Filter Results:

All sectors

All categories

    4367 news articles

    You can refine the results using the filters above.

  • Contract Awards by US Department of Defense - November 05, 2019

    November 6, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 05, 2019

    DEFENSE INTELLIGENCE AGENCY Dynetics Inc., Hunstville, Alabama (HHM402-19-D-0023), was awarded a five-year base with possible five-year option, indefinite-delivery/indefinite-quantity contract with a ceiling value of $737,992,267. This contract will provide support services for the Missile and Space Intelligence Center. Work will be performed at Redstone Arsenal and Huntsville, Alabama, with an expected completion date of Oct. 31, 2029. The contract was awarded through a full and open solicitation, and one offer was received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY METIS/Celestar JV, Tampa, Florida, was awarded a $100,000,000 single award, indefinite-delivery/indefinite-quantity contract for the Defense Counterintelligence and Security Agency (DCSA). The contract provides administrative support services to support DCSA. Work locations under this contract will be determined at the individual task order level. Most work will be performed at DCSA Headquarters at the Russell-Knox Building, Quantico, Virginia, and at various DCSA field offices as directed. No funds will be obligated on the base contract award. Due to a small business size protest on Sept. 24, 2019, fiscal 2019 operations and maintenance funds in the amount of $3,200,000 are being obligated on the first task order within the next two days. The anticipated delivery schedule includes a five year base period. The request for proposal was posted on the Federal Business Opportunities website on June 27, 2019. Forty proposals were received. The DCSA Contracting Office, Quantico, Virginia, is the contracting activity (HS0021-20-D-0002). AIR FORCE Mission Essential Personnel LLC, New Albany, Ohio, has been awarded a $95,000,000 indefinite-delivery/indefinite-quantity contract for advisory and assistance services. This contract provides for technical and analytical services to support and improve policy development, decision making, management, administration and systems operation. Work will be performed primarily at Headquarters U.S. Air Forces in Europe (USAFE); USAFE bases; USAFE geographically separated units; U.S. European Command; U.S. Africa Command; and U.S. Army in Europe, including Installation Management Command, and is expected to be completed by Sept. 12, 2026. This contract is the result of a competitive acquisition, and 11 offers were received. Fiscal 2020 operations and maintenance funds in the amount of $2,500 are being obligated at the time of the award. The 764th Specialized Contracting Squadron, Ramstein Air Base, Germany, is the contracting activity (FA5641-20-D-0001). NAVY CH2M Hill Constructors Inc., Englewood, Colorado (N62470-13-D-6019); Environmental Chemical Corp., Burlingame, California (N62470-13-D-6020); Kellogg, Brown, & Root Services Inc., Arlington, Virginia (N62470-13-D-6021); and URS Group Inc., Morrisville, North Carolina (N62470-13-D-6022), are being awarded an $80,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award contract for global contingency construction projects worldwide. The work to be performed provides for the Navy, the Navy on behalf of the Department of Defense, and the Navy on behalf of other federal agencies when authorized, an immediate response for construction services. The construction and related engineering services would respond to natural disasters, humanitarian assistance, conflict or projects with similar characteristics. Work will be predominately construction. The contractor, in support of the construction effort, may be required to provide initial base operating support services, which will be incidental to construction efforts. After award of this modification, the total cumulative contract value will be $966,000,000, raising the contract value from $886,000,000. The contract completion date was May 2019. No funds will be obligated at time of award; funds will be obligated on subsequent modifications for work on existing individual task orders. Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity. Jacobs-Ewingcole JV, Pasadena, California, is awarded a $15,313,983 firm-fixed-price modification to increase the maximum dollar value of task order N62473-19-F-4996 under an architect-engineer indefinite-delivery/indefinite-quantity contract for China Lake Conceptual Master Planning Site Payout and Development at Naval Air Weapons Station (NAWS) China Lake. The work to be performed is to provide design and engineering services in support of the NAWS China Lake earthquake restoration program. Work will include project definitions for the following: air operations facility and air traffic control tower, Michelson Mission Systems Integration Laboratory, magazines and inert storage facility, aircraft rescue and fire-fighting (ARFF) station and community support facilities. Additionally, work will include design build request for proposal development for the following: Hangar 3 replacement, apron, taxiway and utilities, the integration lab, air operations facility and air traffic control tower, the Michelson Mission Systems Integration Laboratory, aircraft parking apron in support of Hangar 2 replacement, the advanced weapons hangar, magazines and inert storage facility, ARFF station and the community support facilities. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. After award of this modification, the total cumulative task order value will be $21,822,789. Work will be performed in San Diego, California, and is expected to be completed by September 2021. Fiscal 2020 military construction, (Navy) contract funds for $15,313,983 will be obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5801). ARMY Chinook Systems Inc.,* Arlington, Virginia (W912DY-20-D-0008); Exp Federal, Chicago, Illinois (W912DY-20-D-0009); Shearer and Associates,* Huntsville, Alabama (W912DY-20-D-0010); and HDR Engineering, Omaha, Nebraska (W912DY-20-D-0011), will compete for each order of the $49,000,000 firm-fixed-price contract for architectural and engineering services for cyber in support of the various divisions and programs. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 18, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. The Ross Group Construction Corp., Tulsa, Oklahoma, was awarded a $35,042,773 firm-fixed-price contract for construction, repairs, new roofing system, metal wall panel repair, demolition and deconstruction of existing materials and renovations of office space, conference rooms, server rooms, a dock and receiving area and information technology-related activities. Bids were solicited via the internet with four received. Work will be performed in Oklahoma City, Oklahoma, with an estimated completion date of Oct. 31, 2021. Fiscal 2019 research, development, test and evaluation funds in the amount of $35,042,773 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-20-C-0001). J.F. Brennan Company Inc., La Crosse, Wisconsin, was awarded a $12,828,650 firm-fixed-price contract for construction and installation of lock chamber bulkhead recesses. Bids were solicited via the internet with two received. Work will be performed in Morris, Illinois, with an estimated completion date of Dec. 20, 2020. Fiscal 2020 civil construction funds in the amount of $12,828,650 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island Arsenal, Illinois, is the contracting activity (W912EK-20-C-0011). DEFENSE LOGISTICS AGENCY Biomet 3I LLC, Palm Beach Gardens, Florida, has been awarded a maximum $49,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for dental equipment and accessories for the Defense Logistics Agency Electronic Catalog. This was a competitive acquisition with 100 responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a Nov. 4, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0021) Aptiv Services 3 US LLC, Irvine, California, has been awarded a maximum $28,370,372 firm-fixed-price, indefinite-quantity contract for F-15 aircraft electrical special purpose cable assemblies. 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 five-year contract with no option periods. Location of performance is California, with a Nov. 5, 2024, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A6-20-D-0016). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2009294/source/GovDelivery/

  • £2.8bn armoured vehicle contract secured for British Army

    November 6, 2019 | International, Land

    £2.8bn armoured vehicle contract secured for British Army

    November 5, 2019 - A contract worth £2.8 billion has been signed to provide state-of-the-art armoured fighting vehicles to the British Army. The Defence Secretary has announced that the army will receive more than 500 Boxer 8×8 high mobility, network-enabled armoured vehicles to transport troops onto the frontline. Defence Secretary, Ben Wallace, said: “Our men and women of the Armed Forces deserve to have the best equipment to do their job. “The Boxer vehicle is a leader in its field and I look forward to it arriving in units from 2023.” The vehicles will form part of the Army's Strike brigades, new units set up to deploy rapidly over long distances across varied terrains. Boxer is modular by design to meet these requirements – the same vehicle base can be rapidly reconfigured to fill different roles on the battlefield, from carrying troops across deserts to treating severely injured service personnel on the journey to hospital. Initially the Army will buy a mixture of the troop-carrying variant, ambulances, command vehicles, and specialist designs to carry military equipment. Sir Simon Bollom, Chief Executive of Defence, Equipment and Support (DE&S), said: “This is excellent news for the Army and I'm delighted that we can now move forward with a contract for the Mechanised Infantry Vehicle. “We are looking forward to continuing to work closely with the Army and our partners across industry to deliver the best equipment and support for our troops.” The UK announced in 2018 that it would re-join the Boxer programme within the Organisation for Joint Armament Cooperation (OCCAR) and explore options to modernise its vehicle fleet and meet the Army's Mechanised Infantry Vehicle requirement. The UK played a central role in the original design, development and testing of the Boxer. In re-joining the programme last year, the UK reassumed the rights it had as a project partner. Major General Simon Hamilton, Mechanised Infantry Vehicle Programme lead for the British Army, said: “I am delighted that we have committed to delivering the Mechanised Infantry capability through the purchase of around 500 battle-winning Boxer vehicles for the British Army. Boxer completes the suite of platforms to equip our new state-of-the-art STRIKE brigade where, alongside Ajax, Boxer's low logistic need, extended reach, high-mobility, and advanced digitisation will ensure STRIKE is ready for any global scenario.” This contract was signed ahead of the pre-election period due to the strong value-for-money agreement reached with industry and other OCCAR nations, which expires on December 31st 2019, and announced today due to expected market implications. It would be possible for a new Government to take a different position. The MOD Permanent Secretary, as the Accounting Officer, considered the value for money implications and, on this basis, determined the most appropriate course of action is to proceed with the contract award ahead of the election. View source version on MOD UK: https://des.mod.uk/armoured-vehicle-contract-secured-british-army/

  • Success for our training on the US market!

    November 5, 2019 | Local, Aerospace, Naval, Land, C4ISR, Security

    Success for our training on the US market!

    Fifteen people from ten companies participated in this training sessions by McCarter & English, LLP. Thanks to Daniel Kelly and Zlatko Hadzismajlovic for sharing their expertise on the basics of accessing the US market and doing business with the US government (regulation, exports, intellectual property, cybersecurity...). Thanks to Andrea Townrow, director of the Québec Trade Office in Philadelphia for joining us. https://lnkd.in/gJZjQeQ

  • Troy Crosby named new Assistant Deputy Minister of Materiel at DND

    November 5, 2019 | Local, Aerospace, Naval, Land, C4ISR, Security

    Troy Crosby named new Assistant Deputy Minister of Materiel at DND

    DAVID PUGLIESE, OTTAWA CITIZEN Troy Crosby has been appointed Assistant Deputy Minister of Materiel at the Department of National Defence. His appointment is effective Nov. 11. The ADM Materiel position opened up in August when Pat Finn decided to retire. At that time, Crosby (pictured above) assumed the role of Acting ADM(Materiel). In addition, Rear Admiral Simon Page will retire from the Royal Canadian Navy and will be appointed Chief of Staff Materiel. Page will start in that position starting Dec. 16th. https://ottawacitizen.com/news/national/defence-watch/troy-crosby-named-new-assistant-deputy-minister-of-materiel-at-dnd

  • A new Defence Procurement Agency – Would it solve anything?

    November 5, 2019 | Local, Aerospace, Naval, Land, C4ISR, Security

    A new Defence Procurement Agency – Would it solve anything?

    By Brian Mersereau Defence Watch Guest Writer During the recent federal election, the issue of considering a new Defence Procurement Agency or DPA surfaced again. The Liberals made such an organization part of their defence platform this time around as part of their plan to improve military procurement. While positive outcomes could result from a new organizational structure, simply installing one will not in and of itself create an efficient procurement model. It most certainly will not address in any substantive manner why taxpayers pay far too much to acquire the defence capabilities Canada needs to protect our sovereign interests in a world that has become increasingly unstable in recent years. It appears that, in many cases, Canada pays more per unit of capability to satisfy its defence needs than most of its allies. Unfortunately, though quite logically, this phenomenon has effectively shrunk the size of our armed forces as the number of platforms we can afford to acquire continues to dwindle due to high costs. While this approach can create short-term jobs, they are ultimately unsustainable since there is no international market for our higher-priced solutions. This is not the direction in which Canada should be headed. Before Canada decides to move ahead with a new procurement agency, it should assemble a “smart persons” panel or forum to thoroughly review the existing system and establish the mandate and objectives of whatever type of organization results from said review. Such a review group must be composed of people from the public and private sector with significant experience, not skewed with staff whose procurement experience primarily consists of exposure to the Canadian “way”. During this review, the panel must examine various issues which are currently perceived to be an impediment to the efficiency of Canada's procurement system. Based on my own years of experience on both the buy and sell sides of the procurement equation, the following areas merit some serious thought: Organizational Structure The fewer individuals, departments and oversight committees with their fingers in the “procurement pie”, the quicker and more coherently things will get done. Even at today's interest rates, time really is money for all involved in the process. Adding more time to a schedule for another management review quite often has a negative impact. While I understand governance and oversight committees have their place, their overinvolvement can produce negative outcomes if mandates are not absolutely clear and if individuals on these committees have limited experience with respect to the issue at hand. Risk Canada's ongoing method for defence procurement is that it will not assume any risk on their side of a contract. If Canada insists the private sector must accept all risk, the private sector will so oblige – but at a significant price and to the detriment of schedules and timelines. As contract prices necessarily increase, so do governments costs to manage the contract. In reality, the most efficient procurement solution for Canada would see some elements of risk managed by the buyer, rather than entirely borne by the seller. More consideration needs to go into balanced risk-sharing formulas. Process Canada has an extremely hands-on procurement process for major systems during the competitive phase, as well as during the implementation of the contract. Even in this digital age, Canada hamstrings its own progress with the sheer degree of detail and bureaucracy it requires; unbelievably, freight trucks are still required to deliver proposals. It seems as though, on occasion, the buyer thinks it knows more about designing and engineering the defence systems Canada needs than the actual designers and engineers for whom it is a primary occupation. Requirements of little or no consequence are painstakingly spelled out in the greatest of detail. Such an approach has a tremendous impact on the amount of time consumed by both the buyer and seller, again driving up costs and extending schedules. Less “hand holding” by the customer must be seriously considered. Sole Source In the procurement world, “sole source” is often viewed as a dirty phrase. Frequently, Canada attempts to run competitions in scenarios where the chances of achieving any meaningful savings or benefits related to competition are low at best. This takes years and drives costs higher at no measurable gain for the buyer. The parameters of when and under what circumstances Canada should move directly to a sole source should be thoroughly reviewed. Significant resources are being wasted managing nearly meaningless processes. Skills Canada's internal skill set for managing large, complex defence procurements does not appear to be adequate. As a result, it turns more and more often to the expertise of external third parties in order to keep up with large private sector firms at the negotiation table from a knowledge and experience standpoint. While there will always be a need for some third-party expertise, project managing many external suppliers in the negotiation phase – each of whom have their own agendas – only further complicates the already convoluted procurement process. Canada would be much better off with an enhanced internal core staff. If Canada takes the time to review the appropriateness of some form of DPA model, it must cast the net wider and review other critical aspects of the procurement process – or else any organizational changes will inevitably succumb to the systematic inertia of the overall process. A failure to do so means Canada will continue struggling mightily to stand-up the level of defence and security necessary to secure its citizens in an increasingly turbulent world. https://ottawacitizen.com/news/national/defence-watch/a-new-defence-procurement-agency-would-it-solve-anything

  • Contract Awards by US Department of Defense - November 04, 2019

    November 5, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 04, 2019

    DEFENSE LOGISTICS AGENCY Brothers Produce Inc.,* Friendswood, Texas, has been awarded a maximum $202,500,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with one response received. This is a 60-month contract with no option periods. Location of performance is Texas, with a Nov. 3, 2024, performance completion date. Using customers are Department of Agriculture schools. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-S736). Hesco Bastion Inc., North Charleston, South Carolina, has been awarded a maximum $24,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Expeditionary Barrier System. This is a 10-month, 300-day bridge contract. Locations of performance are South Carolina and the United Kingdom with a Sept. 1, 2020, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E6-20-D-0001). Frank Gargiulo & Son Inc.,* Hillside, New Jersey, has been awarded a maximum $16,483,500 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with one response received. This is a 54-month contract with no option periods. Locations of performance are New Jersey and New York, with a May 3, 2024, performance completion date. Using customers are Department of Agriculture schools. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-S737). NAVY Bell-Boeing Joint Project Office, Amarillo, Texas, is awarded a $146,039,547 modification (P00025) to a previously awarded cost-plus-fixed-fee, fixed-price-incentive-firm-target and firm-fixed-price contract (N00019-17-C-0015). This modification exercises the option to upgrade nine MV-22 aircraft from the Block B to the Block C configuration, as well as planned maintenance intervals for eight MV-22 aircraft, in support of the Common Configuration-Readiness and Modernization (CC-RAM) program. Work will be performed in Ridley Park, Pennsylvania (91%); and Fort Worth, Texas (9%), and is expected to be completed in March 2022. Fiscal 2018 and 2020 aircraft procurement (Navy - AP, N); and fiscal 2020 operation and maintenance (Navy – OM, N) funds in the amount of $146,039,547 will be obligated at time of award, $6,049,632 of which will expire at the end of the current fiscal year (Funding: fiscal 2018 AP, N $5,654,683; fiscal 2020 AP, N $139,989,915; and fiscal 2020 OM, N $394,949). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Space, Titusville, Florida, is awarded a $40,304,886 cost-plus-incentive-fee and cost-plus-fixed-fee modification (P00002) to exercise options under a previously awarded contract (N00030-19-C-0100) for TRIDENT II (D5) missile production and deployed systems support. Work will be performed in Denver, Colorado (28%); Sunnyvale, California (25.2%); Biddeford, Maine (14.7%); Cape Canaveral, Florida (12.5%); Clearwater, Florida (9.8%); Oak Ridge, Tennessee (4.4%); Scottsdale, Arizona (2.2%); and other various locations (less than 1% each, 3.2% total). Work is expected to be completed Sept. 30, 2024. Fiscal 2020 weapons procurement (Navy) funds in the amount of $32,016,540; and fiscal 2020 other procurement (Navy) funds for $8,288,346 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was awarded to the contractor on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $34,230,269 firm-fixed-price delivery order (N00019-20-F-0331) against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides for the non-recurring engineering, logistics product data, 28 Group A-1 retrofit kits, 28 Group A-2 retrofit kits, and 28 Group B retrofit kits for incorporation of the Distributed Targeting Processor-Network into the F/A-18 aircraft for the Navy and the Government of Australia. Work will be performed in St. Louis, Missouri (99%); China Lake, California (0.5%); and Whidbey Island, Washington (0.5%), and is expected to be completed in June 2022. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $33,816,097; and Foreign Military Sales funds in the amount of $414,172 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Corp., Orlando, Florida, is awarded a $20,700,000 firm-fixed price contract for the design, fabrication, procurement, delivery, installation, integration, configuration, technical documentation, test, modernization and concurrency of the Littoral Combat Ship Freedom Variant Integrated Tactical Trainer devices installed at Naval Station Mayport, Florida; and Naval Station San Diego, California. Work will be performed in Orlando, Florida (51%); Moorestown, New Jersey (35%); Baltimore, Maryland (8%); Clearwater, Florida (3%); and Marion, Massachusetts (3%), and is expected to be completed in March 2022. Fiscal 2019 other procurement (Navy) funds in the amount of $20,700,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to U.S. Code 2304(c)(1). The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-C-0003). Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded a $20,324,973 modification (P00272) to a previously awarded cost-plus-incentive-fee contract (N00019-06-C-0081) to provide System Demonstration Test Article Aircraft (SDTA) to support various test requirements under the System Development and Demonstration (SDD) program. The purpose of this contract modification is to definitize the costs associated with the instrumentation and transition of the aircraft between SDD and SDTA. Work will be performed in Stratford, Connecticut, and is expected to be completed in February 2021. No funding is included in this contract modification; this requirement will be incrementally funded. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. ARMY High Desert Support Services, Alexandria, Virginia, was awarded a $30,000,000 modification (P00019) to contract W9124B-18-C-0004 for installation support services. Work will be performed in Fort Irwin, California, with an estimated completion date of Oct. 31, 2020. Fiscal 2020 operation and maintenance, Army funds in the amount of $2,968,096 were obligated at the time of the award. U.S. Army Mission Installation Contracting Command, Fort Irwin, California, is the contracting activity. (Awarded Oct. 31, 2019) *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2008047/source/GovDelivery/

  • U.S. Marine Corps Orders More Amphibious Combat Vehicles from BAE Systems

    November 4, 2019 | International, Land

    U.S. Marine Corps Orders More Amphibious Combat Vehicles from BAE Systems

    October 30, 2019 - BAE Systems has received a $120 million contract from the U.S. Marine Corps for additional Amphibious Combat Vehicles under a third order for Low Rate Initial Production (LRIP). This award is an important next step on the path to full rate production. This press release features multimedia. View the full release here: https://www.businesswire.com/news/home/20191030005625/en/ This latest contract is for the ACV personnel carrier variant (ACV-P), an eight-wheeled amphibious assault vehicle capable of transporting Marines from open-ocean ship to shore and conducting land operations. Each vehicle embarks 13 Marines in addition to a crew of three. “This award further validates the Marine Corps' confidence in the vehicle's proven capability in meeting their amphibious mission, and represents an important step toward fielding the vehicle in the Fleet Marine Force. The ACV is a highly mobile, survivable and adaptable platform designed for growth to meet future mission role requirements while bringing enhanced combat power to the battlefield,” said John Swift, director of amphibious programs at BAE Systems. Current low-rate production is focused on the ACV-P variant. More variants will be added under full rate production to include the command and control (ACV-C), 30mm medium caliber turret (ACV-30) and recovery variants (ACV-R) under the ACV Family of Vehicles program. BAE Systems previously received the Lot 1 and Lot 2 awards. The Marine Corps selected BAE Systems along with teammate Iveco Defence Vehicles for the ACV program in 2018 to replace its legacy fleet of Assault Amphibious Vehicles, which have been in service for decades and were also built by BAE Systems. ACV production and support is taking place at BAE Systems locations in Stafford, Virginia; San Jose, California; Sterling Heights, Michigan; Aiken, South Carolina; and York, Pennsylvania. View source version on businesswire.com: https://www.businesswire.com/news/home/20191030005625/en/

  • Multimillion-euro contract: International customer orders air defence systems from Rheinmetall

    November 4, 2019 | International, Land

    Multimillion-euro contract: International customer orders air defence systems from Rheinmetall

    October 30, 2019 - Rheinmetall has won an order from an international customer for state-of-the-art air defence systems. The contract, which is now official, is worth a total of around €210 million. Delivery is to be complete by 2022. Among other items, the order encompasses Skymaster command and control systems, X-TAR 3D radars, Oerlikon Revolver Gun MK3-automatic cannon as well as an ammunition package that includes airburst-capable AHEAD rounds. Spare parts, technical documentation and service support round out the order. As the world's leading supplier of comprehensive ground-based air defence solutions, Rheinmetall combines all relevant sensors, effectors, platforms and C4I assets in overarching, scalable networks. This results in highly effective, modularly configurable ground-based air defence systems that assure maximum operational flexibility throughout the military mission spectrum. View source version on Rafael Advanced Defense systems Ltd. : https://www.rheinmetall.com/en/rheinmetall_ag/press/news/latest_news/index_18752.php

  • Contract Awards by US Department of Defense - November 01, 2019

    November 4, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 01, 2019

    NAVY Rightstar Inc., Vienna, Virginia, is being awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contracts. The potential estimated value of this category of BPA is $820,450,000. This agreement is being awarded as part of a multi-reseller/multi-software publisher software category management award for commercial off-the-shelf information technology asset management software; software maintenance support; information technology professional services; and related services in support of DoD ESI and under the direction of Office of Management and Budget, Enterprise Software Category. The software publisher under this agreement is Nlyte. The BPA provides for the purchase of Nlyte products and services by the DoD, U.S. intelligence community, and the Coast Guard worldwide. The ordering period will be for a maximum of 10 years from Nov. 1, 2019, through July 11, 2029. This BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance (DoD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. Two offers were received and two were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-20-A-0006). Northrop Grumman Systems Corp. - Marine Systems, Sunnyvale, California, is awarded a cost-plus incentive-fee $77,377,019 contract modification (P00002) to a previously awarded contract (N00030-19-C-0015) for technical engineering services, design and development engineering, component and full scale test and evaluation engineering, and tactical underwater launcher hardware production to support the development and production of the Common Missile Compartment (CMC). Work will be performed in Sunnyvale, California (55%); Ridgecrest, California (20%); Cape Canaveral, Florida (10%); Bangor, Washington (5%); Kings Bay, Georgia (5%); Barrow-In-Furness, England (2%); New London, Connecticut (1%); Quonset Point, Rhode Island (1%); and Arlington, Virginia (1%), and is expected to be completed by March 31, 2024. Fiscal 2020 shipbuilding and conversion Navy funding in the amount of $34,868,308 will be obligated on this award. Fiscal 2020 United Kingdom common funding in the amount of $42,508,711 will be obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Ultra Electronic Ocean Systems, Braintree, Massachusetts, is awarded a $45,161,439 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee and firm-fixed-price contract for engineering and technical service for the design, development, testing, integration, technology insertion/refreshment and system support of the AN/BPS radar software management system on new construction and in-service submarines. Work will be performed in Chantilly, Virginia (50%); and Wake Forest, North Carolina (50%), and is expected to be completed by October 2020. This contract includes options which, if exercised, would bring the cumulative value of this contract to $100,861,439, and be complete by May 2026. Fiscal 2019 shipbuilding and conversion (Navy-SCN); 2015 shipbuilding and conversion (Navy-SCN); 2019 other procurement (Navy-OPN); and 2014 shipbuilding and conversion (Navy-SCN) funding in the amount of $1,700,000 will be obligated at time of award and will not expire at the end of current fiscal year — funding: fiscal 2019 SCN (58%); fiscal 2015 SCN (18%); fiscal 2019 OPN (18%); and fiscal 2014 SCN (6%). In accordance with 10 U.S. Code 2304(c)(5), authorized or required by statute 15 U.S. Code 638(r)(4) states: "To the greatest extent practical, Federal agencies and Federal prime contractors shall issue Phase III awards relating to technology, including sole source awards, to the SBIR and STTR award recipients that developed the technology." The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity (N00024-20-D-6202). Lockheed Martin, Rotary and Mission Systems, Baltimore, Maryland, is awarded a $12,019,951 cost-plus-fixed-fee modification to a previously-awarded contract N00024-11-C-2300 to exercise an option for the accomplishment of post-delivery support for USS Minneapolis-Saint Paul (LCS 21) of the Littoral Combat Ship (LCS) program. This option exercise is for post-delivery support for the LCS program. Lockheed Martin, Rotary and Mission Systems, will provide expert design, planning and material support for LCS 21's post-delivery period. Lockheed Martin will perform the planning and implementation of deferred design changes that have been identified during the construction period. The corrections and upgrades are necessary to support USS Minneapolis-St. Paul sail-away and follow-on post-delivery test and trials period. Work will be performed in Marinette, Wisconsin (57%); Hampton, Virginia (14%); Moorestown, New Jersey (11%); San Diego, California (11%); and Washington, District of Columbia (7%), and is expected to be completed by October 2021. Fiscal 2015 shipbuilding and conversion (Navy) funding for $7,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. General Electric Co., Cincinnati, Ohio, is awarded an $8,747,720 firm-fixed-price delivery order (N00024-20-F-4117) under a previously-awarded basic ordering agreement N00024-18-G-4113 for integrated electronic controller kits for LM2500 marine gas turbine engines. The materials procured under this basic ordering agreement are LM2500 MGTEs and related material. MGTEs are installed in FFG 7, CG 47, DDG 51, LCS Independence variant, LHD 8 and LHA 6AF-class vessels. Work will be performed in Cincinnati, Ohio, and is expected to be completed by December 2020. Fiscal 2020 other procurement (Navy) funding in the amount of $8,747,720 will be obligated at time of award and will not expire at the end of the current fiscal year. This 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). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. DEFENSE INTELLIGENCE AGENCY Dynetics Inc., Hunstville, Alabama (HHM402-19-D-0023), was awarded a five-year base with possible five-year option indefinite-delivery/indefinite-quantity contract with a ceiling value of $737,992,267. This contract will provide support services for the Missile and Space Intelligence Center. Work will be performed at Redstone Arsenal and Huntsville, Alabama, with an expected completion date of Oct. 31, 2029. The contract was awarded through a full and open solicitation and one offer was received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. Booz Allen Hamilton, Alexandria, Virginia (HHM402-20-D-0002); Deloitte Consulting LLP, Arlington, Virginia (HHM402-20-D-0003); Logistics Management Institute, Tysons, Virginia (HHM402-20-D-0004); and Solutions Through Innovative Technologies, Fairborn, Ohio (HHM402-20-D-0005); were awarded a one-year base plus four one-year options indefinite-delivery/indefinite-quantity (ID/IQ), multiple-award contract for strategic workforce analysis planning and management (SWAPM) with a maximum obligation amount of $88,714,746. This contract will provide support services to strategic workforce planning and analysis initiatives to support career field managers and organizational talent and position management requirements. Work will be performed in the National Capital Region with an estimated completion date of Oct. 17, 2024. No funds were obligated at time of award. The SWAPM contract was awarded through a full and open solicitation and five offers were received. Each company will receive a $2,500 minimum guarantee. Task Orders (TO) will be issued competitively under this ID/IQ, which will allow for the following TO contract types: firm-fixed-price, labor hour and time-and-material. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. (Awarded Oct. 18, 2019) MISSILE DEFENSE AGENCY Raytheon Missile Systems, Tucson, Arizona, is being awarded a sole source, cost only contract modification (P00069) under previously awarded contract HQ0276-15-C-0003 to increase the CLIN 0014 undefinitized contract action not-to-exceed value by $267,178,800 from $387,187,200 to $654,366,000. Under this modification, the "pacing items only" restriction is removed and the contractor is now authorized to work the full, unchanged, effort to manufacture, assemble, test and deliver 20 Standard Missile-3 Block IIA missiles and related efforts, and four missiles under Foreign Military Sales (FMS) case JA-P-ATB to Japan. The value of the contract is increased by $267,178,800 from $1,198,400,240 to $1,465,579,040. The work will be performed in Tucson, Arizona; and Huntsville, Alabama, with an estimated completion date of December 2022. Fiscal 2018 procurement, defense-wide funds in the amount of $209,000,000; and FMS funds in the amount of $7,652,000 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0276-15-C-0003). ARMY Ravenswood Solutions, Fremont, California, was awarded a $62,896,230 hybrid (cost-no-fee and firm-fixed-price) contract for a fully instrumented, highly realistic, and immersive training environment. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 31, 2024. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0002). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $9,043,846 modification (P00091) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 30, 2021. Fiscal 2019 and 2020 procurement of weapons and tracked combat vehicles; and operations and maintenance, Army funds in the amount of $9,043,846 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Montana State University, Bozeman, Montana, was awarded an $8,600,000 modification (P00001) to contract W911W6-18-C-0050 for or primary aircraft structure, to understand and overcome challenges to production of primary aircraft structure using stretch-broken carbon fiber. Work will be performed in Bozeman, Montana, with an estimated completion date of Sept. 30, 2021. Fiscal 2018 and 2019 research, development, test and evaluation, Army funds in the amount of $8,600,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Shearwater Mission Support LLC,* Anchorage, Alaska, was awarded a $7,238,172 modification (P00008) to contract W911S8-18-D-0018 for installation support services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 30, 2020. U.S. Army Mission Installation Contracting Command, Yuma Proving Ground, Arizona, is the contracting activity. DEFENSE LOGISTICS AGENCY U.S. Foods Inc., Salem, Missouri, has been awarded a maximum $43,988,785 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution for customers in the Missouri and Illinois area. 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 364-day bridge contract with no option periods. Location of performance is Missouri, with an Oct. 31, 2020, performance completion date. Using customers are Army, Air Force, Army National Guard, Air National Guard and other federal agencies. Type of appropriation is fiscal 2020 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3243). Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded an estimated $25,340,721 fixed-price, indefinite-delivery/indefinite-quantity contract for tire and wheel assemblies. This was a competitive acquisition with one response received. This is a three-year base contract with two one-year option periods. Locations of performance are Wisconsin and New Jersey, with an Oct. 31, 2022, performance completion date. Using customers are Army and foreign military sales. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0022). AIR FORCE Raytheon Missile Systems, Tucson, Arizona, has been awarded a $16,553,897 cost-plus-fixed-fee contract for universal armament interface. This contract provides for system engineering and program management for universal armament interface development. Work will be performed in Tucson, Arizona, and is expected to be completed by Nov. 19, 2024. This award is the result of a sole source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $923,829 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8628-20-C-2267). Pacific Scientific Energetic Materials Co., Hollister, California, has been awarded a $13,394,557 firm-fix-price with economic-price-adjustment for sustainment of B-1B Aircraft. This contract provides 48 shield mild detonating cord (SMDC) kits for B-1B aircraft; with each kit contains 461 SMDC lines. Work will be performed at Hollister, California, and is expected to be completed by June 30, 2023. This award is the result of a sole source acquisition. Fiscal 2018, 2019 and 2020 aircraft procurement funds in the amount of $13,394,557 will be obligated at the time of the award. The Air Force Life Cycle Management Center, Ammunition Contracting Division, Hill Air Force Base, Utah, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2006604/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.