naval Support Activity Panama City, Florida. The work to be performed provides for removal of carpet, walls, windows and other unsalvageable items due to water penetration, clean-up of roofing materials and tarping of rooftops to mitigate further water intrusion. Repairs include roof replacement, roof decking, and sealing roof penetrations. The repairs also include correction of architectural, structural, plumbing, heating, ventilation and air conditioning, fire protection, electrical deficiencies and any other incidental related work as found due to damage from the hurricane. After award of this modification, the total task order value will be $42,510,000. Work will be performed in Panama City, Florida, and is expected to be completed by September 2019. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $21,000,000 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $18,265,659 for modification P00045 to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0004). This modification provides for the maintenance and operation of the Australia, Canada, United Kingdom Reprogramming Laboratory (ACURL). This effort includes support for all ACURL systems to include consumables for the F-35 aircraft in support of the governments of Australia, Canada and the U.K. Work will be performed in Valparaiso, Florida, and is expected to be completed in February 2020. Non-Department of Defense participant funds in the amount of $18,265,659 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. Raytheon Space and Airborne Systems, Marlborough, Massachusetts, is awarded a $16,680,230 modification to a previously awarded firm-fixed-price contract (N00039-16-C-0050) to exercise options to deliver spare items for the Navy Multiband Terminal (NMT) system and to produce, test and deliver fully integrated NMT. NMT is a multiband capable satellite communications terminal that provides protected and wideband communications. NMT supports Extremely High Frequency (EHF) / Advanced EHF Low Data Rate / Medium Data Rate / Extended Data Rate, Super High Frequency, Military Ka (transmit and receive) and Global Broadcast Service receive-only communications. Work will be performed in Largo, Florida (54 percent); South Deerfield, Massachusetts (25 percent); Stow, Massachusetts (13 percent); and Marlborough, Massachusetts (8 percent), and is expected to be completed by February 2020. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 other procurement (Navy); Navy working capital funds; and Foreign Military Sales funds in the amount of $16,680,230 will be obligated at the time of award. Funds will not expire at the end of the 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, Bath Iron Works, Bath, Maine, is awarded a $15,637,609 cost-plus-fixed-fee modification, against previously awarded contract N00024-14-C-4313 for LCS Planning Yard Services. This modification procures waterjet assembly battle spares for the LCS-6 and follow ships (Independence Class). Work will be performed in Chesapeake, Virginia (99 percent); and Bath, Maine (1 percent), and is expected to be complete by March 2021. Fiscal 2018 other procurement (Navy) funding in the amount of $15,637,609 will be obligated at award, and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity. American Petroleum Tankers LLC, Blue Bay, Pennsylvania, is awarded a $15,111,000 firm-fixed-price option with reimbursable elements under a previously awarded contract (N3220517C3502) to exercise Option One for the vessel the M/V Evergreen State in support of the Department of Defense Logistics Agency Energy. The U.S. flagged vessel provided under the contract is employed in the worldwide transportation of petroleum products. The vessel will primarily be expected to operate in, but not limited to, the U.S. East Coast/Gulf Coast region, in accordance with the terms of this charter. Work for this option is expected to be completed February 2020. Working capital funds in the amount of $9,687,600 are obligated on this award. The cumulative value of this contract, if all options are exercised, is $81,048,250. This procurement was released under full and open competition, with an unlimited number of companies solicited via the Federal Business Opportunities website, with three offers received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. General Dynamics Mission Systems, Fairfax, Virginia, is awarded a $14,512,050 firm-fixed-price modification to previously awarded contract N00024-16-C-5352 to exercise options for Surface Electronic Warfare Improvement Program (SEWIP) Block 1B3 full-rate production. SEWIP is an evolutionary acquisition and incremental development program to upgrade the existing AN/SLQ-32(V) electronic warfare system. SEWIP provides enhanced shipboard electronic warfare for early detection, analysis, threat warning, and protection from anti-ship missiles. SEWIP Block 1 focuses on obsolescence mitigation and special signal intercept. Work will be performed in Pittsfield, Massachusetts (55 percent); Thousand Oaks, California (25 percent); Mountain View, California (15 percent); and Fairfax, Virginia (5 percent), and is expected to be complete by May 2020. Fiscal 2019 other procurement (Navy); and fiscal 2019 and 2017 shipbuilding and conversion (Navy) funds in the amount of $14,512,050 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. Assurance Technology Corp., Carlisle, Massachusetts, is awarded $11,471,334 for cost-plus-fixed-fee modification P00029 to task order N00173-15-F-6201 under previously awarded contract (N00173-15-F-6201). This contract action is for research, development, and integration as it relates to Software Definable/Reconfigurable Systems design. This modification provides additional level of effort to be executed under the task order. The total cumulative face value of this task order is $46,792,500. Work will be performed in Washington, District of Columbia (93 percent); and Carlisle, Massachusetts (7 percent), and work is expected to be completed in July 2019. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $1,500,000 are obligated at the time of award. Funds will not expire at the end of the current fiscal year. The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity. ARMY The Raytheon Co., Fort Wayne, Indiana, was awarded a $406,280,000 hybrid (cost, cost-plus-fixed-fee, firm-fixed-price and fixed-price-incentive) contract for AN/ARC-231 Multiple-Mode Aviation Radio Suite, hardware components, repair services, technical, engineering and logistical support 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 Dec. 31, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-19-D-0014). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $107,390,788 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks, Palletized Load System (PLS) trucks, and new PLS trailers. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2020. Fiscal 2017 and 2019 other procurement Army funds in the amount of $107,390,788 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0193). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $55,093,787 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks, Palletized Load System (PLS) trucks, and new PLS trailers. One bid was solicited via the internet with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Nov. 30, 2020. Fiscal 2017, 2018 and 2019 other procurement Army funds in the amount of $55,093,787 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0192). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $40,946,478 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of July 31, 2020. Fiscal 2019 other procurement Army funds in the amount of $40,946,478 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0194). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $29,319,096 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2020. Fiscal 2017 other procurement Army funds in the amount of $29,319,096 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0195). Record Steel and Construction Inc., Boise, Idaho, was awarded a $25,393,000 firm-fixed-price contract for design and construction of an E-3G mission and flight simulator training facility at Tinker Air Force Base, Oklahoma. Bids were solicited via the internet with eight received. Work will be performed in Tinker Air Force Base, Oklahoma, with an estimated completion date of Feb. 21, 2021. Fiscal 2017 military construction funds in the amount of $25,393,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-19-C-0002). STANTEC Consulting Services, Raleigh, North Carolina, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0001). Clark Nexsen Inc., Virginia Beach, Virginia, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0002). AECOM Technical Services Inc., Los Angeles, California, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0003). Whitman, Requardt and Associates LLP, Baltimore, Maryland, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0004). AAI Corp. doing business as Textron Systems, Hunt Valley, Maryland, was awarded a $7,050,000 modification (0004 10) to Foreign Military Sales (Australia) contract W58RGZ-17-D-0006 for contractor logistics support of the One System Remote Video Terminal. Work will be performed in Hunt Valley, Maryland, with an estimated completion date of May 7, 2019. Fiscal 2019 operations and maintenance Army; and Foreign Military Sales funds in the amount of $7,050,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AIR FORCE Parsons, Pasadena, California, has been awarded a $94,359,257 firm-fixed-price contract, for Launch Manifest Systems Integrator (LMSI). This acquisition will allow for necessary integration and manifesting services for the LMSI requirement. Work will be performed in Pasadena and Torrance, California, and is expected to be completed by Feb. 6, 2024. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 space procurement funds in the amount of $5,898,895 will be obligated at the time of award. The Contracting Division, Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-19-F-0003). https://dod.defense.gov/News/Contracts/Contract-View/Article/1751801/source/GovDelivery/

  • Liberals rush to sign Canadian Surface Combatant contract- deal could be signed by Friday

    February 7, 2019 | Local, Naval

    Liberals rush to sign Canadian Surface Combatant contract- deal could be signed by Friday

    DAVID PUGLIESE, OTTAWA CITIZEN The Liberal government is pushing ahead to try to get the Canadian Surface Combatant deal signed with Irving and the Lockheed Martin-BAE consortium either Thursday or Friday, sources say. That $60 billion project will see the eventual construction of 15 warships in the largest single government purchase in Canadian history. Lockheed is offering Canada the Type 26 warship designed by BAE in the United Kingdom. Irving is the prime contractor and the vessels will be built at its yard on the east coast. Public Services and Procurement Canada did not respond to a request for comment. But some industry representatives are questioning why the government is moving so quickly to get the contract signed. They say with a deal of such financial size – and potential risk to the taxpayer – federal bureaucrats should move slowly and carefully. The entry of the BAE Type 26 warship in the competition was controversial from the start and sparked complaints the procurement process was skewed to favour that vessel. Previously the Liberal government had said only mature existing designs or designs of ships already in service with other navies would be accepted, on the grounds they could be built faster and would be less risky. Unproven designs can face challenges as problems are found once the vessel is in the water and operating. But that criteria was changed and the government and Irving accepted the BAE design, though at the time it existed only on the drawing board. Construction began on the first Type 26 frigate in the summer of 2017 for Britain's Royal Navy, but it has not yet been completed. Company claims about what the Type 26 ship can do, including how fast it can go, are based on simulations or projections. The two other bidders in the Canadian program had ships actually in service with other navies so their capabilities are known. Both Irving and the federal government have insisted the procurement was conducted in a way that ensures all bidders are treated equally, overseen by a fairness monitor with no unfair advantage given to any individual bidder. Nonetheless, while three consortiums submitted bids for the surface combatant program, several European shipbuilders decided against participating because of concerns about the fairness of the process. Others raised concerns about BAE's closeness with the Halifax firm. The Canadian Surface Combatant program has already faced rising costs. In 2008 the then-Conservative government estimated the project would cost roughly $26 billion. But in 2015, Vice-Admiral Mark Norman, then commander of the navy, voiced concern that taxpayers may not have been given all the information about the program, publicly predicting the cost for the warships alone would approach $30 billion. Last year, Alion, one of the companies that submitted a bid on the project, filed a complaint with the Canadian International Trade Tribunal alleging the process was flawed and that BAE's Type 26 can't meet Canadian requirements. Alion has also filed a legal challenge in federal court, asking for a judicial review of the decision by Irving and the government to select the BAE design. Alion argued the Type 26 cannot meet the stated mandatory requirements, including speed, that Canada set out for the new warship, so it should be disqualified. The CITT, however, rejected that complaint on Jan. 30. “The Canadian International Trade Tribunal has determined that Alion Science and Technology Canada Corporation and Alion Science and Technology Corporation did not have standing to file a complaint before the Canadian International Trade Tribunal,” it noted in a statement. https://ottawacitizen.com/news/national/defence-watch/liberals-rush-to-sign-canadian-surface-combatant-contract-deal-expected-to-be-signed-by-friday

  • Contract Awards by US Department of Defense - February 6, 2019

    February 7, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

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

    NAVY BAE Systems Information and Electronic Systems Integration Inc., Hudson, New Hampshire, is awarded $225,034,247 for firm-fixed-price delivery order N0001919F2701 against a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-17-D-5517) to procure 9,999 additional Lot 7, full-rate production units of the Advanced Precision Kill Weapon System (APKWS) II. The procurement of the additional APKWS II weapons will upgrade the current 2.75-inch rocket system to a semi-active laser guided precision weapon in support of the Army, Navy, Marine Corps, Air Force and the governments of Nigeria and the Netherlands. Work will be performed in Hudson, New Hampshire (70 percent); and Austin, Texas (30 percent), and is expected to be completed in September 2020. Fiscal 2019 procurement of ammunition (Army, Navy and Marine Corps and Air Force); and Foreign Military Sales funds in the amount of $225,034,247 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. BAE Systems Norfolk Ship Repair, Norfolk, Virginia, was awarded an $114,563,249 firm-fixed-price contract for the execution of USS Bulkeley (DDG 84) fiscal 2019 depot maintenance period Chief of Naval Operations availability. This availability will include a combination of maintenance, modernization, and repair of USS Bulkeley. This is a “long-term” availability and was competed on a coast-wide (East coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $136,226,668. Work will be performed in Norfolk, Virginia, and is expected to be completed by June 2020. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $114,563,249 will be obligated at time of award, $85,275,770 of which will expire at the end of the fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with three offers received in response to Solicitation No. N00024-18-R-4448. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4448). (Awarded Feb. 1, 2019) Marine Hydraulics International Inc. (MHI), Norfolk, Virginia, was awarded a $103,384,447 firm-fixed-price contract for the execution of USS Gunston Hall (LSD 44) fiscal 2019 Chief of Naval Operations-scheduled dry-docking selected restricted availability. This availability will include a combination of maintenance, modernization and repair of USS Gunston Hall. This is a “long-term” availability and was competed on a coast-wide (East Coast) basis without limiting the place of performance to the vessel's homeport. MHI will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $149,237,975. Work will be performed in Norfolk, Virginia, and is expected to be completed by April 2020. Fiscal 2019 operations and maintenance (Navy) funding; and fiscal 2019 other procurement (Navy) funding in the amount of $103,384,447 will be obligated at time of award, and $103,159,625 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with three offers received in response to solicitation N00024-18-R-4448. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4450). (Awarded Feb. 1, 2019) General Dynamics NASSCO-Norfolk, Norfolk, Virginia, was awarded a $67,179,025 firm-fixed-price contract for the execution of USS Arleigh Burke (DDG 51) fiscal 2019 dry-docking selected restricted availability Chief of Naval Operations availability. This availability will include a combination of maintenance, modernization, and repair of USS Arleigh Burke. This is a “long-term” availability and was competed on a coast-wide (East Coast) basis without limiting the place of performance to the vessel's homeport. NASSCO will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $74,718,063. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $67,179,025 will be obligated at time of award and will expire at the end of the current fiscal year. Work will be performed in Norfolk, Virginia, and is expected to be complete by November 2019. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with three offers received in response to solicitation No. N00024-18-R-4448. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4449). (Awarded Feb. 1, 2019) Group W Inc., Vienna, Virginia, is awarded a $24,999,999 indefinite-delivery/indefinite-quantity, firm-fixed-price contract with a five-year ordering period for research and innovative technical analysis support services for the Marine Corps Operations Analysis Directorate. Work will be performed in Vienna, Virginia. Work is expected to be completed within the delivery dates set forth in each task order. The ordering period will commence on Feb. 5, 2019 and end on Feb. 4, 2024. No funds will be obligated at the time of award. Funding on this contract will be obligated at the task order level. Operations and maintenance (Marine Corps), and research and development (Marine Corps and Navy) funding will be used for the task orders. Fiscal 2019, operations and maintenance (Marine Corps) funds in the amount of $950,200 will be obligated for task orders one and two and will expire at the end of the current fiscal year. This contract was competitively procured via solicitation on the Federal Business Opportunities website, with three proposals received. The Marine Corps Installations Command, National Capital Region, Regional Contracting Office Quantico, Virginia, is the contracting activity (M00264-19-D-0007). PAE Aviation and Technical Services LLC, Arlington, Virginia, is awarded a $23,000,000 firm-fixed-price, indefinite-delivery, requirements contract. This contract provides continued Contractor Instruction, Maintenance, Operations and Training Support (CIMOTS). CIMOTS will support the national strategic sealift Cargo Offload Discharge System requirements and facilitate training for the Improved Navy Lighterage System powered and non-powered craft at Expeditionary Warfare Training Groups, Pacific and Atlantic. Work will be performed in Coronado, California (90 percent);and Norfolk, Virginia (10 percent), and is expected to be completed in December 2023. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-19-D-1020). General Atomics, San Diego, California, is awarded $8,417,378 for ceiling-priced delivery order N00383-19-F-NA05 under previously awarded basic ordering agreement (N00383-18-G-NA01) for the manufacture of 17 various line items for initial spares acquisition in support of the Electromagnetic Aircraft Launch System for use on aircraft carriers. Work will be performed in Tupelo, Mississippi, and work will be completed by January 2022. Working capital funds (Navy) in the amount of $6,313,034 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. ARMY MDM Construction,* Rockford, Illinois (W911SA-19-D-2005); Greenstone Construction,* Fargo, North Dakota (W911SA-19-D-2006); Richard Group,* Glenview, Illinois (W911SA-19-D-2007); Allcon Construction,* Butler, Wisconsin (W911SA-19-D-2008); Progressive Construction Services,* Janesville, Wisconsin (W911SA-19-D-2009); JMJ Construction,* Baraboo, Wisconsin (W911SA-19-D-2010); Relyant Global,* Maryville, Tennessee (W911SA-19-D-2011); RHI Construction Services,* West Haven, Utah (W911SA-19-D-2012); Platt Construction,* Franklin, Wisconsin (W911SA-19-D-2013); and Signature Renovations,* Capitol Heights, Maryland (W911SA-19-D-2014), will compete for each order of the $45,000,000 firm-fixed-price contract for Fort McCoy, Wisconsin, Department of Public Works construction. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 14, 2024. U.S. Army Mission and Installation Contracting Command, Fort McCoy, Wisconsin, is the contracting activity. Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $26,182,720 modification (P00136) to contract W31P4Q-13-C-0129 to procure Command Launch Unit retrofits. 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 $26,182,720 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Social Services Missouri Dept., Jefferson City, Missouri, was awarded a $19,195,300 modification (P00003) to contract W911S7-18-C-0011 for full food service. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Aug. 5, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $19,195,300 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Leonard Wood, Missouri, is the contracting activity. Valiant Government Services LLC, Hopkinsville, Kentucky, was awarded a $16,255,102 modification (P00009) to contract W91278-18-C-0011 for operations and maintenance services. Work will be performed in Natick, Massachusetts; Daleville, Alabama; Silver Spring, Maryland; Aberdeen, Maryland; Frederick, Maryland; and Dover, Delaware, with an estimated completion date of Feb. 6, 2020. Fiscal 2019 operations and maintenance Army; and research, development, test and evaluation funds in the amount of $16,255,102 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. Panamerican Consultants Inc.,* Memphis, Tennessee, was awarded a $7,500,000 firm-fixed-price contract for cultural resources related services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0003). R. Christopher Goodwin & Associates Inc.,* New Orleans, Louisiana, was awarded a $7,500,000 firm-fixed-price contract for cultural resources related services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0006). Coastal Environments Inc.,* Baton Rouge, Louisiana, was awarded a $7,500,000 firm-fixed-price contract for cultural resources related services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0007). MISSILE DEFENSE AGENCY General Atomics Electromagnetic Systems, San Diego, California, is being awarded a $30,900,000 cost-plus-fixed-fee contract modification (P00013) to a previously awarded contract (HQ0277-l 7-C-0001). The value of this contract is increased from $37,850,000 to $68,750,000. Under this modification, the contractor will continue to demonstrate passive Missile Defense Agency configured MQ-9 unmanned aerial vehicles in Ballistic Missile Defense System tests. The work will be performed in San Diego, California. Fiscal 2019 research, development, test and engineering funds in the amount of $l,445,000 are being obligated at the time of award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity (HQ0277-17-C- 0001). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1750408/source/GovDelivery/

  • Ottawa pushes navy's planned supply ships to the front of the construction queue

    February 6, 2019 | Local, Naval

    Ottawa pushes navy's planned supply ships to the front of the construction queue

    Murray Brewster · CBC News The Liberal government has decided to pull out all the stops on the construction of the navy's planned permanent supply ships — a move that's raised questions about how quickly the Canadian Coast Guard will get a critical oceanographic science vessel. Public Services and Procurement Canada (PSPC) issued a statement Tuesday that announced the re-sequencing of the construction schedules for vessels being built at the Vancouver Shipyard, which is owned by Seaspan. The company has already started preliminary construction work on the first of the navy's long-awaited Joint Support Ships and the federal government says the work will continue until the vessel is completed. Under the National Shipbuilding Strategy, Seaspan was suppose to first construct three small fisheries research ships and a larger oceanographic vessel before working on the navy's long-awaited supply ships. Adhering to that plan in the face of repeated organizational delays meant delivery of those supply ships — which are considered critical to allowing the navy to operate beyond Canadian shores — would not happen until 2023 at the earliest. The PSPC statement said that once the first supply ship is finished, Seaspan will turn its attention to the coast guard oceanographic ship and then build the last planned naval supply ship. "Given the complexity of this build, this change in sequencing will ensure focused engineering resources on each of the projects, while allowing for time between construction of the first and second [Joint Support Ship] to incorporate lessons learned," said PSPC spokesman Pierre-Alain Bujold in a statement. "Moreover, this allows for uninterrupted work at the shipyard, mitigating the risk of potential layoffs and production gaps between builds." Bujold said additional details on the construction schedule will be released at a later date. The change to the schedule was, according to sources in the defence industry, agreed upon at the recent Trudeau government cabinet retreat in Sherbrooke, Que. Rob Huebert, a defence expert at the University of Calgary, said the decision "leaves most people scratching their heads" because of the difficulty involved in getting a shipyard to switch up construction between different types of vessels. "Why you would interrupt the building of ships by putting another style and class of vessel in the middle completely boggles my mind," said Huebert, a noted expert on the Arctic. "I don't know why you would do it." If anything, he said, the federal government should simply build both naval ships and then move on the coast guard ship. The re-sequencing means the navy could be waiting until the late 2020s for its second supply vessel, which would make the program a multi-decade odyssey. The Liberal government of former prime minister Paul Martin originally ordered the replacement of the auxiliary ships in 2004, but the program was cancelled in 2008 by the Conservatives when cost estimates exceeded the budget envelope. Huebert said Tuesday's announcement also raises questions about when Canadians will see the heavy icebreaker that Seaspan is also slated to build. The PSPC website says the program is under review and "no activities are planned until work on other projects has advanced." The federal government apparently has not yet formally notified Seaspan of the schedule change, although the shipyard has awarded a series of sub-contracts to companies such as INDAL in Mississauga, Ont., and L3 MAPPS in Montreal, for supply ship components. Seaspan is expected to announce another contract on Wednesday with Lockheed Martin Canada related to the supply ships. Ever since the Conservatives cancelled the first iteration of the supply ship project, the federal government has struggled to get it back on track, setting and missing several deadlines. The supply ships were supposed to arrive in 2017. The date was pushed back to 2019, and then to 2022. The absence of a supply ship prompted the Davie shipyard, in Levis, Que., to pitch a converted civilian cargo ship for navy use. That $668 million lease deal is at the centre of the breach-of-trust case against Vice-Admiral Mark Norman. Davie is pitching the federal government on leasing another cargo ship. A spokesman for Davie, Frederik Boisvert, called Tuesday's decision "an insult to taxpayers" and claimed that Seaspan has failed to deliver on the supply ship project and "should be blacklisted by the government and not rewarded for failure." The effect of switching up the schedule means the navy might not need a second supply ship leasing deal. Sources within the coast guard and the defence industry have said that the design and project coordination for the fisheries science vessel is not as far advanced as the navy supply ship program and that is an important factor in the federal government's timing decision. https://www.cbc.ca/news/politics/ottawa-pushes-navy-s-planned-supply-ships-to-the-front-of-the-construction-queue-1.5006785

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.