Filter Results:

All sectors

All categories

    3544 news articles

    You can refine the results using the filters above.

  • Government of Canada to invest in eight search and rescue lifeboats for Canadian Coast Guard

    December 7, 2018 | Local, Naval

    Government of Canada to invest in eight search and rescue lifeboats for Canadian Coast Guard

    December 6, 2018 - Gatineau, Quebec - Public Services and Procurement Canada The Government of Canada is committed to getting the Canadian Coast Guard the equipment it needs to keep Canadian waterways safe and provide meaningful economic opportunities for Canadian shipyards. On behalf of the Canadian Coast Guard, Public Services and Procurement Canada is acquiring eight new high-endurance search and rescue (SAR) lifeboats from Chantier Naval Forillon of Gaspé, Quebec, and Hike Metal Products of Wheatley, Ontario. Chantier Naval Forillon and Hike Metal Products were already producing six SAR lifeboats each under existing contracts signed in 2015. Under the amended contracts, each shipyard will build four additional lifeboats at a total cost of $61,757,896. These contracts were awarded under the small vessel component of the National Shipbuilding Strategy and will help maintain well-paying, middle-class jobs at both shipyards. With the ability to operate up to 100 nautical miles from shore, these new high-endurance SAR lifeboats are enhancing the Coast Guard's search and rescue capabilities. Vessels from this class are named after bays in Canada and are being built under the Federal Infrastructure Initiative, the Fleet Renewal Plan and Oceans Protection Plan. Quotes “Our government is providing the women and men of the Canadian Coast Guard with the modern equipment they need through the National Shipbuilding Strategy. At the same time, we are creating good middle class jobs and strong business opportunities for the Canadian marine sector.” The Honourable Carla Qualtrough Minister of Public Services and Procurement and Accessibility “Through the National Shipbuilding Strategy and Oceans Protection Plan, we are providing members of the Canadian Coast Guard the equipment they need to keep Canadian waters and those who use them safe. The addition of these new lifeboats will also create more jobs for Canadians and enhance the Coast Guard's capacity as a leader in maritime safety.” The Honourable Jonathan Wilkinson Minister of Fisheries, Oceans and the Canadian Coast Guard Quick facts Chantier Naval Forillon in Gaspé, Quebec, won a $45.8-million contract in July 2015 to build six vessels. This contract created 25 new jobs, as well as sustaining approximately 35 jobs. Hike Metal Products in Wheatley, Ontario, won a $43.4-million contract in July 2015 to build six vessels. This contract created and sustained 45 jobs. To date, four new high-endurance SAR lifeboats have been delivered to the Coast Guard. SAR lifeboat stations are operated by highly-trained Canadian Coast Guard personnel, who are well-equipped to respond to marine incidents in near-shore areas. Under the $1.5 billion Oceans Protection Plan, seven new lifeboat stations are being built, contributing to safer waters and coasts across Canada. https://www.canada.ca/en/public-services-procurement/news/2018/12/government-of-canada-to-invest-in-eight-search-and-rescue-lifeboats-for-canadian-coast-guard.html

  • Sole-sourced contracts can be 'raw deal', top officials said in navy ship case

    December 7, 2018 | Local, Naval

    Sole-sourced contracts can be 'raw deal', top officials said in navy ship case

    Lee Berthiaume / The Canadian Press OTTAWA — New court documents show public servants discussing the risk to taxpayers as successive federal governments have turned to sole-source contracts to buy desperately needed equipment for the Canadian Forces and others. The documents were filed on behalf of suspended Vice-Admiral Mark Norman, who is charged with breach of trust in connection with one such contract. They land amid frustrations with Canada's military procurement system — including because of political mismanagement — that have led to the need for quick fixes. Prime Minister Justin Trudeau's government has chosen to sign several sole-source contracts to bolster the coast guard's aging icebreaking fleet and the country's fighter-jet force, buying time to find permanent replacements. Sole-sourcing does make sense in many cases, said defence analyst David Perry of the Canadian Global Affairs Institute, particularly where there is an emergency or it's clear that only one company can meet the government's needs. "But if you're sole-sourcing to fill a capability gap, that's the result of mismanaging a procurement to the point where you are out of options and have no alternative," Perry said. "That's not really a good reason to be sole-sourcing." The Tories under Stephen Harper once intended to buy a fleet of F-35 fighter jets on an untendered contract, but aborted that plan in 2012 once the full price became known. Then the Trudeau government planned to spend about $6 billion on 18 sole-sourced "interim" Super Hornets from Boeing because it said Canada needed more fighter jets to support its aging CF-18s until replacements could be purchased through a competition. The Super Hornets deal eventually fell apart because of a trade dispute with Boeing. So the government is buying 25 second-hand Australian fighter jets, also without a competition. Canada isn't expected to get new fighter jets until at least 2025. The Liberals also recently bought three second-hand icebreakers from Quebec-based Davie Shipbuilding for the coast guard, whose existing fleet is on average 35 years old — with no immediate plan to replace it on the horizon. Suspended as the military's second-in-command in January 2017, Norman was charged in March 2018 with one count of breach of trust for allegedly leaking cabinet secrets to Davie over a different contract. He has denied any wrongdoing and vowed to fight the charge. The case against Norman centres on a sole-sourced deal negotiated between Davie and the previous Conservative government in 2015, in which the Quebec shipyard proposed converting a civilian cargo ship into a temporary support vessel for the navy. The $700-million contract with Davie was not finalized before that year's federal election. Although the newly elected Liberals at first wanted to delay it for a closer review, they signed off on the deal a short time later. Before Liberal ministers agreed to buy the converted ship, bureaucrats from the Privy Council Office, the government's top department, wrote a secret briefing note in November 2015 that discussed the problems with not holding a competition. "The risk inherent with a sole-source contract is that much of the leverage in the contract negotiation resides with the company," the bureaucrats wrote, even as they noted that the Conservatives had exempted the deal from the usual oversight for such projects. Despite these concerns, the officials recommended the government approve the deal. Partly because they had assessed that "risk mitigation measures" were in place, but mostly because the navy urgently needed a support ship for faraway operations. The court documents, none of which have been filed as exhibits or tested in court, include RCMP interviews with civil servants that suggest politicians' desire for votes in Quebec also played a role in the decisions about the ship. But the navy's need for the vessel was real. The navy at the time had just retired its 50-year-old support ships and while replacements are being built in Vancouver through the government's national shipbuilding plan, numerous delays and problems mean they won't be ready until the 2020s. The navy had originally expected to get new support ships in 2012. The briefing note said a competition could have been held to find another, perhaps cheaper, solution, but "a competitive process would take longer to deliver a solution — likely 10-14 months for a contract award, and then more time for the service to be ready." RCMP interviews with several senior civil servants raise similar concerns about awarding a contract to Davie without a competition while also alluding to the sense of urgency in getting new support ships. The Defence Department's head of procurement, Patrick Finn, told the Mounties that other companies were clamouring to compete to supply a temporary support ship in late 2014, and that "the information existed to say that this could be done competitively." But Finn noted that Davie had already found a ship that it could convert for the navy, which "at that point had no replenishment ships." Melissa Burke, an analyst with the Privy Council Office who attended various cabinet meetings about Davie's proposal in 2015, told the RCMP that federal procurement officials were unhappy because "they felt the taxpayers were getting a raw deal." https://www.timescolonist.com/sole-sourced-contracts-can-be-raw-deal-top-officials-said-in-navy-ship-case-1.23516431

  • Contract Awards by US Department of Defense - December 3, 2018

    December 7, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 3, 2018

    NAVY The Navy is awarding 1,870 indefinite-delivery/indefinite-quantity, multiple-award contracts (MACs) to businesses in multiple locations across 46 of the 50 United States, the District of Columbia, and Guam for future competition of support service requirements to be solicited by Department of the Navy activities under the SeaPort Next Generation (SeaPort-NxG) multiple-award contract vehicle. All work under the contracts will fall under two categories (engineering support services and program management support services), which are further divided into 23 functional areas. The government estimates approximately $5,000,000,000 of services will be procured per year via orders issued under the SeaPort-NxG multiple award contracts. These awards contain provisions to set aside requirements for small businesses, service-disabled veteran-owned small businesses, 8(a) business development program participants, woman-owned small businesses and historically-underutilized business-zoned small businesses. Under these multiple-award contracts, each contractor will be provided a fair opportunity to nationally compete for individual task orders. The MACs have a five-year base period of performance with an additional five-year ordering period option. No contract funds will be obligated on the basic MAC awards. Contract funds will be obligated at time of task order award. Multiple funding types may be used. The funding for task orders to be issued under these contracts will come from a variety of sources and will be consistent with the purpose for which the funds were appropriated. These contracts were competitively procured via the Federal Business Opportunities website, with 1,894 offers received. The Naval Sea Systems Command, Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia is the contracting activity (N00178-18-R-7000). NOTE: For a list of contractors receiving awards please visit: https://www.navsea.navy.mil/Portals/103/Documents/Small_Business_Forum/SeaPort%20NxG%20Awardees%20List.pdf?ver=2018-11-28-123322-177 Austal USA, Mobile, Alabama, is awarded a $40,369,095 cost-plus-fixed-fee undefinitized contract action for procurement of long lead time material and production engineering for the Expeditionary Fast Transport (EPF) 14. The EPF class provides high speed, shallow draft transportation capability to support the intra-theater maneuver of personnel, supplies and equipment for the Navy, Marine Corps, and Army. Work will be performed in Novi, Michigan (39 percent); Houston, Texas (12 percent); Chesapeake, Virginia (10 percent); Mobile, Alabama (9 percent); Rhinelander, Wisconsin (7 percent); and Iron Mountain, Michigan (3 percent), with other efforts performed at various locations (each less than 1 percent) throughout the U.S. (4 percent); and various locations (each less than 1 percent) outside the U.S. (16 percent), and is expected to complete by July 2022. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $20,184,547 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively solicited via Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, District of Columbia, is the contracting activity (N00024-19-C-2227). The Concourse Group, LLC,* Annapolis, Maryland, is awarded a maximum amount $29,000,000 indefinite-delivery/indefinite-quantity contract for professional services in support of the Department of Navy's (DoN) Public Private Venture (PPV) and Real Estate (RE) Programs. The work to be performed will require the contractor to bring professional knowledge, skills, and experience in residential and commercial real estate development and large scale real estate portfolio management to the DoN's PPV and RE programs. The contractor shall provide advice and assistance to the DoN and conduct the necessary research and analysis to present DoN decision-makers with accurate and relevant information. The contractor will bring best business practices from the private sector to assist the DoN with all aspects of the special venture acquisitions, including family and unaccompanied housing public private ventures, enhanced use leasing, and other public-private venture opportunities such as energy, utilities, and lodging, as well as real estate. The work includes technical advisory services to the Naval Facilities Engineering Command (NAVFAC) Headquarters Special Venture Acquisition Office and the NAVFAC component commands for the purpose of providing professional services, project development, execution, portfolio management advice and support consistent with the privatization approach adopted by the DoN, as well as technical advisory services to the NAVFAC RE. Work will be performed in Annapolis, Maryland. The term of the contract is not to exceed 36 months, with an expected completion date of November 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by operations and maintenance (Navy); and family housing, (Navy), operations and maintenance. This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-8008). Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is awarded $20,987,258 for firm-fixed-price modification P00002 to a previously issued order (N0001918F2334) placed against basic ordering agreement N00019-15-G-0026. This order provides for the installation of aerial refueling retrofit kits on four E-2D Advanced Hawkeye aircraft. Work will be performed in St. Augustine, Florida, and is expected to be completed in June 2020. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $20,987,258 are being obligated on this 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. The Boeing Co., St. Louis, Missouri, was awarded $10,526,671 for modification P00002 to delivery order N0001918F0520 previously placed against basic ordering agreement N00019-16-G-0001. This modification exercises an option to provide calendar year 2019 Harpoon/SLAM-ER integrated logistics and engineering support services for Navy and Foreign Military Sales (FMS) customers. Work will be performed in St. Charles, Missouri (91.84 percent); St. Louis, Missouri (5.47 percent); Yorktown, Virginia (2.64 percent); and Oklahoma City, Oklahoma (0.05 percent), and is expected to be completed in November 2019. Fiscal 2019 operations and maintenance (Navy); and FMS funds in the amount of $10,526,671 will be obligated at time of award, $2,530,961 of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($2,530,961; 24 percent); and FMS ($7,995,710; 76 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded Nov. 29, 2018) The Boeing Co., St. Louis, Missouri, was awarded $10,526,671 for modification P00002 to delivery order N0001918F0520 previously placed against basic ordering agreement N00019-16-G-0001. This modification exercises an option to provide calendar year 2019 Harpoon/SLAM-ER integrated logistics and engineering support services for Navy and Foreign Military Sales (FMS) customers. Work will be performed in St. Charles, Missouri (91.84 percent); St. Louis, Missouri (5.47 percent); Yorktown, Virginia (2.64 percent); and Oklahoma City, Oklahoma (0.05 percent), and is expected to be completed in November 2019. Fiscal 2019 operations and maintenance (Navy); and FMS funds in the amount of $10,526,671 will be obligated at time of award, $2,530,961 of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($2,530,961; 24 percent); and FMS ($7,995,710; 76 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded Nov. 29, 2018) MTU America Inc. (formerly known as Tognum America Inc.), Novi, Michigan, is awarded $7,946,893 for sole-source firm-fixed-price, delivery order N0002419FB028 under previously awarded basic purchase agreement N00024-14-A-4101 to provide the government of Israel with MTU engines and engine components to support the Israeli marine vessels under Foreign Military Sales (FMS) case IS-P-GPB involving FMS to Israel. MTU engines and engine components will be applicable but not limited to the following MTU engine series: M90, M94, TB54, TB82, TB93, TB94, TE83, TE94, and SE84. Work will be performed in Brownstown Township, Michigan, and is expected to be completed by September 2019. Fiscal 2018 FMS funding in the amount of $7,946,893 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(4) (international agreement). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Raytheon Co. Missile Systems, Tucson, Arizona, was awarded a $51,895,419 cost-plus-fixed-fee completion contract for a Defense Advanced Research Projects Agency (DARPA) research project. Work will be performed in Tucson, Arizona (78 percent); McKinney, Texas (12 percent); Tewksbury, Massachusetts (5 percent); Richardson, Texas (2 percent); Huntington Beach, California (1 percent); and Ontario, New York (2 percent), with an expected completion date of December 2021. Fiscal 2019 research, development, test and evaluation funds in the amount of $3,242,000 are being obligated at time of award. This contract was a sole-source acquisition. DARPA, Arlington, Virginia, is the contracting activity (HR0011-19-C-0008). U.S. TRANSPORTATION COMMAND Farrell Lines Inc., Reston, Virginia, has been awarded a one-time only task order under indefinite-delivery/indefinite-quantity contract HTC711-15-D-R044 in the amount of $15,747,387. This task order provides cargo transportation services support to the Surface Deployment and Distribution Command, U.S. Army. The task order is in support of an Army unit deployment from Fort Bliss, Texas, to multiple forward operating bases in Afghanistan. Work will be performed in the U.S. and Afghanistan. The period of performance is from Dec. 3, 2018, to Feb. 11, 2019. Fiscal 2019 Transportation Working Capital Funds were obligated at award. This modification brings the total cumulative face value of the contract to $150,886,391 from $135,139,004. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY Centron Industries Inc.,* Gardena, California, has been awarded a maximum $13,908,602 firm-fixed-price with economic-price-adjustment, indefinite-quantity contract for cables and lighting products. This was a competitive acquisition and three offers were received. This is a three-year base contract, with one two-year option period. Location of performance is California, with a Nov. 25, 2021, performance completion date. Using military services are Army, Air Force, Navy, and Marine Corps. The type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-19-D-0005). AIR FORCE Utah State University Research Foundation/Space Dynamic Laboratory, North Logan, Utah, has been awarded an $11,477,222 cost-plus-fixed-fee task order (FA9453-19-F-0013) to previously awarded contract FA9453-16-D-0004 for a small satellite utility demonstration. The contractor will provide necessary research and development to maintain essential engineering, research and development capability in the areas of sensor development, image processing and data analysis. Work will be performed at North Logan, Utah, and is expected to be completed by March 14, 2023. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test, and evaluation funds in the amount of $557,437 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity. (Awarded Nov. 30, 2018) ARMY General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $9,430,158 modification (P00007) to contract W56HZV-17-C-0108 to install sensors on doors, build wire harness assemblies, and package all components as part of the Single Channel Ground and Airborne Radio System adapter kits, return sliding ramp assembly material for the vehicles and procure additional drop out factor material items on the Abrams SEPv3 45/60 vehicle production. Work will be performed in Lima, Ohio, with an estimated completion date of Aug. 30, 2019. Fiscal 2018 other procurement, Army funds in the amount of $9,430,158 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1704107/source/GovDelivery/

  • India’s MoD approves procurements worth USD427 million

    December 7, 2018 | International, Naval, Land

    India’s MoD approves procurements worth USD427 million

    India's Ministry of Defence (MoD) approved INR30 billion (USD427 million) worth of procurements of locally made equipment for the Indian Navy (IN) and Indian Army (IA) on 1 December. The Defence Acquisition Council (DAC), headed by Defence Minister Nirmala Sitharaman, sanctioned the acquisition of an undisclosed number of BrahMos supersonic cruise missiles to arm two Admiral Grigorovich (Project 11356M)-class stealth frigates that are under construction in Russia, according to a statement by the Indian government's Press Information Bureau (PIB). Being procured for USD950 million, the two frigates, which are scheduled for delivery to the IN in 36 and 48 months, will be supplemented by two similar platforms set to be built by the state-owned Goa Shipyard Limited (GSL) under a transfer of technology agreement. https://www.janes.com/article/84967/india-s-mod-approves-procurements-worth-usd427-million

  • Naval Ship Management awarded contract to sustain Australian LHDs

    December 7, 2018 | International, Naval

    Naval Ship Management awarded contract to sustain Australian LHDs

    The Australian Defence Force (ADF) has awarded Naval Ship Management (NSM) Australia, a 50/50 joint venture between engineering group UGL and Babcock, an AUD1.5 billion (USD1.1 billion) contract to support and sustain the Royal Australian Navy's (RAN's) two 26,800-tonne Canberra-class landing helicopter dock ships (LHDs) and their 12 associated amphibious landing craft for up to 15 years. The contract is for an initial five years, with the expectation of two further five-year extensions, Babcock announced in a 3 December statement, adding that its share for the first five years amounts to AUD250 million. The joint venture, which won the partnering agreement with the ADF in a competitive process, will begin to sustain and support these vessels in July 2019. Full article: https://www.janes.com/article/84973/naval-ship-management-awarded-contract-to-sustain-australian-lhds

  • The US Military Is Genetically Engineering New Life Forms To Detect Enemy Subs

    December 7, 2018 | International, Naval, C4ISR

    The US Military Is Genetically Engineering New Life Forms To Detect Enemy Subs

    BY PATRICK TUCKER The Pentagon is also looking at living camouflage, self-healing paint, and a variety of other applications of engineered organisms, but the basic science remains a challenge. How do you detect submarines in an expanse as large as the ocean? The U.S. military hopes that common marine microorganisms might be genetically engineered into living tripwires to signal the passage of enemy subs, underwater vessels, or even divers. It's one of many potential military applications for so-called engineered organisms, a field that promises living camouflage that reacts to its surroundings to better avoid detection, new drugs and medicines to help deployed forces survive in harsh conditions, and more. But the research is in its very early stages, military officials said. The Naval Research Laboratory, or NRL, is supporting the research. Here's how it would work: You take an abundant sea organism, like Marinobacter, and change its genetic makeup to react to certain substances left by enemy vessels, divers, or equipment. These could be metals, fuel exhaust, human DNA, or some molecule that's not found naturally in the ocean but is associated with, say, diesel-powered submarines. The reaction could take the form of electron loss, which could be detectable to friendly sub drones. Full article: https://www.defenseone.com/technology/2018/12/us-military-genetically-engineering-new-life-forms-detect-enemy-subs/153200/

  • Les frégates de la classe Nansen souffrent d’un défaut sérieux de conception. Le chantier Navantia mis en cause

    December 7, 2018 | International, Naval

    Les frégates de la classe Nansen souffrent d’un défaut sérieux de conception. Le chantier Navantia mis en cause

    (B2) Un premier rapport du bureau enquêtes accidents norvégien (AIBN) l'affirme sans ambages. La collision entre une frégate de la marine norvégienne KNM Helge Ingstad et un tanker maltais (Sola TS) dans la baie de Hjeltefjorden en Norvège le 8 novembre, révèle un problème grave de conception sur certains navires fabriqués par les chantiers navals espagnols Navantia. Une alerte sécurité vient d'être envoyée Un naufrage à proximité des côtes Rappelons-nous, c'était juste après l'exercice de l'OTAN Trident Juncture, la frégate norvégienne (qui porte le numéro de coque F-313), effectuait des manœuvres à proximité des côtes, près du terminal pétrolier de ce fjord norvégien situé non loin de Bergen, quand il heurte le pétrolier qui naviguait en sens inverse. La collision ne provoque que peu de dég'ts dans le pétrolier, mais pour le navire militaire les conséquences sont autrement plus graves. Une enquête des bureaux d'accidents civil et militaire norvégiens La frégate norvégienne, qui fait alors partie de la force navale permanente de l'OTAN (SNMG1), est atteinte « au-dessus et au-dessous de la ligne de flottaison » et « absorbe énormément d'eau » comme le signale le ministère norvégien de la Défense. Il n'est plus stable et doit être échoué. Ses 137 marins doivent être évacués. Une enquête est alors diligentée associant le bureau d'enquête accidents maritime norvégien (AIBN) et son pendant militaire (DAIBN), auquel est associé l'unité d'enquête maritime maltaise (MSIU), autorité du pavillon du pétrolier. Les compartiments non étanches Trois compartiments étanches à bord du KNM Helge Ingstad sont inondés : « la salle du groupe électrogène arrière, les quartiers de l'équipage du pont Orlop et le magasin » selon le rapport de l'AIBN. La stabilité est jugée « médiocre », mais le navire est encore considéré comme 'sauvable'. Cette première évaluation ne résiste pas. L'eau gagne du terrain. Elle « coule de la salle des génératrices arrière vers la salle des engrenages via les arbres creux de l'hélice, puis de la salle des engrenages, vers les salles des machines avant et arrière via les boîtes de rangement dans les cloisons ». Quand la salle d'engrenage est inondée, l'évacuation des 137 marins est décidée. Le navire est considéré comme « perdu ». Huit marins sont légèrement blessés dans les différentes manœuvres. Le navire échoué coule à pic Les autorités espèrent encore pouvoir récupérer le navire, qui flotte toujours, en le fixant avec des c'bles. Mais dans la nuit du 12 au 13 novembre, ils s'arrachent et le navire coule à pic. Le navire est désormais considéré comme irrécupérable, même si les travaux sont toujours en cours pour être renfloué, comme le précise le ministère norvégien de la Défense. Perte sèche : 4,2 milliards de couronnes (environ 220 millions d'euros). Une enquête nécessaire chez Navantia L'autorité norvégienne préconise une vérification des navires norvégiens de même conception. Oslo dispose encore de quatre navires de la même classe — le KNM Fridtjof Nansen, le KNM Roald Amundsen, le KNM Otto Sverdrup et le KNM Thor Heyerdahl — construits sur les chantiers navals espagnols de Ferrol de Navantia. Elle demande ainsi à Navantia de mener « une enquête sur les problèmes identifiés lors de la première enquête et de déterminer s'il s'agit également d'un problème lié à d'autres navires ». L'industriel espagnol doit aussi envoyer une notification aux chantiers, propriétaires et exploitants concernés, pour leur indiquer « les mesures à prendre pour assurer la sécurité ». (Nicolas Gros-Verheyde) https://club.bruxelles2.eu/2018/12/un-defaut-de-conception-dans-les-fregates-de-type-nansen-le-chantier-navantia-mis-en-cause/

  • UK: Shipbuilding firms chosen for Fleet Solid Support competition

    December 7, 2018 | International, Naval

    UK: Shipbuilding firms chosen for Fleet Solid Support competition

    Four shipbuilding firms and a British consortium have been selected to compete for the Fleet Solid Support ships contract A syndicate of British firms, along with four international shipbuilding companies, have been selected to compete for the Fleet Solid Support ships contract, Defence Minister Stuart Andrew has announced. The crucial vessels, which will deliver ammunition, food and supplies to UK forces across the globe, will work alongside the Royal Navy's fleet of warships and will be an important part of the UK Maritime Task Group. The British consortium is made up of leading manufacturing and engineering companies Babcock, BAE Systems, Cammell Laird and Rolls-Royce. They join Italian firm Fincantieri, Spanish company Navantia, Japan Marine United Corporation, and Daewoo Shipbuilding and Marine Engineering of South Korea as the five successful firms who have been invited to submit a tender for the competition. Defence Minister Stuart Andrew said: The widespread interest in this competition shows that our Royal Navy and Royal Fleet Auxiliary remain among the most prestigious in the world. These support ships will be vital for supporting our formidable Queen Elizabeth Class carriers and will ensure our warships can deploy in a range of challenging environments and across huge distances, wherever they are in the world. The five companies, which were selected from eight interested firms, will now develop bids before a final decision is made regarding the winning bidder in 2020. The Fleet Solid Support ships, up to three of which will be procured through international competition as they are not warships, will be fitted with specialist and classified equipment at a British shipyard before entering service with the Royal Fleet Auxiliary from 2026. Shipyards across the United Kingdom will be able to bid for this work in 2022. As part of the Royal Fleet Auxiliary, the vessels will be civilian-manned and carry self-defence weapons only. https://www.gov.uk/government/news/shipbuilding-firms-chosen-for-fleet-solid-support-competition

  • Contract Awards by US Department of Defense - November 30, 2018

    December 7, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 30, 2018

    NAVY Grove Resource Solutions Inc.,* Frederick, Maryland (N6523619D4800); Millennium Corp., * Arlington, Virginia (N6523619D4801); SimVentions Inc.,* Fredericksburg, Virginia (N6523619D4802); BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (N6523619D8403); Booz Allen Hamilton, McLean, Virginia (N6523619D4804); CACI NSS Inc., Reston, Virginia (N6523619D4805); General Dynamics Information Technology, Fairfax, Virginia (N6523619D4806); Leidos, Reston, Virginia (N6523619D4807); Northrop Grumman Systems Corp., Redondo Beach, California (N6523619D4808), and Scientific Research Corp., Atlanta, Georgia (N6523619D4809), are each awarded a combined $898,000,000 multiple award, indefinite-delivery/indefinite-quantity, performance-based service contract utilizing cost-plus-fixed-fee and firm-fixed-price task orders. The contracts are for Cyber Mission Engineering support services and provide for the delivery of information warfare capabilities through sea, air, land, space, electromagnetic, and cyber domains through the full range of military operations and levels of war. These contracts include a five-year ordering period, one 24-month option period, and one six-month option-to-extend-services in accordance with Federal Acquisition Regulation Clause 52.217-8. If all options are exercised, the cumulative value of these contracts will increase to $962,000,000. Work will be performed worldwide and is expected to be completed by November 2024. If all options are exercised, work would continue until May 2027. Navy working capital funds in the amount of $25,000 will be divided equally among all awardees and obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The multiple award contracts were competitively procured by full and open competition with reserves for small business via the Space and Naval Warfare Systems Center e-Commerce central website and the Federal Business Opportunities website, with 25 timely offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity. Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded an $889,949,558 cost-plus-fixed-fee contract for Naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (74 percent); and Schenectady, New York (26 percent). No completion date or additional information is provided on Naval Nuclear Propulsion program contracts. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $617,385,193 will be obligated at time of award and funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code. 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2115). Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $634,011,726 cost-plus-fixed-fee contract for Naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (71 percent); and Schenectady, New York (29 percent). No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $610,145,142 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2114). United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is awarded a $399,778,883 modification to a previously awarded fixed-price-incentive-firm, cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00019-17-C-0010). This modification provides for performance based logistics sustainment in support of the F-35 Lightning II F135 propulsion system for the U.S Navy; U.S Air Force; U.S. Marine Corps; Non-U.S. Department of Defense (DOD) participants, and Foreign Military Sales (FMS) customers. This modification provides for maintenance of support equipment; common program activities; unique and common base recurring sustainment; repair of repairable; field service representatives; common replenishment spares; conventional take-off and landing/carrier variant F135 unique maintenance services, and short take-off and landing F135 unique services. Work will be performed in East Hartford, Connecticut (73 percent); Oklahoma City, Oklahoma (18 percent); Camari, Italy (3 percent); Eglin Air Force Base (AFB), Florida (2 percent); Edwards AFB, California (1 percent); Hill AFB, Utah (1 percent); Luke AFB, Arizona (1 percent); and Marine Corps Air Station, Beaufort, South Carolina (1 percent), and is expected to be completed in November 2019. Fiscal 2019 operations and maintenance (Air Force, Marine Corps, and Navy), Non-U.S. DOD participants and FMS funds in the amount of $399,778,883 are being obligated on this award, $277,624,046, of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($142,300,541; 36 percent); U.S. Marine Corps ($109,353,811; 27 percent); U.S. Navy ($25,969,694; 6 percent); non-U.S. DOD participants ($90,987,493; 23 percent); and FMS customers ($31,167,344; 8 percent) under the FMS Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $233,211,071 cost-plus-fixed-fee contract for Naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (93 percent); and Schenectady, New York (7 percent). No completion date or additional information is provided on Naval Nuclear Propulsion program contracts. Fiscal 2019 other procurement (Navy) funding in the amount of $111,996,969 and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $2,852,823 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2112). Accenture Federal Services LLP, Arlington, Virginia (N00189-19-D-Z001); Deloitte & Touche LLP, Arlington, Virginia (N00189-19-D-Z002); KPMG LLP, McLean, Virginia (N00189-19-D-Z003); PricewaterhouseCoopers Public Sector LLP, McLean, Virginia (N00189-19-D-Z004); and Sehlke Consulting, Arlington, Virginia (N00189-19-D-Z005), are awarded combined estimated $83,855,994 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple award contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide financial and business operations management support services in support of the Bureau of Medicine and Surgery. The contracts will run concurrently and will include a 48-month ordering period. The ordering period of the contract is anticipated to begin February 2019 and is expected to be completed by January 2023. Work will be performed at various contractor locations throughout the U.S. (80 percent); and at government facilities in Falls Church, Virginia (20 percent). The percentage of work at each of the contractor facilities cannot be determined at this time. Fiscal 2019 operations and maintenance (Defense Health Program) funds in the amount of $100,000 will be obligated ($20,000 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 and Navy Electronic Commerce Online websites, with eight offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity. Raytheon Co., Tewksbury, Massachusetts, is awarded a $45,009,813 modification to previously awarded contract N00024-17-C-5145 to exercise options for DDG 1000 ship class integrated logistics support and engineering services. The DDG 1000 ship class is a multi-mission surface combatant designed to fulfill volume firepower and precision strike requirements. DDG 1000 combat systems provide offensive, distributed, and precision firepower and long ranges in support of forces ashore, while incorporating signature reduction, active, and passive self-defense system and enhanced survivability features. Work will be performed in Portsmouth, Rhode Island (61 percent); Tewksbury, Massachusetts (34 percent); Marlboro, Massachusetts (2 percent); Ft. Wayne, Indiana (2 percent); and Nashua, New Hampshire (1 percent), and is expected to be completed by September 2019. Fiscal 2019 research, development, test and evaluation (Navy); and 2019 operations and maintenance (Navy) funding in the amount of $54,256,958 will be obligated at the time of award, and funds in the amount of $10,158,276 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Kings Bay Support Services LLC, Alexandria, Virginia, is awarded a $39,858,516 modification for the exercise of option three under an indefinite-delivery indefinite-quantity contract for base operations support (BOS) services at Naval Submarine Base, Kings Bay. After award of this option, the total cumulative contract value will be $322,733,069. The work to be performed provides for all labor, facilities management, supervision, tools, materials, equipment, incidental engineering, environmental services and transportation to effectively execute BOS services. Work will be performed in Kings Bay, Georgia. This option period is from December 2018, to November 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $28,258,930 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida is the contracting activity (N69450-11-D-7578). General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $31,764,038 cost-plus-fixed-fee modification to previously awarded contract (N00024-17-C-2104) for reactor plant planning yard services for nuclear-powered submarines and support yard services for the Navy's Moored Training Ships. This modification includes options which, if exercised, would bring the cumulative value of this modification to $63,846,335. Work will be performed in Groton, Connecticut (90 percent); and Charleston, South Carolina (10 percent), and is expected to be completed by September 2019. Fiscal 2018 other procurement (Navy); and fiscal 2019 operations and maintenance (Navy) funding in the amount of $23,532,530 will be obligated at time of award and funding in the amount of $17,999,876 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded $28,893,602 for modification P00022 to previously awarded cost-plus-fixed-fee contract (N00030-17-C-0001), to provide systems engineering and integration services in support of the Trident II (D5) strategic weapons system, the SSGN attack weapon system, and strategic weapon surety. Work will be performed at Rockville, Maryland (70.6 percent); Washington, District of Columbia (14.7 percent); Kings Bay, Georgia (5.1 percent); Silverdale, Washington (2.7 percent); Norfolk, Virginia (1.1 percent); San Diego, California (1.1 percent); Barrow, United Kingdom (1.1 percent); Alexandria, Virginia (1 percent); Buffalo, New York (0.3 percent); Downington, Pennsylvania (0.3 percent); Ocala, Florida (0.2 percent); Pittsfield, Massachusetts (0.2 percent); Montgomery Village, Maryland (0.2 percent); New Lebanon, New York (0.2 percent); New Paris, Ohio (0.2 percent); Wexford, Pennsylvania (0.2 percent); Alton, Virginia (0.2 percent); Springfield, Virginia (0.2 percent), Vienna, Virginia (0.2 percent); and St. Mary's, Georgia (0.2 percent), with an expected completion date of September 30, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $21,625,865; fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $4,350,554; and fiscal 2019 other procurement (Navy) funds in the amount of $2,917,183 will be obligated on this modification. Contract funds in the amount of $21,625,865 will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin Space, Sunnyvale, California, is awarded $28,574,689 for cost-plus-fixed-fee modification P00002 to a previously awarded contract (N00030-18-C-0025), to exercise options for hypersonic booster technology development seeking to demonstrate technologies related to intermediate range capability through booster design, fabrication and validation testing. Work will be performed in Magna, Utah (51.03 percent); Elma, New York (14.08 percent); Sunnyvale, California (14.03 percent); Denver, Colorado (10.52 percent); Titusville, Florida (7.53 percent); Huntsville, Alabama (1.08 percent); Mooresville, North Carolina (1 percent); Cape Canaveral, Florida (0.52 percent); and Valley Forge, Pennsylvania (0.21 percent), with an expected completion date of Sept. 30, 2020. Fiscal 2018 research, development, test, and evaluation funds in the amount of $28,574,689 are being obligated on this award, which will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $20,583,568 fixed-price-incentive (firm target) and cost-plus-fixed-fee modification to previously-awarded contract N00024-14-C-5104 to exercise options for ship integration and test of the Aegis Weapon System (AWS) for AWS baselines through Advanced Capability Build (ACB) 12. The contract provides for Aegis shipboard integration engineering; Aegis test team support; Aegis modernization team engineering support; ballistic missile defense test team support and AWS element assessments. The contract will cover the AWS ship integration and test efforts for five new-construction DDG 51-class ships, the major modernization of five DDG 51-class ships, and the major modernization of six CG 47-class ships, as well as the integrated combat system modifications and upgrades for all current ships with all AWS baselines up to and including ACB 12. Work will be performed in Bath, Maine (41 percent); Moorestown, New Jersey (17 percent); Pascagoula, Mississippi (9 percent); Norfolk, Virginia (8 percent); Camden, New Jersey (8 percent); San Diego, California (6 percent); Corona, California (5 percent); Deveselu, Romania (3 percent); Mayport, Florida (2 percent); and various places below one percent (1 percent), and is expected to be completed by November 2019. Fiscal 2013 shipbuilding and conversion (Navy); fiscal 2017, and 2019 other procurement (Navy); and fiscal 2019 operations and maintenance (Navy) funding in the amount of $17,260,714 will be obligated at time of award, and $2,036,071 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $9,838,779 modification to a previously awarded cost-plus-fixed-fee indefinite-delivery, indefinite-quantity contract (N00019-18-D-0001). This modification increases the ceiling of the indefinite-delivery, indefinite-quantity contract and provides for service life modifications on the F/A-18E/F fleet that will extend the operational service life of the F/A-18E/F fleet from 6,000 flight hours to 9,000 flight hours. Work will be performed in St. Louis, Missouri, and is expected to be completed in July 2020. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $9,838,779 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. Lockheed Martin Corporation Missile and Fire Control, Orlando, Florida, is awarded a $7,346,222 definitive job order which includes cost-plus-fixed-fee level of effort tasking for the Target Sight System (TSS) depot activation and firm-fixed price training for the depot activation under basic ordering agreement N00164-16-G-JQ87. Depot activation services include engineering and logistics support and stand-up for long term organic depot support for the TSS on the AH-1Z Cobra attack helicopter. The TSS is a large-aperture midwave forward-looking infrared sensor with a laser designator/rangefinder turret. The TSS provides the capability to identify and laser-designate targets at maximum weapon range, significantly enhancing platform survivability and lethality. The depot activation and training services will produce a TSS depot capability at Fleet Readiness Center South-East to include the required specialized weapons replaceable assembly and shop replaceable assembly test equipment, tooling, fixtures, training, access to technical data, engineering reach back, and support infrastructure for this capability. Work will be performed in Jacksonville, Florida, and is expected to be completed in December 2020. Fiscal 2017 aircraft procurement (Navy) funding in the amount of $7,346,222 will be obligated at the time of contract award and will expire at the end of the current fiscal year. This job order 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. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016419FJ016). AIR FORCE L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, has been awarded a $97,491,260 firm-fixed-price contract for contractor operated and maintained base supply of the Air Education and Training Command fleet of 178 T-1A trainer aircraft. Work will be performed at Randolph Air Force Base, Texas; Laughlin AFB, Texas; Vance AFB, Oklahoma; Columbus AFB, Mississippi; and Pensacola Naval Air Station, Florida, with an expected completion date of Nov. 30, 2019. This award for Option One is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount $48,288,767 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity (FA8106-18-C-0001). M1 Support Services, Denton, Texas, has been awarded a $97,353,460 modification (P00048) to contract FA4890-16-C-0005 for the backshop and flight-line maintenance of multiple aircraft types on Nellis Air Force Base, Nevada. The contract modification provides for the exercise of an option for an additional year of maintenance support under the multiple year contract. Work will be performed at Nellis AFB, Nevada, and is expected to be completed by Dec. 31, 2019. Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity. AAR Manufacturing Inc., Cadillac, Michigan, has been awarded a $27,570,625 task order (FA8534-19-F-0005) to contract FA8519-14-D-0002 for the production of 463L cargo pallets. Work will be performed in Cadillac, Michigan, and is expected to be completed by Dec. 30, 2020. Fiscal 2017 other procurement funds in the amount of $27,570,625 are being obligated at time of award. This task order brings the total cumulative face value of the contract to $170,687,010. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. Raytheon Co. Missile Systems Division, Tucson, Arizona, has been awarded an $18,691,155 fixed-price incentive (firm-target), follow-on contract for High-speed Anti-Radiation Missile targeting system contractor logistics support services. This contract provides depot repair and sustaining engineering activities. Work will be performed in Tucson, Arizona, and is expected to be completed by Nov. 30, 2019. The contract includes a one-year period of performance with three one-year options. This contract award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $18,691,155 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8675-19-C-0004). Telos Corp., Ashborn, Virginia, has been awarded a $15,195,573 modification (P00004) to contract FA4890-17-F-0025 for defensive cyber operations support at 17 U.S. Air Force bases in the continental U.S. The contract modification provides for the exercise of an option for an additional year of cyber security support services under the multiple year contract. Work will be performed in accordance with the performance work statement and is expected to be completed by Jan. 1, 2020. Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity. Honeywell International Inc., Clearwater, Florida, has been awarded an $11,458,551 modification (P0003) to exercise an option on contract FA8214-18-C-0001 for Pendulous Integrated Gyroscopic Accelerometer float repairs. Work will be performed in Clearwater, Florida, and is expected to be completed by Dec. 20, 2019. Fiscal 2019 operations and maintenance funds in the amount of $11,458,551 are being obligated at the time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity. The Boeing Co., St. Louis, Missouri, has been awarded a $10,758,587 modification (P00066) to previously awarded FA8634-16-C-2653 for F-15 radar modernization program radar upgrades. The contract modification provides for the exercise of options for interim contract support repair. Work will be performed in St. Louis, and is expected to be completed by Dec. 31, 2019. Fiscal 2017 aircraft procurement funds in the amount of $10,758,587 are being obligated at the time of award. Total cumulative face value of the contract is $1,375,218,427. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Sierra Nevada Corp., Sparks, Nevada, has been awarded a $9,227,540 modification (P00019) to contract FA8509-17-C-0002 for the permanent installation of the Airborne Mission Networking System. This modification provides for the exercise of only trial kit install labor and fully funding non-recurring engineering, travel, and trial kit install labor. Work will be performed in Centennial, Colorado, with travel within the continental U.S. as required to government facilities for installation and testing. Work is expected to be completed by Sept. 16, 2019. Fiscal 2018 and 2019 research, development, test, and evaluation funds in the amount of $9,227,540 are being obligated at time of award. Total cumulative face value of the contract is $39,256,804. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8509-17-C-0002). DEFENSE LOGISTICS AGENCY Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $84,448,463 firm-fixed-price contract for various motor vehicle parts and accessories. 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 base contract with two one-year option periods. Location of performance is Wisconsin, with a Nov. 29, 2021, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2018, through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0021). Nodak Electric Cooperative Inc.,* Grand Forks, North Dakota, has been awarded a $23,203,633 modification (P00002) to a 50-year utilities privatization contract (SP0600-18-C-8321) with no option periods for additional utility services for two electric systems. This is a fixed-price with economic-price-adjustment contract. Location of performance is North Dakota, with a Nov. 30, 2068, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019, through 2069 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. The Original Footwear Co., Arecibo, Puerto Rico, has been awarded a maximum $9,186,840 modification (P00014), exercising the third one-year option period of a four-year base contract (SPE1C1-16-D-1026), with three one-year option periods for men's poromeric shoes. This is firm-fixed-price, indefinite-delivery/definite-quantity contract. Locations of performance are Puerto Rico and Michigan, with a Nov. 30, 2019, performance completion date. Using customers are Army, Air Force, Marine Corps and Coast Guard. Type of appropriation fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. DEFENSE HEALTH AGENCY Logistics Health Inc., La Crosse, Wisconsin, was awarded an $81,000,000 indefinite-delivery bridge contract (HT0011-19-D-0002). This award, titled “Reserve Health Readiness Program,” provides health readiness support services to the military service components to meet medical and dental standards essential in maintaining a deployable force. This short-term bridge contract will permit time to complete a competitive follow-on to this requirement. Services include immunizations, physical examinations, periodic health assessments, post-deployment health reassessments, mental health assessments, dental examinations, dental treatment, laboratory services, and other services as required to satisfy military service component health readiness needs. Services are delivered at military service component designated sites during group events, through the contractor's call center, and within an integrated network. The work will be performed in every U.S. state, U.S. territory, the District of Columbia, and Germany, with period of performance from Dec. 1, 2018, to May 31, 2019. Fiscal 2019 operations and maintenance funds will be obligated on task orders issued under this award. This contract was awarded on an other than full and open competition basis; pursuant to the authority of 10 U.S. Code 2304(c)(1). The Defense Health Agency, Falls Church, Virginia, is the contracting activity. ARMY BridgePhase LLC,* Arlington, Virginia (W15QKN-19-D-0005); Insap Services Inc.,* Marlton, New Jersey (W15QKN-19-D-0006); Johnson Technology Systems Inc.,* Dover, New Jersey (W15QKN-19-D-0007); and Softek International Inc.,* Piscataway, New Jersey (W15QKN-19-D-0008), will compete for each order of the $72,377,360 firm-fixed-price contract for information technology services for Armament Research, Development and Engineering Center. Bids were solicited with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 8, 2023. U.S. Army Contracting Command, New Jersey, is the contracting activity. Carolina Growler Inc.,* Star, North Carolina, was awarded a $66,665,620 firm-fixed-price contract for M1269 light engineer utility trailers. Bids were solicited with six received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 29, 2025. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0013). Longbow LLC, Orlando, Florida, was awarded a $52,642,959 hybrid cost-plus-fixed-fee and firm-fixed-price contract for the production of radar electronic units and support functions. One bid was solicited with one bid received. Work will be performed in Orlando, Florida, with an estimated completion date of March 31, 2022. Fiscal 2018 and 2019 aircraft procurement, Army funds in the amount of $52,642,959 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-F-0044). Employment Source Inc.,* Fayetteville, North Carolina, was awarded a $43,500,000 firm-fixed-price contract for dining facility attendant 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 Nov. 29, 2023. U.S. Army Mission and Installation Contracting Command, Fort Bragg, North Carolina, is the contracting activity (W91247-19-D-0002). DynCorp International LLC, Fort Worth, Texas, was awarded a $41,658,522 modification (P00200), to contract W58RGZ-13-C-0040 for aviation field maintenance services. Work will be performed in Fort Worth, Texas; Afghanistan; and Iraq, with an estimated completion date of June 30, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $41,658,522 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. University of California-Santa Barbara, Santa Barbara, California, was awarded an $18,000,000 cost contract for collaborative biotechnologies. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 30, 2021. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-19-D-0001). Weeks Marine Inc., Covington, Louisiana, was awarded a $17,418,500 firm-fixed-price contract for dredging. Two bids were solicited with two bids received. Work will be performed in Carolina Beach, North Carolina; and Kure Beach, North Carolina, with an estimated completion date of May 15, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $17,418,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0004). DEFENSE FINANCE AND ACCOUNTING SERVICE KPMG LLP, McLean, Virginia, is being awarded a maximum $36,039,975 modification (P00027) to exercise Option Year Two to previously awarded labor-hour contract HQ0423-17-F-0010 for fiscal 2019 financial statement audit services of the Army General Fund and Working Capital Fund. The modification brings the total cumulative face value of the contract to $95,894,268 from $59,854,293. Work will be performed in McLean, Virginia, with an expected completion date of Nov. 30, 2019. Fiscal 2019 Army operations and maintenance funds in the amount of $36,039,975 are being obligated at the time of the award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-17-F-0010). MISSILE DEFENSE AGENCY Raytheon Missile Systems is being awarded a sole-source cost-plus-fixed-fee modification in the amount of $27,277,473 to previously awarded contract HQ0276-15-C-0005 adding contract line item numbers 4005, 4006, and 4013 to provide depot level planning, All Up Round (AUR) re-certifications, and AUR repairs. This modification increases the total cumulative face value of the contract by $27,277,473 (from $1,757,712,887 to $1,784,990,360). The work will be performed in Tucson, Arizona, with an expected completion date of October 2019. Fiscal 2019 operations maintenance funds in the amount of $9,000,000 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1702589/source/GovDelivery/

Shared by members

  • Share a news article with the community

    It’s very easy, simply copy/paste the link in the textbox below.

Subscribe to our newsletter

to not miss any news from the industry

You can customize your subscriptions in the confirmation email.