Filter Results:

All sectors

All categories

    7635 news articles

    You can refine the results using the filters above.

  • Fighter jet firms mull pullout from Canadian competition – F-35 could be last plane standing

    July 22, 2019 | Local, Aerospace

    Fighter jet firms mull pullout from Canadian competition – F-35 could be last plane standing

    DAVID PUGLIESE, OTTAWA CITIZEN Airbus and Boeing may pull out of a bidding process to supply Canada with new fighter jets because they say the contest is unfairly tilted toward Lockheed Martin's F-35, Reuters has reported. Officials with Saab have expressed similar concerns. The news comes as the request for proposals (bids) is expected to be released soon. Boeing and Airbus have now formally written to the federal government expressing concerns about the current requirements, according to Reuters. Pat Finn, the Assistant Deputy Minister for Materiel at the Department of National Defence, has confirmed one of the companies sent a formal letter but he didn't provide details. It's no secret Saab, Airbus and Boeing are upset with the changes made to the competition after the Pentagon threatened to pull the F-35 out of the $19 billion competition. Officials with Lockheed Martin's three competitors say the Canadian government went overboard to please the Pentagon and the bid package is now designed so the F-35 would emerge as the clear winner. That would make the Royal Canadian Air Force happy since it has always wanted the F-35 stealth fighter. The Liberal government has committed to purchasing 88 new fighter jets. The competition was launched on Dec. 12, 2017. Four fighter jets are to be considered. Those include the F-35, the Super Hornet, the Eurofighter Typhoon and the Gripen. In the fall of 2018 Dassault Aviation pulled out as a potential bidder. The company had planned to offer the Rafale but decided against competing the aircraft because of the extensive requirements for interoperability with the U.S. military. The first delivery of the jets is expected in the mid-2020s with the full capability available in the early 2030s, according to the DND document. The requirements for a new Canadian fighter jet put emphasis on strategic attack and striking at ground targets during foreign missions, according to federal government procurement documents obtained by Postmedia. While the Liberal government has been highlighting the need to buy the jets to protect Canadian airspace and meet the country's commitments to the U.S.-Canadian North American Aerospace Defence Command, the procurement criteria, currently in draft form, provides additional weight to those aircraft that can excel at ground attack for overseas operations. That criteria is seen to favour Lockheed Martin's F-35 stealth jet, say those industry representatives allied with Lockheed's rivals. But Finn, the Department of National Defence's procurement chief, says there is such a wide variety of requirements to meet that while some aircraft might be seen to do well in some areas, they may not excel in others. “Somebody may be better in a high-end scenario but they're worst for cost,” Finn explained in a recent interview. “That's why we say it's the whole piece” that will be considered in the competition. Some will dismiss the latest news about companies threatening to pullout of the competition as a bluff or a last-ditch effort to force changes on the request for proposal package, which is expected to be released in a week or so. That is one scenario. The other scenario is this: the effort to prepare a bid is expected to cost each firm about $15 million and involve up to 30 staff members. It is an extensive process. If Canada's request for proposals is so tilted towards the F-35 – or seen to be tilted – then companies will think twice about committing to that process. (Analysis) https://ottawacitizen.com/news/national/defence-watch/fighter-jet-firms-mull-pullout-from-canadian-competition-f-35-could-be-last-plane-standing

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

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

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

    NAVY ERAPSCO, Joint Venture of Sparton and USSI, Columbia City, Indiana, is awarded a not-to-exceed $1,041,042,690 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture and delivery of a maximum quantity of 37,500 AN/SSQ-36B, 685,000 AN/SSQ-53G, 120,000 AN/SSQ-62F, and 90,000 AN/SSQ-101B production sonobuoys for fiscal years 2019-2023. Sonobuoys are air launched expendable, electro-mechanical anti-submarine warfare acoustic sensors designed to relay underwater sounds associated with ships and submarines. Work will be performed in De Leon Spring, Florida (51%); and Columbia City, Indiana (49%), and is expected to be completed in September 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0032). MW Services Inc.,* Temecula, California, is awarded a maximum amount $99,000,000 indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction alterations, renovations and repair projects at Naval Bases Coronado, Point Loma, and San Diego; and Marine Corps Air Station, Miramar. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. Work will be performed in San Diego, California, with the term of the contract not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with 18 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2625). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $77,708,000 modification (P00019) to a previously awarded firm-fixed-price, fixed-price-incentive-firm-target advanced acquisition contract (N00019-17-C-0001). This modification provides for the procurement of software data loads as well as long lead material and parts for the delivery of F-35 Lightning II low-rate initial production Lots 12, 13 and 14. Work will be performed in Fort Worth, Texas (30%); El Segundo, California (25%); Warton, United Kingdom (20%); Orlando, Florida (10%); Nashua, New Hampshire (5%); Nagoya, Japan (5%); and Baltimore, Maryland (5%), and is expected to be completed in March 2023. International partner funds in the amount of $77,708,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $34,670,000 undefinitized cost-plus-incentive-fee contract to develop and deliver an engineering change proposal to enable the production cut-in of the Fuselage Station 425 Bulkhead structural modification required for F-35A and F-35C to allow full-envelope internal carriage of aft heavy weaponry. Work will be performed in Fort Worth, Texas, and is expected to be completed in July 2022. Fiscal 2019 research, development, test and evaluation (Air Force, Navy and Marine Corps); and non-U.S. Department of Defense (DoD) participant funds in the amount of $9,953,400 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to U.S. Code 2304(c)(1). This undefinitized contract combines purchases for the Air Force ($13,787,219; 39.77%); Navy ($6,893,610; 19.88%); Marine Corps ($6,893,609; 19.88%); and non-U.S. DoD participants ($7,095,562; 20.46%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0010). Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $22,558,157 cost-plus-incentive-fee modification to previously awarded contract N00024-16-C-5102 to exercise options for AEGIS Baseline 9 integration and delivery, Aegis Baseline 5.4 and 9A2A post-certification support. This contract provides for the completion of the development and fielding of the AEGIS Baseline 9 AEGIS Weapon System and integrated AEGIS Combat System on the remaining AEGIS Technical Insertion (TI) 12 configured destroyers as well as TI 12 and TI 08 configured cruisers. Work will be performed in Moorestown, New Jersey, and is expected to be completed by July 2020. Fiscal 2018 other procurement (Navy); fiscal 2019 operations and maintenance (Navy); fiscal 2019 research, development, test and evaluation (Navy); fiscal 2019 research, development, test and evaluation (Missile Defense Agency); and fiscal 2014 shipbuilding and conversion (Navy) funds in the amount of $8,925,765 will be obligated at time of award and funding in the amount of $2,456,011 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. R.A. Burch Construction Co. Inc., Ramona, California, is awarded $17,521,988 for firm-fixed-price task order N62473-19-F-4738 under a previously awarded multiple award construction contract (N62473-18-D-5852) for the construction of a forklift rework facility at Naval Base Coronado. The work to be performed provides for implementation of site improvements such as vehicle parking, storage and laydown yard, landscaping, and low-impact design storm water features as well as incidental related work. The facility is required in order to relocate existing tenants away from a separate project site area to make a complete and useable airfield facility. Work will be performed in San Diego, California, and is expected to be completed by December 2021. Fiscal 2019 military construction (Navy) contract funds for $17,521,988 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. San Diego Gas and Electric (SDG&E) Co., a public utility company regulated by the California Public Utilities Commission, San Diego, California, is awarded $13,509,411 for firm-fixed-price task order N62473-19-F-4704 under the basic ordering agreement (BOA) N62473-18-G-5615 for energy conservation measures at Marine Corps Air Station, Miramar. The work to be performed provides for energy conservation and resiliency that includes light emitted diode retrofits, replacement of cooling towers and water source heat pumps, and installation of variable frequency drives. This project will utilize the installation's reclaimed water source to provide reliability, resource reduction, and lower costs. Work will be performed in San Diego, California, and is expected to be completed by December 2020. No funds will be obligated at the time of award. This project will utilize third party financing through the utility company in the amount of $13,509,411. The energy conservation project will be amortized for a term of 20 years with an annual rate of 3.123% and the payment will be included as a separate utility bill submitted annually based upon the amortization schedule for a grand total cost of $18,970,106.57. This task order falls under the terms and conditions of the BOA with SDG&E. The BOA allows for services without full and open competition pursuant to the statutory authorities of 10 U.S. Code 2304(c)(5) and 10 U.S. Code 2913. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-G-5615). International Business Machines Corp. (IBM), Yorktown, New York, is awarded a $12,000,000 cost-type contract to provide research and development of computational models that mimic core cognitive capabilities of children to include machines with the general-purpose common sense of an 18-month old to advance scientific “reverse-engineering” accounts of a child's mind. This is a four-year contract with no option periods. Work will be performed in Yorktown, New York, and work is expected to be completed July 17, 2023. Research, development, test and evaluation (Defense Advanced Research Projects Agency) funds in the amount of $2,042,919 will be obligated at the time of award. This contract was competitively procured via Broad Agency Announcement and publication on the Federal Business Opportunities website, with 42 proposals submitted and nine selected for award. Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-19-C-4027). Lockheed Martin Aculight Corp., Bothell, Washington, is awarded an $8,184,205 cost-plus-fixed-fee, cost-only modification to previously awarded contract N00024-18-C-5392 to exercise options for technical and field engineering services and a cost-only line item for travel in support of Surface Navy Laser Weapon System Increment 1, High Energy Laser and Integrated Optical-dazzler with Surveillance (HELIOS) system. Work will be performed in Bothell, Washington, and is expected to be complete by July 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $249,882 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Alliance Steel Construction Inc.,* Superior, Wisconsin, is awarded a $7,600,000 firm-fixed-price contract to demolish the central heating plant, steam piping and steam pits at Marine Corps Base (MCB) Camp Lejeune, and Marine Corps Air Station (MCAS), New River. The work to be performed provides the complete demolition of building 1700, which is approximately 42,000 square feet at MCB, Camp Lejeune, and the demolition of steam piping, steam pits and the central steam plant at MCAS, New River. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by October 2020. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $7,600,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-8087). DEFENSE LOGISTICS AGENCY Point Blank Enterprises, Pompano Beach, Florida, has been awarded a $63,491,328 firm-fixed-price contract for medium size enhanced small arms protective inserts. This was a competitive acquisition with three responses received. This is a 15-month contract with no option periods. Location of performance is Florida, with a May 30, 2021, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-C-0010). Leading Technology Composites, Wichita, Kansas, has been awarded a $41,888,000 firm-fixed-price contract for medium sized enhanced small arms protective inserts. This was a competitive acquisition with three responses received. This is a one-year contract with no option periods. Location of performance is Kansas, with an April 30, 2021, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-C-0011). Gossner Foods Inc.,** Logan, Utah, has been awarded a maximum $30,319,835 fixed-price with economic-price-adjustment contract for ultra-high temperature milk. This contract was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is Utah, with a July 26, 2024, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE3S1-19-D-Z210). ARMY Crowley Holdings LLC,* New Orleans, Louisiana, was awarded a $21,053,340 firm-fixed-price contract for shot rock to support the temporary repair of levees at Mill Creek and Big Tarkio in Missouri. Bids were solicited via the internet with three received. Work will be performed in Craig, Missouri, with an estimated completion date of Sept. 19, 2019. Fiscal 2019 civil flood control and coastal emergencies funds in the amount of $21,053,340 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-1082). Advanced Technology Systems Co. Inc.,* McLean, Virginia, was awarded a $17,896,404 firm-fixed-price contract for helicopter maintenance. Bids were solicited via the internet with nine received. Work will be performed in Fort Benning, Georgia, with an estimated completion date of June 27, 2024. Fiscal 2019 operations and maintenance, Army funds in the amount of $400,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Benning, Georgia, is the contracting activity (W911SF-19-C-0019). Buchanan & Edwards Inc., Arlington, Virginia, was awarded a $9,283,593 time-and-materials contract for data frameworks initiative information technology support. One bid was solicited with one bid received. Work will be performed in Fairfield, California, with an estimated completion date of July 17, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $1,384,778 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-F-1264). Northrop Grumman Systems Corp., McLean, Virginia, was awarded an $8,665,561 modification (P00002) to contract W91RUS-14-D-0002 for non-personal information technology support services for the U.S. Army Regional Cyber Center-Europe. Work will be performed in Wiesbaden-Erbenheim, Germany, with an estimated completion date of July 18, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $5,837,950 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded a $7,689,500 firm-fixed-price contract for Cape May beach fill. Bids were solicited via the internet with four received. Work will be performed in Cape May, New Jersey, with an estimated completion date of Feb. 28, 2020. Fiscal 2019 civil construction funds in the amount of $7,689,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-19-C-0026). InfoScitex Corp., Littleton, Massachusetts, was awarded a $7,011,545 cost-plus-fixed-fee contract to develop and demonstrate advanced teaming of manned and unmanned aviation assets to execute tactical missions with minimal human intervention, while operating as part of a combined arms team in a complex operating environment. Bids were solicited via the internet with 46 received. Work will be performed in Littleton, Massachusetts, with an estimated completion date of March 17, 2022. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,545,576 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-19-C-0067). *Small Business **Small Woman-owned Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1909668/source/GovDelivery/

  • Air Force satellite communications get more resilient signal

    July 19, 2019 | Aerospace

    Air Force satellite communications get more resilient signal

    By: Nathan Strout A new wideband communications satellite will give the Air Force more resiliency and a stronger signal from space according to a July 10 news release from the service's 4th Space Operations Squadron. The 10th satellite in the Wideband Global SATCOM system was officially handed over to the Air Force during a July 10 ceremony when the 4th Space Operations Squadron accepted control. The satellite launched into orbit on a Delta IV rocket from United Launch Alliance March 15 and has been undergoing testing by Boeing, the satellite's prime contractor, to verify that it was performing properly and had arrived in geostationary orbit. The latest addition to the constellation will provide increased resilience and capacity and provide more bandwidth for Army users on the battlefield. According to the Air Force, the satellite will add 17 percent more signal strength to the system. “Anytime we put a satellite vehicle in orbit, we are gaining more resiliency, which is important in an operationally contested and degraded environment,” added Lt. Col. Timothy Ryan, 4th SOPS commander. “More importantly, it gives more of the abilities and the capabilities of the satellite to the war fighter.” For years, this vehicle was expected to be the final satellite in the WGS constellation, with the Air Force looking at alternative ways to provide wideband communications, including buying commercial services. But in 2018, Congress overrode the Air Force and fully funded an additional two satellites in the series. On April 19, the Air Force awarded Boeing a $605 million contract modification with $300 million available immediately to produce the 11th satellite. That modification brings the total value of Boeing's current WGS contract to $2.5 billion. Work is expected to be completed by Nov. 20, 2023. https://www.c4isrnet.com/battlefield-tech/2019/07/17/air-force-satellite-communications-get-more-resilient-signal/

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

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

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

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

  • Pentagon redirects $282M to close ISR gaps

    July 19, 2019 | International, Aerospace

    Pentagon redirects $282M to close ISR gaps

    By: Nathan Strout The Department of Defense redirected more than $282 million to intelligence, surveillance and reconnaissance programs in the past two months, largely from a defense-wide operation and maintenance account. The most recently approved reprogramming of $247 million was dated June 21. According to the Pentagon, the action aims to close ISR gaps in the combatant commands. The transfers go to a variety of programs, including artificial intelligence development and developing a bilateral network to share ISR data with strategic partners. In addition to the $247 million from operation and maintenance accounts, the June 21 reprogramming action also transfers $22.5 million to Special Operations Command. That money was made available after ending a program for a signals intelligence sensor effort that originally appeared in the fiscal year 2018 budget. About $13 million of that funding will now provide signals intelligence sensors for use on contractor airborne ISR systems, while another $6.5 million will go toward modernizing an undisclosed maritime ISR system. The remaining funding will go to acquiring and deploying six new sensitive compartmented information facilities. The June 21 reprogramming action follows a $12.25 million reprogramming action May 20. Then, about $7.9 million of that funding went to classified programs, while the remaining $4.3 million went to upgrading AI and machine learning processors in support of pattern of life analysis. Of the more than quarter of a billion dollars in transferred funding, the Army received $31 million, the Navy received $28.6 million, the Air Force received $77.6 million, and the remaining $144.8 million will be spent on defense-wide programs. Meanwhile, the Air Force has announced July 15 that Col. Julian Cheater will be the service's new director of ISR operations. Cheater will work under the deputy chief of staff for intelligence, surveillance and reconnaissance and cyber effects operations, a position created recently as part of the Air Force's reorganization of it's ISR and cyber efforts. https://www.c4isrnet.com/intel-geoint/2019/07/16/pentagon-redirects-282m-to-close-isr-gaps/

  • New Wright-Pat facility aims to improve cyber defenses of fighters and bombers

    July 19, 2019 | International, Aerospace, Other Defence

    New Wright-Pat facility aims to improve cyber defenses of fighters and bombers

    By: Diana Stancy Correll The Air Force has opened a $1.5 million facility designed to improve the fighter and bomber fleets' cyber defenses against adversaries. The new work area will provide a collaborative space for acquisition professionals to learn about current and emerging threats and better protect against them. The Air Force Life Cycle Management Center's Fighters and Bombers Directorate at Wright-Patterson Air Force Base in Ohio unveiled the facility during a July 9 ribbon cutting ceremony. “We are in an age where we have a very sophisticated threat and an adversary that is really trying to get into all of our systems,” Brig. Gen. Heath Collins, fighters and bombers program executive officer, said in a recent Air Force news release. “This facility is absolutely going to be at the core of how we protect our systems moving forward.” Joseph Bradley, director of the Cyber Resiliency Office for Weapons Systems, which provided funding and expertise for the project, called it a “key component of the CROWS mission” and said it will boost the Air Force's collaboration and ability to tackle challenges. The facility isn't the only one that CROWS intends to help launch. According to the Air Force, CROWS wants to set up similar facilities at development, acquisition and sustainment centers over the next five years. https://www.airforcetimes.com/news/your-air-force/2019/07/16/new-wright-pat-facility-aims-to-improve-cyber-defenses-of-fighters-and-bombers/

  • Esper: F-35 Won’t Hit 80% Readiness, Cites Stealth Parts

    July 19, 2019 | International, Aerospace

    Esper: F-35 Won’t Hit 80% Readiness, Cites Stealth Parts

    By COLIN CLARK WASHINGTON: Presumptive Defense Secretary Mark Esper says flatly the F-35 “is not expected” to meet the 80 percent readiness goal set for it this year because of problems with a cockpit part that improves stealth performance. “Transparency (canopy) supply shortages continue to be the main obstacle to achieving this. We are seeking additional sources to fix unserviceable canopies,” Esper said in response to written questions from the Senate Armed Services Committe (SASC). The Government Accountability Office (GAO) mentioned the canopy issue in a recent report, calling it a “special coating on the F-35 canopy that enables the aircraft to maintain its stealth.” That, the congressional watchdog said. “failed more frequently than expected” so F-35 prime contractor Lockheed Martin went looking for more manufactures to produce enough canopies to meet demands. GAO also said the F-35 program was considering a new design. This is all apiece with the general problem the F-35 program has had with obtaining new and spare parts. “A key contributor to spare parts shortages is the F-35 program's limited capacity to repair broken parts,” the GAO says in its April report. “The average time to repair an F-35 part was more than 6 months, or about 188 days for repairs completed between September and November 2018—more than twice that of the program's objective of 60-90 days.” Lockheed late last night sent comments on the transparency and its general efforts to improve F-35 readiness. UPDATE BEGINS “We are working closely with our F-35 transparency provider to build production and repair capacity and we are standing up a second source of supply. As these actions deliver results, we expect to improve supply availability and overall fleet readiness,” F-35 program spokesman Mike Friedman said, “We continue to see improvements in F-35 readiness rates and are receiving positive feedback from our customers, most recently from the Air Force who have several squadrons simultaneously deployed in the Middle East and across Europe for joint exercises and operations,” Friedman added. “Newer F-35 aircraft are averaging greater than 60 percent mission capable rates, with some operational squadrons consistently at or above 70 percent. We're taking aggressive action across the full F-35 enterprise to achieve the 80 percent mission capable rate target as soon as possible.”UPDATE ENDS As the SASC noted, former Defense Secretary Jim Mattis ordered the Air Force and Navy to increase mission capable rates for the F-35, F-22, F-16, and F-18 inventories to above 80 percent by the end of September 2019. “What progress,” the committee asked in the written questions, “has the Department made in increasing mission capable rates and decreasing costs for all four platforms?” The good news for the Air Force is that F-16 rates are better because the service has been able to increase parts supplies and add maintenance shifts. The F-16 fleet is expected to meet the 80 percent goal this year, Esper wrote. Not so, the F-22. It too faces stealth maintenance issue, made worse, Esper noted, “by the extreme damage at Tyndall Air Force Base from the effects of Hurricane Michael.” The F-22 fleet rates are improving but it probably won't make 80 percent this year. Oh, and Congress: “Improving mission capable rates for both fleets required additional funding investment for this fiscal year.” The Navy's fleet of F-18 is on track to meet the goal by September 2019. The Navy created a Maintenance Operations Center (MOC) to coordinate maintenance activities and optimize resources and reformed its depot and front-line maintenance process, thus improving regular inspections. Among a host of other changes, the Navy implemented supply chain reform that made it easier to track data across multiple sources. In the meantime, to address the gap in part repair capabilities at the military depots, the prime contractor Boeing has begun incentivizing manufacturers to increase their capacity to repair spare parts by establishing performance-based repair agreements. As of October 2018, according to program documentation, Boeing had established seven such agreements, with six more planned by May 2019. I contacted Lockheed and the F-35 Joint Program Office for comment and will add it when it arrives. https://breakingdefense.com/2019/07/esper-f-35-wont-hit-80-readiness-cites-stealth-parts/

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

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

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

    DEFENSE LOGISTICS AGENCY Seqirus Inc., Summit, New Jersey, has been awarded a maximum $68,777,956 firm-fixed-price, indefinite-quantity contract for the injectable influenza vaccine. This was a competitive acquisition with two offers received. This is a one-year contract with no option periods. Location of performance is New Jersey, with a performance completion date of July 15, 2020. Using customers are Army, Air Force, Navy and Coast Guard. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-19-D-0002). Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $27,515,180 modification (P00018) against a five-year contract (SPE4AX-17-D-9410) adding five national stock numbers for stabilizer bar assemblies, pylon mast assemblies, trans case assemblies, quill assemblies and rotary wing blades in support of UH-1N and TH-1H helicopters. This is a fixed-price, requirements contract. Location of performance is Texas, with a Sep. 30, 2023, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. CORRECTION: The contract announced on June 28, 2019, for Valley Apparel LLC, Knoxville, Tennessee (SPE1C1-19-D-1172) for $10,794,000 was announced with an incorrect award date. The correct award date is July 15, 2019. NAVY Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $40,211,517 modification to previously awarded contract N00024-16-C-5370 to exercise an option for fiscal 2019 production long lead material in support of the production of two AN/SPY-6(V) configuration variants – the SPY-6(V)2 Rotator Radar and the SPY-6(V)3 Fixed Face Radar. Work will be performed in Marlborough, Massachusetts, and is expected to be complete by June 2020. Fiscal 2018 and 2017 shipbuilding and conversion (Navy) funding in the amount of $40,211,517 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. AIR FORCE Agile Defense Inc., Reston, Virginia, has been awarded a $21,044,844 firm-fixed-price contract for combined air operations center communication services. This contract provides for operations and maintenance of all air operations center communication systems. Work will be performed in the Air Force Central Command's area of responsibility and is expected to be complete by June 2, 2020. This award is the result of a sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $8,627,758 are being obligated at the time of award. The Air Combat Command Acquisition Management and Integration Center, Langley Air Force Base, Hampton, Virginia, is the contracting activity (FA4890-19-F-A050). ARMY Relyant Global LLC,* Maryville, Tennessee, was awarded a $15,000,000 firm-fixed-price contract for repair or replacement of historic windows and doors at Fort Riley, Kansas. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of July 14, 2024. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4012). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1906928/source/GovDelivery/

  • PAL Aerospace Awarded Contract for RCAF CT-142 Fleet

    July 19, 2019 | Local, Aerospace

    PAL Aerospace Awarded Contract for RCAF CT-142 Fleet

    PAL Aerospace has been awarded a contract to provide heavy maintenance services for the Royal Canadian Air Force's CT-142 Dash-8 Fleet. The contract covers an initial four-year period and includes the possibility of contract extensions that would increase the life of the agreement to seven years. "PAL Aerospace appreciates this new opportunity to continue building our relationship as a trusted partner of the Royal Canadian Air Force," said PAL Aerospace Senior Vice-President of Business Development John Turner. "We understand the important role these aircraft play in training Canada's next generation of aviation professionals, and we look forward to working closely with the RCAF in ensuring the successful delivery of this contract." Flown by the 402 Squadron, the CT-142 is used to train Air Combat Systems Operators and Airborne Electronic Sensor Operators from the Royal Canadian Air Force and other Air Forces from around the world. Designed and produced in Canada, the CT-142 is a conversion of the twin turboprop Dash-8 airliner modified to include a suite of on-board training computers and a large radar system. PAL Aerospace will perform the maintenance services associated with this contract at its facilities in St. John's, Newfoundland; and Winnipeg, Manitoba. http://www.canadiandefencereview.com/news?news/2702

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.