Filter Results:

All sectors

All categories

    3550 news articles

    You can refine the results using the filters above.

  • Contract Awards by US Department of Defense - September 27, 2019

    September 30, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 27, 2019

    AIR FORCE The Boeing Co., Seattle, Washington, has been awarded a $2,628,005,872 modification (P00165) to previously awarded contract FA8625-11-C-6600 for Lot 5 production KC-46 aircraft, initial spares, and support equipment. The contract modification provides for the exercise of an option for an additional quantity of 15 KC-46 aircraft, data, two spare engines, five wing refueling pod kits, initial spares, support equipment, subscriptions and licenses, and G081 flat file being produced under the basic contract. Work will be performed in Seattle, Washington, and is expected to be completed by March 2023. Fiscal 2017 aircraft procurement funds in the amount of $112,957,314; fiscal 2018 aircraft procurement funds in the amount of $363,104,247; and fiscal 2019 aircraft procurement funds in the amount of $2,151,944,310 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Northrop Grumman Systems Corp., Woodland Hills, California, has been awarded, a $1,392,000,000 indefinite-delivery/indefinite-quantity contract for Embedded GPS Inertial Navigation System Modernization (EGI/EGI-M) follow-on production and sustainment. This contract provides for production, sustainment and engineering technical services in support of the EGI/EGI-M system. Work will be performed at Woodland Hills, California; and Salt Lake City, Utah, and is expected to be completed by Sept. 26, 2032. This contract will allow foreign military sales. This award is the result of a sole-source acquisition. Funding types that can be used at the order level are aircraft procurement, operations and maintenance, research and development and foreign military sales. Foreign Military Sales funds in the amount of $17,645 is being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8576-19-D-0001). Northrop Grumman Systems Corp., Northrop Grumman Aerospace Systems, Melbourne, Florida, has been awarded a $495,000,000 indefinite-delivery/indefinite-quantity contract for the E-8C Joint Surveillance Target Attack Radar System (JSTARS) aircraft. This contract provides for modernization and sustainment of 16 mission and one trainer aircraft. The contract will support the current JSTARS Program Office and Air Combat Command projections of improvements to increase or maintain E-8C performance, capability, reliability, and maintainability. Work will be provided at Robins Air Force Base, Georgia; and Melbourne, Florida, and is expected to be completed by Sept. 26, 2024. This award is the result of a sole source acquisition. Fiscal 2019 Air National Guard operations and maintenance funds in the amount of $55,345 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8529-19-D-0002). United Technologies Corp., doing business as Pratt & Whitney Military Engines, East Hartford, Connecticut, has been awarded a $78,118,288 indefinite-delivery-requirements contract for engine module remanufacture. This contract provides for F100-PW-220/-220E engine module remanufacture for Foreign Military Sales partner country of Jordan. This contract involves 100% foreign military sales to Jordan. Work will be performed at East Hartford, Connecticut; Midland, Georgia; and Midwest City, Oklahoma, and is expected to be completed by Sept. 30, 2024. This award is the result of a sole source acquisition. No funds are being obligated at the time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8121-19-D-0001). Kudu Dynamics LLC,* Chantilly, Virginia, has been awarded a $49,211,463 cost-plus-fixed-fee completion contract for Tactical Proficiency Synthesis software/hardware prototypes. This contract will provide the Air Force and their mission partners with state-of-the-art cyber capabilities by performing multiple activities through the research, development and integration of cyber capabilities across all war-fighting domains to advance cyber dominance. Work will be performed at Chantilly, Virginia, and is expected to be complete by Sept. 26, 2024. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $100,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1529). Microsoft Corp., Redmond, Washington, has been awarded a $44,985,323 modification (P0004) to previously awarded FA8726-18-9-0002 for Network as a Service. The contract modification adds Wi-Fi, public cellular connectivity, Base Area Network transformation and dual path Wide Area Network connectivity at all three bases on the agreement. Work will be performed at Cannon Air Force Base, New Mexico; Hurlburt Air Force Base, Florida; and Maxwell Air Force Base, Alabama, and is expected to be completed by Sept. 30, 2021. This modification brings the total cumulative face value of the agreement to $109,815,137. Fiscal 2019 operations and maintenance funds in the amount of $25,578,356 are being obligated at the time of award. The Enterprise IT and Cyber Infrastructure Division, Hanscom Air Force Base, Massachusetts, is the contracting activity. CAE USA Inc., Tampa, Florida, has been awarded a $33,093,470 modification (P00151) to previously awarded contract FA8223‐10‐C‐0013. This modification exercises the fiscal 2020 option to extend the KC‐135 Aircraft Training System contract. Work will be performed at MacDill Air Force Base, Florida; Pittsburgh, Pennsylvania; Rickenbacker Air National Guard Base, Ohio; Grissom Air Reserve Base, Indiana; Scott Air Force Base, Illinois; Milwaukee, Wisconsin; Fairchild Air Force Base, Washington; Altus Air Force Base, Oklahoma; March Air Reserve Base, California; Hickam Air Force Base, Hawaii; Kadena Air Base, Japan; Ramstein Air Base, Germany; and Royal Air Force Mildenhall, England; and is expected to be completed by Sept. 30, 2020. This modification brings the total cumulative face value of the contract to $505,527,083. No funds are being obligated at the time of the award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity. CDO Technologies Inc., Dayton, Ohio, has been awarded a $27,145,759 firm-fixed price and cost reimbursement contract. This contract provides for the installation hardware and software to provide Voice Over Internet Protocol capability. Work will be performed at 180 Air Force installations world-wide and is expected to be completed by Jan. 5, 2025. This award is the result of a competitive acquisition and five offers were received. Fiscal 2018 and 2019 other procurement funds in the amount of $7,868,771 are being obligated at the time of award. The Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division, Joint-Base San Antonio-Lackland, Texas, is the contracting activity (FA8307-19-F-0006). Northrop Grumman Corp., Aerospace Systems, Azusa, California, has been awarded a $23,454,970 modification (P00031) to a previously awarded contract FA8810-15-C-0001 for the Defense Support Program (DSP) on-orbit satellite and anomaly resolution support. This support provides root cause analysis as a key component of the lifetime extension of DSP. Work will be performed in Azusa, California; Aurora, Colorado; and Colorado Springs, Colorado, and is expected to be completed by June 30, 2020. The total cumulative face value is $132,431,047. Fiscal 2020 operations and maintenance funds are being used and no funds are being obligated at the time of the award. The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. Four Tribes Enterprises LLC, Los Angeles, California, has been awarded a $22,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity for heating, ventilation, and air conditioning services. The contract provides for all labor, materials, equipment and supervision required to perform repair, maintenance, and replacement of HVAC systems inclusive of energy management and control systems. Work will be performed at Edwards Air Force Base, California, and is expected to be completed by Sept. 27, 2024. This award was made on a direct 8(a) award basis. Fiscal 2019 operations and maintenance funds in the amount of $157,278 are being obligated at the time of award. The Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9301-19-D-A009). L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $17,952,383, cost-plus-incentive-fee contract modification (P01001) to a previously awarded contract F19628-02-C-0010 for fiscal year 2020 Distributed Space Command and Control – Dahlgren (DSC2-D) Sustainment Support. This contract modification provides a range of system sustainment and support activities for the Mission Processing System (MPS). The MPS is the computation center and directly supports the DSC2-D mission by providing space control data from all space surveillance sensors. The DSC2-D functions as the backup to U.S. Strategic Command's 18th Space Control Squadron Space Situational Awareness Operations cell. Work will be performed in Dahlgren, Virginia, and is expected to be completed by June 30, 2020. The total cumulative face value is $17,952,383. Fiscal 2020 operations and maintenance funds are being used and no funds are being obligated at time of award. The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded a $13,519,008 modification (A0007) exercising option year one on the previously awarded contract FA3002-18-C-0003 for Base Maintenance Service Contract (BMC). This contract will provide all labor, supplies, materials, parts, supervision and other items or services necessary to perform the management and operation of the Base Maintenance Contract services. Work will be performed at Sheppard Air Force Base, Texas; Frederick Airfield, Oklahoma; and Sheppard Annex at Lake Texoma, Texas, and is expected to be completed by Sep. 30, 2020. Fiscal 2020 operations and maintenance funds will be used and no funds will be obligated at the time of the award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity. The Boeing Co., St. Louis, Missouri, has been awarded a total cumulative face value of $13,420,210 firm fixed price, cost plus fixed fee contract under Delivery Order FA8634-19-F-0011 for F-15 Non-ADCP II Video Situational Display Replacement (NA-VSDR) program. This contract provides for the production and integration of the NA-VSDR units and related equipment into the F-15 Air National Guard platform. Work will be performed at St. Louis, Missouri and is expected to be completed by June 30, 2023. This award is the result of a sole source acquisition. Fiscal 2018 National Guard and Reserve equipment appropriation funds in the amount of $12,157,659 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter/Bomber Directorate, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8634-17-D-2696). Systems and Technology Research, Woburn, Massachusetts, has been awarded a $10,413,599 cost plus, fixed fee contract for the Mercury Program, a Top Secret/Special Compartmented Information Special Access Program. The overall objective of the program is to research electronic warfare. Work will be performed at Woburn, Massachusetts and is expected to be completed by Feb. 28, 2021. This award is being awarded under limited competition and six offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $4,744,123 are being obligated at the time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-7927). BAE Systems, Merrimack, New Hampshire, has been awarded a $10,076,247 cost plus, fixed fee contract for the Mercury Program, a Top Secret/Special Compartmented Information Special Access Program. The overall objective of the program is to research electronic warfare. Work will be performed at Merrimack, New Hampshire and is expected to be completed by Feb. 28, 2021. This award is being awarded under limited competition and six offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $4,500,000 are being obligated at the time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-7925). CUBRC Inc., Buffalo, New York, has been awarded a $ $9,687,554 cost plus, fixed fee completion contract for Enhanced Exploitation of Multi-Int Data For Space Situational Awareness. The objective of this contract is to research, develop and mature innovative concepts to support space situational awareness. The effort addresses concepts including: enhanced tracking and characterization of space objects, exploitation of non-traditional data sources, ontology development, anomaly detection, rendezvous and proximity operations, decision support and further develop several current capabilities to address known, current operational needs. Work will be performed at Buffalo, New York, and is expected to be completed by Sept. 25, 2023. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research and development funds in the amount of $93,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York is the contracting activity (FA8750-19-C-0214). The Boeing Co., Defense Space Security, Saint Louis, Missouri has been awarded an $8,522,717 fixed price incentive firm modification (P00007) to previously awarded FA8634-18-C-2697 for Infra-Red Search and Track (IRST) Low Rate Initial Production 2. The contract modification provides for the purchase of an additional quantity of three LRIP 2 pods. Work will be performed at Saint Louis, Missouri and Orlando, Florida and is expected to be completed by Feb. 1, 2021. The total cumulative face value of the contract is $315,227,059. Fiscal 2019 aircraft procurement funds in the amount of $8,522,717 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio is the contracting activity. L3Harris Technologies, Inc., Colorado Springs, Colorado has been awarded an $8,123,263 cost-plus-incentive-fee contract modification (P01009) to a previously awarded contract F19628-02-C-0010 for the National Space Defense Center (NSDC) Sustainment effort. This modification provides sustainment support for the NSDC at Schriever Air Force Base, Colorado which is housed within the Distributed Space Command and Control – Dahlgren program of record. Work will be performed at Schriever Air Force Base, Colorado and is expected to be completed by Jan. 15, 2020. The total cumulative face value is $10,509,482. Fiscal 2019 operations and maintenance funds in the amount of $8,123,263 are being obligated at time of award. The Space and Missile Systems Center, Peterson Air Force Base, Colorado Springs, Colorado is the contracting activity. BAE Systems Information and Electronic Systems Integration, FAST Labs – Advanced Information Technologies, Burlington, Massachusetts has been awarded a $7,850,071 cost plus, fixed fee contract for the MAPLE Exploits Multi-INT Data for Directed Energy Weapons Discovery software. This contract provides for the addressing of topics including multi-source data (radar, optical and other) exploitation and analysis and fusion for timely, accurate and complete characterization of space objects and mathematical approaches for fusing, assessing and characterizing data from new sensor and information sources to provide robust threat detection, prediction and decision aids based on complex patterns of events. Work will be performed at Burlington, Massachusetts and is expected to be completed by Sep. 27, 2023. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $45,000 are being obligated at time of award. The Air Force Research Laboratory, Rome New York is the contracting activity (FA8750-19-C-0529). United Technologies Corp. doing business as Pratt & Whitney Military Engines, East Harford, Connecticut, has been awarded a $7,647,790 firm-fixed price delivery order on Basic Ordering Agreement SPE4A1-15-G-0006. This order provides the new manufacture of the F100-220 Digital Electronic Engine Control Assembly build sets for Foreign Military Sales Partner Countries. Work will be performed at East Hartford, Connecticut and is expected to be complete Dec. 31, 2021. This order involves foreign military sales to Chile, Denmark, Saudi Arabia, Jordan, Taiwan, Portugal and Belgium. This award is the result of a sole source acquisition. Foreign Military Sales funds in the amount of $7,647,790 will be obligated at the time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity. NAVY Fluor Marine Propulsion LLC, Arlington, Virginia, is awarded a $1,071,180,002 cost-plus-fixed fee modification to previously awarded contract (N00024-18-C-2130) to exercise the fiscal 2020 option for Naval Nuclear Propulsion work at the Naval Nuclear Laboratory. Work will be performed in Pittsburgh, Pennsylvania (46%), Schenectady, New York (45%), and Idaho Falls, Idaho (9%). No funds are being obligated at time of award. For more than 60 years, the Naval Nuclear Laboratory has been developing advanced naval nuclear propulsion technology and providing technical support to ensure the safe and reliable operation of our nation's submarine and aircraft carrier fleets. The Laboratories are solely dedicated to the Naval Nuclear Propulsion Program, which is a joint Navy-Department of Energy program responsible for the research, design, construction, testing, operation, maintenance, and ultimate disposition of naval nuclear propulsion plants. The solicitation required a transition of the entire incumbent workforce at their current pay levels and will not result in a reduction in force. Operations will continue at all sites. No completion date or other additional information is provided on Naval Nuclear Propulsion Program contracts. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Vigor Marine LLC, Seattle, Washington, was awarded a $254,566,432 firm-fixed-price contract for the execution of USS Chosin (CG 65) and USS Cape St. George (CG 71) modernization periods (MODPRD). These availabilities will include a combination of maintenance, modernization, and repair of USS Chosin (CG 65) and USS Cape St. George (CG 71). These are Chief of Naval Operations (CNO) scheduled MODPRDs. This is a “long-term” availability and was competed on a coast-wide (West Coast) basis without limiting the place of performance to the vessel's homeport. Vigor will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization for the USS Chosin and USS Cape St. George. This contract includes options which, if exercised, would bring the cumulative value of this contract to $303,677,110. Work will be performed in Seattle, Washington, and is expected to be completed by November 2021. Fiscal 2019 operation and maintenance (Navy) and fiscal 2019 other procurement (Navy) funding in the amount of in the amount of $254,566,432 will be obligated at time of award, and funding in the amount of $185,170,177 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4447). (Awarded Sept. 25, 2019) Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $150,544,969 modification (P00022) to a previously awarded cost-plus-incentive-fee, fixed-price-incentive-firm, cost-plus-fixed-fee, firm-fixed-price contract (N0001919C1048). This modification provides for Autonomic Logistics Information System hardware and support equipment in support of low rate initial production Lot 11 Lightning II aircraft for the Air Force, Navy, Marine Corps, non-U.S. Department of Defense (DoD) Participants, and Foreign Military Sales (FMS) customers. Work will be performed in Orlando, Florida (35%); Fort Worth, Texas (20%); Redondo Beach, California (18%); Windsor, Connecticut (13%); Franklin, Ohio (3%); Rome, Italy (3%); Winter Springs, Florida (2%); Riverside, California (2%); Chatsworth, California (2%); and Bend, Oregon (2%). Work is expected to be completed in November 2023. Fiscal 2017 and 2019 aircraft procurement (Air Force, Navy, and Marine Corps); non-U.S. DoD Participant; and FMS funds in the amount of $150,544,969 are being obligated at time of award, $11,150,805 of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($24,176,311; 16.06%); Navy ($11,150,805; 7.41%); Marine Corps ($9,630,405; 6.40%); non-U.S. DoD Participants ($80,050,789; 53.17%); and FMS customers ($25,536,659; 16.96%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $123,968,905 firm-fixed-price and cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-5112 for fiscal years 2018 and 2019 production of AEGIS Weapon System fire control system MK 99 equipment, AEGIS Modernization production requirements, and associated engineering services. This contract combines purchases for the U.S. Navy (99%), and the government of Japan (1%) under the foreign military sales (FMS) program. Work will be performed in Andover, Massachusetts (66%); Chesapeake, Virginia (15%); Marlborough, Massachusetts (13%); Portsmouth, Rhode Island (3%); San Diego, California (2%); and Burlington, Massachusetts (1%), and is expected to be completed by April 2023. Fiscal 2019 shipbuilding and conversion (Navy); 2019 other procurement (Navy), Defense-wide procurement; and FMS case funding in the amount of $123,968,905 will be obligated at the 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). Raytheon IDS is the only existing source that has the specific production engineering background and in-depth technical expertise to produce and deliver fully functionally tested Missile Fire Control System MK99 ship sets without adverse impact to scheduled deliveries and ship deployment requirements for operational use. These services are in support of DDG 51 Class Flight III destroyers. This contract also covers the production of Multi-Mission Signal Processor (MMSP) Ordnance Alteration (ORDALT) kits, Kill Assessment System (KAS) ORDALT kits and spares, Radio Frequency Coherent Combiner kits, High Voltage Power Supply Sidewall Capacitors, and Solid State Switch Assembly kits. The AMOD program fields combat system upgrades that will enhance the Anti-Air Warfare and Ballistic Missile Defense capabilities of AEGIS equipped DDG 51 Arleigh Burke-class destroyers and CG 47 Ticonderoga-class cruisers. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $113,252,163 cost-plus-incentive-fee contract modification to previously awarded contract N00024-17-C-6259 to exercise, and fund options for Navy engineering services and required materials. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be complete by June 2021. Fiscal 2019 other procurement (Navy), 2018 other procurement (Navy), and 2019 research development test and evaluation (Navy) funding in the amount of $13,494,031 will be obligated at the time of award and will not expire at the end of the current fiscal year. Fiscal 2017 other procurement (Navy) funding in the amount of $498,198 will also be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. Port Madison Enterprises Construction Corp.,* Suquamish, Washington, is awarded with a maximum not-to-exceed $99,000,000 indefinite-delivery indefinite-quantity job order contract for construction, repair, and alteration of non-complex construction projects in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). Initial task order is being awarded at $197,577 for installation of a fence at the controlled industrial area of Naval Base Kitsap, Bremerton. This contract is intended to provide rapid response for construction, maintenance, rehabilitation, demolition, and repair of real property in a cost effective manner. Firm-fixed-price task orders for construction will be placed against the contract. The majority of projects will be performed in the Puget Sound region of Washington State. The remainder of projects will be performed in other outlying areas within the NAVFAC Northwest AOR, which includes Alaska, Idaho, Iowa, Minnesota, Montana, Nebraska, North Dakota, Oregon, South Dakota, Washington, and Wyoming. Work for this task order is expected to be completed by December 2019. The term of the contract is not to exceed 60 months with an expected completion date of September 2024. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $ 197,577 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance, (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering Command Northwest, Silverdale, Washington, is the contracting activity (N44255-19-D-0008). Dawson Enterprises LLC,* Honolulu, Hawaii (N62478-19-D-4039); Interior Alaska Roofing Inc., * Fairbanks, Alaska (N62478-19-D-4040); Southwest Construction & Property Management, * San Bruno, California (N62478-19-D-4041); and TABCON Inc., * Queen Creek, Arizona (N62478-19-D-4042), are each awarded a maximum dollar value including the base period and four option years for all four contracts combined $98,000,000 indefinite-delivery indefinite-quantity multiple award design-build/design-bid-build construction contracts for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR). The work to be performed provides for, but is not limited to, reroofing, recovering, removal of existing roofing materials (including asbestos abatement for asbestos containing material), abatement of lead-based containing paint and lead-based contaminated materials along with other associated work by design-build or design-bid-build for JBPHH, Marine Corp Base Hawaii, Camp Smith, Pacific Missile Range Facilities, and other Federal facilities. No task orders are being issued at this time. All work on the contract will be performed within the NAVFAC Hawaii AOR. The term of the contract is not to exceed 60 months, with an expected completion date of September 2024. Fiscal 2019 operation and maintenance, (Navy) (O&M,N) contract funds in the amount of $20,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N. This contract was competitively procured via the Navy Electronic Commerce Online website with nine proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii, is the contracting activity. COSMEZZ S.a.r.l.,* Djibouti, Africa (N33191-19-D-0831); INNOX, LLC JV,* Alexandria, Virginia (N33191-19-D-0836); Sea Pac Engineering,* Los Angeles, California (N33191-19-D-0835); Kellogg Brown & Root Services Inc., Houston, Texas, (N33191-19-D-0833); Consorzio Stabile GMG S.c.ar.l,* Catania, Italy (N33191-19-D-0832); Prime Projects International,* Dubai, United Arab Emirates (U.A.E.) (N33191-19-D-0834); and United Infrastructure Projects,* Dubai, U.A.E. (N33191-19-D-0837), are each being awarded a maximum total combined amount of $95,000,000 including the base period and four option years indefinite-delivery indefinite-quantity multiple award design-build and design-bid-build contract for construction projects located primarily within the Naval Facilities Engineering Command Europe Africa Southwest Asia area of responsibility. COSMEZZ S.a.r.l. is awarded the initial task order of $899,999 for the combat aircraft loading area hangar drainage repair at Camp Lemonnier, Djibouti, Africa. The work to be performed provides for general building type projects including new construction, renovations, alterations, demolition, repair work and any necessary design work. All work on this contract will be performed in Djibouti and Kenya including, but not limited to, Camp Lemonnier and Chabelley Airfield in Djibouti and Camp Simba and Manda Bay in Kenya. Work for this task order is expected to be completed by September 2020. The term of the contract is not to exceed 60 months, with an expected completion date of September 2024. Fiscal 2019 operation and maintenance, (Navy) (O&M,N) contract funds in the amount of $30,000 for the guaranteed minimums are obligated on these awards and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N funds. This contract was competitively procured via the Federal Business Opportunities website with 27 proposals received. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command Europe Africa Southwest Asia, Naples, Italy, is the contracting activity. A&D GC Inc.,* Santee, California (N62473-15-D-2403); Bristol General Contractors LLC,* Anchorage, Alaska (N62473-15-D-2404); Cox Construction Co.,* Vista, California (N62473-15-D-2405); I.E.-Pacific Inc.,* Escondido, California (N62473-15-D-2406); and Insight Pacific LLC,* Brea, California (N62473-15-D-2407), are awarded $92,000,000 to increase the aggregate capacity of the previously awarded suite of firm-fixed-price, indefinite-delivery indefinite-quantity, multiple award construction contracts. The maximum dollar value including the base year and four option years for all five contracts combined is increased from $105,000,000 to $197,000,000. The contracts are for new construction, repair, and renovation of commercial and institutional buildings at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility. All work will be performed at various federal sites within the NAVFAC Southwest area of responsibility. No funds are being obligated on this award. No funds will expire. Future task orders will be primarily funded by military construction, Navy, and operation and maintenance (O&M), (Navy). The original contract was competitively procured via the Federal Business Opportunities website, with 42 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Huntington Ingalls Inc., Newport News, Virginia, is awarded a $67,000,000 cost plus fixed fee modification to previously awarded contract (N00024-15-C-4301) to continue performance of the repair, maintenance, upgrades, and modernization efforts on USS Columbus (SSN 762) Engineered Overhaul. The contracted requirements include the continuance of execution and new work efforts arising from the Availability Work Package (AWP) and additional required work discovered during the inspection of shipboard components. This work is necessary to ensure the submarine is operating at full technical capacity as defined in the AWP during the CNO scheduled availability. Work will be performed in Newport News, Virginia, and is expected to be completed by November 2020. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $67,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, USN, Newport News, Virginia, is the contracting activity. American Systems Corp., Chantilly, Virginia (N6660419DL901); Oceaneering International Inc., Chesapeake, Virginia (N6660419DL902); and Serco Inc., Herndon, Virginia (N6660419DL903), are awarded a $49,452,651 indefinite-delivery/indefinite-quantity (ID/IQ) multiple-award contract to fabricate hardware, and provide technical and engineering services. For these base ID/IQ five-year contracts, funding will not be obligated at time of award; the $1,000 minimum guarantee will be executed on each awardee's initial task order. Work will be performed at the contractors' site and minimally at government locations, and is expected to be completed by September 2024. This multiple-award contract was competitively procured with three offers received via the Federal Business Opportunities website. In accordance with 10 U.S.C. 2304(c)(1), only a limited number of responsible sources and no other supplies or services will satisfy the needs of the agency for the Deep Submergence Systems – Scope of Certification tasking (65%). This requirement is to provide hardware, systems, subsystems, software, and supporting engineering and technical services required to support Dry Deck Shelter Payload Integration efforts that fall within the scope of the Deep Submergence Systems – Scope of Certification (DSS-SOC) program (65%). This tasking was limited to those activities qualified to perform DSS-SOC work per the NAVSEA Notice 5000. The remaining tasking at 35% was competitive. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity. Teledyne Brown Engineering Inc., Huntsville, Alabama, is awarded a $41,446,604 firm-fixed price, cost and cost-plus-fixed-fee contract to produce MK11 Shallow Water Combat Submersibles and provide related engineering services. Work will be performed in Huntsville, Alabama, and is expected to be completed by December 2022. This contract includes options which, if exercised, would bring the cumulative value of this contract to $178,181,112, and be complete by December 2023. Fiscal 2019 procurement (Department of Defense) funding in the amount of $41,446,604 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 (N00024-19-C-6402). Chugach Federal Solutions Inc.,* Anchorage, Alaska, was awarded a $40,047,866 indefinite-delivery/indefinite-quantity (ID/IQ) modification for the exercise of option six under an IDIQ contract for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). After award of this option, the total cumulative contract value will be $374,597,725. The work to be performed provides for all management and administration, visual services, security, fire and emergency, facilities management and investment, pest control, pavement clearance, base support vehicles and equipment, and environmental services for base operations support services. Work will be performed at various installations in the NAVFAC Northwest AOR, including, but not limited to, Washington (90%), Alaska (1%), Idaho (1%), Iowa (1%), Minnesota (1%), Montana (1%), Nebraska (1%), Oregon (1%), North Dakota (1%), South Dakota (1%), and Wyoming (1%). This option period is from October 2019 to March 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance, (Navy) and fiscal 2020 Defense health program contract funds in the amount of $22,348,104 for recurring work will be obligated on individual task orders issued during the option period. The NAVFAC Northwest, Silverdale, Washington, is the contracting activity (N44255-14-D-9000). Hornbeck Offshore Operators LLC, Covington, Louisiana, is awarded a $36,030,519 modification for the fixed-price portion of a previously awarded firm, fixed-price contract (N6238715C2507) to exercise a one-year option period for the operation and maintenance of four modified offshore-Supply vessels identified as T-AGSEs serving as blocking vessels in support of the U.S. Navy. The contract includes a 215-day base period, nine one-year option periods and one 150-day option period. Work for this option period will be performed at sea worldwide, and is expected to be completed by Sept. 30, 2020. Transportation working capital funds in the amount of $36,030,519 are obligated for fiscal 2020, and will not expire at the end of the fiscal year. This contract was issued on an other than full and open competition basis. The U. S. Navy's Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N6238715C2507). U.S. Marine Management Inc., Norfolk, Virginia (N3220517C3000), is awarded a $35,219,188 modification under previously awarded firm fixed-price contract to fund the second one-year option period. Contract option two is being exercised in the amount of $35,219,188 from the firm, fixed-price contract. This contract is for operation and maintenance of seven USNS Bob Hope class surge large, medium-speed roll-on/roll-off vessels. This contract includes one 12-month base period, four 12-month option periods and one six-month option under Federal Acquisition Regulation 52.217-8, which, if exercised, would bring the cumulative value of this contract to $196,303,408. Work will be performed at sea worldwide, which has commenced Oct. 1, 2017, and is expected to be completed, if all options are exercised, by March 31, 2022. Working capital contract funds in the amount of $35,219,188 are obligated for fiscal 2020, and will not expire at the end of the current fiscal year. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220517C3000). Triton Marine Construction Corp., Bremerton, Washington, is awarded a $34,635,584 firm-fixed-price contract for the Poseidon Wharf repairs at Naval Ordnance Test Unit Cape Canaveral, Florida. The work to be performed provides for repairs and improvements to the Poseidon Wharf, to include the following: demolition of the wharf deck down to the piles caps; installation of new precast concrete piles and new wharf deck consisting of concrete deck panels and concrete toping; repair to structural components including deteriorated concrete pile caps, piling, superstructure, and appurtenances; placement of concrete filled fiberglass reinforced plastic jackets with passive cathodic protection; and repairs to existing mechanical and electrical systems. Work will be performed in Cape Canaveral, Florida, and is expected to be completed by September 2021. Fiscal 2019 operation & maintenance, (Navy) contract funds in the amount of $34,635,584 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-C-0906). Skookum Educational Programs, Bremerton, Washington, is awarded a $34,569,805 indefinite-delivery/indefinite-quantity (ID/IQ) modification for the exercise of option number one under an ID/IQ contract for base operations support services at various installations in the NAVFAC Northwest area of responsibility (AOR). After award of this option, the total cumulative contract value will be $68,914,088. The work to be performed provides for janitorial services, grounds maintenance, facility investment, pest control, regulated medical waste, chemical toilets, pavement clearance, and warehousing services. Work will be performed in the NAVFAC Northwest AOR, including but not limited to, Washington (97%), Idaho (1%), Montana (1%), and Oregon (1%). This option period is from October 2019 to September 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance, (Navy) contract funds in the amount of $28,619,705 for recurring work will be obligated on individual task orders issued during the option period. The contract was awarded under the AbilityOne program, Federal Acquisition Regulation Part 8.7, Acquisition from Non-Profit Agencies Employing People Who Are Blind or Severely Handicapped. Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-18-D-5009). Skookum Educational Programs, Bremerton, Washington, is awarded a $30,243,269 indefinite-delivery/indefinite-quantity (ID/IQ) modification for the exercise of option two under an ID/IQ contract for base operations support services at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). After award of this option, the total cumulative contract value will be $87,820,579. The work to be performed provides for all management and administration, facilities management and investment, pest control, integrated solid waste, pavement clearance, utilities management, base support vehicles and equipment, and environmental services for base operations support services. Work will be performed at various installations in the NAVFAC Northwest AOR, including, but not limited to, Washington (90%), Alaska (1%), Idaho (1%), Iowa (1%), Minnesota (1%), Montana (1%), Nebraska (1%), North Dakota (1%), Oregon (1%), South Dakota (1%), and Wyoming (1%). This option period is from October 2019 to September 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance, (Navy) contract funds in the amount of $22,431,983 will be obligated on individual task orders issued during the option period. The contract was awarded under the AbilityOne program, Federal Acquisition Regulation Part 8.7, Acquisition from Non Profit Agencies Employing People Who Are Blind or Severely Handicapped. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4039). Bamforth Enginers & Surveyors,* Norfolk, Virginia, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $30,000,000 for civil and geotechnical architect-engineering (A-E) services for projects primarily in the Hampton Roads area of Virginia, North Carolina, South Carolina and Georgia. The work to be performed provides A-E design and engineering services for various civil, structural, and geotechnical related projects and other projects under the cognizance of Naval Facilities Engineering Command, Mid-Atlantic. Projects will primarily be for civil and/or geotechnical design and engineering services, but may also include multi-discipline services. Projects may involve single or multiple disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, landscape design, fire protection, and interior design. Planned projects include primarily, but are not limited to, Navy military construction projects, special projects, investigations, studies, and minor construction projects involving new construction, repair, replacement, investigation, studies, and alteration of waterfront/marine facilities, and other shore-based facility projects. Task order 0001 is being issued in the amount of $187,318. The term of the contract is not to exceed 60 months with an expected completion date of September 2024. Fiscal 17 operations and maintenance, (Marine Corps) funds in the amount of $187,318 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction. This contract was competitively procured via the Navy Electronic Commerce Online website with eight proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9164). Northrop Grumman Systems Corp. Marine Systems, Sunnyvale, California, is being awarded a cost-plus incentive-fee $28,805,731 contract modification (P00041) to exercise an option to a previously awarded and announced contract (N00030-16-C-0010) to provide support for technical engineering services, design and development engineering, component and full scale test and evaluation engineering to support the Underwater Launcher Subsystem ULS. Work will be performed in Sunnyvale, California (55%); Ridgecrest, California (20 %); Cape Canaveral, Florida (10%); Bangor, Washington (5%); Kings Bay, Georgia (5%); Barrow-In-Furness, England (2%); New London, Connecticut (1%); Quonset Point, Rhode Island (1%); and Arlington, Virginia (1%) with an expected completion date of Sept. 30, 2020. Fiscal 2019 other procurement funds in the amount of $96,506 are being obligated on this award. No funds will expire at the end of the current fiscal year. Subject to the availability of funding, fiscal year 2020 operations and maintenance and United Kingdom funding in the amount of $28,709,225 will be obligated on this award. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Raytheon Missile Systems, Tucson, Arizona, is awarded a $28,319,306 firm fixed price contract for spare parts and section level spares in support of the Evolved Seas Sparrow Missile Block 1 Program. Work will be performed in Mississauga, Canada (30%); Rothenbach, Germany (27%); Raufoss, Norway (22%); Hengelo, Netherlands (9%); Ankara, Turkey (4%); Adelaide, Australia (2%); Joplin, Missouri (2%); and various locations below one % (4%), and is expected to be completed by December 2022. This contract is for the procurement of ESSM Block 1 spare parts and assembly-level components for the U.S. and the NATO Sea Sparrow Consortium nations. The ESSM program is an international cooperative effort to design, develop, test and procure ESSM missiles. The ESSM provides enhanced ship defense. This is a sole-source award under 10 U.S. Code 2304 (c)(4) authority pursuant to an international agreement between the United States and NATO Sea Sparrow Consortium nations. Fiscal 2019 operation and maintenance (Navy); fiscal 2019 weapons procurement (Navy); and fiscal 2019 other customer funds in the amount of $28,319,306 will be obligated at time of award, and $17,988,971 will expire at the end of the current fiscal year. This contract was not competitively procured via the Federal Business Opportunities website, in accordance with Federal Acquisition Regulation 6.302-4 (international agreement). The Naval Sea Systems Command, Washington, District of Columbia, is the contract activity (N00024-19-F-5424). The Whiting-Turner Contracting Co., Greenbelt, Maryland, is awarded a $22,911,402 firm-fixed-price contract for construction of medical/dental replacement at Marine Corps Base Camp Lejeune. The work to be performed provides for construction of a new two story freestanding medical/dental replacement located at the Marine Corps Base, Camp Lejeune, North Carolina. All Engineering systems will be furnished including structural; fire suppression; plumbing; heating, ventilation and air conditioning; electrical; and communications. The basic structural frame will be comprised of steel beams supporting a steel bar joist and steel deck roof system. Work will be performed at Camp Lejeune, North Carolina, and is expected to be completed by October 2021. Fiscal 2018 military construction (Navy) contract funds in the amount of $22,911,402 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9265). The Whiting-Turner Contracting Co., Greenbelt, Maryland, is awarded a $21,875,257 firm-fixed-price contract for construction of medical/dental replacement at Marine Corps Base (MCB) Camp Lejeune, North Carolina. The work to be performed will construct a medical/dental clinic replacement to deliver primary medical and dental care to incorporate new two- team marine centered medical homeport (MCMH) concept in supporting marine active duty personnel currently being seen in substandard battalion aid stations located across MCB Camp Lejeune. Exterior shall be compatible with base exterior appearance plan and Branch Health Clinic French Creek existing structure. Temporary buildings numbers 67 A,B,C,D,G,H,I,J and Interim MCMH will be demolished. Supporting facilities include utilities, site improvements, access drive, parking, and shall include low impact development. Work will be performed in Camp Lejeune, North Carolina, and is expected to be completed by October 2021. Fiscal 2018 military construction, (Navy) contract funds in the amount of $21,875,257 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9266). Crowley Government Services Inc., Jacksonville, Florida (N6238715C5301), is awarded a $17,427,389 modification under a previously awarded firm, fixed-price contract to fund the fourth, one-year option period. Contract option four is being exercised in the amount of $17,427,389. This contract is for operation and maintenance of five roll-on/roll-off and container vessels. This contract includes a 12-month base period and four 12-month option periods, which, if exercised, would bring the cumulative value of this contract to $137,812,218. Work will be performed at sea worldwide and is expected to be completed, if all options are exercised, by Sept. 30, 2020. Working capital contract funds in the amount of $17,427,389 are obligated for fiscal 2020, and will not expire at the end of the current fiscal year. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N6238715C5301). 3e Technologies International Inc., Rockville, Maryland, is awarded a $17,119,084 modification to previously awarded cost plus fixed fee, firm fixed price contract (N00174-16-C-0046) to exercise option year III (three) for continued naval facility infrastructure support. This SBIR Phase III Critical Infrastructure Control and Monitoring System project is structured to provide Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Maryland (NSWC IHEODTD) and other selected ashore Naval shore facilities the ability to monitor critical areas for anti-terrorism/force protection (AT/FP) intrusions, provide a decision support and command control system that will optimize the use of energy systems and utilities assets by automating energy systems monitoring, and provide real-time sensor network connectivity for NSWC IHEODTD and ashore infrastructure to facilitate collaboration within the local Command Center, AT/FP security responders, and public works/utility systems providers via Critical Infrastructure Monitoring of existing Supervisory Control and Data Acquisition/Direct Digital Control systems into a central monitoring capability. Work will be performed at Joint Base Pearl Harbor Hickam, Hawaii (56%), San Diego, California (44 %), and is expected to be complete by September 2020. Fiscal 2019 operations and maintenance (Navy), 2019 operations and maintenance, (Air Force), working capital fund (Navy), and 2019 operations and maintenance (Army National Guard) funding in the amount of $1,499,961 will be obligated upon execution of this modification and expire at the end of the current fiscal year. Working capital funds (Navy) are true working capital funds however, they included a note upon acceptance stating funds expire and must be executed by September 30, 2019. This contract was awarded on a sole-source basis in September 2016 in accordance with FAR 6.302-5: Authorized or Required by Statute – 10 U.S.C. 2304 (c) (5). The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Maryland, is the contracting activity. The Boeing Co., Seattle, Washington, is awarded a $13,489,070 cost-plus-fixed-fee delivery order (N0001919F2968) against a previously issued basic ordering agreement (N00019-16-G-0001) for supplies and engineering services in support of government flight operations on the P-8A flight test aircraft and the Naval Air Station System Integration Laboratory. Work will be performed in Patuxent River, Maryland (64%); Seattle, Washington (33%); and St. Louis, Missouri (3%), and is expected to be completed in September 2020. Fiscal 2018 and 2019 aircraft procurement (Navy) funding in the amount of $13,489,070 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. CounterTrade Products Inc., Arvada, Colorado, is awarded a $13,332,995 modification for the option exercise of a previously awarded contract (M67854-19-F-2038). This modification is to exercise certain option contract line items for the previously agreed upon quantities. Work will be performed in Altoona, Pennsylvania. Items will be delivered according to the schedule appearing in the awarded contract. All deliveries are expected to be complete by July 2020. Fiscal 2019 procurement (Marine Corps) funds in the amount of $13,332,995 will be obligated for the modification and funds will not expire the end of the current fiscal year. This contract was competitively procured using full and open competition after exclusion of sources as a Small Business Set-aside via National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement website with six offers received. The Marine Corps Systems Command in Quantico, Virginia, is the contracting activity (M67854-19-F-2038). General Dynamics Electric Boat (GDEB) Corp., Groton, Connecticut, is awarded a $13,032,726 not-to-exceed, undefinitized delivery order under a previously awarded multiple-award indefinite-delivery/indefinite-quantity (ID/IQ) contract (N00024-16-D-4300) for the planning, material procurement, and repair work for USS Indiana (SSN 789). Work will be performed in Groton, Connecticut and is expected to be completed by December 2019. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $6,516,363 will be obligated at time of award and will expire at the end of the current fiscal year. In accordance with 10 U.S.C. 2304(c)(1), a Fair Opportunity Notice was issued to both multiple award contracts ID/IQ holders Sept.5, 2019. Only GDEB expressed interest in performing the work. The Supervisor of Shipbuilding, Conversion and Repair, Groton, Connecticut, is the contracting activity. Global Connections to Employment Inc., Pensacola, Florida, is awarded $12,147,228 for modification P00013 to extend the previously awarded firm-fixed-price contract (N68836-17-C-0005) to exercise Federal Acquisition Regulation 52.217-9 for option period three for full food and mess attendant services in support of Naval Air Station, Pensacola and Navy Explosive Ordnance Disposal School Elgin Air Force Base (AFB), and mess attendant services in support of Naval Construction Battalion Center, Gulfport. The contract includes a one-month base period, two 12-month option periods, one 11-month option period, and a six-month extension option under Federal Acquisition Regulation 52.217-8, which if all options are exercised, would bring the cumulative value of this contract to $45,737,677. Work will be performed in Pensacola, Florida (60%); Elgin AFB, Florida (20%); and Gulfport, Mississippi (20%), and work is expected to be completed by August 2020. If all options on the contract are exercised, work will be completed by February 2021. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $2,532,017 will be incrementally funded throughout the period of performance, and funds will not expire at the end of the current fiscal year. This contract is a sole-source procurement under the Ability One Program (Federal Acquisition Regulation Part 8.704), with one offer received. Naval Supply Systems Command Fleet Logistics Center Jacksonville, Florida, is the contracting activity. EG Designbuild LLC,* Germantown, Maryland, is awarded a firm-fixed-price task order N4008519F7102 at $11,677,128 under a small business design-build/design-bid-build general construction multiple award construction contract for the repair and renovation of Bachelor Enlisted Quarters 288 at Navy Medical Center Portsmouth. The work to be performed provides for renovation of the residential units, laundry rooms, common and administrative areas; and replacement of heating, ventilation, and air conditioning systems and associated equipment consisting of ductwork, piping, hardwired programmable thermostat controls, occupancy sensors, exhaust systems, water booster pump and architectural finishes. Repair of fire protection systems, plumbing systems with fixtures and exterior residential unit doors with latching/locking. Work will be performed in Portsmouth, Virginia, and is expected to be completed by November 2020. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $11,677,128 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-1126). Hexagon US Federal Inc., Huntsville, Alabama, is awarded an $11,601,118 firm-fixed-price contract for the purchase of Consolidated Emergency Response 2.0 System Integration and Installation at Marine Corps Air Station (MCAS) Yuma, Arizona; MCAS Iwakuni, Japan; and Marine Corps Base Camp Lejeune, North Carolina. Work will be performed at MCAS Yuma (26%); MCAS Iwakuni (37%); and MCB Camp Lejeune (37%). Full System and start of warranty is to be delivered no later than Sept. 29, 2020, with completion of warranty and ultimate contract completion no later than Sept. 29, 2021. Fiscal 2019 procurement Marine Corps (PMC) funds in the amount of $11,601,118 will be obligated for the two-year delivery. This contract was awarded utilizing the authority of other than full and open competition in accordance with Federal Acquisition Regulation (FAR 6.302-1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-C-4924). TOTE Services Inc., Jacksonville, Florida, is awarded an $11,594,773 modification under a previously awarded firm, fixed-price contract (N3220518C3101) to exercise a one-year option for the operation and maintenance of the Sea-Based X-Band Radar Platform (SBX-1). The vessel is operated for the Missile Defense Agency to provide limited test support services and is a contingency component of the ground based mid-course defense element of the ballistic missile defense system for the U.S. Strategic Command. The vessel may also be used for other government missions as directed or placed in a reduced operating status. Work will be performed in the Pacific Ocean operating area, and is expected to be completed by Sept. 30, 2020. Working capital contract funds in the amount of $11,594,773 are obligated for fiscal 2020, and will not expire at the end of the fiscal year. The U.S. Navy's Military Sealift Command is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded an $11,256,447 firm-fixed-price delivery order (N6833519F0696) against a previously issued basic ordering agreement (N68335-15-G-0022). This delivery order procures 34 peculiar support equipment (PSE) end items and radar PSE for the APG-79 antenna in support of organizational and intermediate levels of maintenance for the F/A-18E/F and EA-18G aircraft. Work will be performed in St. Louis, Missouri, and is expected to be completed in September 2021. Fiscal 2017 and 2019 aircraft procurement (Navy) funds in the amount of $11,256,447 will be obligated at time of award, $9,805,015 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Opportunities and Resources, Inc., Wahiawa, Hawaii, is awarded a $10,749,214 modification under an indefinite-delivery/indefinite-quantity contract for the exercise of option three for custodial services at various locations on Oahu. The work to be performed provides for custodial services to ensure facilities are clean and sightly. The work includes, but is not limited to, emptying waste containers, low area cleaning, high area cleaning, interior and exterior window cleaning, floor care, restroom cleaning services, and building perimeter services for approximately 545 buildings. Total amount of the option (recurring and non-recurring) is $10,749,214 -- recurring $10,198,440 and non-recurring $550,774. After award of this option, the total cumulative contract value will be $41,290,273. Work will be performed in Oahu, Hawaii, and this option period is from October 2019 to September 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance, (Navy) contract funds in the amount of $10,198,440 for recurring work will be obligated on individual task orders during the option period. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl-Harbor-Hickam, Hawaii, is the contracting activity (N62478-16-D-2452). Shape Construction, Inc.,* Poulsbo, Washington, is awarded a firm-fixed-price task order N4425519F4431 at $10,374,690 under a multiple award construction contract. The work will renovate building 1 located at Naval Undersea Warfare Center (NUWC), Keyport, Washington. The work to be performed includes seismic retrofit, fire protection and renovations including structural, architectural, mechanical, plumbing, electrical, communications, elevator upgrades, with incidental related work. The task order also contains two unexercised options and a furniture, fixtures, and equipment contract line item number, which, if exercised, would increase cumulative task order value to $13,214,293. Work will be performed in Keyport, Washington, and is expected to be completed by April 2021. Fiscal 2019 Navy working capital fund, contract funds in the amount of $10,374,690 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4006). Harris Corp., Palm Bay, Florida, is awarded a $10,113,048 modification (P00014) to a previously awarded firm-fixed-price contract (N00421-17-C-0024). This modification is for the procurement of 114 Fibre Channel Network Switches for the U.S. Nav

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

    September 26, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

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

    NAVY BAE Systems, Information and Electronic Systems Integration Inc., Hudson, New Hampshire, is awarded a $2,684,650,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Advanced Precision Kill Weapon System (APKWS) II full rate production Lots 8-12. This award procures WGU-59/B units to upgrade the current 2.75-inch rocket system to a semi-active laser guided precision weapon to support Navy, Army, Air Force, and foreign military sales requirements to include the governments of Iraq, Lebanon, Netherlands, Jordan, Afghanistan, United Kingdom, Tunisia, Philippines and Australia. Work will be performed in Hudson, New Hampshire (54%); and Austin, Texas (46%), and is expected to be completed in December 2025. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0026). Methuen Construction Co. Inc., Plaistow, New Hampshire, is awarded a $59,397,989 firm-fixed-price contract for construction of a paint blast and rubber consolidation facility located at the Portsmouth Naval Shipyard. Work will be performed in Kittery, Maine, and is expected to be completed by September 2023. Project P-293 will consolidate paint, blast, rubber manufacturing, and plastic molding operations into one location within the controlled industrial area by constructing a new facility, converting existing buildings, and demolishing excess footprint. The new facility will be low-rise and consist of high and low-bay industrial shop areas, as well as offices, break rooms, locker rooms, training and support spaces. Buildings #55, #60 and #74 will be renovated and converted to support industrial, maintenance and their administrative functions. Project relocates and consolidates Shop #06 into Building #60. The new facility will support installation of new blast and paint booths requiring ventilation systems, dust collectors, and full floor grit recovery systems. New production areas will also support consolidation of rubber production and molding operations, fiberglass repairs, adequate cleaning/prep areas and environmentally controlled storage for curing preserved products. The high bay area and shaft refurbishment booth will be equipped with bridge cranes. The very large parts work area will have convenient access for portal crane from the waterfront and trucks for component delivery. Fiscal 2018 military construction, (Navy) contract funds in the amount of $59,397,989 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9261). BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $50,383,950 cost-plus-incentive-fee, cost-plus-fixed-fee contract modification (P00037) to a previously awarded and announced contract (N00030-17-C-0001) to provide services for the U.S. and United Kingdom Trident II D5 strategic weapon system programs, U.S. SSGN (guided missile submarine) attack weapon systems, nuclear weapon surety, and future concepts. Work will be performed at Rockville, Maryland (70.3%); Washington, District of Columbia (14.33%); Kings Bay, Georgia (5.1%); Silverdale, Washington (2.7%); Norfolk, Virginia (1.5%); San Diego, California (1.5%); Alexandria, Virginia (1.1%); Barrow, United Kingdom (1.1%); Ocala, Florida (0.20%); Ball Ground, Georgia (0.20%); Saint Mary's, Georgia (0.20%); Pittsfield, Massachusetts (0.17%); Montgomery Village, Maryland (0.15%); Thurmont, Maryland (0.15%); Buffalo, New York (0.15%); New Lebanon, New York (0.15%); New Paris, Ohio (0.15%); Downington, Pennsylvania (0.15%); Wexford, Pennsylvania (0.15%); Alton, Virginia (0.15%); Springfield, Virginia (0.15%); Vienna, Virginia (0.15%); and Baltimore, Maryland (0.10%), with an expected completion date of Sept. 30, 2020. Subject to the availability of funding, fiscal 2020 operation and maintenance (Navy) contract funds in the amount of $39,721,974; and the United Kingdom funds in the amount of $10,661,976, will be obligated. No funds will expire at the end of the current fiscal year. This contract was a sole source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-17-C-0001). Crowley Government Services Inc., Jacksonville, Florida, is awarded a $49,329,212 modification for the fixed-price portion of a previously awarded contract (N6238715C3135) to fund the operation and maintenance of six maritime prepositioning force vessels, which include the five USNS 2ND LT John P. Bobo class vessels and USNS GYSGT Fred W. Stockham (T-AK 3017). This modification exercises the fourth of four one-year option periods of this contract. The vessels will continue to support Military Sealift Command's worldwide prepositioning requirements. Work will be performed at sea worldwide and is expected to be completed by Sept. 30, 2020. Navy Working Capital Funds in the amount of $49,329,212 are obligated for fiscal 2020, and will not expire at the end of the fiscal year. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N6238715C3135). U.S. Marine Management Inc., Norfolk, Virginia, is awarded a $17,838,903 modification under a previously awarded firm-fixed-price contract (N3220517C3503) to fund the third one-year option period. The option will continue to provide one U.S.-flagged Jones Act tanker, M/T Maersk Peary (T-AOT 5246) for the transportation of petroleum product in support of Operation Deep Freeze. The vessel is capable of deployment to worldwide locations. The current contract includes a seven-month firm period of performance and four one-year option periods. Work will be performed worldwide and is expected to be completed by Sept. 30, 2020. The option will be funded by fiscal 2020 transportation working capital funds. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220517C3503). The Boeing Co., Seattle, Washington, is awarded a $16,063,380 modification (P00154) to a previously awarded firm-price-incentive-firm, firm-fixed-price contract (N00019-14-C-0067). This modification provides for the Lots 6-8 retrofit of optical sensor capability A-kits, aircraft updates, remote interface unit wiring and the Dry Bay Fire Protection System as well as the Lots 9-10 production and delivery of the optical sensor capability and the Dry Bay Fire Protection System for the Navy and the governments of Australia, the United Kingdom and Norway in support of P-8A aircraft retrofits and production. Work will be performed in Jacksonville, Florida (50%); Seattle, Washington (30%); and City, Australia (20%), and is expected to be completed in February 2024. Fiscal 2017, 2018 and 2019 aircraft procurement (Navy); and Foreign Military Sales funds in the amount of $20,230,172 will be obligated at time of award, $4,137,839 of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($8,609,976; 54%); the government of Australia ($4,190,152; 26%); the government of the United Kingdom ($2,385,272; 15%); and the government of Norway ($877,980; 5%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Sauer Inc., Jacksonville, Florida, is awarded a $12,912,850 firm-fixed-price contract for recapitalization of ordnance magazines at Harvey Point Defense Testing Facility. Work will be performed in Hertford, North Carolina, and is expected to be completed by May 2021. The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $22,511,903. Fiscal 2019 operation and maintenance, (Navy) contract funds in the amount of $12,912,850 are obligated on this award and will expire at the end of the current fiscal year. The work includes demolition of 16 existing magazines and construction of five new magazines. Options if exercised will include demolition of 15 existing magazines and construction of five new magazines. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9163). Compunetix Inc.,* Monroeville, Pennsylvania, is awarded a $12,566,654 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract procures hardware and technical services to support the current release of the Mission Voice Platform (MVP) software suite as well as associated hardware components in support of the Atlantic Test Range at the Naval Air Station, Patuxent River, Maryland. The MVP software supports real-time voice processing, display, and recording capabilities. Work will be performed in Patuxent River, Maryland, and is expected to be completed in September 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0056). Thales Defense and Security Inc., Clarksburg, Maryland, is awarded an undefinitized contract action delivery order (N00383-19-F-AQ05) with a maximum amount of $11,967,442 under a previously awarded basic ordering agreement N00383-17-G-AQ01 for repair of 73 dome sonars in support of the H-60 Airborne Low Frequency Sonar system. Work will be performed in Clarksburg, Maryland (50%); and Brest, France (50%). Work is expected to be completed by December 2020. Fiscal 2019 working capital funds (Navy) in the amount of $6,091,285 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Woodward Inc., Fort Collins, Colorado, is awarded a $10,517,399 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for interface equipment for the Rolls-Royce 501-K34 and 501-K17 ship service gas turbine generator. Work will be performed at the contractor's facility located in Fort Collins, Colorado, and is expected to be complete by September 2024. Fiscal 2018 and 2017 other procurement (Navy) funding in the total amount of $769,323 will be obligated at time of award, and funding in the amount of $100,802 will 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-4035). EMS Development Corp., Yaphank, New York, is awarded a $10,300,821 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for supplies relating to the maintenance and repair of the Advanced Degaussing Systems onboard T-AKE Lewis and Clark class vessels. Work will be performed at the contractor's facilities in Yaphank, New York, and is expected to be complete by September 2024. Fiscal 2019 Defense Working Capital funding in the amount of $69,014 will be obligated at time of award, and will 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), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). EMS is the original designer, developer, and sole manufacturer of the items covered in this requirement. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4021). Harris Corp., Government Communications Systems, Palm Bay, Florida, is awarded a $9,251,213 firm-fixed-price contract for the procurement of 79 mass storage units and 198 bulk data cartridges to integrate Distributing Targeting System (DTS) capabilities into the F/A-18E/F and EA-18G aircraft production. In addition, this contract provides for a DTS test set Windows 10 to upgrade one existing test set and replace three test sets with the migration to the Windows 10 Operating System. Work will be performed in Malabar, Florida, and is expected to be completed in September 2025. Fiscal 2017 and 2019 aircraft procurement (Navy) funds in the amount of $9,059,463 will be obligated at time of award, $1,456,263 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1(a)(2)(iii). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0081). Modutech Marine Inc.,* Tacoma, Washington, is awarded a $7,337,175 firm-fixed price, General Services Administration (GSA) schedule delivery order for construction and delivery of one small harbor tug (YTL) service craft, along with Federal Supply Schedule (FSS) accessories and crew familiarization for the YTL. This GSA delivery order includes construction and delivery of one small harbor tugboat along with crew familiarization, FSS accessories, and a contract option for one additional small harbor tugboat, which also includes crew familiarization and FSS accessories. Work under the order will be performed in Tacoma, Washington, and is expected to be completed by July 2021. The cumulative value of this contract is $13,473,350, which includes the value of options. Fiscal 2019 Shipbuilding and Conversion (Navy) funding in the amount of $7,337,175 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured as a small business set aside via the GSA eBuy website with two quotes received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-F-2240). DEFENSE INTELLIGENCE AGENCY The Buffalo Group, Reston, Virginia, has been awarded a base year plus four option year time and materials contract (HHM402-19-C-0091) with a ceiling of $301,029,226 to provide service support for intelligence analysis and support activities to U.S. Central Command Intelligence Directorate (J2). Work will be performed at MacDill Air Force Base, with an expected completion date of Nov. 30, 2024. Fiscal 2019 operations and maintenance funds in the amount of $41,139,319 are being obligated at time of award. This contract has been awarded through competitive acquisition and 11 offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. VAE Inc.,* Springfield, Virginia, was awarded an $8,390,583 firm-fixed-price contract (HHM402-19-F-0240) to provide information technology products necessary for government operations. The required products will be delivered to the Defense Intelligence Agency's Defense Logistics Operation Center by Dec. 30, 2019. Fiscal 2019 operations and maintenance funds in the full amount of $8,390,583 are being obligated at time of award. This contract was awarded through a small business set-aside and nine offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. ARMY Lockheed Martin Corp., Liverpool, New York, was awarded a $281,076,408 hybrid (fixed-price-incentive (firm target), firm-fixed-price and cost reimbursable (no profit/fee)) contract to acquire 18 Sentinel A4 Radar Systems. Three bids were solicited with three bids received. Work will be performed in Liverpool, New York, with an estimated completion date of March 31, 2026. Fiscal 2019 research, development, test and evaluation funds in the amount of $6,500,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0058). Gilbane Federal, Concord, California (W912GB-19-D-0040); Bryan 77 Construction JV, Colorado Springs, Colorado (W912GB-19-D-0041); Eiffage Infraestructuras SA, Dos Hermanas, Spain (W912GB-19-D-0039); BBGS SP Z O O, Warsaw, Poland (W912GB-19-D-0042); Warbud SA SKE Support Services GMBH MATOC Poland 1 Spolka Jawna, Warsaw, Poland (W912GB-19-D-0043); and Zafer Taahhut Insaat Ve Ticaret Anonim Sirketi, Ankara, Turkey (W912GB-19-D-0044), will compete for each order of the $249,500,000 firm-fixed-price contract for design and build. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2024. U.S. Army Corps of Engineers, Europe, is the contracting activity. Northrop Grumman Technology Services, Herndon, Virginia, was awarded an $88,074,985 time and materials contract for research facilitation laboratory services. One bid was solicited with one bid received. Work will be performed in Monterey, California, with an estimated completion date of Sept. 28, 2022. Fiscal 2019 operations and maintenance, Army funds in the amount of $14,043,377 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-F-1334). Leidos Inc., Reston, Virginia, was awarded a $72,470,367 modification (P00037) to contract W911QX-16-C-0012 for support of continued operations, sustainment and integration of the Saturn Arch Program. Work will be performed in Bridgewater, Virginia, with an estimated completion date of Sept. 16, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $30,657,603 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Manson Construction Co., Seattle, Washington, was awarded a $43,865,000 firm-fixed-price contract for dredging. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 25, 2023. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-D-0016). Michels Corp., Brownsville, Wisconsin, was awarded a $34,748,425 firm-fixed-price contract for replacing three pump stations. Bids were solicited via the internet with three received. Work will be performed in Kansas City, Kansas, with an estimated completion date of Sept. 29, 2022. Fiscal 2019 civil construction funds in the amount of $34,748,425 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-1089). Dyncorp International LLC, Fort Worth, Texas, was awarded an $18,881,501 modification (P00256) to Foreign Military Sales (Taiwan) contract W58RGZ-13-C-0040 for aviation field maintenance services. Bids were solicited via the internet with three received. Work will be performed in Germany, Honduras and Kuwait with an estimated completion date of Dec. 31, 2019. Fiscal 2010 and 2019 Foreign Military Sales; and operations and maintenance, Army funds in the combined amount of $18,881,501 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Echo Ridge LLC,* Sterling, Virginia, was awarded a $12,960,856 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for purchase of hardware and software development of Low-Size, Weight, and Power handheld software-defined radio platform. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-19-D-0007). Tool Masters Inc.,* Tuscumbia, Alabama, was awarded a $12,550,306 firm-fixed-price, economic-price-adjustment contract for the supply of M18/M83 smoke hand grenades, AN-M14 incendiary hand grenades and M8 smoke pot metal parts. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0089). Patriot,* Dunkirk, Maryland, was awarded an $11,717,372 firm-fixed-price contract for renovation (Building 3072). Bids were solicited via the internet with nine received. Work will be performed in Aberdeen, Maryland, with an estimated completion date of March 18, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $11,717,372 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-C-0039). Edaptive Computing Inc.,* Dayton, Ohio, was awarded a $10,934,280 modification (P00007) to contract W911QY-17-C-0114 for improving medical technology. Work will be performed in Falls Church, Virginia, with an estimated completion date of Oct. 25, 2021. Fiscal 2019 research, development, test and evaluation funds in the amount of $4,836,038 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. DynCorp International LLC, Fort Worth, Texas, was awarded a $10,048,373 cost-plus-fixed-fee Foreign Military Sales (Iraq) contract for technical services, logistics, maintenance training and repairs. One bid was solicited via the internet with one bid received. Work will be performed in Fort Worth, Texas, with an estimated completion date of Sept. 25, 2020. Fiscal 2019 foreign military sales funds in the amount of $10,048,373 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-C-0198). Pontchartrain Partners LLC,* New Orleans, Louisiana, was awarded a $9,787,000 firm-fixed-price contract for dike raise. Bids were solicited via the internet with three received. Work will be performed in Houston, Texas, with an estimated completion date of Dec. 31, 2020. Fiscal 2019 construction and civil works funds in the amount of $9,787,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0021). AMTEC Corp.,* Janesville, Wisconsin (W15QKN-19-D-0115); and American Ordnance LLC, Middletown, Iowa (W15QKN-19-D-0118), will compete for each order of the $9,900,000 firm-fixed-price contract for 40mm grenade ammunition integration, fabrication, and testing support. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2024. U.S. Army Contracting Command, New Jersey, is the contracting activity. Sand Point Services LLC,* Anchorage, Arkansas, was awarded an $8,995,802 firm-fixed-price contract for new temporary lodging facility construction. Four bids were solicited with two received. Work will be performed in Charleston, South Carolina, with an estimated completion date of April 17, 2021. Fiscal 2019 military construction funds in the amount of $8,995,802 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W912HP-19-F-7010). TDX Quality LLC,* Cookstown, New Jersey, was awarded an $8,602,603 firm-fixed-price contract for construction, demolition, alteration, and replacement of HVAC components; replacement of electrical components; reconfiguration of interior walls, lighting, plumbing, fire suppression systems; and installation of exterior canopies. Bids were solicited via the internet with six received. Work will be performed in Trenton, New Jersey, with an estimated completion date of March 17, 2021. Fiscal 2018 and 2019 military construction; and operations and maintenance, Army funds in the amount of $8,602,603 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0022). Kleinfelder Inc., Rancho Cordova, California, was awarded an $8,000,000 modification (P00002) to contract W91238-16-D-0019 for geotechnical focused engineering, investigation and design services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 28, 2021. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity. Butt Construction Co. Inc.,* Dayton, Ohio, was awarded a $7,816,000 firm-fixed-price contract for renovations (Building 310 and Building 333). Bids were solicited via the internet with four received. Work will be performed in Lackland Air Force Base, Texas, with an estimated completion date of April 2, 2021. Fiscal 2019 operations and maintenance funds in the amount of $7,816,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0043). Structural Associates Inc.,* East Syracuse, New York, was awarded a $7,142,700 firm-fixed-price contract for renovation (Building 252). Bids were solicited via the internet with 10 received. Work will be performed in Portsmouth, New Hampshire, with an estimated completion date of Feb. 25, 2022. Fiscal 2019 sustainment, restoration and modernization funds in the amount of $7,142,700 were obligated at the time of the award. U.S. Army Corps of Engineers, New England, Massachusetts, is the contracting activity (W912WJ-19-C-0013). DEFENSE LOGISTICS AGENCY Sterling BV Inc.,* San Antonio, Texas, has been awarded a maximum $54,990,835 firm-fixed-price contract for various bakery items for unitized group rations. This was a competitive acquisition with three responses received. This is a four-year base contract with no option periods. Location of performance is Texas, with a Sep. 24, 2023, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-19D-Z213). Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $49,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Warfighter Information Network-Tactical antennas. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is New Jersey, with a Sept. 25, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-19-D-0078). The Lighthouse for the Blind Inc., Seattle, Washington, has been awarded a maximum $33,868,706 modification (P00014) exercising the second one-year option period to a one-year contract (SPE1C1-17-D-B027) with two one-year option periods for the Multi-Purpose Hydration System (MPHS) and associated components. This is a firm-fixed-price, indefinite-quantity contract. Location of performance is Washington, with a Sept. 24, 2020, performance completion date. Using military services are Army and Navy. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Becton, Dickinson and Co., Franklin Lakes, New Jersey, has been awarded a maximum $23,686,374 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical products. To date, this is the 14th contract awarded from standing solicitation SPM2D0-12-R-0004. This is a one-year base contract with nine one-year option periods. Location of performance is New Jersey, with a Sept. 28, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-19-D-0007). The Boeing Co., St. Louis, Missouri, has been awarded a maximum $11,761,000 firm-fixed-price delivery order (SPRPA1-19-F-QM32) against a five year basic ordering agreement (SPE4A1-19-G-0013) for F/A-18 aircraft radomes. This was a sole source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in the Federal Acquisition Regulation 6.302-1. Location of performance is Missouri, with a Sept. 30, 2021, performance completion date. Using customers are Navy and Foreign Military Sales. Type of appropriation is fiscal 2019 Navy working capital funds and Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. IMTT Epic LLC, Savannah, Georgia, has been awarded a maximum $11,728,344 firm-fixed-price contract for contractor-owned contractor-operated services for storage and handling facilities capable of receiving, storing, protecting, maintaining quality and shipping U.S. government owned product. This was a competitive acquisition with one offer received. This is a four-year base contract with one five-year option period and an option to extend, not to exceed six months. Location of performance is Alabama, with a Sept. 30, 2023, performance completion date. Using customers are Army, Air Force, Navy, Coast Guard and other federal government agencies. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-19-C-5009). American Water Operations & Maintenance LLC, Hill Air Force Base, Utah, has been awarded a maximum $11,503,080 modification (P00033) to a 50-year contract (SP0600-14-C-8290) for the water and wastewater operations and maintenance and the renewal and replacement monthly utility service charge. This is a fixed-price with economic-price-adjustment contract. Location of performance is Utah, with an Aug. 31, 2064, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. The Boeing Co., St. Louis, Missouri, has been awarded an estimated $10,680,018 firm-fixed-price delivery order (SPRPA1-19-F-QM30) against a five year basic ordering agreement (SPE4A1-19-G0013) for aircraft moveable canopies. This was a sole source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a four-year three-month contract with no option periods. Location of performance is Missouri, with a Dec. 25, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. ZOLL Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $8,788,500 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for airworthy suction apparatuses under the Corporate Exigency Contract program. This was a competitive acquisition with two responses received. This is a one-year base contract with four one-year option periods. Location of performance is Massachusetts, with a Sept. 24, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0034). Petro Marine Services,* Seward, Alaska, has been awarded a maximum $8,652,127 fixed-price with economic-price-adjustment contract for marine gas oil. This was a competitive acquisition with 41 responses received. This is a 60-month contract with one six-month option period. Location of performance is Alaska, with an Oct. 31, 2024, performance completion date. Using customers are Army, Navy, Coast Guard, Military Sealift Command and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE608-19-D-0371). Bell Helicopter, Fort Worth, Texas, has been awarded a maximum $7,930,951 firm-fixed-price delivery order (SPRPA1-19-F-M21T) against a five year basic ordering agreement (SPRPA1-16-G-001W) for H-1 aircraft yoke assemblies. This was a sole source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. This is a three-year eight-month contract with no option periods. Location of performance is Texas, with a May 31, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. AIR FORCE Good Vocation, Macon, Georgia, has been awarded a maximum value of $35,000,000 requirements, indefinite delivery/indefinite-quantity contract to support Air Force Material Command. This contract supports Robins Air Force Base-Wide custodial services. This contract provides for a one year basic contract, with four one-year annual ordering periods for a total period of performance of five years. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed Sept. 30, 2024. This award is the result of a mandatory source acquisition in conjunction with Source America and AbilityOne. Fiscal 2020 operations and maintenance and Consolidated Sustainment Activity Group funds will be used and no funds have been obligated to the time of award. The Air Force Material Command Operational Contracting, Warner Robins, Georgia, is the contracting activity (FA8501-19-D-A018). Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $33,119,511 firm-fixed-price task order to deliver Windows 10 migration of the Ground Minuteman Automated Test Stand. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by July 31, 2023. This award is the result of a sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $2,523,781 are being obligated at the time of award. The Air Force Nuclear Weapons Center, ICBM Contracting Division, Hill Air Force Base, Utah, is the contracting activity (FA8204-19-F-0062). Vectren Energy Delivery of Ohio, Fairborn, Ohio, has been awarded a $16,253,772 task order for natural gas distribution. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Sept. 30, 2029. This award is the result of a sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $1,353,792 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8601-19-F-A207). Sierra Nevada Corp., Sparks, Nevada, has been awarded a $14,586,963 cost-plus-fixed-fee completion contract for Agent Based Core Development and Capabilities software. This contract will extend the Enterprise Engine Model-Oriented Development Environment to an open standards-based agent development architecture and framework and apply it to intelligence and defense use cases. Work will be performed at Sparks, Nevada; and Herndon, Virginia, and is expected to be completed by Sept. 25, 2022. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation in the amount of $4,812,383 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0139). The Boeing Co., Seattle, Washington, has been awarded an $11,986,000 modification (P00154) to previously awarded contract FA8625-11-C-6600 for radio frequency (RF) simulator equipment and support. This modification will provide for an RF simulator capable of integrating with the suite of equipment included in the ongoing MDF reprogramming center equipment effort. Work will be performed in Seattle, Washington; and Robins Air Force Base, Georgia, and is expected to be completed by July 20, 2021. Fiscal 2017 aircraft procurement funds in the amount of $11,986,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. The Institute for Human and Machine Cognition, Pensacola, Florida, has been awarded an $8,974,967 contract for the Peerless Operator Biologic Aptitude effort. This contract maps the complex and hierarchical networks of molecular expression circuits that drive physical, physiological, cognitive, behavioral, and team performance phenotypes considered key to operator success. The contract provides phenotypic assays and biological circuit feature sets predictive of operator and cadre performance as well as multilayered expression circuit analysis tools and platform. Work will be performed in Pensacola, Florida; Pittsburgh, Pennsylvania; Princeton, New Jersey; Birmingham, Alabama; New York, New York; La Jolla, California; and Virginia Beach, Virginia, and is expected to be completed by May 31, 2021. This award is the result of a competitive acquisition and 15 offers were received. Fiscal 2019 research, development, test, and evaluation funds in the amount of $250,000 are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-7944). Raytheon Co., Marlborough, Massachusetts, will be awarded a $7,961,184 modification (P00041) to previously awarded contract FA8204-13-F-0009 for the communications installation and sustainment support contract. The contract modification is to definitize a change order and pay actuals incurred for the modification to the design of the Minuteman Minimum Essential Emergency Communications Network program update racks. This modification provides for the installation performed under the basic contract. Work will be performed at Malmstrom Air Force Base, Montana; F.E. Warren Air Force Base, Wyoming; and Minot Air Force Base, North Dakota, and is expected to be completed by Feb. 28, 2021. The total cumulative face value of the contract is $62,018,401. Fiscal 2017 and 2018 missile procurement funds in the amount of $7,961,184 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity. General Electric Research, Niskayuna, New York, has been awarded a $7,202,223 contract for the Measuring Biological Aptitude effort. The contractor will develop a generalizable computational platform to assess warfighter aptitude and performance based on expression circuits that link macroscopic phenotypes to the underlying molecular biology of the individual. Work will be performed at Niskayuna, New York; Cambridge, Massachusetts; Storrs, Connecticut; and Bethesda, Maryland, and is expected to be complete by May 31, 2021. This award is the result of a competitive acquisition and 15 offers were received. Fiscal 2019 research, development, test, and evaluation funds in the amount of $250,000 are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-7945). DEPARTMENT OF DEFENSE EDUCATION ACTIVITY FCN Technology Solutions, Rockville, Maryland (HE125419F3015), has been awarded a delivery order for laptop computers, desktop computer, and computer carts in the amount of $11,659,268. The location of delivery will be U.S., European and the Pacific regions. The initial delivery is 90 days after receipt of award and covers 12 months. Fiscal 2019 operations and maintenance funds will be used to fund the initial order. This contract was competitively procured via a request for quote HE125419Q3018 under the NASA Solutions for Enterprise-Wide Procurement indefinite-delivery/indefinite-quantity contract, with four offers received. The contracting activity is the Department of Defense Education Activity, Alexandria, Virginia. (Awarded Sept. 23, 2019) *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1971381/source/GovDelivery/

  • A new contract offers on-demand support for cyber missions

    September 26, 2019 | International, C4ISR

    A new contract offers on-demand support for cyber missions

    By: Mark Pomerleau The government has selected Parsons for a $590 million cyber contract called Combatant Commands Cyber Mission Support (CCMS). The contract, run out of the General Services Administration, will support cyber capabilities — both hardware and software requirements — across the government to include geographic and functional combatant commands, the interagency and federal/civilian agencies. “The contract, the way it was structured was to be able to develop and deliver capability multidomain capability across the services, both defensive, non-defensive capabilities, as well as open-source, intelligence analytics through this contracting mechanism,” Paul Decker, executive vice president and head of cyber and intelligence business for Parsons, told Fifth Domain. “The intent of this is for it to be a multiuse contract to serve both the DoD, as well as interagencies across the department ... A key takeaway is as organizational requirements continue to get fed up through the various different tactical organizations, it is all going to be about having technology that is interoperable, integrateable and that can be used at each echelon at an organization.” More specifically, according to a source, the contract seeks to provide cyber research, development, test and evaluation, training and cyber tools. It will provide rapid capabilities and is thought to strengthen cyber operations for forces. Decker said that this could be one of many vehicles used by U.S. Cyber Command to procure capabilities. “This contract, CCMS, will likely be utilized as a means to help support additional requirements that the command could have, as well as any of the geographical commands and functional commands,” he said. “They're an organization that can absolutely utilize this vehicle, this acquisition vehicle to get their rapid needs serviced through this vehicle.” He also noted that the Department of Homeland Security could also use the contract, potentially, for election security needs. https://www.fifthdomain.com/dod/2019/09/25/a-new-contract-offers-on-demand-support-for-cyber-missions

  • No AI For Nuclear Command & Control: JAIC’s Shanahan

    September 26, 2019 | International, C4ISR

    No AI For Nuclear Command & Control: JAIC’s Shanahan

    By SYDNEY J. FREEDBERG JR. GEORGETOWN UNIVERSITY: “You will find no stronger proponent of integration of AI capabilities writ large into the Department of Defense,” Lt. Gen. Jack Shanahan said here, “but there is one area where I pause, and it has to do with nuclear command and control.” In movies like WarGames and Terminator, nuclear launch controls are the first thing fictional generals hand over to AI. In real life, the director of the Pentagon's Joint Artificial Intelligence Center says, that's the last thing he would integrate AI with. The military is beginning a massive multi-billion dollar modernization of its aging system for Nuclear Command, Control, & Communications (NC3), much of which dates to the Cold War. But the Joint Artificial Intelligence Center is not involved with it. A recent article on the iconoclastic website War on the Rocks argued “America Needs A ‘Dead Hand',” a reference to the Soviet system designed to automatically order a nuclear launch if the human leadership was wiped out. “I read that,” Shanahan told the Kalaris Intelligence Conference here this afternoon. “My immediate answer is ‘No. We do not.'” Instead, the JAIC is very deliberately starting with relatively low-risk, non-lethal projects — predicting breakdowns in helicopter engines and mapping natural disasters — before moving on to combat-related functions such as intelligence analysis and targeting next year. On the Pentagon's timeline, AI will be coming to command posts before it is embedded in actual weapons, and even then the final decision to use lethal force will always remain in human hands. The standard term in the Pentagon now for human involvement with AI and weapons now is “human on the loop,” a shift from human IN the loop. That reflects greater stress on the advisory function of humans with AI and a recognition that domains like cyber require almost instantaneous responses that can't wait for a human. Hawkish skeptics say slowing down to ask human permission could cripple US robots against their less-restrained Russian or Chinese counterparts. Dovish skeptics say this kind of human control would be too easily bypassed. Shanahan does see a role for AI in applying lethal force once that human decision is made. “I'm not going to go straight to ‘lethal autonomous weapons systems,'” he said, “but I do want to say we will use artificial intelligence in our weapons systems... to give us a competitive advantage. It's to save lives and help deter war from happening in the first place.” The term “lethal autonomous weapons systems” was popularized by the Campaign to Stop Killer Robots, which seeks a global ban on all AI weapons. Shanahan made clear his discomfort with formal arms control measures, as opposed to policies and international norms, which don't bind the US in the same way. “I'll be honest with you,” Shanahan said. “I don't like the term, and I do not use the term, ‘arms control' when it comes to AI. I think that's unhelpful when it comes to artificial intelligence: It's largely a commercial technology,” albeit with military applications. “I'm much more interested, at least as a starting point, in international rules and norms and behavior,” he continued. (Aside from the space is governed almost exclusively “It's extremely important to have those discussions.” “This is the ultimate human decision that needs to be made....nuclear command and control,” he said. “We have to be very careful. Knowing ...the immaturity of technology today, give us a lot of time to test and evaluate.” “Can we use artificial intelligence to make better decisions, to make more informed judgments about what might be happening, to reduce the potential for civilian casualties or collateral damage?” Shanahan said. “I'm an optimist. I believe you can. It will not eliminate it, never. It's war; bad things are going to happen.” While Shanahan has no illusions about AI enabling some kind of cleanly surgical future conflict, he doesn't expect a robo-dystopia, either. “The hype is a little dangerous, because it's uninformed most of the time, and sometimes it's a Hollywood-driven killer robots/Terminator/SkyNet worst case scenario,” he said. “I don't see that worst case scenario any time in my immediate future.” “I'm very comfortable saying our approach — even though it is emerging technology, even though it unfolds very quickly before our eyes — it will still be done in a deliberate and rigorous way so we know what we get when we field it,” Shanahan said. “As the JAIC director, I'm focused on really getting to the fielding,” he said, moving AI out of the lab into the real world — but one step at a time. “We're always going to start with limited narrow use cases. Say, can we take some AI capability and put it in a small quadcopter drone that will make it easier to clear out a cave, [and] really prove that it works before we ever get it to a [large] scale production.” “We will have a very clear understanding of what it can do and what it can't do,” he said. “That will be through experimentation, that will be through modeling and simulation, and that will be in wargames. We've done that with every piece of technology we've ever used, and I don't expect this to be any different.” The JAIC is even looking to hire an in-house ethicist of sorts, a position Shanahan has mentioned earlier but sought to clarify today. “It'll be someone who's a technical standards [expert] / ethicist,” he said. “As we develop the models and algorithms... they can look at that make sure the process is abiding by our rules of the road.” “I'm also interested in, down the road, getting some help from the outside on sort of those deeper philosophical questions,” he continued. “I don't focus on them day to day, because of my charter to field now, but it's clear we have to be careful about this.” “I do not see that same approach in Russia or China,” Shanahan said. “What sets us apart is... our focus on real rigor in test and evaluation, validation and verification, before we field capability that could have lives at stake.” https://breakingdefense.com/2019/09/no-ai-for-nuclear-command-control-jaics-shanahan

  • Why Federal A&D Spending Is The Modern Interstate Highway System

    September 26, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Why Federal A&D Spending Is The Modern Interstate Highway System

    bY Michael Bruno Lockheed Martin recently broke ground on two new buildings in Courtland, Alabama, a small town 45 mi. west of Huntsville. The buildings will house the manufacturing and testing of hypersonics weapon programs. Lockheed expects to move at least 72 new jobs into Courtland and add another 200 in Huntsville over the next three years. It is big news for Courtland, which saw its population drop to 609 in the 2010 U.S. Census from 769 in 2000. But in the grand scheme of things, the dozens or perhaps hundreds of jobs involved—it is unclear how many are new hires versus relocations or backfill—are a fraction of Lockheed's roughly 105,000-person workforce. Yet it is what President Donald Trump wants to see—and where—and a result of record national security spending of $750 billion annually under his administration that includes new technology priorities such as hypersonics. Not surprisingly, Alabama's powerful Republican Senate appropriator Richard Shelby and Gov. Kay Ivey as well as Lockheed Chairman, CEO and President Marillyn Hewson and officials from the Air Force, Army and Navy made sure to be in Courtland for the public relations event Sept. 16. In 2016, Trump campaigned with a promise to provide a $1 trillion infrastructure plan to upgrade America. Roads, bridges and airports featured prominently. After he took office, Trump latched on to a contentious Republican proposal to outsource FAA air traffic control, which the White House called the cornerstone of his infrastructure push. All of it died legislatively. But before Democrats or others try to score points over the failure, they should understand Trump has still delivered. The truth is that Trump's defense spending and government support of commercial aviation and space are today's equivalent of the Dwight D. Eisenhower National System of Interstate and Defense Highways. They have been what passes for infrastructure spending, just without roads, bridges and airports. Increasingly, the employment figures are adding up, and so are the beneficiaries such as Courtland. The U.S. aerospace and defense (A&D) industry was responsible for more than 2.56 million jobs in 2018, a 5.5% gain over 2017, thanks primarily to a return to growth across the top tier and supply chain, according to September statistics from the Aerospace Industries Association. The trade association says A&D accounted for 20% of all U.S. manufacturing jobs and paid nearly $237 billion in wages and benefits last year, up 7.72% from 2017. In 2018, the average wage of an A&D worker was $92,742, an increase of 1.36%. That made the average A&D salary 87% higher than the national average salary of a U.S. worker. Hewson promises to hire thousands of workers, almost all in the U.S. “Roughly 93% of our employees are U.S.-based, as are 93% of our 16,000 suppliers, making Lockheed Martin a proud driver of broad-based economic development and opportunity in America,” the company says. A map of employment shows the company has at least 100 employees in half of the 50 states. This is the story across the industry, which is the model for farming taxpayer-funded work across the states in order to build political coalitions to support major A&D programs. On the same day of the Courtland event, Northrop Grumman unveiled its industry team bidding for the Ground-based Strategic Deterrent, including a contractor army of more than 10,000 people in at least 32 states. But all good things come to an end, and warnings are emerging that A&D's infrastructure-like run could sunset. “Trump is now in full ‘2020-reelection mode,' with continued 2022-26 defense funding growth rapidly becoming a secondary issue,” notes longtime defense consultant Jim McAleese. He points to a Sept. 9 rally in North Carolina at which Trump characterized the “rebuilding” of the U.S. military as “complete.” This can matter a lot to communities where federal A&D spending is focused. The Pentagon began to push out information this year to help states and local communities understand how much they depend on defense appropriations. In a report unveiled March 19 at the Brookings Institution, the Defense Department found the top 10 states by total defense spending received in fiscal 2017 accounted for $239.7 billion of the $407 billion total tracked that year. “There's no obvious correlation of red states or blue states, not that there should be,” noted Michael O'Hanlon, a senior fellow and Brookings analyst. Officials say communities should plan ahead. “It gets back to the rural areas,” says Patrick O'Brien, director of the Pentagon's Office of Economic Adjustment. “Some rural areas see a lot of defense spending; others do not. Where it is occurring, you probably have a very important facility or you have an important presence. And it's up to these local officials to get a better handle on it.” https://aviationweek.com/defense/why-federal-ad-spending-modern-interstate-highway-system

  • Northrop launches new divisions focused on space, cyber, unmanned tech

    September 25, 2019 | International, Aerospace, C4ISR, Security

    Northrop launches new divisions focused on space, cyber, unmanned tech

    By: Jaleah Dortch WASHINGTON — Northrop Grumman has created four new operating sectors — Aeronautics Systems, Defense Systems, Mission Systems and Space Systems — the company announced in a news release. Aeronautics System will serve as a manned and unmanned air system provider. Defense Systems will be a broad provider of critical technology services, modernization and sustainment. It will handle battle command systems, directed-energy technology, tactical weapons and information systems, and focus on solutions for national security, the military and civilian customers. Mission Systems will cover cybersecurity and software-defined systems for defense and intelligence applications. Space Systems will provide space and launch systems that served national security, civil and commercial customers. “This new operating structure allows us to take full advantage of our company's portfolio by aligning businesses that have shared markets, customers and technologies," said Kathy Warden, the head of Northrop. The company also announced the planned retirement of two executives: Patrick Antkowiak, corporate vice president as well as chief strategy and technology officer; and Christopher Jones, corporate vice president and president of the Technology Services division. https://www.defensenews.com/industry/2019/09/20/northrop-launches-new-divisions-focused-on-space-cyber-unmanned-tech

  • Boeing Australia collaborates on AI research for unmanned systems

    September 25, 2019 | International, C4ISR

    Boeing Australia collaborates on AI research for unmanned systems

    BRISBANE, Australia, Sept. 25, 2019 — Boeing [NYSE:BA] is partnering with Australia's Trusted Autonomous Systems Defence Cooperative Research Centre (DCRC) to develop advanced artificial intelligence (AI) technologies to create smarter unmanned systems for global forces. Embedding machine learning techniques on-board will help unmanned systems better understand and react to threat environments. “Over the next 12 months, Boeing Australia will design and test cognitive AI algorithms to enable sensing under anti-access conditions and to navigate and conduct enhanced tactics in denied environments,” said Dr. Shane Arnott, director of Phantom Works International. Boeing Australia's first innovation project with the DCRC will examine an unmanned system's route planning, location, and identification of objects and the platform's subsequent behavioural response. The DCRC for Trusted Autonomous Systems was announced by the Australian Government in 2017 to support the rapid creation and transition of industry-led trustworthy smart-machine technologies through the innovation ecosystem to the Australian Defence Force. “Together with Boeing, we are investing in advanced technology that can have real game-changing product outcomes for our military to match the evolving threats and achieve a sustainable autonomous industry for Australia,” said Professor Jason Scholz, chief executive officer of the DCRC for Trusted Autonomous Systems. Boeing will work with Australian university partners and Brisbane-based supplier RF Designs to flight-test and evaluate the capability with autonomous high performance jets. * The Trusted Autonomous Systems DCRC receives funding support from the Australian Government's Next Generation Technologies Fund and the Queensland Government's Advance Queensland initiative. # # # Contact: Melanie de Git Boeing Australia Mobile: +61 423 829 505 melanie.degit@boeing.com Trusted Autonomous Systems DCRC Phone: +61 7 3371 0524 info@tasdcrc.com.au View source version on Boeing : https://boeing.mediaroom.com/2019-09-24-Boeing-Australia-collaborates-on-AI-research-for-unmanned-systems#assets_20295_130508-117

  • Contract Awards by US Department of Defense - September 24, 2019

    September 25, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 24, 2019

    ARMY Globe Tech LLC, Plymouth, Michigan,* was awarded a $132,473,932 firm-fixed-price contract for Explosive Hazard Pre-detonation roller system and ancillary support parts. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0101). TRAX International Corp., Las Vegas, Nevada, was awarded a $90,080,397 modification (P00025) to contract W9124R-18-C-0001 for non-personal test support services. Work will be performed in Yuma, Arizona; and Fort Greely, Arkansas, with an estimated completion date of Sept. 30, 2020. U.S. Army Mission and Installation Contracting Command, Yuma, Arizona, is the contracting activity. ACC Construction Company Inc., Augusta, Georgia, was awarded a $28,917,160 firm-fixed-price contract for construction of a consolidated mission complex. Bids were solicited via the internet with three received. Work will be performed in Warner Robins, Georgia, with an estimated completion date of Sept. 30, 2021. Fiscal 2018 military construction funds in the amount of $28,917,160 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0042). Honeywell International Inc., Phoenix, Arizona, was awarded a $21,227,814 firm-fixed-price Foreign Military Sales (Kuwait and Saudi Arabia) contract for engine parts for the Advanced Gas Turbine-1500 tank engine rebuild. One bid was solicited with one bid received. Work will be performed in Phoenix, Arizona, with an estimated completion date of Feb. 28, 2022. Fiscal 2019 firm-fixed-price funds in the amount of $21,227,814 were obligated at the time of the award. U.S. Property and Fiscal Office, Topeka, Kansas, is the contracting activity (W912JC-19-C-5716). HDT Expeditionary System Inc., Solon, Ohio, was awarded a $14,236,369 firm-fixed-price contract for new production, resets, and independent demands for the F-100 Environmental Control Unit. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0109). M1 Services LLC, Denton, Texas, was awarded a $13,875,215 modification (P00040) to contract W9124G17C0104 for aviation maintenance. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of Jan. 15, 2028. Fiscal 2019 operations and maintenance, Army funds in the amount of $13,875,215 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Rucker, Alabama, is the contracting activity. Sevenson-USA Environmental JV,* Niagara Falls, New York, was awarded a $12,035,237 cost-plus-fixed-fee contract for environmental remediation construction, investigation, production piping and cleanup of environmental contamination. Bids were solicited via the internet with four received. Work will be performed in De Soto, Kansas, with an estimated completion date of Sept. 23, 2024. Fiscal 2019 Defense Environment Restoration Account, and Base Realignment and Closure funds in the amount of $12,035,237 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-3003). BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $10,987,920 modification (P00111) to contract W56HZV-15-C-0099 for systems technical support, engineering, logistics and fielding support for the Bradley Fighting Vehicle Family of Vehicles, the Multiple Launch Rocket System Carrier, and the M113 Armored Personnel Carrier Family of Vehicles. Work will be performed in San Jose, California; and Sterling Heights, Michigan, with an estimated completion date of Sept. 24, 2020. Fiscal 2017 and 2019 procurement defense wide funds in the amount of $10,987,920 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Jacobs Ewing Cole JV, Pasadena, California, was awarded a $9,900,000 firm-fixed-price for architect and engineering services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0010). Ashford International LLC,* Killen, Texas, was awarded a $9,548,666 firm-fixed-price contract for renovation of Building 26041. Bids were solicited via the internet with one received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Sept. 23, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,548,666 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-19-C-0038). Bhate Environmental Associates Inc., Birmingham, Alabama, was awarded an $8,829,287 firm-fixed-price contract for demolition services, abatement and removal of asbestos containing materials and other regulated materials, disconnect and capping of utilities, complete removal of utilities, disposal of all debris materials and restoration of the site to a specified condition. Nine bids were solicited with five bids received. Work will be performed in Panama City, Florida, with an estimated completion date of Feb. 25, 2021. Fiscal 2010 Air Force funds in the amount of $8,829,287 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-F-1248). Roen Salvage Co.,* Sturgeon Bay, Wisconsin, was awarded an $8,433,900 firm-fixed-price contract for pier repair. Bids were solicited via the internet with six received. Work will be performed in Duluth, Minnesota, with an estimated completion date of July 1, 2021. Fiscal 2019 civil works; and operations and maintenance funds in the amount of $8,433,900 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity (W911XK-19-C-0020). Seneca Construction Management LLC,* Killen, Texas, was awarded an $8,230,000 firm-fixed-price contract for renovation of Building 44012. Bids were solicited via the internet with four received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Sept. 23, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $8,230,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-19-C-0039). Ashridge Inc.,* St. Stephen, South Carolina, was awarded a $7,395,279 firm-fixed-price contract for Eagle Island disposal area improvements. Bids were solicited via the internet with two received. Work will be performed in Wilmington, North Carolina, with an estimated completion date of March 25, 2021. Fiscal 2019 civil construction; and rivers and harbors contributed and advanced funds in the amount of $7,395,279 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0034). NAVY Blue Rock Structures Inc.,* Pollocksville, North Carolina (N40085-16-D-6300); Daniels and Daniels Construction Co. Inc.,* Goldsboro, North Carolina (N40085-16-D-6301); Joyce and Associates Construction Inc.,* Newport, North Carolina (N40085-16-D-6302); Military and Federal Construction Co. Inc.,* Jacksonville, North Carolina (N40085-16-D-6303); Quadrant Construction Inc.,* Jacksonville, North Carolina (N40085-16-D-6304); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-16-D-6305), are being awarded a $67,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity, multiple award construction contracts for general construction services within the Marine Corps Installations East area of responsibility. After award of this modification, the total maximum dollar value for all six contracts combined will be $249,000,000. The work to be performed provides for general construction services including, but not limited to, new construction, demolition, repair, total/partial interior/exterior alteration/renovation of buildings, systems and infrastructure, and may include civil, structural, mechanical, electrical, communication systems, installation of new or extensions to existing high voltage electrical distribution systems, extensions to the existing high pressure steam distribution systems, extensions to the potable water distribution systems, extensions to the sanitary sewer systems, additional storm water control systems, painting, removal of asbestos materials and lead paint, and incidental related work. Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%), and is expected to be completed by December 2020. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operation and maintenance, (Marine Corps); and military construction funds. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Booz Allen Hamilton Inc., McLean, Virginia (N61331-19-D-0010); L-3 Unidyne Inc., Norfolk, Virginia (N61331-19-D-0011); and Atlantic Diving Supply Inc., Virginia Beach, Virginia (N61331-19-D-0012), are awarded a combined $48,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award supply contract for the provision of hardware, materials, and supplies to support the expeditionary warfare, maritime, littoral and mine warfare programs. The companies will compete for individual delivery orders. Work will be conducted in various Navy ship homeports, and is expected to be completed in September 2020. If all options are exercised, work will continue through September 2024. At the time of award, Booz Allen Hamilton is awarded a delivery order for $224,228; L-3 Unidyne is awarded $10,000; and Atlantic Diving Supply Inc. is awarded a delivery order for $159,714 and a delivery order for $316,757. Fiscal 2017 other procurement, (Navy) funding in the amount of $476,471 (67%); 2019 operation and maintenance, (Navy) funding in the amount of $183,529 (26%); and Navy working capital funding in the amount of $50,699 (7%), will be obligated at the time of award, and funding in the amount of $183,529 will expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity. Sauer Inc., Jacksonville, Florida, is awarded a $46,672,691 firm-fixed-price contract for design-build renovation of Building X132 for Military Sealift Command consolidation at Naval Station Norfolk. The contract also contains three planned modifications, which if exercised, would increase cumulative contract value to $61,869,188. The work to be performed provides for the design and construction for a comprehensive renovation of Building X132. The project purpose is to consolidate the administrative spaces of Military Sealift Command. The administrative spaces include open office, closed offices, classrooms, conference rooms, meeting rooms, break rooms, a secure enclave, two new security entrance vestibules, and two new stairwells. Four new passenger elevators and one new freight elevator will be provided, using three of the existing elevator shafts. The planned modifications, provides for the furniture fixtures and equipment, audio visual, and electronic security system. Work will be performed in Norfolk, Virginia, and is expected to be completed by March 2022. Fiscal 2019 Navy working capital fund, contract funds in the amount of $46,672,691 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9263). Ocean Ships Inc., Houston, Texas, was awarded a $47,539,641 modification under a previously awarded firm-fixed-price contract (N3220517C3100) to fund the second one-year option period for the operation and maintenance of six Oceanographic Survey ships and USNS Waters (T-AGS 45). This contract includes a 12-month base period, four 12-month option periods, and one six-month option period, which if exercised, would bring the cumulative value of this contract to $176,193,231. Work will be performed at sea, starting Oct. 1, 2019, and is expected to be completed, if all options are exercised, by Sept. 30, 2022. Fiscal 2020 operations and maintenance funds in the amount of $47,539,641 are being obligated and will expire at the end of the fiscal year. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. (Awarded Sept. 23, 2019) Huntington Ingalls Inc., Newport News, Virginia, is awarded a $38,000,000 cost-plus-fixed-fee, firm-fixed-price modification to a previously awarded contract (N00024-16-C-4316) to continue performance of the repair, maintenance, upgrades, and modernization efforts on the USS Helena (SSN 725) dry-docking selected restricted availability. The contracted requirements include advance and new work efforts necessary to repair, and maintain full unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity as defined in the availability work package during the Chief of Naval Operations scheduled availability. Work will be performed in Newport News, Virginia, and is expected to be complete in January 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $38,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, USN, Newport News, Virginia, is the contracting activity. Woodward HRT Inc., Santa Clarita, California, is awarded $20,612,550 for delivery order N00383-19-F-NM0K under previously awarded basic ordering agreement N00383-18-G-NM01 for the repair of 402 hydraulic drive units in support of the V-22 aircraft. Work will be performed in Santa Clarita, California, and will be completed by November 2020 with no option periods. Fiscal 2019 working capital funds (Navy) will be used and funds will not expire at the end of the current fiscal year. Funds in the full amount of $20,612,550 will be obligated at the time of award. One company was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Huntington Ingalls Industries, Newport News, Virginia, was awarded a $20,000,000 cost-plus-fixed-fee modification to previously-awarded contract N00024-15-C-4301 to continue performance of the repair, maintenance, upgrade and modernization efforts for the USS Columbus (SSN 762) engineered overhaul. The contracted requirements include the continuance of execution and new work efforts arising from the availability work package and additional required work discovered during the inspection of shipboard components. This work is necessary to ensure the submarine is operating at full technical capacity as defined in the availability work package during the Chief of Naval Operations scheduled maintenance availability. Work will be performed in Newport News, Virginia, and is expected to be completed by November 2020. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $20,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity. (Awarded Sept. 23, 2019) Huntington Ingalls Industries, Newport News, Virginia, is awarded a $20,000,000 cost-plus-fixed-fee modification to previously-awarded contract N00024-15-C-4301 to continue performance of the repair, maintenance, upgrade and modernization efforts for the USS Columbus (SSN 762) engineered overhaul. The contracted requirements include the continuance of execution and new work efforts arising from the availability work package and additional required work discovered during the inspection of shipboard components. This work is necessary to ensure the submarine is operating at full technical capacity as defined in the availability work package during the Chief of Naval Operations scheduled maintenance availability. Work will be performed in Newport News, Virginia, and is expected to be completed by November 2020. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $20,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity. Mercury Defense Systems Inc., Cypress, California, is awarded a $13,720,509 firm-fixed-price delivery order (N6833519F0285) against a previously issued basic ordering agreement (N00019-17-G-0017). This order is for 27 Type II advanced digital radio frequency memories hardware and software for the Navy, Air Force, National Guard and Reserve components. Work will be performed in Cypress, California (72%); and West Caldwell, New Jersey (28%), and is expected to be completed in June 2021. Fiscal 2018 research, development test evaluation (Air Force); 2019 missile procurement and aircraft procurement (Air Force); 2019 National Guard and Reserve Equipment (Defense); and 2019 working capital funds (Defense) funds will be obligated at time of award, $5,589,837 of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($8,130,672; 59%); National Guard and Reserve ($5,081,670; 37%); and Department of Defense ($508,167; 4%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Sealift Inc., Oyster Bay, New York, is awarded a $10,090,017 modification under a previously awarded firm, fixed-price contract (N32205165C3501) to fund the fourth one-year option period. The option will continue to provide one U.S. flagged vessel, M/V SSG Edward A. Carter Jr. (T-AK 4544), for the transportation and prepositioning of cargo (including, but not limited to, hazardous cargoes, explosives, ammunition, vehicular, containerized, and general cargoes); and for military readiness for the Department of the Army. The vessel is capable of deployment to worldwide locations. The current contract includes a five-month firm period of the performance, four one-year option periods and one five-month option period. Work will be performed worldwide and is expected to be completed by Sept. 30, 2020. The option will be funded by fiscal 2020 working capital funds. Military Sealift Command, Norfolk, Virginia, is the contracting activity. Delphinus Engineering Inc.,* Eddystone, Pennsylvania (N55236-18-D-0001); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N55236-18-D-0002); Epsilon Systems Solutions Inc.,* National City, California (N55236-18-D-0003); Tecnico Corp.,* Chesapeake, Virginia (N55236-18-D-0004); Southcoast Welding & MFG LLC,* Chula Vista, California (N55236-18-D-0005); Bay City Marine Inc.,* National City, California (N55236-18-D-0006); Pacific Ship Repair & Fab Inc.,* San Diego, California (N55236-18-D-0007), and Miller Marine Inc.,* San Diego, California (N55236-18-D-0008), are awarded a combined $7,092,147 firm-fixed-price contract modifications to exercise Option Year Two of their respective previously-awarded indefinite-delivery/indefinite-quantity multiple-award contracts to provide depot level repairs, interior and exterior preservation, barge modernization upgrades, dockside and dry dock services for Navy barges in the Pacific Southwest (San Diego) California area. Each contractor shall furnish the facilities and human resources capable of completing berthing and messing barge repair and maintenance services for barges assigned to or visiting the port of San Diego, California. Each contractor will compete for each delivery order when a requirement is identified. Work is expected to be completed by October 2020. No funding is being obligated at time of award. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. DEFENSE LOGISTICS AGENCY Atlantic Diving Supply Inc., doing business as ADS, Virginia Beach, Virginia, has been awarded a maximum $30,000,000 indefinite-delivery/indefinite-quantity bridge contract for facility maintenance, repair, and operations supplies and related incidental services. 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 11-month contract with no option periods. Location of performance is Southwest Africa, with an Aug. 26, 2020, performance completion date. Using customers are U.S. forces in U.S. Africa Command. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support Europe and Africa, Kaiserslautern, Germany (SPE5B1-19-D-0003). Golden State Medical Supply, Camarillo, California, has been awarded a maximum $9,500,000 firm-fixed-price requirements contract for Ziprasidone HCL capsules. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. Locations of performance are California and Canada, with a Sept. 23, 2020, performance completion date. Using customers are Department of Defense, Department of Veterans Affairs, Indian Health Services, and Federal Bureau of Prisons. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D2-19-D-0081). Propper International Inc., Cabo Rojo, Puerto Rico, has been awarded a maximum $8,586,758 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Type I and II flame resistant pants. This was a competitive acquisition with two offers received. This is one-year base contract with four one-year option periods. Location of performance is Puerto Rico, with a Sept. 24, 2024, performance completion date. Using customer is the U.S. Forest Service. 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-1195). Alamo Strategic Manufacturing,* San Antonio, Texas, has been awarded a maximum $7,329,798 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Intermediate Cold Flyers Gloves. This was a competitive acquisition with four responses received. This is a one-year base contract with three one-year option periods. Locations of performance are Massachusetts and Texas, with a Sept. 23, 2023, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1194). TRC Government Services LLC, Tulsa, Oklahoma, has been awarded a maximum $7,063,200 firm‐fixed‐price contract for contractor-owned, contractor-operated optimization for retail/bulk fuel services. This was a competitive acquisition with three offers received. This is a four‐year base contract with two five‐year option periods, a four year, six month option period, and an option to extend, not to exceed six months. Locations of performance are Oklahoma and Texas, with a Sept. 24, 2024, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603‐19‐C‐5011). Noble Sales Co. Inc., doing business as Noble Supply and Logistics, Rockland, Massachusetts, has been awarded a maximum $7,000,000 indefinite-delivery/indefinite-quantity bridge contract for facility maintenance, repair, and operations supplies and related incidental services. 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 11-month contract with no option periods. Location of performance is Southeast Africa, with an Aug. 26, 2020, performance completion date. Using customers are U.S. forces in U.S. Africa Command. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support Europe and Africa, Kaiserslautern, Germany (SPE5B1-19-D-0002). AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $22,656,895 modification (P00027) to previously awarded contract FA8621-15-C-6397 for F-15C and F-15E Mission Training Center. The contract modification is for implementation of Suite 9.1/Eagle Passive Active Warning Survivability System (EPAWSS) into F-15C and F-15E MTCs to update F-15 MTCs with Suite 9.1 and add EPAWSS capabilities to the F-15E MTC simulators. Work will be performed at Seymour Johnson Air Force Base, North Carolina; Mountain Home Air Force Base, Idaho; Nellis Air Force Base, Nevada; Royal Air Force Lakenheath, United Kingdom; and Kadena Air Base, Japan, and is expected to be completed by Sept. 23, 2021. The total cumulative face value of the contract is $$255,261,067. Fiscal 2019 operations and maintenance funds in the amount of $22,656,895 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. DEFENSE COMMISSARY AGENCY Southeastern Paper Group, Spartanburg, South Carolina, is being awarded a firm-fixed-price with economic price adjustment modification (P00026) to exercise the third option period to previously awarded contract HDEC05-16-D-0002. This modification provides miscellaneous operating supplies and paper bags for multiple commissary stores in the continental U.S., Puerto Rico, and the Pacific Theater. The award amount is estimated at $13,056,618 for the option period. Actual obligations using defense working capital funds will occur upon issuance of delivery orders during the period of performance. The contract third option period will begin Nov. 1, 2019, through Oct. 31, 2020. Defense Commissary Agency, Fort Lee, Virginia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1970213/source/GovDelivery/

  • US, Polish presidents sign pact to boost American military presence in Poland

    September 25, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    US, Polish presidents sign pact to boost American military presence in Poland

    By: Jaroslaw Adamowski WARSAW, Poland — U.S. President Donald Trump and his Polish counterpart Andrzej Duda inked a joint declaration on advancing defense cooperation Sept. 23 in New York, paving the way for an increased U.S. military presence in Poland. The two countries “continue to develop the plan to bolster Polish–United States military ties and United States defense and deterrence capabilities in Poland. These capabilities presently include approximately 4,500 rotational United States military personnel. As noted, this enduring presence is expected to grow by approximately 1,000 additional United States military personnel in the near term,” according to the declaration. The partners have determined six locations for this designed enhanced military presence. Poznań, in western Poland, is to host the Division Headquarters and the U.S. Army area support group. Drawsko Pomorskie, in the country's northwest, will host the primary Combat Training Center for joint use by the Polish and U.S. Armed Forces. Wrocław-Strachowice, in southwestern Poland, is to host the U.S. Air Force aerial port of debarkation, and Łask, in the country's central part, will host the U.S. Air Force remotely piloted aircraft squadron. Powidz, in western Poland, is to host a combat aviation brigade, a combat sustainment support battalion, and a special operations forces facility, while Lubliniec, in the country's south, will host a special operations forces facility, according to the document. Warsaw and Washington are also in dialogue about “the most suitable location in Poland for an armored brigade combat team,” the declaration says. Warsaw has been seeking a permanent U.S. military presence in Poland, dubbed “Fort Trump,” amid rising security concerns over Russian activities in the region. As part of these efforts, the Polish government offered to earmark at least $2 billion toward the project under which the U.S. would establish a military base in the country. Last June, Duda met with Trump in Washington to discuss the initiative and sign a joint declaration on defense cooperation regarding U.S. force posture in Poland. https://www.defensenews.com/global/europe/2019/09/24/us-polish-presidents-sign-pact-to-boost-american-military-presence-in-poland/

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.