Filter Results:

All sectors

All categories

    663 news articles

    You can refine the results using the filters above.

  • Contract Awards by US Department of Defense - February 26, 2019

    March 1, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - February 26, 2019

    NAVY Lockheed Martin Space, Littleton, Colorado, is awarded a maximum amount $846,030,000 un-priced letter contract modification PH0001 to a previously awarded and announced un-priced letter contract (N00030-19-C-0025) for the design, development, build and integration of large diameter rocket motors, associated missile body flight articles, and related support equipment for Navy Intermediate Range Conventional Prompt Strike Weapon System flight test demonstrations. Work will be performed at Littleton, Colorado, with an expected completion date of Jan. 1, 2024. Fiscal 2018 research, development, test, and evaluation funds in the amount of $20,000,000 are obligated on this award, which will expire at the end of the current fiscal year. Fiscal 2019 research, development, test, and evaluation funds in the amount of $67,000,000 are being obligated on this award, which will not expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Raytheon Co., Tucson, Arizona, is awarded $25,229,389 for firm-fixed-price modification P00033 to a previously awarded contract (N00019-17-C-0034). This modification provides for the procurement of Tomahawk Block IV All-Up-Round spares to support the recertification of Tomahawk Missiles. Work will be performed in El Segundo, California (27.57 percent); Walled Lake, Michigan (15 percent); Tucson, Arizona (14.47 percent); Washington, Pennsylvania (11.66 percent); Hollister, California (4.25 percent); Midland, Ontario, Canada (4.18 percent); Glenrothes Fife, United Kingdom (3.2 percent); Vergennes, Vermont (2.9 percent); Orchard Park, New York (2.56 percent); Berryville, Arkansas (1.86 percent); South El Monte, California (1.46 percent); Merrimack, New Hampshire (1.28 percent); Fairfield, California (1.08 percent); Huntsville, Alabama (1.05 percent); and various locations within the continental U.S. (7.48 percent), and is expected to be completed in October 2020. Fiscal 2017, 2018 and 2019 weapons procurement (Navy) funds in the amount of $25,229,389 will be obligated at the time of award, $4,186,657 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Johnson Control Navy Systems, York, Pennsylvania, was awarded an $18,819,845 firm-fixed-priced, indefinite-delivery/indefinite quantity contract, for up to 32 air conditioning plant conversion kit and auxiliary components to support Naval Surface Warfare Center Philadelphia Division. Work will be performed in York, Pennsylvania. The contract will have a three year ordering period and work is expected to be complete by February 2022. Fiscal 2019 other procurement (Navy) funding in the amount of $1,995,356 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code. 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4008). (Awarded Feb. 22, 2019) ARMY Jacobs Engineering Group Inc., Dallas, Texas, was awarded a $40,000,000 firm-fixed-price contract for architect and engineer services to support the Air Force Materiel Command Headquarters buildings at Wright-Patterson Air Force Base, Ohio. 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 Feb. 25, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0013). QED Systems LLC,* Aberdeen Proving Ground, Maryland, was awarded a $9,688,969 modification (P00036) to contract W15P7T-14-C-C012 for program management, engineering, logistics, business, administrative, operations, and security services. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Aug. 26, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $9,688,969 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. AIR FORCE Cherokee Nation Technologies, Tulsa, Oklahoma, has been awarded a $39,461,205 firm-fixed-price contract for advisory and assistance services (A&AS) for programmatic, environmental cleanup, project execution and financial support. This contract provides base realignment and closure programs and requires a full range of A&AS and deliverables in the areas of management and professional services; studies, analyses, and evaluations; and engineering and specialized technical expertise. Work will be performed at several locations in the U.S. and is expected to be complete by April 6, 2023. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount of $9,525,678 are being obligated at the time of award. Air Force Installation Contracting Agency, Joint Base San Antonio, Texas, is the contracting activity (FA8903-19-F-0001). RiverTech, LLC,* Colorado Springs, Colorado, has been awarded a $34,513,979 firm-fixed-price contract for command and control technical support. This contract provides for the operational, technical, and analytical expertise for the planning and execution of training and test events, conducting Live-Virtual-Constructive and Distributed Mission Operations activities, providing operational support, providing non-kinetic operations training and tactics development support, and conducting operational testing of command and control, intelligence, surveillance and reconnaissance systems. Work will be performed at Kirtland Air Force Base, New Mexico; and Nellis AFB, Nevada, and is expected to be complete by March 25, 2024. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount of $3,520,157 are being obligated at the time of award. Air Combat Command Acquisition Management & Integration Center, Hurlburt Field, Florida, is the contracting activity (FA4890-19-C-A005). Sonalysts Inc., Waterford, Connecticut, has been awarded a $17,316,322 cost-plus-fixed-fee modification (P0002) to previously awarded contract FA8806-19-C-0002. This modification provides for the development of the training system supporting GPS Next Generation Operational Control System under the management of the Space Training Acquisition Office. Work will be performed in Waterford, Connecticut, and is expected to be complete by April 25, 2022. Fiscal 2019 research and development funds in the amount of $6,000,000 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. DEFENSE LOGISTICS AGENCY De Rossi & Son Company, Inc., Vineland, New Jersey, has been awarded a maximum $11,351,934 modification (P00012) exercising the fourth one-year option period of a one-year base contract (SPE1C1-15-D-1033) with four one-year option periods for men's Army coats. This is a firm-fixed-price contract. Location of performance is New Jersey, with a March 3, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. U.S. TRANSPORTATION COMMAND Cargo Transport System Co., Safat,, Kuwait, has been awarded a contract modification (P00007) on contract HTC711-17-D-R021 in the amount of $10,000,000. This modification provides continued stevedoring and related terminal servicesto the 595th Transportation Brigade. This includes vessel loading, vessel discharge, receipt of cargo, disposition of cargo, stuffing/unstuffing of cargo, intra-terminal transfer of cargo, inland transportation of cargo, customs clearance, yard management and management expertise. Work will be performed in ports of Kuwait. The period of performance is from March 9, 2019, to Sept. 8, 2019. Fiscal 2019 Transportation Working Capital Funds were obligated at award. This modification brings the total cumulative face value of the contract to $27,709,945 from $17,709,944.97. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Feb. 25, 2019) * Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1768604/

  • Contract Awards by US Department of Defense - February 25, 2019

    March 1, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - February 25, 2019

    NAVY DZSP 21 LLC, Marlton, New Jersey, is awarded a $106,378,427 cost-plus-fixed-fee contract for base operations support services at Joint Region Marianas, Guam. The work to be performed provides for facility and base operating support for the following services: management and administration, port operations, ordnance, material management, facility management, sustainment, restoration and modernization, electrical, wastewater, steam, hot water and demineralized water, potable water, transportation, and environmental. Work will be performed at various locations on the island of Guam and is expected to be completed by February 2020. Fiscal 2019 and 2020 working capital funds (Navy and Defense); fiscal 2019 and 2020 transportation Air Force working capital funds; fiscal 2019 and 2020 operations and maintenance (Navy, Air Force, Defense); fiscal 2019 family housing operations and maintenance (Navy); fiscal 2019 operations and maintenance (Marine Corps, Army, Army National Guard, and Air National Guard); fiscal 2019 health program funds (Defense); and fiscal 2019 commissary agency (Defense) contract funds in the amount of $106,378,427, of which $96,495,650 are obligated on this award and will expire at the end of the current fiscal year, and $9,882,777 are subject to the availability of funds. This contract was issued as a sole-source procurement under the authority of 10 U.S. Code 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1 - only one responsible source and no other supplies or services will satisfy Agency requirements. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-19-C-1175). Micro Systems Inc., Fort Walton Beach, Florida, is awarded a $22,986,171 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for production, repairs services and associated ancillary equipment for the systems for Naval Target Control Block II and III in support of Navy aerial targets. Work will be performed in Fort Walton Beach, Florida, and is expected to be completed in February 2024. Fiscal 2018 weapons procurement (Navy) funds in the amount of $3,219,199 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919D0020). L-3 KEO, Northampton, Massachusetts, is awarded a $19,299,276 firm-fixed-price modification to previously awarded contract N00024-15-C-6252 to exercise options for the production of the Universal Modular Mast. The Universal Modular Mast serves as a lifting mechanism for Virginia class mast payloads. Work will be performed in Bologna, Italy (74 percent); and Northampton, Massachusetts (26 percent), and is expected to be complete by August 2021. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $19,299,276 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. Leidos Corp., Reston, Virginia, is awarded an $11,560,339 cost-plus-fixed-fee contract to procure non-recurring engineering efforts to analyze, define and document system and subsystem requirements for capability enhancements to integrate the adaptive radar countermeasures program on the F/A-18 aircraft. Work will be performed in Arlington, Virginia (50 percent); Clifton, New Jersey (25 percent); Goleta, California (10 percent); St. Louis, Missouri (10 percent); Raleigh, North Carolina (3 percent); and Huntsville, Alabama (2 percent), and is expected to be completed in June 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $11,560,339 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 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0051). Clark Nexsen-CH2m Hill JV Norfolk, Englewood, Colorado, is awarded a $9,500,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for architect-engineering services design projects located throughout the Naval Facilities Engineering Command (NAVFAC) area of responsibility worldwide (AOR). The primary tasks anticipated under this contract include DD Form 1391 documentation, design-build request for proposals, plans, specifications, cost estimates, related studies, field investigations, surveying and mapping, tests, evaluations, consultations, program management, conceptual designs, soil borings, hazardous materials identification, energy computation, life safety code studies, interior space comprehensive planning/design, conceptual designs, value engineering, other associated engineering services, shop drawing review, as-built drawing preparation, operation and maintenance support information, commissioning, and construction inspection and engineering consultation services during construction. After award of this modification, the total cumulative contract value will be $24,500,000. Critical projects are planned to be performed in the NAVFAC AOR worldwide, including but not limited to, Djibouti (53 percent); Italy (30 percent); Spain (12 percent); and Greece (5 percent). The term of the contract is not to exceed 60 months with an expected completion date of November 2021. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operations and maintenance (Navy). Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-17-D-5004). DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded $8,893,970 for firm-fixed-price delivery order N0002419F5617 under previously-awarded contract N00024-15-D-5201 for 18 Technology Insertion 16 air-cooled Common Processing System cabinets and two remote access servers. The Common Processing System provides the computer processing and memory, data storage and extraction and input/output interfaces to support host software applications of Navy combat systems. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by March 2020. Fiscal 2018 and 2019 other procurement (Navy) funding in the amount of $8,893,970 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. Pacific Scientific Energetic Materials Co., Chandler, Arizona, is awarded an $8,892,173 firm-fixed-price modification under previously-awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract N00174-17-D-0016 to exercise an option for development, product improvement and prototyping support of various aircrew escape systems managed under the Joint Program Office for Cartridge Actuated Device/Propellant Actuated Device Tri-Service Charter. This requirement is for engineering, technical, administrative and programmatic management support for total life cycle management of the various aircrew escape systems. Work will be performed in Chandler, Arizona, and is expected to be completed by January 2020. No additional funds will be obligated at time of award. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a $24,968,022 modification (P00031) to previously awarded contract HR0011-16-F-0005 for Enterprise Support Services. The modification brings the total cumulative face value of the contract to $95,553,943 from $70,585,921. Work will be performed in Arlington, Virginia, with an expected completion date of May 2020. Fiscal 2019 research and development funds in the amount of $24,632,633 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. AIR FORCE Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a $19,459,236 firm-fixed-price delivery order (FA8504-19-F-0008-P00001) to previously awarded contract FA8504-17-D-0002 for C-130J Propulsion long-term sustainment. This delivery order provides for funding Option II flying hours. Work will be performed primarily at Robins Air Force Base, Georgia, and also at various locations that support C-130J Propulsion long-term sustainment. Work is expected to be complete by Jan. 31, 2020. Fiscal 2019 procurement funds in the full amount are being obligated at the time of award, and this order brings the total cumulative face value of the contract to $90,165,776. Air Force Life Cycle Management Center, Robins AFB, Georgia, is the contracting activity. Textron Defense Systems, Wilmington, Massachusetts, has been awarded a $15,956,064 firm-fixed-price modification (P00009) to previously awarded contract FA8204-14-D-0001 for the MK12A Mod 5 F Midsection remanufacturing program. This modification extends the ordering period of the original requirements contract by five years. Work is being performed at Wilmington, Massachusetts, and is expected to be complete by March 5, 2025. No funds are being obligated at time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity. LoadPath, LLC, Albuquerque, New Mexico, has been awarded a $14,899,737 ceiling cost-reimbursement contract for Advanced Spacecraft Systems with Integrated Structural Thermal Technologies (ASSISTT). This contract provides for the advancement of the technology and scientific knowledge in the areas of deployable structures, thermal systems, RF antenna structures, integrated structural sensing, and advanced manufacturing. Work will be performed in Albuquerque, New Mexico, and is expected to be complete by Feb. 28, 2024. This contract was the result of a competitive acquisition and four offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $440,670 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-19-C-0002). Engineered Arresting Systems Corp., doing business as Zodiac Arresting Systems America, Aston, Pennsylvania, was awarded a $9,679,711 firm-fixed-price requirements contract for the Textile Aircraft Arresting Systems (TAAS) This contract provides for the production of the TAAS, a onetime emergency use overrun aircraft arresting system designed for use with tail hook equipped fighter aircraft, or non-hook equipped aircraft when couples with a net barrier engaging system. Work will be performed in Merpins, France, and is expected to be complete by Sept. 28, 2022. This award is the result of a sole-source acquisition, and no funds were obligated at the time of award. Air Force Life Cycle Management, Robins Air Force Base, Georgia, is the contracting activity (FA8533-17-D-0001). (Awarded Sept. 29, 2017) ARMY Next-CEI JV LLC,* Honolulu, Hawaii (W912CN-19-D-0002); R&I Construction Inc.,* Aiea, Hawaii (W912CN-19-D-0003); D&D Construction Inc.,* Waipahu, Hawaii (W912CN-19-D-0004); and Amethyst Builders LLC,* Ewa Beach, Hawaii (W912CN-19-D-0005), will compete for each order of the $16,800,000 firm-fixed-price contract for sustainment, restoration and modernization. Thirty bids were solicited with 19 bids received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 29, 2024. U.S. Army 413th Combat Support Battalion, Hawaii, is the contracting activity. DEFENSE LOGISTICS AGENCY Silver Oak Leaf, Inc.,** Alpharetta, Georgia, has been awarded a maximum $16,074,375 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for blouses and trousers for the Type III, Navy Working Uniform. This was a competitive acquisition with six responses received. This is an 18-month base contract with three one-year option periods. Location of performance is Puerto Rico and Georgia, with a Feb. 24, 2021, estimated performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1135). * Small Business **Service-disabled veteran-owned small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1766751/

  • A New Layer of Medical Preparedness to Combat Emerging Infectious Disease

    February 25, 2019 | International, Other Defence

    A New Layer of Medical Preparedness to Combat Emerging Infectious Disease

    DARPA has selected five teams of researchers to support PREventing EMerging Pathogenic Threats (PREEMPT), a 3.5-year program first announced in January 2018 to reinforce traditional medical preparedness by containing viral infectious diseases in animal reservoirs and insect vectors before they can threaten humans. Through studies in secure laboratories and simulated natural environments, the PREEMPT researchers will model how viruses might evolve within animal populations, and assess the safety and efficacy of potential interventions. Autonomous Therapeutics, Inc., Institut Pasteur, Montana State University, The Pirbright Institute, and the University of California, Davis, lead the PREEMPT teams. “DARPA challenges the PREEMPT research community to look far left on the emerging threat timeline and identify opportunities to contain viruses before they ever endanger humans,” said Dr. Brad Ringeisen, the DARPA program manager for PREEMPT. “One of the chief limitations of how infectious disease modeling is currently conducted is that it forecasts the trajectory of an outbreak only after it is underway in people. The best that data can do is inform a public health response, which places the United States in a reactive mode. We require proactive options to keep our troops and the homeland safe from emerging infectious disease threats.” According to the World Health Organization (WHO), approximately 60 percent of emerging infectious diseases reported globally are zoonoses, meaning that they were initially diseases of animals and at some point became capable of infecting people. Zoonotic diseases are responsible for millions of human deaths every year, and the scope of the challenge is increasing due to the densification of livestock production, human encroachment into natural spaces, and upward trends in globalization, temperature, and population. Ebola is a high-profile example of a zoonotic disease. Despite being relatively difficult to spread — requiring direct contact with fluids from infected organisms — a string of outbreaks over the past five years has highlighted the threat it could present once established in densely populated areas. Researchers express even greater concern over the pandemic potential of new strains of the influenza virus and other airborne pathogens. Even in the United States and its territories, where viruses do not frequently emerge directly from animal reservoirs, vector-borne transmission of zoonoses such as West Nile virus disease is on the rise. The 2018 U.S. National Biodefense Strategy directs that it is essential to detect and contain such bio-threats, adopting a proactive posture to improve preparedness while also assessing and managing any biosecurity risks related to possible interventions. “The health of the American people depends on our ability to stem infectious disease outbreaks at their source, wherever and however they occur,” the document states. For the Department of Defense, that obligation extends to protection of deployed service members, who often operate in countries that are “hot spots” for emerging viruses yet lack robust public health infrastructure. The teams DARPA selected for PREEMPT comprise multidisciplinary researchers who bring expertise and field experience from around the world, some of whom represent institutions from nations at high risk from emerging infectious disease. Institutions participating as sub-contractors to DARPA receive funding from the lead organizations except as otherwise noted. The PREEMPT teams proposed to model specific diseases to assess the risk of spillover from animals into humans, identify key bottlenecks in the process as opportunities for intervention, and develop and assess novel, animal- or insect-focused interventions with built-in safety switches to prevent cross-species jump. The teams will collect samples from animal reservoirs in the field for analysis in secure, bio-contained facilities; some teams will also conduct analysis on existing banked samples and datasets. DARPA is not funding the release of PREEMPT interventions into the environment. Autonomous Therapeutics, Inc., under principal investigator Dr. Ariel Weinberger, leads a team made up of CSIRO Australian Animal Health Laboratory; Navy Medical Research Unit-2, funded directly by DARPA; University of California, Los Angeles; University of Chicago Medical School; and University of Texas Medical Branch. The team will study air-borne highly pathogenic avian influenza virus in birds and small mammals, and tick-borne Crimean-Congo hemorrhagic fever virus. The Center for Comparative Medicine and the One Health Institute at the University of California, Davis, under principal investigator Dr. Peter Barry and co-PI Dr. Brian Bird, respectively, lead a team made up of the Leibniz Institute for Experimental Virology; Mount Sinai School of Medicine; Rocky Mountain Laboratories of the National Institutes of Health (NIH), to be funded directly by DARPA; The Vaccine Group, Ltd., a spin-out of University of Plymouth; University of Glasgow; University of Idaho; and University of Western Australia. The team will examine Lassa virus spillover from rodents, and study Ebola virus in rhesus macaques. The Institut Pasteur, under principal investigator Dr. Carla Saleh, leads a team made up of Institut Pasteur International Network partners in Cambodia, Central African Republic, France, French Guiana, Madagascar, and Uruguay; Latham BioPharm Group; and Virginia Polytechnic Institute and State University. The team will study several mosquito-borne arboviruses, which refers broadly to animal or human viruses transmitted by insects, as well as mosquito-specific viruses that could interfere with arbovirus infection in the insect vector. Montana State University, under principal investigator Dr. Raina Plowright, leads a team made up of the Cary Institute of Ecosystem Studies; Colorado State University; Cornell University; Griffith University; Johns Hopkins University; NIH's Rocky Mountain Laboratories, funded directly by DARPA; Pennsylvania State University; Texas Tech University; University of California, Berkeley; University of California, Los Angeles; and University of Cambridge. The team will study henipavirus spillover from bats. The henipavirus genus of viruses contains multiple biothreat agents as categorized by NIH and the Centers for Disease Control and Prevention (CDC). The Pirbright Institute, under principal investigator Dr. Luke Alphey, leads a team made up of the University of Nottingham and the University of Tartu. The team seeks to disrupt mosquito transmission of flaviviruses, which include Dengue fever, West Nile, and Zika viruses. Modeling and quantification are as important as new experimental technologies in preventing cross-species jumps. The results from modeling will inform when, where, and at what levels such interventions could be applied to achieve the greatest health benefits. Interventions under consideration include animal- or insect-targeted vaccines, therapeutic interfering particles, gene editors, and indirect approaches informed by environmental and ecological factors that affect how viruses are spread — for instance, understanding the environmental stressors that drive bats into closer contact with humans and devising mitigating options to reduce the likelihood of that contact. The research teams' approaches each come with a unique set of potential benefits and challenges, and the teams are responsible for assessing and demonstrating to DARPA the safety, efficacy, stability, and controllability of their proposed interventions. In the future, these considerations could factor into decisions by the ultimate end users — communities, governments, and regulators — on which strategies to pursue to prevent new zoonoses. DARPA and the PREEMPT teams receive guidance from independent expert advisors in the ethical, legal, social, and regulatory aspects of the life sciences. These individuals include Dr. Claudia Emerson, director of the Institute on Ethics & Policy for Innovation at McMaster University; Dr. Matt Kasper, legislative liaison for the U.S. Navy's Bureau of Medicine and Surgery, and a former deputy director of field laboratory operations at the Naval Medical Research Center; and Dr. Steve Monroe, associate director for Laboratory Science and Safety at the CDC, and a former deputy director of the CDC's National Center for Emerging and Zoonotic Infectious Diseases. The teams also benefit from established relationships with local universities, communities, and governments based on prior or ongoing research. These relationships will facilitate initial field collection and help to familiarize stakeholders with PREEMPT technologies as they are being developed. DARPA is also beginning outreach to the WHO as a potential avenue for future transition of PREEMPT technologies. DARPA intends that PREEMPT teams will perform fundamental research and publish results for review by the broader scientific community. https://www.darpa.mil/news-events/2019-02-19

  • Contract Awards by US Department of Defense - February 22, 2019

    February 25, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - February 22, 2019

    AIR FORCE Aleut Field Services LLC, Colorado Springs, Colorado (FA2550-19-D-A001); MedVolt LLC, Colorado Springs, Colorado (FA2550-19-D-A002); Olgoonik Enterprises LLC, Colorado Springs, Colorado (FA2550-19-D-A003); Site Work Solutions, Denver, Colorado (FA2550-19-D-A004); Sky Blue RME JV LLC (a Joint Venture comprised of Sky Blue Builders, LLC and Rocky Mountain Excavating Inc.), Aurora, Colorado (FA2550-19-D-A005); and T1-Avery JV (a Joint Venture comprised of Tribal One Broadband Technologies LLC and Avery Asphalt Inc.), Centennial, Colorado (FA2550-19-D-A006), have each been awarded indefinite-delivery/indefinite-quantity firm-fixed-price contracts. The aggregate maximum amount for all six contracts is $200,000,000 with the companies having an opportunity to compete for individual orders. These contracts provide for construction and maintenance of roadways, bridges, sidewalks, parking areas, airfields and runways to include subsequent services which are typical activities that promote safe and efficient transportation. Work will be performed at various locations in Colorado to include Buckley Air Force Base, Cheyenne Mountain Air Force Station, Fort Carson Army Post (to include Piñon Canyon and the Pueblo Chemical Depot), Peterson Air Force Base, Schriever Air Force Base, and the U.S. Air Force Academy (to include the Farish Memorial Recreation Area, and the Bulls Eye Auxiliary Airfield). Work is expected to be complete by March 2026. No funds are being obligated at time of award. These contracts were the result of a competitive acquisition and fourteen offers were received. The 50th Contracting Squadron, Schriever Air Force Base, Colorado, is the contracting activity. Cyber Systems & Services Solutions, Bellevue, Nebraska, has been awarded a $17,436,173 firm-fixed-price and cost-plus-fixed-fee modification (P0007) to contract FA8773-18-D-0002 to exercise Option I for Defensive Cyber Realization, Integration, and Operational Support services. Work will be performed at Joint Base San Antonio-Lackland, Texas, and is expected to be complete by Feb. 29, 2020. This modification is the result of a competitive acquisition and seven offers were received. Fiscal 2019 operations and maintenance funds in the amount of $9,244,750 are being obligated at the time of award. The 38th Contracting Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity. ARMY Radiance Technologies Inc.,* Huntsville, Alabama, was awarded a $77,376,456 cost-plus-fixed-fee contract for system engineering technical and assistance services, space and cyberspace science and technology development support. Twenty-three bids were solicited with two bids received. Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of Feb. 27, 2024. Fiscal 2019 research, development, test and evaluation funds in the amount of $10,349,818 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9113M-19-F-0016). CK Power, St. Louis, Missouri,* was awarded a $23,426,448 firm-fixed-price contract for auxiliary power unit kits for the assembly of M8E1 Chemical and Biological Protective Shelters at Pine Bluff Arsenal, Arkansas. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 21, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-3011). ACC Construction Co. Inc., Augusta, Georgia, was awarded a $10,718,591 firm-fixed-price contract for construction of a 12-story flight control tower. Bids were solicited via the internet with two received. Work will be performed in Fort Benning, Georgia, with an estimated completion date of Aug. 25, 2020. Fiscal 2015 and 2018 military construction funds in the amount of $10,718,591 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-3003). Weeks Marine Inc., Covington, Louisiana, was awarded a $9,900,000 modification (P00001) to contract W912P8-19-C-0010 for Mississippi River Southwest Pass maintenance cutterhead dredging. Work will be performed in Plaquemines Parish, Louisiana, with an estimated completion date of May 26, 2019. Fiscal 2018 operations and maintenance, Army funds in the amount of $9,900,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity. NAVY Archer Western Federal JV, Chicago, Illinois (N69450-19-D-0907); B.L. Harbert International, Birmingham, Alabama (N69450-19-D-0908); The Haskell Co., Jacksonville, Florida (N69450-19-D-0909); The Korte Co., St. Louis, Missouri (N69450-19-D-0910); and Mortenson Construction, Minneapolis, Minnesota (N69450-19-D-0911), are each awarded an indefinite-delivery/indefinite-quantity multiple award design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command Southeast (NAVFAC SE) area of responsibility (AOR). The work to be performed provides for, but is not limited to, general building type projects (new construction, renovation, alteration, demolition, and repair work) including industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, and community support facilities. These five contractors may compete for task orders under the terms and conditions of the awarded contract. Archer Western Federal JV is awarded the $24,774,660 initial task order for P427 Littoral Combat Ship Operational Trainer Facility at Naval Station Mayport, Florida. The remaining four contractors will be awarded $1,000 each to satisfy the guaranteed minimum. Work for this task order is expected to be completed by January 2021. All work on this contract will be within the NAVFAC SE AOR, which includes Florida (15 percent); Georgia (15 percent); Louisiana (14 percent); Mississippi (14 percent); South Carolina (14 percent); Tennessee (14 percent); and Texas (14 percent). The term of the contract is not to exceed 60 months, with an expected completion date of February 2024. Fiscal 2019 military construction (Navy); and fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $24,778,660 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy); and Navy working capital funds. The maximum dollar value for the five-year ordering period for all five contracts combined is $240,000,000. This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity. Oracle America Inc., Redwood City, California, is awarded $18,850,000 for fixed-price-level-of-effort task order M67854-19-F-7603 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-17-D-7609) for continued post-deployment system support including, service management, service operations; production and pre-production system sustainment; solution development environment; enterprise training and training devices; product lifecycle support; and service transition for change requests and engineering change proposals. Work will be performed in Stafford, Virginia (50 percent); and Quantico, Virginia (50 percent), and is expected to be completed by Dec. 20, 2019. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $18,850,000 will be obligated at the time of award and will expire at the end of the current fiscal year. The base was awarded on a sole source in accordance with Federal Acquisition Regulation 6.302-1- only one responsible source and no other supplies or services will satisfy agency requirements. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. CIRCOR Naval Solutions LLC, Warren, Massachusetts, is awarded an estimated $13,294,404 requirements contract for a broad range of pump parts in support of refurbishment and maintenance of existing pumps installed on various Military Sealift Command vessels. Delivery of parts will occur at various locations on the East and West coast of the U.S., and is expected to be completed by Feb. 24, 2024. No funding will be obligated at the time of award. This contract was sole-sourced, with a proposal solicited via the Federal Business Opportunities website, with one offer received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519D9006). Coastal Enterprises, Jacksonville Inc., Jacksonville, North Carolina, is awarded an $8,260,289 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-18-D-6113) to exercise Option One for grounds maintenance services at Marine Corps Base Camp Lejeune, North Carolina, and other outlying locations. The work to be performed provides for grounds maintenance services that will maintain mowing and trimming grass on road shoulders, ditches, bunkers, firing ranges, wet-lands and tank training sites. After award of this option, the total cumulative contract value will be $16,506.249. Work will be performed in Jacksonville, North Carolina. This option period is from March 2019 to February 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $1,882,643 for recurring work will be obligated on an individual task order issued during the option period. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. * Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1765547/

  • Contract Awards by US Department of Defense - February 21, 2019

    February 25, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - February 21, 2019

    DEFENSE THREAT REDUCTION AGENCY Booz Allen Hamilton, McLean, Virginia (HDTRA1-19-D-0002); General Dynamics Information Technology, Fairfax, Virginia (HDTRA1-19-D-0003); Leidos Inc. Reston, Virginia (HDTRA1-19-D-0004); Next Tier Concepts Inc. Vienna Virginia (HDTRA1-19-D-0005); and Science Applications International Corp., Reston, Virginia (HDTRA1-19-D-0006), are each awarded indefinite-delivery/indefinite-quantity (ID/IQ) contracts. These contracts provide Defense Threat Reduction Agency (DTRA)-wide information technology support services for IT service design. The not-to-exceed aggregate ceiling for all contracts is $535,000,000, with the contractors having an opportunity to compete for individual orders. This is a five-year base contract with one five-year option period. The bids were solicited through the Federal Business Opportunities website, with five offers received. Work will be performed at Fort Belvoir, Virginia, however, DTRA maintains a global mission, and contractor personnel may be required to work at locations other than Fort Belvoir. Performance is expected to be completed March 2029. No funds are being obligated at time of ID/IQ award; funds will be obligated on individual orders as they are issued. Task Order 1 is being awarded to Leidos Inc. at $18,058,969 for IT solution engineering and systems test support. Task Order 2 is being awarded at $22,113,142 for knowledge management solutions and support. Task Orders 1 and 2 will have a one-year base and four one-year options. The contracting activity is the Defense Threat Reduction Agency, Fort Belvoir, Virginia. AIR FORCE Tapestry Solutions Inc., a Boeing Co., San Diego, California, has been awarded a not-to-exceed $259,000,000 indefinite-delivery/indefinite-quantity contract for Weapon Planning Software (WPS). This contract provides for the development, enhancement, and support of the WPS suite, which is a common component within the Joint Mission Planning System architecture. Work will be performed predominately in St. Louis, Missouri; and Niceville, Florida. Work is expected to be complete by February 2029. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 operations and maintenance funds in the amount of $355,878 are being obligated on an initial delivery order at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-19-D-0006). Honeywell Aerospace, Phoenix, Arizona, has been awarded a not-to-exceed $150,000,000 indefinite-delivery/indefinite-quantity contract for Advanced Turbine Technologies for Affordable Mission (ATTAM)-Capability Phase I. The mission of the ATTAM Phase I program is to develop, demonstrate, and transition advanced turbine propulsion, power and thermal technologies that provides improvement in affordable mission capability. Work will be performed in Phoenix, Arizona, and is expected to be completed by Feb. 20, 2027. This award is the result of a competitive acquisition and 54 offers were received. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $340,000 are being obligated on the first task order at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-2058). The Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $24,100,000 undefinitized cost-plus-fixed-fee and firm-fixed-price modification (P00012) to previously awarded contract FA8634-17-C-2650 for F-15 Eagle Passive Active Warning Survivability System engineering and manufacturing development and initial operational test and evaluation. This modification provides for the procurement of hardware and systems engineering program management for the F-15E Operational Test and Evaluation jets. Work will be performed in St. Louis, Missouri, and is expected to be completed by June 1, 2021. Fiscal 2018 research, development, test and evaluation funds in the amount of $11,066,185 will be obligated at the time of award. ARMY Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $173,679,405 modification (P00059) to contract (W15QKN-13-C-0074) for Precision Guidance Kit M1156. Work will be performed in Plymouth, Minnesota, with an estimated completion date of Nov. 14, 2022. Fiscal 2019 other procurement, Army funds in the amount of $173,679,405 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. Great Lakes Environmental & Infrastructure,* Rocklin, California, was awarded a $34,974,509 firm-fixed-price contract for levee improvements. Bids were solicited via the internet with two received. Work will be performed in Sacramento, California, with an estimated completion date of Jan. 29, 2021. Fiscal 2018 and 2019 general construction; and Sutter Butte County flood control funds in the combined amount of $34,974,509 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-19-C-0008). FourFront Design Inc.,* Rapid City, South Dakota (W9128F-19-D-0001); Calibre Engineering Inc.,* Highlands Ranch, Colorado (W9128F-19-D-0002); and Alliance Consulting Group Seven Generations,* Alexandria, Virginia (W9128F-19-D-0003), will compete for each order of the $20,000,000 firm-fixed-price contract for architect, engineer, analysis and design services. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 19, 2024. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity. General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $16,513,206 modification (0005) to contract W56HZV-16-D-0060 for Stryker wholesale supply, performance-based, logistics services. One bid was solicited with one bid received. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 30, 2019. Fiscal 2018 and 2019 other procurement Army funds in the amount of $16,513,206 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity Longbow LLC, Orlando, Florida, was awarded a $10,487,182 modification (P00075) to contract W31P4Q-16-C-0035 for Laser and Longbow HELLFIRE engineering services. Work will be performed in Orlando, Florida, with an estimated completion date of Feb. 20, 2020. Fiscal 2018 other procurement, Army funds in the amount of $10,487,182 were obligated at the time of the award. U.S Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Great Lakes Dredge & Dock Company LLC, Oak Brook, Illinois, was awarded a $10,284,475 firm-fixed-price contract for maintenance dredging and lower harbor dredging. Bids were solicited via the internet with three received. Work will be performed in Charleston, South Carolina, with an estimated completion date of Oct. 29, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $4,673,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-19-C-0001). Alutiiq General Contractors LLC, Tacoma, Washington, was awarded a $10,149,245 modification (P00003) to contract W911S8-17-D-0007 for maintenance, repair and minor construction work on vehicle roadways and airfield paving projects at Joint Base Lewis-McChord, Washington. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2020. U.S. Army Mission and Installation Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity. Mississippi State University, Mississippi State, Mississippi, was awarded a $7,200,000 cost contract for test and validation of emerging propulsion technologies for unmanned aircraft systems. Bids were solicited via the internet with one received. Work will be performed in Mississippi State, Mississippi, with an estimated completion date of Feb. 20, 2021. Fiscal 2018 research, development, test and evaluation funds in the amount of $7,200,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-C-C002). Skookum Educational Programs, Bremerton, Washington, was awarded a $7,132,509 modification (P00002) to contract (W911S8-18-D-0004) for regularly-scheduled custodial services to a multitude of federal facilities at Joint Base Lewis-McChord, Washington. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2023. U.S. Army Mission and Installation Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity. NAVY Harris Corp., Clifton, New Jersey, is being awarded a $168,801,314 modification (P00012) to a previously awarded firm-fixed-price contract (N00019-17-C-0090). This modification exercises an option for the procurement of 78 full-rate production Lot 16 Integrated Defensive Electronic Countermeasures AN/ALQ-214 A(V)4/5 Onboard Jammer systems for the F/A-18C/D/E/F aircraft for the Navy. In addition, the option provides for the procurement of 16 weapon replacement assembly (WRA) 1A(V)4 receiver/processors and 27 WRA2 A(V)4 modulators. Work will be performed in Clifton, New Jersey (59 percent); San Jose, California (14 percent); San Diego, California (7 percent); Rancho Cordova, California (5 percent); Mountain View, California (3 percent), and various locations throughout the continental U.S. (12 percent), and is expected to be completed in May 2022. Fiscal 2018 and 2019 aircraft procurement Navy funds in the amount of $168,801,314 are being obligated at time of award, none of which expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $90,503,763 indefinite-delivery/indefinite-quantity contract for up to 1,008,710 man-hours of operational systems customization and engineering and technical services for implementation from concept through deployment of mobile deployable command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance systems products. These systems are comprised of special operations forces and consequence management vehicles, small craft, transportable communication systems, enroute communication systems, and intra-platform systems. These services are in support of the Naval Air Warfare Center Aircraft Division's Special Communications Mission Solutions Division. Work will be performed in St. Inigoes, Maryland (42 percent); Little Creek, Virginia (42 percent); and Fayetteville, North Carolina (16 percent), and is expected to be completed in February 2024. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposals; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0033). VT Halter Marine Inc., Pascagoula, Mississippi, is awarded a $39,808,087 modification to previously awarded firm-fixed-price contract N00024-18-C-2230 to exercise an option for the detail design and construction of an Auxiliary Personnel Lighter – Small (APL(S)). The initial contract was for the detail design and construction of the lead and second craft in the APL(S) 67 class; this option is for the first of four additional craft. The contract also includes options for associated support efforts related to the craft design and construction for deployment spare parts, crew familiarization, international delivery, and production-level technical data package including data rights. Work will be performed in Pascagoula, Mississippi (59 percent); the remaining 42 percent will be performed in the following areas: Mandeville, Louisiana; Metairie, Louisiana; Gautier, Mississippi; Billerica, Massachusetts; and Boca Raton, Florida; and is expected to be completed by November 2020. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $39,808,087 is being 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. Lockheed Martin Corp., Orlando, Florida, is awarded $33,373,999 for cost-plus-fixed-fee modification P00044 to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0035). This modification provides for the redesign, integration and test of radio frequency sensors as part of a cost reduction initiative in support of the Long Range Anti-Ship Missile. Work will be performed in Wayne, New Jersey (40 percent); Nashua, New Hampshire (40 percent); and Orlando, Florida (20 percent), and is expected to be completed in February 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $16,687,000 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. BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, is awarded a $23,249,314 cost-plus-award-fee contract for the accomplishment of post shakedown availability (PSA) for USS Thomas Hudner (DDG 116), with an option for the accomplishment of PSA for the future USS Paul Ignatius (DDG 117). The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA. The work to be performed will include correction of government responsible trial card deficiencies, new work identified between custody transfer and the time of PSA, and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. This contract includes options which, if exercised, would bring the cumulative value of this contract to $55,413,437. Work will be performed in Mayport, Florida, and is expected to be complete by May 2020 if all options are exercised. Fiscal 2019 and 2012 shipbuilding and conversion, (Navy) funding in the amount of $16,154,677 will be obligated at time of award. Fiscal 2012 shipbuilding and conversion, (Navy) funding in the amount of $3,727,786 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2317). ACE Maintenance and Services Inc.,* Austin, Texas, is awarded a $17,558,315 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40080-15-D-0305) to exercise Option Year Four for the janitorial services at Naval Support Activity Bethesda, Maryland. The work to be performed provides for all labor, management supervision, tools, materials and equipment required to base janitorial services. After award of this option/modification, the total cumulative contract value will be $79,798,015. Work will be performed in Bethesda, Maryland, and is expected to be completed February 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy and Army); working capital funds (Navy); and fiscal 2019 Defense Health Program funds in the amount of $17,558,315 for recurring work will be obligated on individual task orders issued during the option/extension period. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity. Harris Corp., Palm Bay, Florida, is awarded a $14,650,764 modification to a previously awarded firm-fixed price contract (N00039-14-C-0041) to exercise priced options for Commercial Broadband Satellite Program (CBSP) Unit Level Variant (ULV) hardware production units. The CBSP ULV provides terminal-to-shore, space and terrestrial connectivity to significantly increase throughput for commercial satellite communication and to provide redundancy for military satellite communications. This contract combines purchases for the Navy (93.2 percent); and the government of New Zealand (6.8 percent) under the Foreign Military Sales program. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $132,617,683. Work will be performed in Palm Bay, Florida, and is expected to be completed by July 2019. Fiscal 2019 other procurement (Navy); fiscal 2018 and 2019 shipbuilding and conversion (Navy); and Foreign Military Sales funds in the amount of $14,650,764 will be placed on contract and obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured through full and open competition via the Commerce Business Daily's Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with three offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity. Konecranes Nuclear Equipment and Services LLC, New Berlin, Wisconsin, is awarded a $14,350,370 firm-fixed-price delivery order N6247019F4034 under a previously awarded single award indefinite-delivery requirements contract (N62470-16-D-2013) for procurement of one 25-ton portal crane at Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Washington. The work to be performed provides for design, fabrication, assembly, delivery, installation, and testing of one 25-ton portal crane. The crane will be equipped with a rotating superstructure, luffing boom, main hoist and a single line whip hoist. The crane will be capable of simultaneous hoisting, slewing and luffing with rated load at rated speeds on curved tracks. Work will be performed in New Berlin, Wisconsin (90 percent); and Bremerton, Washington (10 percent), and is expected to be completed by March 2021. Fiscal 2019 other procurement (Navy) contract funds in the amount of $14,350,370 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. Environmental Chemical Corp., Burlingame, California, is awarded a $13,327,995 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract (N62470-13-D-6020) for the hurricane recovery efforts at Marine Corps Base Camp Lejeune, North Carolina. The work to be performed provides for removal of damaged roofs and installation of new ice and water membrane, standing seam roof, gutters, downspouts, fascia, and soffits for 38 facilities. After award of this modification, the total cumulative contract value will be $20,427,995. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by October 2019. Fiscal 2019 operations and maintenance, (Marine Corps) contract funds in the amount of $13,327,995 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. DEFENSE LOGISTICS AGENCY Tennier Industries Inc.,* Delray Beach, Florida, has been awarded a maximum $30,493,800 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for extreme cold/wet weather jackets. This is an 18-month base contract with one, one-year option period. This was a competitive acquisition with seven responses received. Location of performance is Florida and Tennessee, with an Aug. 20, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019, through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1136). Dairy Foods, Springfield, Missouri, has been awarded a maximum $15,527,183 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh milk and dairy products. This was a competitive acquisition with two responses received. This is a three-year contract with no option periods. Locations of performance are Oklahoma, Missouri, and Kansas, with a March 19, 2022, performance completion date. Using military services are Air Force, Navy, and Army. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-V321). UPDATE: M-B Companies Inc., New Holstein, Wisconsin (SPE8EC-19-D-0037), has been added as an awardee to the multiple-award contract for commercial snow removal equipment issued against solicitation (SPE8EC-17-R-0005) announced May 22, 2017. MISSILE DEFENSE AGENCY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, has been awarded a $14,000,000 cost-plus-incentive-fee modification (P00317) to a previously awarded contract HQ0276-10-C-0001. Under this modification, the contractor will perform efforts necessary to support Aegis Ballistic Missile Defense (BMD) capability insertion under Contract Line Item Number 0160 for the Aegis BMD Program Office. This modification increases the total cumulative face value of the contract from $2,936,754,846 to $2,950,754,846. Work will be performed in Moorestown, New Jersey, with an expected completion date of Oct. 31, 2019. Fiscal 2018 research, development, test, and evaluation funds in the amount of $4,928,481 are being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. DEFENSE HEALTH AGENCY LOUi Consulting Group Inc., Warner Robins, Georgia, was awarded a firm-fixed-price General Service Administration (GSA) task-order (HT0015-19-F-0034) off of GSA Federal Supply Schedule (GS-35F-437CA) on Feb. 8, 2019, for $7,157,444. The task-order provides Essentris support, a mission-critical comprehensive clinical documentation system that is deployed to a total of 36 Air Force, Navy and Army medical treatment facilities. As a fully deployed application, Essentris is in a sustainment mode and requires system support services such as system administrators and database analysts. Essentris is designed to maintain a complete record of patient encounters that deliver to Military Medicine the ability to provide enhanced quality and continuity of health care to the mobile population and clinical base. The Military Health Program's electronic health record was implemented in response to the President's Executive Order 13335 of April 27, 2004. The period of performance is Feb. 28, 2019, to Dec. 27, 2020. Work is being performed in Falls Church, Virginia, and San Antonio, Texas. The contract was procured on a competitive basis. The Health Information Technology Contracting Division is the contracting activity. Fiscal 2019 operations and maintenance funds are obligated for this contract. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. * Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1763812/

  • Contract Awards by US Department of Defense - February 19, 2019

    February 25, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - February 19, 2019

    AIR FORCE United Launch Services, Centennial, Colorado, has been awarded a $441,761,778 firm-fixed-price contract, for launch services to deliver the SILENTBARKER, SBIRS GEO-5, and SBIRS GEO-6 missions to their intended orbits. This launch service contract will include launch vehicle production, mission integration, mission launch operations/spaceflight worthiness, and mission unique activities for SILENTBARKER and SBIRS GEO-5, with an option for an additional SBIRS GEO-6 launch service. The locations of performance are Centennial, Colorado; and Cape Canaveral, Florida. SILENTBARKER is expected to be completed by March 2022, SBIRS GEO-5 is expected to be completed by March 2021. This award is the result of a competitive acquisition and two offers were received. Fiscal 2018 and 2019 space procurement funds in the amount of $308,550,970 will be obligated at the time of award. The Contracting Division, Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California, is the contracting activity (FA8811-19-C-0005). Space Exploration Technologies Corp., Hawthorne, California, has been awarded a $297,000,000 firm-fixed-price contract, for launch services to deliver the NROL-87, NROL-85, and AFSPC-44 missions to their intended orbits. This launch service contract will include launch vehicle production, mission integration, mission launch operations/spaceflight worthiness and mission unique activities for each mission. The locations of performance are Hawthorne, California; Cape Canaveral Air Force Space Station, Florida; and Vandenberg Air Force Base, California. NROL-85 and NROL-87 are expected to be completed by December 2021 and AFSPC-44 is expected to be completed by February 2021. This award is the result of a competitive acquisition and two offers were received. Fiscal 2018 and 2019 space procurement funds in the amount of $285,223,097 will be obligated at the time of award. The Contracting Division, Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California, is the contracting activity (FA8811-19-C-0004). NAVY Marine Systems Corp., Boston, Massachusetts, is awarded a $29,111,774 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price hybrid single award contract for engineering, logistical, and information technology services to support the Navy Habitability Projects. The contract will include a five-year base ordering period with a six-month ordering period option pursuant of Federal Acquisition Regulation 52.212-8 - option to extend services, which if exercised, will bring the total ceiling value to $32,191,928. Work will be performed in Norfolk, Virginia (84 percent); San Diego, California (5 percent); Pearl Harbor, Hawaii (5 percent); Mayport, Florida (2 percent); Washington, District of Columbia (1 percent); Bahrain (1 percent); Japan (1 percent); and Rota, Spain (1 percent). The base ordering period is expected to be completed by March 2024; if the option is exercised, the ordering period will be completed by August 2024. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $25,000 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 competitively procured with the solicitation posted to the Federal Business Opportunities and Navy Electronic Commerce Online websites, with five offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk Office, Norfolk, Virginia, is the contracting activity (N0018919D0004). Vadum Inc.,* Raleigh, North Carolina, is awarded a $9,413,901 cost-plus-fixed-fee, level of effort, research and development contract with a five-year period of performance, to procure engineering support services. Technical instructions will be issued in accordance with the Statement of Work for this contract to support the Reactive Electronic Attack Measures project. Work will be performed in Raleigh, North Carolina, and will be completed by February 2024. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $1,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other services will satisfy agency requirements. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-C-WS30). Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded an $8,242,834 cost-plus-incentive-fee modification to previously awarded contract (N00024-15-C-5151) to exercise options for ship integration and test of the Aegis Weapon System (AWS) for AWS Baselines through Advanced Capability Build 16. Work will be performed in Camden, New Jersey (43 percent); Pascagoula, Mississippi (25 percent); Norfolk, Virginia (12 percent); Everett, Washington (10 percent); Virginia Beach, Virginia (6 percent); San Diego, California (3 percent); and Washington, District of Columbia (1 percent), and is expected to be completed by September 2024. Fiscal 2015 shipbuilding and conversion (Navy); and 2019 other procurement (Navy) funding in the amount of $8,242,834 will be obligated at the time of award. No contract funds will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. ARMY T&H Services LLC,* Juneau, Alaska, was awarded a $26,468,671 cost-plus-fixed-fee contract for base operations support services. Bids were solicited via the internet with six received. Work will be performed in Fort Carson, Colorado, with an estimated completion date of Feb. 18, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $5,019,250 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Carson, Colorado, is the contracting activity (W911RZ-19-C-0002). Wood Environment & Infrastructure Solutions Inc., Blue Bell, Pennsylvania, was awarded a $12,000,000 firm-fixed-price contract for hazardous toxic and radiologic waste consulting services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 19, 2024. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-19-D-0002). * Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1760766/

  • Trump Signs Executive Order Establishing First National Artificial Intelligence Initiative

    February 19, 2019 | International, C4ISR, Other Defence

    Trump Signs Executive Order Establishing First National Artificial Intelligence Initiative

    President Trump on Monday signed an executive order establishing the U.S.' first artificial intelligence initiative, which directs federal agencies to prioritize research funds for AI development to stay ahead of peer competitors such as China. https://www.defensedaily.com/trump-signs-executive-order-establishing-first-national-artificial-intelligence-initiative

  • Contract Awards by US Department of Defense - February 15, 2019

    February 18, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - February 15, 2019

    NAVY The Charles Stark Draper Laboratory, Cambridge, Massachusetts, is awarded a $191,029,190 fixed-price-incentive-fee contract for the production of TRIDENT II D5 Strategic Weapon System MK6 Guidance Equivalent Units. This contract contains options which, if exercised, would bring the total contract value to $391,767,950. Work will be performed in Cambridge, Massachusetts (30.5 percent); Clearwater, Florida (20.6 percent); Pittsfield, Massachusetts (43.2 percent); and McKinney, Texas (5.7 percent). The work is expected to be completed by July 31, 2022. If the option is exercised, work will continue through July 31, 2023. Fiscal 2019 weapons procurement (Navy) funds in the amount of $189,489,000; and United Kingdom funds in the amount of $1,540,190 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was awarded on a sole-source basis in accordance with 10 U.S. Code 2304 (c)(1)&(4) and was previously synopsized on the Federal Business Opportunity website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-19-C-0008). Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $20,000,000 indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee and firm-fixed-price contract for engineering and technical services for the design, development, testing, integration, technology insertion/refreshment and system support of the AN/BLQ-10 Electronic Warfare System (Technology Insertion (TI)-20, TI-22, and TI-24) on new-construction and in-service submarines. This contract includes options which, if exercised, would bring the cumulative value of this contract to $970,083,614. Work will be performed in Syracuse, New York (95 percent); and Manassas, Virginia (5 percent), and is expected to be completed by February 2020. If options are exercised, work will continue through February 2029. Fiscal 2019 research, development, test and evaluation funding in the amount of $8,500,000 will be obligated at time of award and will not expire at the end of current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-D-6200). The Boeing Co., St. Louis, Missouri, is awarded a $17,777,048 modification to a previously awarded, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00019-18-D-0001). This modification increases the ceiling of the contract to procure up to an additional quantity of two F/A-18E/F aircraft, modified to extend the service life of the aircraft. Work will be performed in St. Louis, Missouri (75 percent); and El Segundo, California (25 percent), and is expected to be completed in October 2020. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Su-Mo Builders Inc.,* Honolulu, Hawaii, is awarded $9,989,777 for firm-fixed-price task order N6247819F4051 under a previously awarded, multiple award construction contract (N62478-18-D-4023) to provide repair to the mess hall and replace the walk-in freezer and cooling systems at Building 1089, Marine Corps Base, Hawaii. The project includes repairs to various areas and components of the mess hall, as well as electrical work, landscaping, the construction of two mechanical enclosures, and the installation of hand wash stations, an entry vestibule, and air conditioning. Work will be performed in Kaneohe, Hawaii, and is expected to be completed by September 2020. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $9,989,777 are obligated on this award and will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. Seemans Composites, Gulfport, Mississippi, is awarded a $9,125,520 cost-plus-fixed-fee contract for the machining center proposal. This effort will evaluate Navy unmanned underwater vehicles launch and recovery needs and define target areas for further evaluation and design definition. Work will be performed in Gulfport, Mississippi, and is expected to be completed Feb. 11, 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $9,125,520 are obligated at the time of award. No funds will expire at the end of the current fiscal year. This contract was competitively procured under N00014-18-S-B001 lLong range broad agency announcement (BAA). Proposals will be received throughout the year under the long range BAA; therefore, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-19-C-2015). DEFENSE LOGISTICS AGENCY SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $90,000,000 firm-fixed-price, bridge contract for facilities maintenance, repair, and operations items. 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 an eight-month contract with no option periods. Location of performance is Illinois, with an Oct. 25, 2019, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019, through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-19-D-0004). Excel Garment Manufacturing Ltd.,* El Paso, Texas, has been awarded a maximum $15,526,032 firm-fixed-price, definite-quantity contract for Navy utility coveralls. This was a competitive acquisition with three offers received. This is an eight-month contract with no option periods. Location of performance is Texas, with an Oct. 14, 2019, performance completion date. Using military service is Navy. 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-0004). ARMY Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $74,189,379 modification (P00004) to contract W56HZV-18-F-0153 for procurement of Family of Medium Tactical Vehicles variants. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 30, 2021. Fiscal 2019 other procurement, Army funds in the amount of $74,189,379 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Abt Associates Rockville, Maryland (W912HQ-19-D-0002); AECOM Technical Services Inc., Los Angeles, California (W912HQ-19-D-0003); Booz Allen Hamilton Inc., McLean, Virginia (W912HQ-19-D-0004); and CDM Federal Programs Corp., Carbondale, Illinois (W912HQ-19-D-0005), will compete for each order of the $47,200,000 firm-fixed-price contract for navigation, data and systems analytical and professional support services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 14, 2024. U.S. Army Corps of Engineers, Fort Belvoir, Virginia, is the contracting activity. The Boeing Co., Mesa, Arizona, was awarded a $12,850,128 firm-fixed-price foreign military sales (Qatar) contract for post-production support services for the Qatar Armed Forces AH-64E Apache helicopter fleet. Bids were solicited via the internet with one received. Work will be performed in Mesa, Arizona, with an estimated completion date of Feb. 14, 2024. Fiscal 2019 foreign military sales funds in the amount of $3,078,195 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0020). AIR FORCE Apogee Engineering, Colorado Springs, Colorado, has been awarded a $28,193,611 firm-fixed-price contract for Space Logistics Infrastructure Support Services (SLISS) – 2. The SLISS-2 contract will provide services to the Space and Missile System Center Space Logistics Directorate and related space organizations. The SLISS-2 contract will be used to acquire non-personal services in support of various missions, command, control, communications and intelligence activities within Air Force Space Command. Additionally, the contract will provide logistical support to various space organizations such as, Air Force Satellite Control Network, Space Lift Range System, Global Positioning System, Defense Meteorological Satellite Program, Military Satellite Communications, and Space Based Infrared Systems. Work will be performed at Peterson Air Force Base, Colorado; and Schriever AFB, Colorado, and is expected to be completed Feb. 28, 2025. This award is the result of a competitive acquisition and four offers were received. Fiscal 2019 operations and maintenance funds in the amount of $4,515,781 are being obligated at the time of award. Space and Missile Center/Sustainment Directorate at Peterson AFB, Colorado, is the contracting activity (FA8823-19-F-0001). Jackpine Technologies Corp., Maynard, Massachusetts, has been awarded a $12,000,000 single-award, indefinite-delivery/indefinite-quantity contract for the Hanscom Development, Security and Operations Cloud. This contract provides for on and off premise cloud-based service provider to the Department of Defense (DoD) community, acting as a collaborative and secure platform to test, develop and connect a multitude of DoD-wide users. Work will be performed at Hanscom Air Force Base, Massachusetts, and is expected to be completed Feb. 14, 2021. This award is the result of a sole-source acquisition. Foreign military sales funds in the amount of $45,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA8730-19-D-0003). DEFENSE INFORMATION SYSTEMS AGENCY Intelligent Waves LLC, Reston, Virginia, was awarded a competitive firm-fixed-price, indefinite-delivery/indefinite-quantity contract with the Defense Information Systems Agency to provide global logistical service management and field service representatives in support of the Distributed Tactical Communication System and the Department of Defense Enhanced Mobile Satellite Services program. The cumulative face value of this action is $48,000,000 with the base year funded by fiscal 2019 defense working capital funds. The basic proposal was solicited via electronic means through FedBizOps with six proposals received. The period of performance is from Feb. 25, 2019, to Feb. 24, 2020, with four 12-month option periods. Performance will be at various locations within the U.S. and deployed locations worldwide. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-19-D-0003). IntelSat General Corp., McLean, Virginia, was awarded a firm-fixed-price contract modification to exercise Option Period Three on task order GS-35F-0478U/HC1013-16-F-0020 for commercial satellite communications service in direct support of the U.S. Air Force's Central Command network architecture, which includes fixed and mobile platforms, including remotely piloted aircraft and communications on-the-move assets. The face value of this action is $8,553,756 funded by fiscal 2019 operations and maintenance funds. Primary performance will be at the contractor's facility. The period of performance is Feb. 16, 2019, through Feb. 15, 2020. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-16-F-0020-P00007). * Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1759513/source/GovDelivery/

  • Contract Awards by US Department of Defense - February 14, 2019

    February 18, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - February 14, 2019

    NAVY GE Aviation Systems LLC, Vandalia, Ohio, is awarded a $68,177,707 long-term contract for repair of 33 items that are part of the G2/G3 generator converter units used on the F/A-18 aircraft. The contract will include a three-year contract with one two-year option period which, if exercised, the total value of the contract will be $87,116,502. Work will be performed in Coronado, California (70 percent); and Vandalia, Ohio (30 percent). Work is expected to be completed by February 2022; if the option is exercised, work will be completed by February 2024. Working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. This contract was a sole-source, non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and Federal Acquisition Regulation 6.302-1. The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-UJ01). CDM Federal Programs Corp., doing business as CDM Smith, Fairfax, Virginia, is awarded a $33,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract (N62470-15-D-4002) for architect–engineering services for utilities engineering and management support projects located throughout the Naval Facilities Engineering Command (NAVFAC) area of responsibility (AOR) worldwide. The primary tasks anticipated under this contract include producing utility system master plans, engineering studies, surveying, field testing, hydraulic modeling, recommended treatment and distribution improvements, electric load and demand modeling, arc-flash and safety hazard analysis, relay coordination, life cycle cost analysis, 1391 documentation and design, development and implementation of standard processes and tools to inventory and manage utility assets, collecting direct condition ratings; performing risk assessment on functional groups of assets, creating a risk based investment strategy, and capital improvement plans; development of standard operating procedures, preventive maintenance plans, and operator training; process and instrumentation drawings/electric system one-line drawings for utility systems; development of Geographic Information Systems for utilities using GPS and mobile field data development and integration of utility information systems to increase the reliable, safe and efficient delivery of utility services; development of best practices and documentation, development of staffing plans, and organizational analysis of public works departments with staffing recommendations, organizational improvements and other related services. After award of this modification, the total cumulative not-to-exceed contract value will be $55,000,000. Critical projects are planned to be performed in the NAVFAC AOR worldwide, including but not limited to, Japan (24 percent); Florida (22 percent); Italy (22 percent); Hawaii (19 percent); Texas (10 percent); and Washington, District of Columbia (2 percent). The term of the contract is not to exceed 60 months, with an expected completion date of February 2020. Future task orders will be primarily funded by fiscal 2019 operations and maintenance (Navy) funds. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity. L3 Communication Systems - West, Salt Lake City, Utah, is awarded a $29,610,900 firm-fixed-price, cost-plus-fixed-fee delivery order to previously awarded basic ordering agreement (N00024-19-G-2304) for the manufacture, integration, test, and delivery of the Tactical Common Data Link Maritime Shipboard Terminal Surface Terminal Equipment (TCDL MST STE) system. This order is for the procurement of the TCDL MST STE system equipment, program management, and respective support, integration, and fitting out. Work will be performed in Salt Lake City, Utah, and is expected to be completed by September 2023. Fiscal 2017, 2018, and 2019 shipbuilding and conversion (Navy) funding in the amount of $25,424,516 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. L-3Communications Vertex Aerospace LLC, Madison, Mississippi, is awarded a $23,420,937 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide contractor owned and operated aircraft for airborne threat simulation capabilities to train shipboard and aircraft squadron weapon systems operations and aircrew to counter enemy electronic warfare and electronic attach operations. Work will be performed at various locations inside and outside the continental U.S., and is expected to be completed in February 2022. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0031). Bahfed Corp.,* Portland, Oregon (N6893619D0011); Impact Components, a California Limited Partnership,* San Diego, California (N6893619D0012); Laguna Components Inc.,* Laguna Beach, California (N6893619D0013); Pacific IC Source,* Yucaipa, California (N6893619D0014); and Vizocom ICT LLC,* El Cajon, California (N6893619D0015), are each awarded indefinite-delivery/indefinite-quantity contracts. The estimated aggregate ceiling for all contracts is $20,000,000, with the companies having an opportunity to compete for individual orders. These contracts provide for various types of commercially-available electronic components, manufactured from several different materials, in different forms, shapes, sizes, and complexity in support of the Naval Air Warfare Center Weapons Division's Applied Manufacturing Technology Division (Code 475000D). Work will be performed in Portland, Oregon (20 percent); San Diego, California (20 percent); Laguna Beach, California (20 percent); Yucaipa, California (20 percent); and El Cajon, California (20 percent), and is expected to be completed in February 2024. Fiscal 2019 working capital funds (Navy) in the amount of $21,886 will be obligated at time of award, none of which will expire at the end of the current fiscal year. These contracts were competitively procured via a 100 percent small business set-aside electronic request for proposals with six offers received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $17,288,213 cost-plus-incentive-fee contract modification to previously-awarded contract N00024-17-C-6259 to exercise options for Navy equipment, engineering services and required material. Work will be performed in Manassas, Virginia (65 percent); Clearwater, Florida (32 percent); Syracuse, New York (2 percent); and Marion, Florida (1 percent), and is expected to be completed by September 2022. Fiscal 2019 other procurement (Navy); fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $16,823,290 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. Bell Boeing Joint Project Office, Amarillo, Texas, was awarded $10,656,686 for modification P00002 to a previously issued delivery order (N0001918F1645) placed against basic ordering agreement, N00019-17-G-0002. This modification exercises the option to procure 12 A-Kits to retrofit legacy fleet aircraft with the AN/APR-39D(V)2, AN/AAQ-24B(V)27, and the ALE-47 Power Performance Computing, upgrading the MV-22 from Configuration A to Configuration C. In addition, this modification provides for the procurement of 12 APR-39D(V)2 A-Kits to install the AN/APR-39D (V)2 system on any of the 48 previously Integrated Aircraft Survivability Equipment retrofitted aircraft, upgrading the MV-22 from Configuration B to Configuration C. Work will be performed in Ridley Park, Pennsylvania (65 percent); Miramar, California (14 percent); New River, North Carolina (13 percent); Fort Worth, Texas (6 percent); St. Louis, Missouri (1 percent); and various locations within the continental U.S. (1 percent), and is expected to be completed in September 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $10,656,686 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. (Awarded Feb.11, 2019) AIR FORCE Tecolote Research Inc., El Segundo, California, has been awarded a $38,784,990 cost-plus-fixed-fee contract for Space and Missile Systems Center acquisition and financial support services. This contract provides the Remote Sensing Systems Directorate with a broad range of acquisition, financial, and administrative capabilities to execute effective and responsive integrated program management of space-related research, development, production, sustainment, and lifecycle acquisition activities. Work will be performed in El Segundo, California, and is expected to be complete by Aug. 17, 2024. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 space procurement funds in the amount of $939,196; fiscal 2019 operations and maintenance funds in the amount of $707,006; and fiscal 2019 research, development, test and evaluation funds in the amount of $4,952,516 are being obligated at the time of award. Space and Missile Systems Center Remote Sensing Systems Contracting Division, Los Angeles Air Force Base, California, is the contracting activity (FA8810-19-F-0003). Northrop Grumman Systems Corp., Redondo Beach, California, has been awarded a not-to-exceed $20,000,000 indefinite-delivery/indefinite-quantity (IDIQ) contract for Advanced Turbine Technologies for Affordable Mission (ATTAM) capability Phase I. The mission of the ATTAM Phase I program is to develop, demonstrate, and transition advanced turbine propulsion, power and thermal technologies that provides improvement in affordable mission capability. This approach extends to a range of legacy, emerging, and future military propulsion, power and thermal technology needs in multiple applications. Work will be performed in Redondo Beach, California, and is expected to be completed by Feb. 8, 2027. This award is the result of a competitive acquisition and 54 offers were received. No specific funds are obligated on the basic IDIQ, although in conjunction with the basic IDIQ award, the first task order is incrementally funded with fiscal 2018 research, development, test and evaluation funds in the amount of $5,000; and fiscal 2019 research, development, test and evaluation funds in the amount of $315,000 at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-2060, FA8650-19-F-2075). ARMY PAE Government Systems Inc., Arlington, Virginia, was awarded a $27,574,855 modification (P00010) to Foreign Military Sales (Afghanistan) contract W56HZV-17-C-0117 for contractor logistic support efforts to the Afghan National Defense and Security Forces. Work will be performed in Hikia, Afghanistan, with an estimated completion date of Aug. 30, 2022. Fiscal 2019 other procurement, Army funds in the amount of $27,574,855 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $9,136,250 firm-fixed-price contract for Canaveral Harbor maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Canaveral, Florida, with an estimated completion date of Dec. 30, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,163,250 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-19-C-0010). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY System High Corp., Chantilly, Virginia, has been awarded a $24,200,840 modification (P00019) to previously awarded task order HR0011-17-F-0001 for program security services. The modification brings the total cumulative face value of the task order to $69,223,019 from $45,022,179. Work will be performed in Arlington, Virginia, with an expected completion date of March 2020. Fiscal 2019 research and development funds in the amount of $21,769,143 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. U.S. TRANSPORTATION COMMAND Vane Line Bunkering Inc., Baltimore, Maryland, has been awarded contract modification (P00030) on contract HTC71113CW015 in the amount of $16,952,486. This modification provides continued transportation of bulk jet fuel and marine diesel fuel by barge for the Defense Logistics Agency-Energy in the U.S. Atlantic Region. Performance is from Mar. 1, 2019, to Aug. 31, 2019. Fiscal 2019 defense working capital funds were obligated at award. This modification brings the total cumulative face value of the contract to $139,538,998 from $122,586,512. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. WASHINGTON HEADQUARTERS SERVICES Johns Hopkins University, Applied Physics Laboratory, Laurel, Maryland, has been awarded a $9,763,000 cost-plus fixed-fee contract. The contract is to provide assessments and alternatives of offensive capabilities within the domains of air, land, sea, space and cyberspace, missions and warfare areas that asymmetrically mitigate threat effectiveness, impose cost, and/or create ambiguity in adversary decision-making. Work performance will take place in the National Capital Region, including Arlington and Alexandria, Virginia. Fiscal 2018 - fiscal 2019 research, development, test, and evaluation funds in the amount of $5,460,000; fiscal 2019 – fiscal 2020 research, development, test, and evaluation funds in the amount of $3,576,000; and fiscal 2019 operations and maintenance funds in the amount of $727,000 are being obligated on this award. The expected completion date is Dec. 29, 2019. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-13-D-0003). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1758484/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.