Filter Results:

All sectors

All categories

    3571 news articles

    You can refine the results using the filters above.

  • An unpredictable autumn: Changes across Europe could spell delays for industry deals

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

    An unpredictable autumn: Changes across Europe could spell delays for industry deals

    By: Tom Kington ROME — Just as Europe begins serious discussions about joint defense programs, Italy is scrambling to forge a new government, putting decision-making in Rome on hold amid Britain's exit from the European Union and a change of guard at the organization. Following the collapse of the Italian government last month, Rome is expected to have a new coalition majority in place this week, but the hiccup may further delay decisions about Italy's role in Britain's Tempest fighter program, European partnerships and purchasing of F-35 aircraft. The uncertainty in southern Italy matches the threat of chaos further north if British Prime Minister Boris Johnson carries out threats to leave the EU on Oct. 31 without a trade deal, just as the European Commission awaits a new crop of leaders following the EU election in May. “Defense programs are always prone to delays and cost overruns, but when they are joint programs, that risk increases — and now is a case in point,” said Aude Fleurant, the director of arms and military expenditure at the Stockholm International Peace Research Institute, a Swedish think tank. Origins and options Italy's government upheaval began in early August when one of the members of Italy's populist coalition government, the League party, walked away from the administration after too many policy rows with its partner, the Five Star party — ending the government's parliamentary majority. League party leader Matteo Salvini, whose anti-migrant policies have spurred his popularity after 14 months of government, hoped he could take sole command of the government through new elections. But his plan suffered a setback when Five Star entered talks with its sworn rival, the center-left Democratic Party, to build a new majority and carry on governing without the League. As a sign of open hostilities between the former coalition partners, Italian Defence Minister Elisabetta Trenta — who is backed by Five Star — sent Navy ships to escort vessels carrying rescued migrants in the Mediterranean Sea, much to the anger of League leader Salvini. With the likelihood that ministers for the new Five Star-Democratic Party coalition will be sworn in this week, it's unclear if Trenta will keep her post. Nevertheless, a new government will likely add further delay to Italy's decision on whether to join the U.K. Tempest program. That potential time frame adds to the months during which Trenta failed to decide on the program following its launch by the U.K. in 2018, despite pressure from Italian defense company Leonardo and behind-the-scenes talks between Italian and British military officials. In the meantime, Sweden has signed up, raising fears Italy will miss out on technological work. Trenta's hesitancy may have stemmed from the fact that the party that put her in office, Five Star, has mixed feelings about Italy's ongoing purchase of F-35 jets. During her time in office, the government prevaricated over fulfilling its planned order of 90 aircraft. Someone in Rome is needed to arbitrate in the row between the Navy and Air Force over who should manage the basing of the F-35B, which both forces are ordering. Analysts warned that Italy could miss its chance to snatch F-35 contracts that Turkey is losing as it's forced out of the program. One analyst said tension could escalate over the F-35 if and when a Five Star-Democratic Party coalition emerges. “Let's see who the minister is — that will make a difference,” said Alessandro Marrone, a senior fellow at the IAI think tank in Rome. A second analyst said that by divorcing from the right-wing League and teaming with the center-left Democrats, Five Star's skepticism toward the F-35 could become more pronounced. “I could imagine Five Star agreeing to pro-EU policies favored by the Democrats in return for blocking the F-35 program, or even agreeing to enter the Tempest program in return for blocking the F-35,” said the analyst, who spoke on condition of anonymity. A source with knowledge of the inner workings of the Italian government said the Democrats might also sacrifice the F-35 to win an agreement to build a rail line in northern Italy that Five Star opposed. Gabriele Iacovino, an analyst at the International Study Center in Rome, said: “Defense is always the last issue to be considered when a new government is formed, and the defense minister is always the last to be appointed.” Five Star did make one reference to defense in an Aug. 30 list of 20 policies it wants to pursue in a new coalition with the Democrats. “Put an end to the sale of armaments to war-waging countries, and incentive the process of converting industry,” the Five Star party stated, suggesting that parts of the Italian defense industry would be turned over to the production of civilian technology. But in a successive draft list of policies issued Sept. 3, the policy was missing, apparently dropped. Looking west At the other end of Europe, Brexit is creating uncertainty of a different kind for the continent, said Douglas Barrie, a senior fellow for military aerospace at the IISS think thank in London. “There are two kinds of challenge for the British defense community when it comes to Brexit: one is relationship management, the other about bureaucratic,” he said. “Relationship management is in part how ugly the U.K.'s departure is, and for how long the atmosphere is soured between London and its erstwhile partners in Brussels,” he added. “The bureaucratic issues include problems regarding the movement of goods and personnel within defense companies operating in or across Europe, and the ability to access, or not, European research and development funding.” That spells trouble for U.K. firms, but also for Italy's Leonardo, which has 7,000 staff in the U.K. after buying up large parts of the defense electronics industry there. If anything, Leonardo's challenge is twofold: It must keep channels open between its U.K. facilities and European markets, but also with its sister operations in Italy. “In the case of a no-deal [Brexit], how will Leonardo transfer parts and staff from its U.K. to its Italian operators?” said the source knowledgeable of the Italian government's inner workings. Speaking to Defense News in March, Leonardo CEO Alessandro Profumo said it would be crucial to know where the intellectual property for a product must be registered so it can secure development funding from the EU. “There is also an upside since having a base in the U.K. could help Leonardo when it comes to deals with the U.S. and help counterbalance the hegemony of France and Germany in Europe,” said Iacovino, the analyst in Rome. Furthermore, if political crises and Brexit are bumps in the road for Italy and the U.K., defense cooperation between France and Germany is certainly not going smoothly, said Aude Fleurant at SIPRI. “The French-German plans for a sixth-generation fighter, FCAS, are being held up by significant differences over exports to the Middle East,” she said. “France is very unhappy over Germany's opposition, and Germany is refusing to budge.” https://www.defensenews.com/digital-show-dailies/dsei/2019/09/08/an-unpredictable-autumn-changes-across-europe-could-spell-delays-for-industry-deals

  • Contract Awards by US Department of Defense - August 30, 2019

    September 3, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 30, 2019

    ARMY Southwest Range Services LLC, Las Cruces, New Mexico, was awarded a $377,006,101 cost-plus-fixed-fee contract for engineering and technical expertise for the operation, maintenance, research, development and other support of testing facilities, instrumentation, systems and equipment for test operations. Bids were solicited via the internet with six received. Work will be performed in White Sands Missile Range, New Mexico, with an estimated completion date of Aug. 31, 2024. Fiscal 2010 research, development, test and evaluation funds in the amount of $377,006,101 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-0008). J.E. McAmis Inc.,* Chico, California, was awarded a $140,700,210 firm-fixed-price contract for construction activities related to rehabilitating the South Jetty located at the Mouth of the Columbia River. Bids were solicited via the internet with two received. Work will be performed in Hammond, Oregon, with an estimated completion date of Sept. 29, 2025. Fiscal 2019 civil works; and operations and maintenance, Army funds in the amount of $17,675,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-19-C-0025). Raytheon Missile Systems, Tucson, Arizona, was awarded a $129,811,367 modification (PZ0017) to Foreign Military Sales (Oman and Taiwan) contract W31P4Q-17-C-0194 to procure missiles. Bids were solicited via the internet with one received. Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 1, 2021. Fiscal 2010 procurement of weapons and tracked combat vehicles, Army funds in the amount of $129,811,367 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. PAE Government Systems Inc., Arlington, Virginia, was awarded a $122,830,985 modification (P00013) to Foreign Military Sales (Afghanistan) contract W56HZV-17-C-0117 for ground vehicle support. Bids were solicited via the internet with one received. Work will be performed in Kabul, Afghanistan, with an estimated completion date of March 1, 2020. Fiscal 2018 and 2019 Afghanistan Security Forces, Army funds in the amount of $122,830,985 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. HydroGeoLogic Inc.,* Reston, Virginia (W912QR-19-D-0051); CTL Environmental LLC,* Novi, Michigan (W912QR-19-D-0052); PE Ayuda Joint Venture LLC,* St. Louis, Missouri (W912QR-19-D-0053); CAPE-Cabrera JV LLC,* Norcross, Georgia (W912QR-19-D-0054); ESI-ATC JV LLC,* Westland, Michigan (W912QR-19-D-0055); PIKA-Insight JV LLC,* Stafford, Texas (W912QR-19-D-0056); and EnSafe Inc.,* Memphis, Tennessee (W912QR-19-D-0057), will compete for each order of the $95,000,000 firm-fixed-price contract for environmental restoration services. Bids were solicited via the internet with 20 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 28, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $77,609,835 modification (P00251) to contract W56HZV-15-C-0095 for Joint Light Tactical Vehicle and installed kits. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of March 31, 2021. Fiscal 2018 and 2019 research, development, test and evaluation; defense procurement and other procurement, Army funds in the amount of $77,609,835 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. California Department of Rehabilitation, Sacramento, California, was awarded a $56,473,292 firm-fixed-price contract for food services, dining facilities management functions, food receiving and storage, food preparation for grab-n-go services, food serving, facility sanitation and janitorial duties, logistics and management functions. 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 Aug. 29, 2024. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0016). Tiya Services LLC,* Baton Rouge, Louisiana, was awarded a $36,622,610 cost-plus-fixed-fee contract for base operations support services acquisition. Bids were solicited via the internet with six received. Work will be performed in Fort Benning, Georgia, with an estimated completion date of Aug. 31, 2024. Fiscal 2019 operations and maintenance, Army funds in the amount of $6,339,755 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Benning, Georgia, is the contracting activity (W911SF-19-C-0024). International Business Machines Corp., Bethesda, Maryland, was awarded a $30,994,674 modification (P00061) to contract W52P1J-17-C-0008 for services and solutions necessary to support and maintain the Army's General Fund Enterprise Business System. Work will be performed in Bethesda, Maryland, with an estimated completion date of Jan. 15, 2020. Fiscal 2019 operations and maintenance, Army funds were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Great Lakes Dredge & Dock Co. LLC, Old Brook, Illinois, was awarded a $26,470,000 firm-fixed-price contract for Baltimore Harbor maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Baltimore, Maryland, with an estimated completion date of March 30, 2020. Fiscal 2019 operations and maintenance, Army; and cost share funds in the amount of $26,470,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-C-0033). Heeter Geotechnical Construction LLC, Mount Morris, Pennsylvania, was awarded a $23,908,476 modification (P00004) to contract W912P5-18-C-0017 for Kentucky Lock Downstream Lock excavation construction. Work will be performed in Grand Rivers, Kentucky, with an estimated completion date of Nov. 5, 2021. Fiscal 2019 civil works funds in the amount of $23,908,476 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity. Herve Cody Contractor LLC,* Robbinsville, North Carolina, was awarded a $20,607,010 firm-fixed-price contract for reservoir and intake canal bank stabilization. Bids were solicited via the internet with three received. Work will be performed in Indiantown, Florida, with an estimated completion date of Nov. 9, 2020. Fiscal 2019 civil works funds in the amount of $20,607,010 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, North Carolina, is the contracting activity (W912EP-19-C-0024). Tower Industries - Allied Mechanical Wisconsin,* Greenville, Wisconsin, was awarded an $18,473,434 firm-fixed-price contract for the Bomb Dummy Unit cast ductile iron practice bomb. Bids were solicited via the internet with one received. Work will be performed in Greenville, Wisconsin, with an estimated completion date of Aug. 31, 2024. Fiscal 2017 and 2019 procurement of ammunition, Army funds in the amount of $18,473,434 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-C-0048). Intercontinental Construction Contracting Inc.,* Passaic, New Jersey, was awarded a $14,893,318 firm-fixed-price contract for excavation and installation of in-ground pre-placed crypts, construction of a maintenance building with restroom and storage. Bids were solicited via the internet with five received. Work will be performed in West Point, New York, with an estimated completion date of July 30, 2021. Fiscal 2019 military construction funds in the amount of $14,893,318 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-0018). San Antonio Lighthouse for the Blind, San Antonio, was awarded a $13,303,000 firm-fixed-price contract to procure Integrated Head Protection System, retention system units for helmets. 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 Aug. 29, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-0019). Alltech Engineering Corp.,* St. Paul, Minnesota, was awarded an $11,648,500 firm-fixed-price contract to rehabilitate the two spillway tainter gates at Raystown Dam to repair or replace the structural, mechanical, and electrical components in the tainter gate system. Bids were solicited via the internet with four received. Work will be performed in Hesston, Pennsylvania, with an estimated completion date of July 22, 2022. Fiscal 2018 civil works funds in the amount of $11,648,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-C-0030). MISSILE DEFENSE AGENCY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a sole-source, cost-plus-incentive-fee and firm-fixed-price contract. The total value of this contract is $326,998,037. Under this follow on contract, the contractor will design, develop, integrate, test and certify the Aegis Ballistic Missile Defense (BMD) 6.0 capability. Aegis BMD 6.0 provides an increased BMD capability by incorporating the Air and Missile Defense Radar, now designated SPY-6, for introduction on the first DDG Flight III. The work will be performed in Moorestown, New Jersey, with an estimated completion date of December 2025. Fiscal 2019 research, development, test and evaluation funds in the amount of $14,999,999 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0276-19-C-0001). NAVY Raytheon, Tucson, Arizona, is awarded $246,495,123 for an undefinitized contract action, performance-based logistics requirements contract for repair, upgrade, or replacement, required availability, required reliability, configuration management, inventory management and obsolescence management in support of the Close-In Weapon System, Land-based Phalanx Weapon System, Rolling Airframe Missile (RAM) and SeaRAM. This contract includes a two-year base period with one three-year option, which if exercised, will bring the contract ceiling value to $466,395,931. Work will be performed in Louisville, Kentucky, and work is expected to be completed by August 2021; if the option is exercised, work will be completed by August 2024. Annual working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-VP01). Progeny Systems Corp., Manassas, Virginia, is awarded a $115,736,303 cost-plus-incentive-fee, firm-fixed-price, cost and cost-plus-fixed-fee contract for an upgrade to the Mk 48 mod 7 Common Broadband Advanced Sonar System (CBASS) heavyweight torpedo program, to include the following deliverables for associated subsystem electronic systems: detail design, engineering development models, proof-of-design units, proof-of-manufacturing units, low-rate initial production units and factory test equipment. Also included in this procurement are related engineering and hardware repair services and provisioned-items orders. This contract includes options, which if exercised, would bring the cumulative value of this contract to $186,567,981. Work will be performed in Manassas, Virginia (40%); Salt Lake City, Utah (18%); Middletown, Rhode Island (18%); Charleroi, Pennsylvania (17%); Cranston, Rhode Island (5%); and Annapolis, Maryland (2%), and is expected to be completed by February 2024. If all options are exercised, work will continue through August 2026. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $5,790,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured 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-6408). Design Partners Inc., Honolulu, Hawaii, is awarded a maximum amount $50,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for architect-engineer services for various architectural projects under the cognizance of Naval Facilities Engineering Command (NAVFAC) Hawaii. The work to be performed provides for architect-engineer services to include, but are not limited to, the execution and delivery of military construction project documentation; functional analysis and concept development workshops; design charrettes; design-build request for proposal solicitation documents; design-bid-build design contract documents; cost estimates; technical surveys and reports including concept studies; site engineering investigations and surveys; collateral equipment buy packages; comprehensive interior design, to include structural interior design; and furniture, fixtures, and equipment packages; and post construction award services. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corp and other government facilities within the NAVFAC Hawaii area of responsibility. The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction planning and design funds. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. Naval Facilities Engineering Command Hawaii, Honolulu, Hawaii, is the contracting activity (N62478-19-D-5029). Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $27,721,832 modification of the first bridge under an indefinite-delivery/indefinite-quantity contract for base operations support services at Isa Air Base, Kingdom of Bahrain. The work to be performed provides for but is not limited to, all management, supervision, tools, materials, supplies, labor and transportation services necessary to perform galley services, bachelor quarters and laundry services, facility management, emergency service requests, urgent service, routing service, minor work I and II, facilities investment, custodial, pest control service, integrated solid waste, grounds maintenance, wastewater, operate reverse osmosis water treatment system and base support vehicles, environmental, fire emergency services and explosive safety officer services. After award of this bridge, the total cumulative contract value will be $175,403,361. Work will be performed at Isa Air Base, Kingdom of Bahrain. This bridge period is from September 2019 to May 2020. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $11,247,681 for non-recurring work will be obligated on individual task orders issued during the option period. Naval Facilities Engineering Command Europe Africa and Southwest Asia, Naples, Italy, is the contracting activity (N62470-14-D-6012). Al Larson Boat Shop Inc.,* San Pedro, California (N55236-15-D-0013); Epsilon Systems Solutions, Inc.,* San Diego, California (N55236-15-D-0014); Integrated Marine Services Inc.,* Chula Vista, California (N55236-15-D-0015); Marine Group Boat Works Inc.,* Chula Vista, California (N55236-15-D-0016); Miller Marine Inc.,* San Diego, California (N55236-15-D-0017); and Nielsen Beaumont Marine Inc.,* San Diego, California (N55236-15-D-0018), are each awarded contract modifications with a combined ceiling of $15,000,000 to exercise option year four to a previously awarded indefinite-delivery/indefinite-quantity, multiple award contracts to provide marine boatyard services and industrial support for boats and vessels greater than or equal to 15 meters or 50 feet in length. Work will be performed in San Diego, California, or contractor facilities on the West Coast and is expected to be completed by September 2020. No funding will be obligated at time of award. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. San Diego Gas and Electric (SDG&E) Co., a public utility company regulated by the California Public Utilities Commission, San Diego, California, is awarded $12,765,441 for firm-fixed-price task order N62473-19-F-5128 under the basic ordering agreement (BOA) N62473-18-G-5615 for energy conservation measures at Marine Corps Base Camp Pendleton, San Diego, California. The work to be performed provides for energy conservation and resiliency measures that includes: repairing point to point redline radios; installing advanced metering infrastructure; installing supervisory control and data acquisition; replacing high bay high intensity diode, T5HO, and T8 lighting with light emitted diode (LED); replacing direct digital control equipment; replacing boilers; replacing base wide T8/T12, compact fluorescent, interior incandescent, halogen and exterior lighting fixtures with LED; perform constant commissioning and retrofit or replacement of heating and air conditioning units. Work will be performed in San Diego, California, and is expected to be completed by Oct. 30, 2020. No funds will be obligated at the time of award. This project will utilize third party financing through the utility company in the amount of $12,765,441. The energy conservation project will be amortized for a term of 13 years with an annual rate of 2.81%, and the payment will be included as a separate utility bill submitted annually based upon the amortization schedule for a grand total cost of $15,636,652. This task order falls under the terms and conditions of the BOA with SDG&E. The BOA allows for services without full and open competition pursuant to the statutory authorities of 10 U.S. Code (USC) 2304 and 10 USC 2913. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-18-G-5615). Honeywell International Inc. Defense & Space, Tempe, Arizona, is awarded $11,465,688 for modification P00006 under a previously awarded performance-based logistics requirements contract (N00383-12-D-003D) for repair, replacement and program support for auxiliary power units used on F/A-18 A-G models, P-3, and C-2 aircrafts along with providing coverage for the main fuel controls and electronic control unit used on the F/A-18 and the P-3 engine driven compressor. This modification includes a four-month period of performance and will bring the total estimated value of the contract to approximately $260,000,000. Work will be performed in Jacksonville, Florida (50%); Cherry Point, North Carolina (39%); and various contractor facilities (11%). Work is expected to be completed by December 2019. Fiscal 2019 working capital funds (Navy) will be obligated as individual task orders are issued, and funds will not expire before the end of the current fiscal year. This contract includes support for the Australian F/A-18 Super Hornet under the Foreign Military Sales program, and represents less than one percent of the estimated contract value. One firm was solicited for this non-competitive requirement in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Peraton Inc., Herndon, Virginia, is awarded $11,374,305 for modification P00028 to a previously awarded cost-plus-fixed-fee contract (N00030-16-C-0016) to exercise various contract options for the continuation of support services including critical system assessment and vulnerability services and reentry systems development support services for the Trident II (D5). Work will be performed in Colorado Springs, Colorado (71.1%); Washington, District of Columbia (22.5%); Cape Canaveral, Florida (4.6%); and Albuquerque, New Mexico (1.8%). Work is expected to be completed Sept. 30, 2020. Subject to the availability of funding, fiscal 2020 operations and maintenance (Navy) funding in the amount of $6,108,026; and fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $5,266,279 will be obligated as a result of this award. The fiscal 2020 operation and maintenance (Navy) funds in the amount of $6,108,026 will expire at the end of the current fiscal year. This contract was awarded on a sole-source basis to Exelis Inc. (now Peraton Inc.) and previously synopsized on the Federal Business Opportunity website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. The Korte Co., St. Louis, Missouri, is awarded $10,470,093 for firm-fixed-price task order N69450-19-F-0720 under a previously awarded multiple award construction contract (N69450-19-D-0910) for renovation of Hangar 1338 at Naval Station Mayport, Florida. This task order is for a design-build construction project to renovate Hangar 1338 for the installation of two government installed training modules, Navigation, Seamanship and Shiphandling Trainer (NSST) 4.0 and NSST 5.0, and related equipment. NSST is a state-of-the-art naval ships bridge team trainer facility designed to replicate the environment found on the bridge of a Navy ship and utilize life-like scenarios with visual simulation to train Navy bridge teams. Work will be performed in Jacksonville, Florida, and is expected to be completed by March 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,470,093 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity. Northrop Grumman Systems Corp., Bethpage, New York, is awarded a $9,462,556 modification to previously awarded contract N00024-17-C-6311 to exercise an option for the production of Littoral Combat Ship (LCS) Surface-to-Surface Missile Module. The LCS are fast, agile and networked surface combatants, optimized for operating in the littorals through outfitting seaframes with mission-specific mission packages. The primary missions supported by mission packages are: anti-submarine warfare, mine countermeasures and surface warfare. Work will be performed in Huntsville, Alabama (80%); Bethpage, New York (18%); and Hollywood, Maryland (2%), and is expected to be complete by May 2021. Fiscal 2019 other procurement (Navy) funding in the amount of $8,445,109 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. IntraMicron Inc.,* Auburn, Alabama, is awarded a $9,377,828 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, level-of-effort contract, for provision of engineering and technical services for the Energy and Conversion Research and Development Branch. Work will be performed in Auburn, Alabama, and is expected to be complete by August 2022. Fiscal 2018 research, development, test and evaluation (Navy) funding in the total amount of $4,584,294 will be obligated at time of award and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(5), authorized or required by statute, this procurement was not competitively procured. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4025). Tekla Research Inc., Dumfries, Virginia, is awarded $8,972,221 for cost-plus-fixed-fee task order N00173-19-F-3001 under a previously awarded contract (N00178-14-D-7965) for research and development in electro-optical and infrared for advanced intelligence, surveillance and reconnaissance and electronic warfare prototypes. The total cumulative face value of this contract is $45,481,093. Work will be performed in Washington, District of Columbia. The period of performance is 60 months including a 12-month base period, and four 12-month option periods. Period of performance for the base period is Sept. 15, 2019 – Sept. 14, 2020. Working capital (Defense) funds in the amount of $1,557,000 will be obligated at the time of award. Funds will not expire at the end of the current year. This task order was procured using competitive procedures as a 100 percent small business set-aside via SeaPort-e under a request for proposal #N00173-19-R-3000. The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity. CAPE Environmental Management Inc.,* Honolulu, Hawaii, is awarded $7,771,456 for firm-fixed-price task order N63473-19-F-5014 under a small business remedial action contract for a non-time-critical removal action (NTCRA) at installation restoration (IR) site 19 Marine Corps Air Station (MCAS) Miramar, California. The work to be performed is for the contractor to develop an amendment to the 2014 action memorandum based on engineering evaluation/cost analysis alternatives for IR Site 19 NTCRA, and implement the actions in the amendment: excavation, surface vacuuming and erosion control at MCAS Miramar, San Diego. Due to ongoing movement of contaminated sediment/soils and lead overshot from Site 19, the Navy requires an interim solution that will stabilize and remove contaminated sediments and soils surrounding the range. The task order also contains four unexercised options, which if exercised would increase the cumulative task order value to $13,863,610. Work will be performed in San Diego, California, and is expected to be completed by August 2022. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $7,771,456 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62742-16-D-1807). AIR FORCE The Boeing Co., Layton, Utah, has been awarded a $122,910,723 firm fixed price contract, for the intercontinental ballistic missile cryptography upgrade increment II (ICU II) production. This contract definitizes an undefinitized contract action (UCA) issued Oct. 29, 2018, and provides the government 75 A-4 drawers and 8 digital components, with the option to procure 431 additional A-4 drawers. Work will be performed at Huntsville, Alabama; Huntington Beach, California; and Layton, Utah, and is expected to be completed by Feb. 28, 2022. This award is the result of a sole-source acquisition. Fiscal 2017 missile procurement funds in the amount of $5,762,283; fiscal 2018 missile procurement funds in the amount of $23,590,855; and fiscal 2019 missile procurement funds in the amount of $5,705,951 were obligated on the UCA; fiscal 2018 missile procurement funds in the amount of 2,535,700; and fiscal 2019 missile procurement funds in the amount of $45,144,887 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8204-19-C-0001-PZ0008). General Dynamics Information Technology Inc., Fairfax, Virginia, has been awarded a $30,837,185 face value cost-plus-fixed-fee contract for bioeffects research of directed energy effects. This contract provides for research on directed energy systems to assist in transitioning Department of Defense technologies. Work will be performed at Joint Base San Antonio, Fort Sam Houston, Texas, and is expected to be complete by Nov. 28, 2025. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 research and development funds in the amount of $250,000 will be obligated at the time of award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-6055). M1 Support Services, Denton, Texas, has been awarded a $24,666,741 contract modification (P00037) to previously awarded contract FA4890-16-C-0012 for T-38 Sustainment Services. The modification will provide intermediate and organizational maintenance of T-38 aircraft for Air Combat Command, Air Force Materiel Command and Air Force Global Strike Command. Total cumulative face value of the contract is $24,666,741. Work will be performed at multiple U.S. Air Force bases and is expected to be completed by Sept. 30, 2020. Fiscal 2020 operations and maintenance funds are being obligated at the time of award and no funds will be obligated at the time of the award. The Air Combat Command - Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. Rockwell Collins Inc., Collins Aerospace, Cedar Rapids, Iowa, has been awarded a $15,400,000 modification (P00006) firm-fixed price to contract FA8102-16-D-0005 for services and supplies in support of modernization, expansion and depot-level contractor logistics support. This contract will provide support for Scope Command's High Frequency Global Communications System in support of Air Force, Navy and Coast Guard requirements. Work will be performed in Richardson, Texas, in support of this Aug. 31, 2019, through Aug. 30, 2020, ordering period. This option three of the contract is the result of a sole-source acquisition. Total estimated contract value as of option award is $56,000,000. No funds are being obligated at the time of the award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. Ensco Inc., Springfield, Virginia, has been awarded a $14,300,000 firm-fixed-price modification (P00060) to previously awarded contract FA8807-17-C-0001 for providing off base contractor accommodations for the RN Systems Engineering and Integration (SE&I) Support contract. When the contract was initially awarded, the government had office space available for the contractor; however, the government is not able to provide office space to the contractor for performance on Peterson Air Force Base, Colorado, any longer and needs the contractor to secure off base accommodations to continue performance on the SE&I contract. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Oct. 31, 2022. Fiscal 2019 operations and maintenance funds in the amount of $637,244 are being obligated at the time of award. The Space and Missile Center, Sustainment Directorate, Peterson Air Force Base, Colorado, is the contracting activity. IF Armor International LLC, doing business as Man Lift, Warner Robins, Georgia, was awarded a $10,856,307 firm-fixed-price contract for the purchase of explosion proof articulating boom lifts. This contract provides for the purchase of commercial, 45-, 60- and 80-foot lifts modified to meet explosion proof articulating boom lifts specifications. Work will be performed in Shelby, North Carolina, with an ordering period of two years. This award is the result of a competition acquisition with three offers received. Fiscal 2019 depot maintenance activity group capital investment program funds are being used and no funds were obligated at time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8571-19-D-A004). DEFENSE INTELLIGENCE AGENCY Booz Allen Hamilton, McLean, Virginia, has been awarded a time and materials contract (HHM402-19-C-0058) with a ceiling of $89,993,973 to provide support services for the Defense Intelligence Agency's (DIA) Directorate of Analysis. Through this award, DIA will procure services for the production, dissemination and tracking of DIA's finished intelligence products, including the development and maintenance of applications and tools used to perform the mission. Work will be performed in the National Capital Region with an expected completion date of Feb. 28, 2025. Fiscal 2019 operations and maintenance funds in the amount of $10,780,907; and research, development, test and evaluation funds in the amount of $586,012 are being obligated at time of award. This contract has been awarded through a competitive acquisition and two offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1949291/source/GovDelivery/

  • DoD ‘Office’ Functions Move To Cloud In Multi-Billion-Dollar Contract

    September 3, 2019 | International, C4ISR

    DoD ‘Office’ Functions Move To Cloud In Multi-Billion-Dollar Contract

    By BARRY ROSENBERG WASHINGTON: Overshadowed by the dispute with DoD's planned single-award JEDI cloud contract is another multi-billion-dollar single-award cloud contract awarded today that will actually determine the software that military personnel and civil servants use every day. Under the $7.6 billion 10-year Defense Enterprise Office Solutions (DEOS) cloud contract, the Pentagon will use Microsoft productivity tools such as word processing, spreadsheets, email, collaboration, file sharing, and storage — Office 365. Those applications presently reside mostly on legacy desktop computers, and will transition to a cloud-based solution across all military services. The result should be improved cybersecurity, for one thing. “The notion is that if you have it professionally and centrally managed it should be better patched and configured than having hundreds of individually managed servers,” said David Mihelcic, former chief technology officer at the Defense Information Systems Agency (DISA) and now a consultant with DMMI. “This seems reasonable, but I don't think there is any cyber magic in DEOS either.” The joint General Services Administration/Defense Department DEOS blanket purchase agreement was awarded to CSRA (acquired by General Dynamics in April 2018 for $9.7 billion) and its subcontractors Dell Marketing (a wholesale distributor of computers, peripherals, and software) and Minburn Technology (a value added reseller that specializes in Microsoft enterprise software agreements). The award includes a five-year base period with two two-year options and one one-year option. “DOD's cloud strategy includes both general purpose and fit-for-purpose clouds (and) DEOS is a great example of a fit-for-purpose cloud that supports our multi-cloud strategy,” said DOD Chief Information Officer Dana Deasy in a statement. “DEOS will streamline our use of cloud email and collaborative tools while enhancing cybersecurity and information sharing based on standardized needs and market offerings. “The journey to the cloud has been, and will continue to be, an iterative learning process. All lessons learned from pilot programs and the department's early cloud adopters have been rolled into this solution. DEOS takes advantage of technical, security and contractual lessons from these ongoing pilots, while military services are leveraging them to assess the readiness of their infrastructure to support migration to DEOS.” DEOS includes voice, video, and text collaboration capabilities, which the DoD already has with capabilities under enterprise services like: Defense Collaboration Services (DCS), which provides secure web conferencing and instant messaging services on the Non-secure Internet Protocol Router Network (NIPRNet) and Secure Internet Protocol Routing Network (SIPRNet), and Extensible Messaging and Presence Protocol (XMPP) chat. “Will it be an improvement over the current capabilities? I guess we will see,” said Mihalcic. “I can't say I found the collaborative capabilities of O365 better than what we had in DoD.” While DEOS on the surface appears to provide a back-office function, it can also be considered a weapon system given that it will provide common enterprise applications at local base, post, camp, and station levels — including deployed and afloat organizations — over the sensitive but unclassified NIPRNet and the secret SIPRNet, to include operations in Denied, Disconnected, Intermittent, and Limited Bandwidth (D-DIL) environments. “I would say almost certainly (DEOS is a warfighting capability), especially the SIPR instance,” said Mihelcic. “DoD uses email, chat, and DCS collaboration in support of warfighting today and this will now take on those needs. “As for DIL environments, DISA had threshold requirements for deployable instances in the draft RFP. The vendor most likely will satisfy with existing MS Exchange and Sharepoint software on deployable servers. To be honest, I think that most tactical units, including deployed Marines and Navy afloat, will stick with what they have.” https://breakingdefense.com/2019/08/dod-office-functions-move-to-cloud-in-multi-billion-dollar-contract/

  • Here’s what Japan’s Defense Ministry wants to do with $50.5 billion

    September 3, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Here’s what Japan’s Defense Ministry wants to do with $50.5 billion

    By: Mike Yeo MELBOURNE, Australia — Japan's Defense Ministry has requested a budget of $50.5 billion for its next fiscal year, an increase of 1.2 percent over the previous year and the eighth straight year of an increase. The funds will be used to acquire more Lockheed Martin F-35 fighter jets, including Japan's first short-takeoff-and-vertical-landing F-35B, as well as increasing its Boeing KC-46A Pegasus tanker fleet to six aircraft. The bulk of the budget request is for costs associated with U.S. military forces stationed in Japan, with $1.9 billion requested to pay the salaries of Japanese citizens employed by the U.S military, supporting training exercises, and performing maintenance on and improvements to U.S. military facilities. The ministry's request includes $1.08 billion for F-35s, which is made up of $291.3 million for three conventional takeoff and landing F-35As and $795.3m for six F-35Bs. These will be Japan's first F-35Bs, and it's expected the country will eventually order 42 "B" models, of which 18 will be acquired over the next five years, according to Japan's Mid-Term Defense Plan released late last year. It also has plans to eventually operate 105 F-35As. The F-35Bs are to be operated from two Izumo-class helicopter destroyers. Japan announced last year plans to convert both ships, which are currently designed to operate helicopters, to be able to handle F-35Bs. Notably, the budget request asks for $29.1 million for “partial refurbishment” to enable F-35B operations. According to other reports, modifications for the ships include improvements to the heat resistance of their flight decks as well as the installation of additional lighting for aircraft operations. Japanese Defense Minister Takeshi Iwaya added that F-35B deck trials could be conducted with U.S. Marine Corps F-35Bs based in Japan following the modification work. Beyond the jets The budget request also asks for $1.05 billion for four more Boeing KC-46A Pegasus tanker aircraft, and $284.8 million for more Raytheon SM-3 Block IIA ballistic missile interceptors. The request for funding for four KC-46As is a departure from normal procedure, Previously, Japan ordered one tanker each during the 2017 and 2018 fiscal years. According to the ministry, the batch order is a more cost-effective means of acquisition, resulting in $100 million worth of savings. Given that Japan already awarded contracts to Boeing for two of the three KC-46As previously on order, the budget request for four more tankers suggests the ministry wants funding for the last aircraft and and for an additional order of three KC-46s. Defense News has sought clarification from Japan's Defense Ministry over whether this is the case. The budget request also includes a number of acquisitions from Japan's defense industry, with $654.3 million for another Soryu-class diesel-electric attack submarine. And should the budget pass, Kawasaki Heavy Industries will be able to keep its aircraft production lines open, with the ministry seeking funds to acquire three more P-1 anti-submarine aircraft and six C-2 airlifters at $213.4 million and $599 million respectively. The ministry also wants money for more equipment destined for Japan's land forces: 33 Type 16 wheeled maneuver combat vehicles and seven Type 19 wheeled self-propelled howitzers. The Type 19 is a newly developed eight-wheel drive howitzer sporting a 155mm weapon mounted on the German MAN HX military truck chassis, and it's earmarked to replace the towed FH70 howitzer currently in service with the Japan Ground Self-Defense Force. The Defense Ministry also wants to continue funding the development of indigenous electronic warfare capabilities. Japan's next fiscal year begins April 1, 2020. The budget request is not necessarily the actual amount that will be allocated by the Finance Ministry. https://www.defensenews.com/global/asia-pacific/2019/08/30/heres-what-japans-defense-ministry-wants-to-do-with-505-billion

  • Virtual reality pilot training program graduates latest class, including Brits

    September 3, 2019 | International, Aerospace, C4ISR

    Virtual reality pilot training program graduates latest class, including Brits

    By: Stephen Losey Fourteen students graduated Thursday from the Air Force's Pilot Training Next program, which includes using virtual reality systems to teach aspiring aviators to fly. The latest class, which is the second iteration of Pilot Training Next and began this January, included some students from the U.S. Navy and the United Kingdom's Royal Air Force. In a Thursday release, the Air Force said the graduates include two Air National Guardsmen who were selected to fly airframes including the F-35 Lightning II, the F-15E Strike Eagle, the F-16 Fighting Falcon, the C-17 Globemaster III, the B-2 Spirit, and others. The two Navy graduates will fly the T-45A Goshawk, and the lone RAF graduate will fly the Typhoon. “It definitely made the process more difficult having to push through burgeoning technology, but I am glad that I could be a part of the development process towards a more efficient and thorough version of learning for the future,” said 2nd Lt. Aaron Sless, a distinguished graduate of the program and winner of the Warrior Award, who is slated to become an F-35 pilot. “I am excited to see how PTN progresses technology and learning in the future and how it will be applied to undergraduate pilot training, and the Air Force at large.” Air Force Recruiting Service Commander Brig. Gen. Jeannie Leavitt, who made history as the Air Force's first female fighter pilot, said at the graduation that the students represent the future of aviation and are on the “leading edge” of a new way to learn to fly. “The fact is, we are looking at a whole new way of learning in a non-standard way from the Air Force perspective,” Leavitt said. “Remember, dream big, be bold and learn to take calculated risk.” Pilot Training Next uses advanced biometrics, artificial intelligence and virtual reality systems to try to find ways to streamline how the Air Force trains new pilots. The program uses off-the-shelf VIVE Pro VR headsets and stations with sticks, throttles and other equipment to simulate virtual cockpit and practice maneuvers. The AI tracks students' biometrics, including stress, to tailor the simulation environment and train them most efficiently. The program also includes time flying actual aircraft. The Air Force's first PTN class began in April 2018 in the Armed Forces Reserve Center in Austin, Texas. In May, the program moved to Joint Base San Antonio-Randolph in Texas. The third class is scheduled to begin in January, the Air Force said. The Air Force eventually wants similar VR training programs to more efficiently teach airmen to be maintainers or go through other technical training programs. https://www.airforcetimes.com/news/your-air-force/2019/08/30/virtual-reality-pilot-training-program-graduates-latest-class-including-brits

  • Contract Awards by US Department of Defense - August 29, 2019

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

    Contract Awards by US Department of Defense - August 29, 2019

    DEFENSE LOGISTICS AGENCY Arthrex Inc., Naples, Florida, has been awarded a maximum $375,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This is a five-year contract with no option periods. This was a competitive acquisition with 89 responses received; 21 contracts have been awarded to date. Using customers are Army, Navy, Air Force, Marines and other federal organizations. Location of performance is Florida, with a Sept. 1, 2024, performance completion date. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0014). Meggitt Defense Systems Inc., Irvine, California, has been awarded a maximum $22,189,186 firm-fixed-price contract for magazine assemblies for the Apache AH-64. 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 one-time procurement contract, which includes a quantity option which was exercised at time of award. Location of performance is California, with an April 15, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency, Warren, Michigan (SPRDL1-19-C-0250). ARMY Warbud SA SKE Support Services GMBH MATO, Warszawa, Poland (W912GB-19-D-0056); Bryan 77 Construction JV, Colorado Springs, Colorado (W912GB-19-D-0058); BBGS SP ZOO, Warszawa, Poland (W912GB-19-D-0057); Wolff & Mueller Government Services GMBH, Stuttgart, Germany (W912GB-19-D-0059); Oxford Federal Doraco Construction JV, Castle Rock, Colorado (W912GB-19-D-0060); and Zafer Taahhut Insaat Ve Ticaret Anonim, Ankara, Turkey (W912GB-19-D-0061), will compete for each order of the $249,950,000 firm-fixed-price contract for design-build and design-bid-build for real property repair, maintenance and construction services throughout the Republic of Poland. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 29, 2024. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity. S.J. Amoroso Construction Co. Inc., Redwood City, California, was awarded a $143,594,000 firm-fixed-price contract for Department of Veteran's Affairs Palo Alto Healthcare System construction. Bids were solicited via the internet with two received. Work will be performed in French Camp, California, with an estimated completion date of April 20, 2022. Fiscal 2016 civil construction funds in the amount of $143,594,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-19-C-0013). Jacobs Technology Inc., Tullahoma, Tennessee, was awarded a $97,762,528 cost-plus-fixed-fee contract for test support services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2020. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-15-D-0018). Battistella SPA, Pordenone, Italy (W912GB-19-D-0045); BB Government Services SRL, Vicenza, Italy (W912GB-19-D-0046); Environmental Chemical Corp. Italy, Limena, Italy (W912GB-19-D-0047); Eiffage Infraestructuras SA, Sevilla, Spain (W912GB-19-D-0048); JV SKE ITALY 2012, Vicenza, Italy (W912GB-19-D-0049); Tiber River Construction LLC, McLean, Virginia (W912GB-19-D-0050); and Consorzio WMC, Campolongo Maggiore, Italy (W912GB-19-D-0051), will compete for each order of the $49,950,000 firm-fixed-price contract for design-build and design-bid-build services. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 28, 2024. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity. Semper Tek Inc.,* Lexington, Kentucky, was awarded a $49,000,000 firm-fixed-price contract for construction services. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 29, 2024. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-D-4002). Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $40,333,758 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for software development, updates, and improvements to include development, engineering, and technical support. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-19-D-0022). Lockheed Martin Global Inc., Orlando, Florida, was awarded a $25,165,589 firm-fixed-price Foreign Military Sales (Saudi Arabia) contract for procurement of Armor Corps Advanced Gunnery Training systems and contractor logistics support. One bid was solicited with one bid received. Work will be performed in Orlando, Florida; and Tabuk, Saudi Arabia, with an estimated completion date of Oct. 31, 2022. Fiscal 2017 funds in the amount of $25,165,589 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-C-0052). MW Builders Inc., Pflugerville, Texas, was awarded a $23,477,000 firm-fixed-price contract for barracks renovation and modernization. Bids were solicited via the internet with three received. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Aug. 28, 2020. Fiscal 2010 military construction funds in the amount of $23,477,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-4012). MEB General Contractors Inc., Chesapeake, Virginia, was awarded a $20,557,000 firm-fixed-price contract for a truck fueling system. Bids were solicited via the internet with four received. Work will be performed in Seymour Johnson Air Force Base, North Carolina, with an estimated completion date of Feb. 19, 2021. Fiscal 2017 and 2018 military construction funds in the amount of $20,557,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-3009). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $19,027,802 modification (P00086) to contract W56HZV-17-C-0067 P00086 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Aug. 28, 2020. Fiscal 2017, 2018 and 2019 operations and maintenance, Army; and procurement of weapons and tracked combat vehicles, Army funds in the amount of $19,027,802 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. PRIDE Industries, Roseville, California, was awarded a $17,421,355 modification (P00015) to contract W9124G-18-C-0005 for base operation support. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of Aug. 31, 2023. Fiscal 2019 operations and maintenance, Army funds in the amount of $2,877,369 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Rucker, Alabama, is the contracting activity. Meridian Engineering Co., Tucson, Arizona, was awarded a $16,950,000 firm-fixed-price contract for Homeland Security Border Patrol facilities and tactical infrastructure. Bids were solicited via the internet with five received. Work will be performed in Sales, Arizona, with an estimated completion date of July 7, 2020. Fiscal 2019 civil construction funds in the amount of $16,950,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-19-C-0031). Cerebral,* Des Moines, Iowa (W91243-19-D-0001); Ironhide Construction Inc.,* Lincoln, Nebraska (W91243-19-D-0002); Kingery Construction Co.,* Lincoln, Nebraska (W91243-19-D-0003); L&J Building Co. LLC,* Kansas City, Missouri (W91243-19-D-0004); K&S LLC,* Souix City, Iowa (W91243-19-D-0005); Nemaha Landscape Construction,* Lincoln, Nebraska (W91243-19-D-0006); Pro-Mark Services Inc.,* West Fargo, North Dakota (W91243-19-D-0007); RGC Constructors Inc.,* Omaha, Nebraska (W91243-19-D-0008); and Venus Unlimited LLC,* Waverly, Nebraska (W91243-19-D-0009), will compete for each order of the $15,000,000 firm-fixed-price contract for construction projects in support of the National Guard. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 28, 2024. U.S. Property and Fiscal Officer Nebraska, is the contracting activity. The Boeing Co., Mesa, Arizona, was awarded a $14,746,801 modification (P00033) to contract W58RGZ-16-C-0023 for the remanufacture of Longbow Crew trainers and spares. Work will be performed in Mesa, Arizona, with an estimated completion date of March 30, 2025. Fiscal 2017 aircraft procurement, Army funds in the amount of $14,746,801 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Raytheon Southeast Asia Systems Co., Andover, Massachusetts, was awarded a $10,843,249 modification (P00019) to Foreign Military Sales (Kuwait) contract W31P4Q-16-C-0022 for technical assistance, planning, training, maintenance and sustainment of the Kuwait Phased Array Tracking Radar to Intercept on Target (PATRIOT) missile weapon systems, associated PATRIOT equipment, and PATRIOT logistics support elements. One bid were solicited with one bid received. Work will be performed in Andover, Massachusetts, with an estimated completion date of Dec. 31, 2020. Fiscal 2019 other funds in the combined amount of $10,843,249 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Kokosing Construction Co./O'Brien & Gere JV, Fredericktown, Ohio, was awarded a $10,268,652 firm-fixed price contract for construction management services that include extensive water treatment management services and dredging material disposal. 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, 2020. U.S. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-16-D-0004). Raytheon Integrated Defense Systems, Fullerton, California, was awarded a $9,306,511 modification (P00010) to contract W31P4Q-19-C-0044 for field service representatives to deploy, operate, and sustain Sentinel Radars. Work will be performed in Fullerton, California, with an estimated completion date of Dec. 31, 2020. Fiscal 2019 other procurement, Army funds in the amount of $9,306,511 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. CORRECTION: A $38,441,877 contract award to Diversified Technical Systems Inc., Seal Beach, California (W900KK-19-D-0011), was announced Aug. 28, 2019, with an incorrect estimated completion date. The correct estimated completion date is Aug. 27, 2024. All other information in the announcement is correct. DEFENSE INFORMATION SYSTEMS AGENCY Oracle America Inc., Redwood Shores, California, is awarded a competitive single award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Integrated Processor Capacity Services - SPARC Compatible (IPCS-SC). The contract ceiling is $137,837,975. The period of performance (PoP) consists of a five-year base period and five one-year option periods, for a total contract life cycle of ten years. The PoP for the base period is Sept. 3, 2019, through Sept. 2, 2024, and the option years follow consecutively through Sept. 2, 2029. Performance will be at current Defense Information Systems Agency (DISA) data centers or future DISA or DISA-approved locations where DISA assumes an operational responsibility for support of mission partner service requirements. Solicitation HC1084-18-R-0010 was posted on the internet as competitive action and one proposal was received. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. NAVY Stanley Consultants Inc., Muscatine, Iowa, is awarded a maximum amount $95,000,000 indefinite-delivery/indefinite-quantity contract for architectural design and engineering services for industrial type facilities in the Naval Facilities and Engineering Command (NAVFAC) Europe, Africa and Southwest Asia (EURAFSWA) area of responsibility and also worldwide. No task orders are being issued at this time. Work will be performed at locations worldwide. The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received. Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-5014). Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded $68,883,048 for modification P00008 to previously awarded fixed-price-incentive-firm target contract (N00019-18-C-1037). This modification is for non-recurring engineering and obsolescence management to support delivery of 24 E-2D Advanced Hawkeye full-rate production Lot 7 – 11 aircraft. Work will be performed in Melbourne, Florida (33%); Syracuse, New York (19%); St. Augustine, Florida (6%); Falls Church, Virginia (6%); Beavercreek, Ohio (6%); El Segundo, California (5%); Woodland Hills, California (3%); Indianapolis, Indiana (3%); Menlo Park, California (3%); Edgewood, New York (3%); Pomezia, Italy (2%); and Ronkonkima, New York (2%), Aire-Sur-L'Adour, France (2%); Grand Rapids, Michigan (1%); Irvine, California (1%); Independence, Ohio (1%); New Port Richey, Florida (1%); and various locations within the continental U.S. (3%). Work is expected to be completed no later than January 2023. Fiscal 2018 and 2019 aircraft procurement (Navy); and Foreign Military Sales funds in the amount of $68,883,048 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. L3 Electronic Devices Inc., Williamsport, Pennsylvania, is awarded a $33,082,096 five-year, indefinite-delivery/indefinite-quantity contract with both firm-fixed-priced and cost-plus-fixed-fee line items for the production, repair and engineering services of the Aegis Cross Field Amplifiers. The Cross Field Amplifiers are microwave tubes installed in the AN/SPY-1 radar system used on board the DDG51 Class AEGIS destroyers and CG 52 Class AEGIS cruisers. The AN/SPY-1 radar is an air/surface search and tracking system and is used for ballistic missile defense requirements. Work will be performed in Williamsport, Pennsylvania, and is expected to be complete by August 2024. Fiscal 2019 and 2018 other procurement (Navy); and fiscal 2019 operations and maintenance (Navy) funding in the amount of $2,165,183 will be obligated at time of award and funding in the amount of $728,847 will expire at the end of the current fiscal year. This is a restricted competition procurement in accordance with Federal Acquisition Regulation 6.302-1 - only one responsible source or a limited number of responsible sources. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WP70). Communications and Power Industries, Beverly, Massachusetts, is awarded a $30,938,890 five-year, indefinite-delivery/indefinite-quantity contract with both firm-fixed-priced and cost-plus-fixed-fee line items for the production, repair and engineering services of the Aegis Cross Field Amplifiers (CFA). The CFAs are used in the AN/SPY-1B/D/D(V) radar. The CFAs are microwave tubes installed in the AN/SPY-1 radar system used on board the DDG51 Class AEGIS Destroyers and CG 52 Class AEGIS Cruisers. The AN/SPY-1 radar is an air/surface search and tracking system and is used for ballistic missile defense requirements. Work will be performed in Beverly, Massachusetts, and is expected to be completed by August 2024. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $2,029,440 is being obligated at time of award and funding in the amount of $679,728 will expire at the end of the current fiscal year. This contract is a restricted competition procurement in accordance with Federal Acquisition Regulation 6.302-1 - only one responsible source or a limited number of responsible sources. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WP27). CH2M—Burns & McDonnell JV, Englewood, Colorado, is awarded a maximum amount $15,000,000 indefinite-delivery/indefinite-quantity, architect-engineering contract for architectural design and engineering services for air operations and to support facility modernization located throughout the Naval Facilities Engineering Command area of responsibility worldwide. The work to be performed provides for architectural design and engineering services for air operations and support facilities predominantly for sustainment, restoration, and modernization projects, but also including military construction projects and airfield assessments. Work will be performed worldwide. The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Navy working capital funds in the amount of $5,000 are obligated on this award and will not expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by the Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-5023). Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is awarded a $14,092,012 modification for the cost-plus-fixed-fee portion of a previously awarded contract (M67854-16-C-0211) for software release and advanced emplacement displacement simultaneous motion component required to support ongoing Ground/Air Task Oriented Radar Gallium Nitride efforts in support of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Linthicum Heights, Maryland (66%); and East Syracuse, New York (34%), and is expected to be completed by Sept. 28, 2020. Fiscal 2019 research, development, test and evaluation (Marine Corps) funds in the amount of $4,455,332 will be obligated at the time of award and will not expire at the end of the current fiscal year. Fiscal 2018 research, development, test and evaluation (Marine Corps) funds in the amount of $228,000 will be obligated at the time of award and will expire at the end of the current fiscal year. The contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1), with only one proposal solicited and one proposal received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-0211). Provengo LLC, * Merrick, New York, is awarded a $13,702,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum 70,000 tropical boots. Work will be performed in Merrick, New York, and is expected to be complete by August 2024. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $19,575 will be obligated on the first delivery order immediately following contract award and funds will expire the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-1604). Bahfed Corp.,* Portland, Oregon (N68936-19-D-0042); Laguna Components Inc.,* Laguna Beach, California (N68936-19-D-0043); Centeva LLC,* South Jordan, Utah (N68936-19-D-0044); and Unistar-Sparco Computers, Millington, Tennessee (N68936-19-D-0045), are each awarded indefinite-delivery/indefinite-quantity contracts. These contracts provide various types of commercially available digital information technology and services in support of the Naval Air Warfare Center Weapons Division, China Lake's Energetics Department (Code 470000D). The estimated cumulative aggregate ceiling for all contracts is $11,500,000 with the companies having an opportunity to compete for individual orders under the individual functional areas for which they competed. Work will be performed at various contractor facilities within the continental U.S., and is expected to be completed in August 2024. No funds are being obligated at time of award. Funds will be obligated on individual orders as they are issued. These contracts were competitively procured via an electronic request for proposals, as a small business set-aside, with a total of nine offers received. The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity. Atlantic Diving Supply Inc.,* Virginia Beach, Virginia, is awarded an $11,104,250 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum 70,000 tropical boots. Work will be performed in Virginia Beach, Virginia, and is expected to be complete by August 2024. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $15,860 will be obligated on the first delivery order immediately following contract award, and funds will expire the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-1538). IAP World Services Inc., Cape Canaveral, Florida, is awarded a $10,950,782 indefinite-delivery/indefinite-quantity contract for base operating support services at Naval Air Station, Patuxent River, Maryland. The work to be performed provides for management and administration, air operations, supply, facilities support (to include facility management, facility investment, integrated solid waste management, swimming pools, special events), utilities (to include utility management, wastewater, water) and environmental. The maximum dollar value, including the base period and two option periods, is $20,879,122. Work will be performed in Patuxent River, Maryland, and is expected to be completed by June 2020. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy) contract funds for $7,357,718 for recurring work will be obligated on individual task orders issued during the base period of the contract extension. Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity (N40080-14-D-0302). The Boeing Co., Seattle, Washington, is awarded $10,926,195 for cost-plus-fixed-fee delivery order N00019-19-F-2496 against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides for Tactical Open Mission Software Airborne Weapons Simulator (AWS) software capability for the P-8A to serve as a training tool for the combat aircrews. Tasking will consist of the design, development, test and integration, configuration management, and all logistics support elements of the AWS software update. Work will be performed in Puget Sound, Washington, and is expected to be completed in January 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $10,926,195 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. AT&T Government Solutions Inc., Vienna, Virginia, is awarded an $8,132,606 modification to a previously awarded firm-fixed-price contract (N66001-17-C-0295) to exercise Option Two for continuation of services and sustainment support of Navy Enterprise 911 Routing and Management Service. This modification increases the estimated value of the contract from $13,845,920 to $21,978,526. Work will be performed throughout the continental U.S.; Commander Navy Region, Hawaii; and Commander Joint Region, Marianas. Work is expected to be completed Aug. 28, 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $8,132,606 will be obligated funds at the time of award. Funds will not expire at the end of the current fiscal year. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity. Integrated Systems Development Corp.,* Glen Allen, Virginia, is awarded a $7,034,345, indefinite-delivery/indefinite-quantity contract for facility support services at Joint Base Anacostia-Bolling, Washington, District of Columbia. The work to be performed provides for facility management, facility investment, fire protection, janitorial, pest control, ground maintenance, street sweeping and snow removal services. The maximum dollar value including the base period, four option years and an option to extend services is $38,957,271. Work will be performed in Washington, District of Columbia, and is expected to be completed by February 2025. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $2,461,675 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Federal Business Opportunities website with four proposals received. Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity (N40080-19-D-0303). U.S. SPECIAL OPERATIONS COMMAND General Atomics Aeronautical Systems Inc. (GA-ASI) of Poway, California. was awarded a maximum $78,000,000 indefinite-delivery/indefinite-quantity contract (H92403-18-D-0006) with firm-fixed-price and cost-plus-fixed-fee contract line items with potential maximum estimated values of $93,000,000 for the integration and testing support for the Medium Altitude Long Endurance Tactical (MALET) MQ-9 and MQ-1C Special Operations Forces Peculiar (SOF-p) modifications; procurement of GA-ASI developed and produced aircraft modification kits; and analysis and studies to inform government decision on potential future MALET MQ-9 and MQ-1C SOF-p modifications. Fiscal 2019 research, development, test and evaluation; procurement; or operation and maintenance funding may be used depending on the requirement. The ordering period for this contract is valid for five years. The majority of work will be performed in Poway and is expected to be completed by September 2023. This contract was awarded in accordance with Federal Acquisition Regulation Authority 6.302-1, - only one responsible source and no other supplies or services will satisfy agency requirements. U.S. Special Operations Command Headquarters, Tampa, Florida, is the contracting activity. 9Line LLC,* of Tampa, Florida, was awarded a $10,262,787 firm-fixed-price contract (H92222-19-C-0007) to provide non-clinical case management and advocate training support for wounded, ill and injured Special Operations Forces Recovering Service Members (RSMs). The focus areas are in recovery care coordination, military adaptive sports, benevolence, career transition and operations as it relates to the U.S. Special Operations Command (USSOCOM) Warrior Care Program. This contract also contains four unexercised options, which if exercised, would increase the cumulative contract value to $59,029,287. Fiscal 2020 operations and maintenance funds will be used for funding of the base year subject to the availability of funds. The work will be performed in 20 locations throughout the U.S. and overseas, and if all options are exercised, will continue through fiscal 2024. This contract was awarded competitively as a service-disabled, veteran-owned, small business set aside with seven proposals received. U.S. Special Operations Command Headquarters, Tampa, Florida, is the contracting activity. AIR FORCE Honeywell International Inc. Aerospace, Phoenix, Arizona, has been awarded a $23,522,971 firm-fixed-price contract for the repair and upgrade of the C-5M Super Galaxy's Versatile Integrated Avionics/Avionics Integrated Units (VIA/AIU) repair and upgrade. This contract provides for the repair and upgrade of the existing 903 and 904 configuration VIA/AIUs to the 905 configuration. The C-5M VIA/AIU repair and upgrade effort is a key component to the overall core mission computer/weather radar aircraft modification/installation kit. Work will be performed at Phoenix, Arizona, and is expected to be completed by July 5, 2022. This award is the result of a sole-source acquisition. Fiscal 2018 and 2019 aircraft procurement funds for a total amount of $17,107,578 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 (FA8625-19-F-6803). Northrup Grumman, Herndon, Virginia, has been awarded a $19,077,364 cost-plus-fixed-fee task order for Product Data Management and Migration Support Services. This contract provides for all labor, supplies and technical support services necessary to operate and maintain Robins Air Force Base product data hardware and software; to aid government customers in managing and executing technical data generation, acceptance and sustainment activities, processes, and products within the product data environment; and to support data improvement, cleansing and migration efforts necessary to prepare data for transition into modernized and/or U.S. Air Force (USAF) enterprise‐level systems, such as the Enhanced Technical Information Management System, the Technical Order Authoring and Publishing initiative, solutions resulting from the USAF Product Lifecycle Management Initiative and other system solutions which may result from system and data center consolidation activities. Work will be performed at Robins Air Force Base, Georgia, and is expected to be complete by Sept. 9, 2020. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $19,077,364.00 are being obligated at the time of award. The Air Force Sustainment Center ‐ Robins Operational Maintenance Contracting, Warner Robins, Georgia, is the contracting activity (FA8501‐19‐F‐A060). DEFENSE HEALTH AGENCY Pohaku Pacific LLC,* Honolulu, Hawaii, was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity single award contract with a maximum of $21,830,133. HT0038-19-D-0001 provides program management, enterprise sustainment and license maintenance of the Joint Legacy Viewer (JLV) software. This effort has an eight-month base period of performance with one 24-month optional ordering period, and one 22-month optional ordering period. The estimated completion date is March 31, 2024. Work location is task order dependent but primarily will occur at Honolulu, Hawaii. The base task order will be funded by fiscal 2019 operations and maintenance funds. This contract was non-competitively solicited. The contracting activity is the Defense Health Agency, Falls Church, Virginia. Booz Allen Hamilton, McLean, Virginia, was awarded a $12,464,707 firm-fixed-price contract modification exercising Option Period Three on previously awarded task order HT0011-16-F-0011 for integrated professional services across the Military Health System (MHS). The underlying task order provides professional services to support acceleration of the transformation of the MHS to be a High Reliability Organization. Fiscal 2019 operations and maintenance funds in the amount of $12,464,707 are being obligated, increasing the overall value of the task order to $52,483,548. The total potential value of the task order, if all options are exercised, is $64,215,727. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. (Awarded Aug. 21, 2019) *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1948303/source/GovDelivery/

  • The Sky’s No Limit – Girls Fly Too! event landing in Abbotsford in October

    August 29, 2019 | Local, Aerospace, Naval, Land, C4ISR, Security

    The Sky’s No Limit – Girls Fly Too! event landing in Abbotsford in October

    You're invited to attend the world's largest event to inspire female future leaders in aviation, aerospace, marine and defence, and other high-tech STEM fields. Everyone is welcome and events are always free for all participants to prevent barriers to participation. This is made possible by the generous support of agency, industry, community and education partners. You may be aware that the event has previously been held in March during the week of International Women's Day. For reasons outside of Achieve Anything Foundation's (AAF) control, it had to postpone the 2019 event to Oct. 5-6, coinciding with the week of the Canadian-driven International Day of the Girl. It plans to evaluate the success and feedback from the fall dates, and then evaluate whether this should become a permanent change. The Sky's No Limit – Girls Fly Too! (GF2) is not an air show and the event is not just for “girls”. In fact, it's the world's largest gender diversity outreach event of its kind in aviation, aerospace, marine and defence and everyone is welcome. This is an international, multi-agency event to which the Canadian Coast Guard, Royal Canadian Mounted Police, municipal police forces, local and international search and rescue organizations, first responders, civilian companies, educational institutions, the United States and Canadian Armed Forces are invited to participate and highlight the various aspects of aviation, aerospace, marine and defence. The combined represented assets of these agencies totalled over a billion dollars in 2018. This Canadian signature annual event showcases an unprecedented international partnership towards the improvement of gender and cultural diversity in high-tech STEM fields. Over the weekend, tens of thousands of Canadian and U.S. citizens come to the completely free GF2 event to interact with military/civilian aircraft and tactical assets, hands on activities and interactive displays. Participants and major media representatives are present at the opening ceremony to listen to the leadership from Canada, United States, B.C. and other major government agencies, speaking to the importance of nurturing this international partnership toward improving gender and cultural diversity in high-tech fields. Entering its eighth year, its had over 67,300 in attendance at the GF2 events, with 9,172 girls and women given free first-time helicopter flights. With the successful conclusion of GF2 2019, AAF anticipates surpassing 100,000 participants and achieving 12,000 free flights. https://www.skiesmag.com/press-releases/the-skys-no-limit-girls-fly-too-event-landing-in-abbotsford-in-october/

  • Contract Awards by US Department of Defense - August 28, 2019

    August 29, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 28, 2019

    AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $500,000,000, firm-fixed-price, indefinite-delivery/indefinite-quantity single award contract for Qatar Emiri Air Force (QAEF) F-15QA aircrew and maintenance training. This contract will provide F-15QA aircrew and maintenance training to support the QEAF. Work will be performed at St. Louis, Missouri, and moving to Qatar in 2021 and is expected to be completed August 2026. This is a sole-source requirement as the Boeing Co. has been country-designated as the sole-source provider for the F-15QA program, including F-15QA specific training, under the QEAF Foreign Military Sales (FMS) case QA-D-TAH. FMS funds in the amount of $262,147,569 are being obligated at the time of award. The Air Force Installation Contracting Agency/338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-19-D-A007). Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a $47,959,610 delivery order (FA8504-19-F-0018) to previously awarded contract FA8504-17-D-0002 for C-130J propulsion long-term sustainment. This order provides funding for Option II. The total cumulative face value of the contract is $47,959,610. Work will be performed at Robins Air Force Base, Georgia, and other various locations supporting C-130J propulsion long-term sustainment and is expected to be completed when the last engines are delivered. Fiscal 2019 aircraft procurement funds in the amount of $47,959,610 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. NAVY Raytheon Co., Tucson, Arizona, is awarded a $349,014,465 cost-plus-incentive-fee contract for Phase 2 of the Maritime Strike Tomahawk Rapid Deployment Capability for completion of the Phase 1 design and integration efforts as well as test and evaluation. Work will be performed in Tucson, Arizona (69.3%); Dallas, Texas (6.6%); Boulder, Colorado (5.8%); Walled Lake, Michigan (3.9%); Englewood, Colorado (2.7%); Bristol, Pennsylvania (2.5%); North Logan, Utah (1.9%); Suwanee, Georgia (0.6%); and various locations within the U.S. (6.7%), and is expected to be completed in February 2023. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $44,577,180 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0079). Reyes Construction Inc., Pomona, California, is awarded $21,899,000 for firm-fixed-price task order N62473-19-F-5131 under a previously awarded, multiple award construction contract (N62473-16-D-1804) for design-bid-build to retrofit the graving dock at Naval Base, San Diego. The work to be performed provides for the retrofit the graving dock and includes asbestos and lead base paint abatement. The project includes demolition of the graving dock concrete deck; drill, grout and install micro piles; and install new reinforcement bars and cast-in-place concrete forming the sonar pit. Project includes installation of automated in-haul system to provide more precise horizontal control and in-haul of vessels during evolutions. The in-haul system will consist of capstan at end of dry dock for in-haul and a rail on each side of the dry dock with a series of trolleys fastened to mooring lines from the vessel. Work will be performed in San Diego, California, and is expected to be completed by March 2022. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $21,899,000 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Harper Construction Co. Inc., San Diego, California, is awarded $17,737,397 for firm-fixed-price task order N62473-19-F-5130 under a previously awarded, multiple award construction contract (N62473-18-D-5853) for the design-build construction of a directed energy integration laboratory at Naval Base, Ventura County. The work to be performed provides for the construction of a three-story building with laboratory and office space, site improvements, and all utilities. The options, if exercised, provide for an additional square footage of administrative space and open laboratory space. The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $18,947,274. Work will be performed in Point Mugu, California, and is expected to be completed by January 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $17,737,397 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Teradyne Inc.,* Reading, Massachusetts, is awarded a $14,456,731 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year period of performance, to procure Enhanced Tactical Pod Tester (e-TPT). The e-TPT is a portable operational level test platform system, specifically for the AN/ALQ-99 airborne electronic warfare jamming system, found on EA-6B and EA-18G military aircraft. Work will be performed in Reading, Massachusetts, and is expected to be complete by August 2024. Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $2,594,641will be obligated at the time of contract award, and $247,571 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). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WS26). Advanced Technology International, Summerville, South Carolina (N00174-18-D-0009); and PAE National Security Solutions LLC, Fredericksburg, Virginia (N00174-18-D-0008), are each awarded a modification to their respective previously-awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts to exercise Option Two for support services for the Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Demonstration and Assessment Team. This requirement will provide support services to the Demonstration and Assessment Team for coordination of operational forces, to include warfighter workshops and other engagement activities, preparation and facilitation of technology demonstration and assessment planning and readiness meetings, and analysis and reporting of warfighting/warfighter inputs and concepts. Each task order will be competitively procured. Advanced Technology International will be awarded an $8,777,905 modification, which brings the cumulative value of this contract to $25,848,029. PAE National Security Solutions LLC will be awarded an $8,328,452 modification, which brings the cumulative value of this contract to $24,513,838. The location of the work will be determined by individual task orders and is expected to be completed by September 2022. No additional funds are being obligated at the time of this action. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. Wyle Laboratories Inc., Huntsville, Alabama, is awarded $8,433,703 for modification P00004 to a previously awarded cost-plus-fixed-fee, cost-reimbursable contract (N00421-17-C-0056). This modification provides program management services for the F/A-18 Foreign Military Sales (FMS) program in support of the government of Australia. Work will be performed at Patuxent River, Maryland (83%); Whidbey Island, Washington (7%); Philadelphia, Pennsylvania (4%); North Island, California (3%); Amberley, Australia (2%); and Oceana, Virginia (1%), and is expected to be completed in August 2020. FMS funds in the amount of $6,807,165 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity. ARMY BAE, Kingsport, Tennessee, was awarded a $202,437,733 fixed-price-incentive contract for the production and delivery of explosives and components at Holston Army Ammunition Plant, Tennessee. 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. 30, 2020. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0074). Parsons Government Services Inc., Pasadena, California, was awarded a $139,123,690 firm-fixed-price contract for runway repair at Bucholz Army Airfield, Kwajalein Atoll, Republic of the Marshall Islands. Bids were solicited via the internet with three received. Work will be performed in Kwajalein Atoll, Republic of the Marshall Islands, with an estimated completion date of Aug. 22, 2022. Fiscal 2018 research, development, test and evaluation funds in the amount of $139,123,690 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-19-C-0005). FLIR Surveillance Inc., Wilsonville, Oregon, was awarded a $92,875,276 firm-fixed-price contract for repair and refurbishment and logistics support. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 29, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-D-0016). Korte Construction Co., St. Louis, Missouri, was awarded a $63,921,812 firm-fixed-price contract to design and build a KC-46A Depot Maintenance Hangar at Tinker Air Force Base, Oklahoma. Bids were solicited via the internet with four received. Work will be performed in Tinker Air Force Base, Oklahoma, with an estimated completion date of April 30, 2022. Fiscal 2019 military construction funds in the amount of $63,921,812 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-19-C-0015). Diversified Technical Systems Inc.,* Seal Beach, California, was awarded a $38,441,877 firm-fixed-price contract for the purchase of Warrior Injury Assessment Manikin anthropomorphic test devices. 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 Aug. 27, 2019. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0011). The Boeing Co., Mesa, Arizona, was awarded a $33,581,477 cost-plus-fixed-fee contract for non-recurring engineering design activities for integrating the Improved Turbine Engine into the AH-64E Apache helicopter. Bids were solicited via the internet with one received. Work will be performed in Mesa, Arizona, with an estimated completion date of Feb. 28, 2022. Fiscal 2019 research, development, test and evaluation funds in the amount of $10,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0054). Valiant Global Defense Services Inc., San Diego, California, was awarded a $10,645,455 hybrid (cost-no-fee and firm-fixed-price) contract for Korea Battle Simulation Center operations and wide area networking support services. Bids were solicited via the internet with one received. Work will be performed in Pyeongtaek, Republic of Korea, with an estimated completion date of March 31, 2025. Fiscal 2019 operations and maintenance, Army funds in the amount of $4,827,976 were obligated at the time of the award. U.S. Army 411th Contracting Support Brigade, Republic of Korea, is the contracting activity (W91QVN-19-F-0139). DEFENSE LOGISTICS AGENCY Noble Supply and Logistics,* Rockland, Massachusetts, has been awarded a maximum $90,000,000 firm-fixed-price bridge contract for facilities maintenance, repair and operations items. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 15-month contract with no option periods. Location of performance is the Southeast Region Zone 2 of the U.S., with a Nov. 28, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contract activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-19-D-0010). SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $77,500,000 firm-fixed-price bridge contract for facilities maintenance, repair and operations items. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 15-month contract with no option periods. Location of performance is the Southeast Region Zone 1 of the U.S., with a Nov. 28, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contract activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-19-D-0009). A-dec Inc., Newberg, Oregon, has been awarded a maximum $49,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This is a five-year contract with no option periods. This was a competitive acquisition with 88 responses received; 22 contracts have been awarded to date. Using military services are Army, Navy, Air Force and Marine Corps. Location of performance is Oregon, with an Aug. 31, 2024, performance completion date. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0015). Latina Boulevard Produce LLC,* Cheektowaga, New York, has been awarded a maximum $49,353,705 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with four responses received. This is a 54-month contract with no option periods. Location of performance is New York, with a Feb. 27, 2024, performance completion date. Using customers are Army, Air Force and Department of Agriculture schools and reservations. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-P346). The Boeing Co., St. Louis, Missouri, has been awarded a maximum $27,000,000 undefinitized contractual action delivery order (SPRPA1-19-F-0LB9) against a five-year base contract (SPRPA1-14-D-002U) with one five-year option period for E-6B repair. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Oklahoma, with a March 1, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 operations and maintenance funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1946835/source/GovDelivery/

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

    August 28, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

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

    NAVY Southwest Construction & Property Management,* San Bruno, California (N62473-19-D-1231); Bishop Inc.,* Orange, California (N62473-19-D-1232); J. Davis Construction Management Inc.,* Oxnard, California (N62473-19-D-1233); Trumble Construction Inc., doing business as RBT Construction,* Texarkana, Texas (N62473-19-D-1234); B.C. Schmidt Construction Inc.,* Williams, California (N62473-19-D-1235); and Heffler Contracting Group,* El Cajon, California (N62473-19-D-1236), are each awarded an indefinite-delivery/indefinite-quantity multiple award construction contract. The maximum dollar value including the base period and one option period for all six contracts combined is $240,000,000. The contract covers new construction, renovation and repair, primarily by design-build or secondarily by design-bid-build of roofing systems at various government installations located in California, Arizona, Nevada, Utah, Colorado and New Mexico. Types of roofing projects may include, but are not limited to, roof condition assessment, emergency leak response and testing for hazardous material on various roofing systems. It also covers all roofing related work such as, but not limited to, demolition and disposal of roofing materials that may contain asbestos and lead paint, removal and reinstallation of equipment, piping and heating, ventilation, air conditioning (HVAC) ductwork, painting and installation of gutters, downspouts, fascia, sheet metal flashing, sealants, caulking, insulation, vents, and drainage assemblies. No task orders are being issued at this time. All work on these contracts will be performed at various government installations located in California (80%); Arizona (16%); Nevada (1%); Utah (1%); Colorado (1%); and New Mexico (1%). The terms of the contracts are not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (O&M) (Navy) contract funds in the amount of $30,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M (Navy and Marine Corps); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. CDM Federal Programs Corp., Fairfax, Virginia, is awarded a not-to-exceed $49,000,000 indefinite-delivery/indefinite-quantity contract for services to support the Navy's public works business line. The work to be performed includes, but is not limited to, the following type of services: evaluate, analyze, development of plans, standard operating and maintenance procedures, and recommend improvements for utility management; utility operation and maintenance; electric and steam production; electric and steam distribution; natural gas distribution; water and wastewater treatment; water distribution; wastewater collection; utility privatization and out-sourcing; cybersecurity and control systems; advanced metering; energy management; energy security; energy and water conservation; project financing; utility regulation; utility rate making and analysis; commodity and service pricing and procurement; supply and demand practices; market design; and fuel sourcing. No task orders are being issued at this time. Work will be performed primarily within the Naval Facilities Engineering Command Atlantic area of responsibility, and the term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and 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. Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-2012). Lockheed Martin Corp. Rotary and Mission Systems, Littleton, Colorado, is awarded an estimated $44,308,222 indefinite-delivery/indefinite-quantity hybrid contract with cost-plus-fixed-fee and firm-fixed-price contract line item numbers. The contract is in support of Navy and other agencies' Radiant Mercury (RADMERC) operations to securely transfer data across different security domains. The contract provides for installation, program management, maintenance, modernization and sustainment of RADMERC systems. The contract will also provide system security authorization support, and logistics and training services. This contract includes a five-year ordering period and a five-year option period. The option period, if exercised, would bring the cumulative value of this contract to an estimated $92,213,609. Work will be performed in various U.S. locations (80%), with work in locations outside the U.S. (20%) based on the requirement for each delivery order placed. Work is expected to be completed by August 2024. If the option is exercised, work could continue until August 2029. No funding is obligated on the contract at time of award. Contract funds will be obligated on individual delivery orders. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $5,000 will be obligated on the first delivery order. Contract funds will expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-19-D-0006). Phoenix International Holdings Inc., Largo, Maryland, is awarded a $37,775,336 cost-plus-fixed fee bridge contract for Submarine Rescue Operations Maintenance contractor. The contractor is responsible for providing appropriate and sufficient personnel and services necessary for the mobilization, operation, storage, logistic support, repair and maintenance of the submarine rescue systems. The contractor will provide appropriate and sufficient personnel and services necessary to mobilize and operate the submarine rescue systems that support the response requirements. The contractor is responsible to ensure the Navy's submarine rescue systems are maintained in a high state of readiness to support a rapid worldwide deployment on a 24-hour-per-day, 7-day-a week basis. This contract includes one option, which, if exercised, would bring the cumulative value of this contract to $40,828,728. Work will be performed in San Diego, California, and is expected to be complete by June 2020. If the option is exercised, work will continue through August 2020. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $2,100,000 will be obligated at the 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) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4307). DynCorp International LLC, McLean, Virginia, is awarded a $27,079,693 indefinite-delivery/indefinite-quantity contract for base operations support (BOS) services at Naval and Defense Intelligence Agency Facilities in Washington, District of Columbia; Maryland; and Virginia. The BOS services to be performed include: general information, management and administration, supply services, facility management, facility investment, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, pavement clearance, and utility management, chiller plant, and transportation services. The maximum dollar value including the base period and six option periods is $173,819,122. Work will be performed in Washington, District of Columbia (54%); Maryland (32%); and Virginia (14%), and is expected to be completed by May 2026. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance (Navy) contract funds in the amount of $23,355,530 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-2013). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $25,252,703 for modification P00052 to previously awarded cost-plus-incentive-fee, fixed-price-incentive-firm, cost-plus-fixed-fee contract N00019-16-C-0004. This modification is for an F-35 Lightning II Joint Strike Fighter regional maintenance repair and upgrade facility for the Government of Japan under the Foreign Military Sales (FMS) program. Work will be performed in Nagoya, Japan (65%); Ft Worth, Texas (26%); Greenville, South Carolina (7%); Orlando, Florida (2%); and El Segundo, California (1%), and is expected to be completed no later than September 2022. FMS funds in the amount of $25,252,703 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. ARMY Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $50,871,700 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for production, integration, fielding, and training of the Huntsman secure network radio. 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. 30, 2022. U.S. Army Contracting Command, Redstone, Arsenal, Alabama, is the contracting activity (W31P4Q-19-D-0041). Lockheed Martin Rotary Mission Systems, Owego, New York, was awarded a $42,734,799 hybrid (firm-fixed-price and fixed-price-incentive) domestic and Foreign Military Sales (United Kingdom) contract to procure Modernized Radar Frequency Interferometer kits and spares. One bid was solicited with one bid received. Work will be performed in Owego, New York, with an estimated completion date of July 31, 2022. Fiscal 2017, 2018 and 2019 aircraft procurement, Army and foreign military sales funds in the combined amount of $42,734,199 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-F-0634). DLT Solutions, Herndon, Virginia, was awarded a $15,928,239 firm-fixed-price contract for the procurement of multiple Red Hat software items. Work will be performed in Herndon, Virginia, with an estimated completion date of Aug, 23, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $15,928,239 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-19-F-0117). General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $14,678,125 modification (P00070) to contract W56HZV-13-C-0319 for facilities modifications at the Joint Systems Manufacturing Center in Lima, Ohio. Work will be performed in Lima, Ohio, with an estimated completion date of Jan. 31, 2023. Fiscal 2019 other procurement, Army funds in the amount of $14,678,125 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Triumph Engine Control Systems LLC, West Hartford, Connecticut, was awarded a $7,473,340 firm-fixed-price contract for the overhaul of a minimum of the fuel control main for the CH-47 Chinook helicopter. 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 Aug. 26, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-F-0640). Trident Technologies LLC,* Huntsville, Alabama, was awarded a $7,450,142 modification (0001 35) to contract W31P4Q-16-A-0018 to provide Non-Standard Rotary Wing Aircraft Project Office programmatic support services. Bids were solicited via the internet with four received. Work will be performed in Huntsville, Alabama, with an estimated completion date of Aug. 25, 2020. Fiscal 2019 Foreign Military Sales funds in the combined amount of $7,450,142 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY BAE Systems, Nashua, New Hampshire, has been awarded a maximum $83,934,598 firm-fixed-price, cost-plus-fixed-fee, and cost-no-fee contract for the AN/AAR-57A(V) Common Missile Warning System. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is New Hampshire, with an Aug. 26, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds; and Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-19-D-0075). General Electric Co., Lynn, Massachusetts, has been awarded a $42,846,000 firm-fixed-price delivery order (SPRPA1-19-F-QH07) against a five-year basic ordering agreement (FA8122-19-G-0001) for combustion chambers. This is a 42-month contract with no option periods. This was a sole-source acquisition using justification 10 U.S .Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Massachusetts, with a Feb. 28, 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. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Packet Forensics LLC, Virginia Beach, Virginia, was awarded a $10,000,000 modification (P00004) to previously awarded HR0011-18-C-0056 for the Defense Advanced Research Projects Agency Harnessing Autonomy for Countering Cyberadversary Systems (HACCS) research project. The modification brings the total cumulative face value of the contract to $21,200,000 from $11,200,000. Work will be performed at Virginia Beach, Virginia, with an expected completion date of August 2020. Fiscal 2019 research and development funds in the amount of $10,000,000 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1945395/source/GovDelivery/

Shared by members

  • Share a news article with the community

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

Subscribe to our newsletter

to not miss any news from the industry

You can customize your subscriptions in the confirmation email.