Filter Results:

All sectors

All categories

    3580 news articles

    You can refine the results using the filters above.

  • Extending Field of View in Advanced Imaging Systems

    August 12, 2019 | International, C4ISR

    Extending Field of View in Advanced Imaging Systems

    New program focuses on developing curved infrared focal plane arrays to improve optical performance and widen field of view while reducing system size of military imagers The military relies on advanced imaging systems for a number of critical capabilities and applications – from Intelligence, Surveillance, and Reconnaissance (ISR) and situational awareness to weapon sights. These powerful systems enable defense users to capture and analyze visual data, providing key insights both on and off the battlefield. Today, nearly all imaging systems rely on detector arrays fabricated using planar processes developed for electronic integrated circuits on flat silicon. While significant progress has been made in advancing these technologies for narrow field of view (FOV) systems, optical aberrations can limit the performance at the periphery in wide FOV systems that then require large, costly, and complex optics to correct. The trade-off for correcting optical aberrations by using large, heavy lenses is a reduction in optical signal and a large size penalty, which limits their use for new and emerging capabilities. “Tremendous progress has been made over the past 20 years towards making multi-megapixel infrared (IR) focal plane arrays (FPA) for imaging systems cost effective and available to the Department of Defense,” said Dr. Whitney Mason, a program manager in DARPA's Microsystems Technology Office (MTO). “However, limitations to the technology's performance and size remain. Current advances on the commercial side have shown the viability of small area, curved FPAs (CFPAs) for visible cameras. While these technologies have shown modest benefits, more must be done to achieve the performance and size requirements needed for imaging systems used in emerging defense applications.” DARPA developed the FOcal arrays for Curved Infrared Imagers (FOCII) program to expand upon the current commercial trend for visible sensor arrays by extending the capability to both large and medium format midwave (MWIR) and/or longwave (LWIR) infrared detectors. The program seeks to develop and demonstrate technologies for curving existing state-of-the-art large format, high performance IR FPAs to a small radius of curvature (ROC) to maximize performance, as well as curve smaller format FPAs to an extreme ROC to enable the smallest form factors possible while maintaining exquisite performance. FOCII will address this challenge through two approaches to fabricating a curved FPA. The first involves curving existing state-of-the-art FPAs, while keeping the underlying design intact. The focus of the research will be on achieving significant performance improvements over existing, flat FPAs, with a target radius of curvature of 70mm. The fundamental challenge researchers will work to address within this approach is to mitigate the mechanical strain created by curving the FPGA, particularly in silicon, which is very brittle. The second approach will focus on achieving an extreme ROC of 12.5 mm to enable a transformative reduction in the size and weight compared to current imagers. Unlike the first approach, researchers will explore possible modifications to the underlying design, including physical modifications to the silicon that could relieve or eliminate stress on the material and allow for creating the desired curvature in a smaller sized FPA. This approach will also require new methods to counter the effects of any modifications during image reconstruction in the underlying read-out integrated circuit (ROIC) algorithm. The FOCII program is hosting a proposers' day on August 13, 2019 at the Executive Conference Center, 4075 Wilson Blvd., Suite 300, Arlington, Virginia, 22203 from 9:00 a.m. to 4:00 p.m. EDT. The purpose of this meeting is to provide information on the FOCII program, promote additional discussion on this topic, address questions from potential proposers, and provide an opportunity for potential proposers to share their capabilities and ideas for teaming arrangements. The Special Notice for can be found here, https://www.fbo.gov/index.php?s=opportunity&mode=form&id=4c8a360d1f5be2e1b7e784f86b7d42fb&tab=core&_cview=0 Full details are available in the FOCII Broad Agency Announcement on FBO.gov: https://go.usa.gov/xV3EH. https://www.darpa.mil/news-events/2019-08-09

  • Plan Outlines Priorities for Federal Agency Engagement in AI Standards Development

    August 12, 2019 | International, C4ISR

    Plan Outlines Priorities for Federal Agency Engagement in AI Standards Development

    GAITHERSBURG, Md. — The U.S. Department of Commerce's National Institute of Standards and Technology (NIST) has released a plan for prioritizing federal agency engagement in the development of standards for artificial intelligence (AI). The plan recommends that the federal government “commit to deeper, consistent, long-term engagement” in activities to help the United States speed the pace of reliable, robust and trustworthy AI technology development. “The federal government can help the U.S. maintain its leadership in AI by working closely with our experts in industry and academia, investing in research, and engaging with the international standards community,” said Under Secretary of Commerce for Standards and Technology and NIST Director Walter G. Copan. “This plan provides a path to ensure the federal government supports AI standards that are flexible and inclusive—and suited for a world of rapidly changing technologies and applications.” A February 2019 Executive Order directed NIST to develop a plan that would, among other objectives, “ensure that technical standards minimize vulnerability to attacks from malicious actors and reflect Federal priorities for innovation, public trust, and public confidence in systems that use AI technologies; and develop international standards to promote and protect those priorities.” “The Trump administration continues to deliver on the American AI Initiative, the national strategy for U.S. leadership in AI,” said Michael Kratsios, chief technology officer of the United States. “Public trust, security and privacy considerations remain critical components of our approach to setting AI technical standards. As put forward by NIST, federal guidance for AI standards development will ensure AI is created and applied for the benefit of the American people.” The plan recommends the federal government bolster AI standards-related knowledge, leadership and coordination among agencies that develop or use AI; promote focused research on the trustworthiness of AI systems; support and expand public-private partnerships; and engage with international parties. Due to the rapid pace of technology development and changing understandings of the “trustworthiness, accessibility, and human-centered implications of AI,” the plan emphasizes the need for federal agencies to be flexible in selecting AI standards for use in regulatory or procurement actions. It also calls for prioritizing multidisciplinary research and expanding public-private partnerships to advance reliable, robust and trustworthy AI. The plan also highlights related tools that will be needed to support AI, including benchmarks, evaluations and challenges that could drive creative problem solving. NIST developed the plan with extensive public and private sector involvement, including a May 30, 2019, workshop and multiple opportunities for public comment. NIST received comments from more than 40 organizations in industry, academia and government on a draft plan released July 2, 2019. While the plan notes that “serious work on AI-specific standards has only recently begun in earnest,” its appendices list existing IT standards applicable to AI, and ongoing activities regarding AI standards and related tools. https://www.nist.gov/news-events/news/2019/08/plan-outlines-priorities-federal-agency-engagement-ai-standards-development

  • Contract Awards by US Department of Defense - August 9, 2019

    August 12, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 9, 2019

    NAVY Lockheed Martin Corp., Moorestown, New Jersey, is awarded a $176,339,634 firm-fixed-priced, performance-based logistics contract for the repair of 1,672 different head-of-family part numbers in support of the AEGIS SPY-1 Weapon System. The contract is a five-year contract with no option periods. Work will be performed in Moorestown, New Jersey, and is expected to be completed by August 2024. No funds are obligated at the time of award. 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 company was solicited for this sole-source, non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304(c)(1) and in accordance with 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-VM01). Raytheon Co., Goleta, California, is awarded $29,790,677 for modification PZ0001 to a previously awarded firm-fixed-price contract (N00019-18-C-1055). This modification provides for Lot 14 full-rate production of 82 F/A18 CD-108B/ALE-50(V) Control, Dispenser, Decoy, Countermeasures Integrated Multi-platform Launch Controllers. Work will be performed in Forrest, Mississippi (45%); Andover, Massachusetts (25%); Goleta, California (20%); and various locations within the continental U.S. (10%), and is expected to be completed in February 2022. Fiscal 2017 and 2019 aircraft procurement (Navy) funds in the amount of $29,790,677 will be obligated at time of award, $26,850,000 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Swift River Versar JV,* Anchorage, Alaska, is awarded a maximum amount $18,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for mission sustainment and coastal resilience and related environmental planning services. The work to be performed provides for professional services that will support the study and implementation of mission sustainment and coastal readiness measures, including hardened structures and green infrastructure, which will ensure Navy and Marine Corps readiness of installations, ranges and operation areas. This contract will support environmental, asset management and expeditionary support services that will assist Department of Navy and Department of Defense commands in ensuring mission sustainability. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the Naval Facilities Engineering Command Atlantic area of responsibility including, but not limited to Virginia (28%); North Carolina (22%); South Carolina (22%); Connecticut (7%); Florida (7%); Maine (7%); and Maryland (7%). The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was procured on a sole source basis pursuant to Federal Acquisition Regulation 19.805-1(b)(2). Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4004). General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded $15,200,000 for delivery order N62789-19-F-0019 under previously awarded, multiple award, indefinite-delivery/indefinite-quantity contract N00024-16-D-4300 for the planning, material procurement, and repair work for USS Washington (SSN 787). Work will be performed in Groton, Connecticut, and is expected to be complete by December 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $7,600,000 will be obligated at time of award and will expire at the end of the current fiscal year. A Fair Opportunity Notice was issued to both multiple award contract indefinite-delivery/indefinite-quantity holders on July 18, 2019, in accordance with 10 U.S. Code 2304(c)(1). The Supervisor of Shipbuilding, Conversion and Repair, Groton, Connecticut, is the contracting activity. MN&DPI JV LLC, Honolulu, Hawaii, is awarded a $15,000,000 firm-fixed-price modification to increase the maximum dollar value of previously awarded indefinite-delivery/indefinite-quantity contract (N62742-18-D-0001) for architect-engineering services for various structural and waterfront projects and other projects under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific. The work to be performed provides for design and engineering services for the execution and delivery of engineering studies; plans, specifications, and cost estimates/parametric cost estimates, including preparation of design-build contract documents or design-bid-build contract documents; and post construction award services. After award of this modification, the total cumulative contract value will be $55,000,000. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific Area of Responsibility, including Guam (69%); and Hawaii (13%). The term of the contract is not to exceed 60 months, with an expected completion date of December 2022. No funds will be obligated at time of award; funds will be obligated on individual task orders and task order modifications as they are issued. Task orders will be primarily funded by military construction (planning and design). Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. ARMY Federal Contracting Inc., doing business as Bryan Construction Inc., Colorado Springs, Colorado, was awarded a $69,146,753 firm-fixed-price contract for construction of a tactical equipment maintenance facility and ancillary buildings. Bids were solicited via the internet with six received. Work will be performed in Fort Carson, Colorado, with an estimated completion date of April 24, 2021. Fiscal 2019 military construction funds in the amount of $69,146,753 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-19-C-0029). TekSynap Corp.,* Reston, Virginia, was awarded a $31,657,006 firm-fixed-price contract for general program management, technical, research, analytical, and administrative support. 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. 8, 2024. U.S. Army Mission Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0015). Digital Management LLC, Bethesda, Maryland, was awarded an $19,141,206 modification (P00007) to contract W52P1J-17-F-4020 for interactive Personnel Electronic Record Management System. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 9, 2022. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Dumey Contracting Inc.,* Benton, Missouri, was awarded a $14,714,782 firm-fixed-price contract for construction, and degrading an existing levee and levee with berms and ditches. Bids were solicited via the internet with seven received. Work will be performed in Hornersville, Missouri, with an estimated completion date of Dec. 1, 2021. Fiscal 2019 civil works funds in the amount of $14,714,782 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-19-C-0008). Manson Construction, Seattle, Washington, was awarded a $13,655,300 firm-fixed-price contract for unrestricted procurement for Houston Ship Channel hopper dredging. Bids were solicited via the internet with three received. Work will be performed in Galveston, Texas, with an estimated completion date of March 27, 2020. Fiscal 2019 civil operations and maintenance funds in the amount of $13,655,300 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0008). RLB Contracting Inc.,* Port Lavaca, Texas, was awarded a $13,584,500 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Port Arthur, Texas, with an estimated completion date of March 10, 2020. Fiscal 2019 civil operations and maintenance funds in the amount of $13,584,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0011). Cottrell Contracting Corp.,* Chesapeake, Virginia, was awarded a $10,437,490 firm-fixed-price contract for Norfolk Harbor Channel maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Norfolk, Virginia, with an estimated completion date of Jan. 11, 2020. Fiscal 2019 civil construction funds in the amount of $10,437,490 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-C-0019). Yaeger Architecture Inc.,* Lenexa, Kansas, was awarded a $10,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 8, 2025. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4011). Morrish-Wallace Construction Inc.,* Cheboygan, Michigan, was awarded an $8,243,527 firm-fixed-price contract for repairs and stone revetment along Lake Erie. Bids were solicited via the internet with two received. Work will be performed in Hamburg, New York, with an estimated completion date of April 30, 2021. Fiscal 2010 civil construction funds in the amount of $8,243,527 were obligated at the time of the award. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-19-C-0019). AIR FORCE Radiant Geospatial Solutions LLC,* Ypsilanti, Michigan, has been awarded a $14,226,474 cost-plus-fixed-fee contract for Red Wing Next Generation Geospatial Intelligence (GEOINT) Cloud. The objective of this effort is to deliver an automated and efficient workflow for National System of GEOINT analysis by reducing latency for product generation, exploitation and intelligence gathering. This effort will expand the use of Amazon managed services through careful assessment of emerging offerings with the goal of improving resiliency, reducing cost and reducing exposure to cyber threats. Work will be performed at Ypsilanti, Michigan; and Herndon, Virginia, and is expected to be completed by Aug. 7, 2021. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation in the amount of $3,713,188 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1502). Kearney & Co. P.C., Alexandria, Virginia, has been awarded a $13,031,667 firm-fixed-price contract for advisory and assistance services support for the Air Force Warfighting Integration Capability missions. This contract will provide for future and concepts analysis, design blueprints, capability development strategic integration, capability development implementation analysis, assessment of opportunities for new capability, workflow management, strategic communication, special access program integration, simulation studies, war gaming support, decision analytics and strategy, planning, programming, budgeting and execution analysis. Work will be performed at Washington, District of Columbia, and is expected to be completed by Aug. 8, 2020. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,994,101 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-19-F-A162). Kearney & Co. P.C., Alexandria, Virginia, has been awarded a $9,620,685 firm fixed price contract modification (P00005) to previously awarded contract FA7014-18-F-1022 for the exercise of Option Period One for advisory and assistance services to support Total Force analysis. This contract modification includes capability and capacity analysis of Air Force mission areas; linking results to the strategy, planning, and programming process; performing planning, programming, and budgeting study excursions; analytically supporting Total Force initiatives, strategy review and assessment and planning support. Work will be performed at Arlington, Virginia, and is expected to be completed by July 31, 2020. Fiscal 2019 operations and maintenance funds in the amount of $9,237,252 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity. Midwest Air Traffic Control Service Inc., Overland Park, Kansas, has been awarded an $8,410,622 cost-plus-fixed-fee modification (P00013) to previously awarded contract N65236-14-D-4984 for aviation command and control operations and maintenance services. The contract modification adds five months and 20 days to the current task order. Work will be performed in the Air Force Central Command's area of responsibility and expected to be completed by Feb. 29, 2020. Fiscal 2019 operations and maintenance funds are being obligated in the amount of $8,410,622 at the time of the award. The Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. *Small Business

  • Contract Awards by US Department of Defense - August 8, 2019

    August 9, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 8, 2019

    AIR FORCE Atlantic Diving Supply Inc., Virginia Beach, Virginia (FA8606-19-D-0029); Nightline Inc., Mountain City, Tennessee (FA8606-19-D-0036); Tactical & Survival Specialties Inc., Harrisonburg, Virginia (FA8606-19-D-0039); Federal Resources, Stevensville, Maryland (FA8606-19-D-0032); Sera Star LLC, Carrollton, Texas (FA8606-19-D-0038); Hurricane Aerospace Solutions, Pompano Beach, Florida (FA8606-19-D-0033); Baker and Associates Inc., Centerville, Ohio (FA8606-19-D-0030); Mountain Horse Solutions, Colorado Springs, Colorado (FA8606-19-D-0035); Rapid Response Defense Systems Inc., Irvine, California (FA8606-19-D-0037); Capewell Aerial Systems LLC, Meadows of Dan, Virginia (FA8606-19-D-0031); and Life Support International Inc., Langhorne, Pennsylvania (FA8606-19-D-0034), have been awarded a contract with a ceiling of $950,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for commercial aircrew items. This contract is a commercial item contract vehicle, designed to rapidly equip aircrew with non-stock listed, commercial items including: uniforms, cold weather clothing systems, visual augmentation equipment, personal protective equipment, helmets, body armor, tactical carriers, individual equipment, lighting, survival equipment, air crew support equipment, communication equipment, tactical equipment, load bearing equipment, lethality support items, boots, gloves, eye protection, egress equipment, aerial insertion equipment, search & rescue equipment, personnel recovery equipment, medical equipment, power management, hydration, electronics test equipment, ancillary services and testing. Work will be performed, as indicated, by contractor in the list above and is expected to be completed by Aug. 8, 2029. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2018 and other procurement funds in the amount of $11,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a $369,000,000 ceiling increase modification (P00013) to previously awarded contract FA2521-16-D-0010 for serviceable components and subsystems for instrumentation tracking systems world-wide for both foreign and domestic government agencies to include radars, telemetry and optical instrumentation tracking systems. This increase is to support range instrumentation sustainment and obsolescence management requirements. Work will be completed at the program's 28 worldwide participating ranges and is expected to be completed by Dec. 31, 2020. Fiscal 2019 operational and maintenance funds will be used, and no funds are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity. ARMY JE Dunn, Kansas City, Missouri, was awarded a $295,974,160 firm-fixed-price contract for design-build construction to replace the hospital at Fort Leonard Wood, Missouri. Bids were solicited via the internet with four received. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Oct. 31, 2023. Fiscal 2018 military construction funds in the amount of $79,235,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-4011). HydroGeoLogic Inc.,* Reston, Virginia, was awarded a $95,000,000 cost-plus-fixed-fee contract for hazardous, toxic and radioactive waste remediation activities at the Formerly Utilized Sites Remedial Action Program St. Louis sites. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 7, 2025. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-D-0011). Massman Construction, Leawood, Kansas, was awarded an $8,414,000 firm-fixed-price contract for lock and dam gate anchorage. Bids were solicited via the internet with five received. Work will be performed in Clarksville, Missouri, with an estimated completion date of Aug. 7, 2020. Fiscal 2010 civil operations and maintenance funds in the amount of $8,414,000 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-C-0009). U.S. TRANSPORTATION COMMAND Columbia Helicopters Inc. Aurora, Oregon, has been awarded an option year modification to contract HTC711-17-D-R018 in the estimated amount of $224,394,412. This modification, P00008, provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $670,327,669 from an estimated $445,933,257. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. CHI Aviation Inc., Howell, Michigan, has been awarded an option year modification to contract HTC711-17-D-R017 in the estimated amount of $149,819,159. This modification, P00009, provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $460,456,492 from an estimated $310,637,333. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Berry Aviation Inc., San Marcos, Texas, has been awarded option year modification to contract HTC711-16-D-R021 in an estimated amount of $29,848,000. This modification, P00006, provides fixed wing passenger, cargo, combined passenger and cargo, aeromedical evacuation, and short take-off and landing air transportation services within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $117,746,500 from an estimated $87,898,500. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. NAVY J.F. Taylor Inc.,* Lexington Park, Maryland, is awarded a $108,987,777 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract to provide engineering and technical services in support of the Integrated Battlespace Simulation and Test Department, Naval Air Warfare Center, Aircraft Division 5.4.3 Simulation Division laboratories. These laboratories support activities that include research and development of requirements for aviation systems, supporting system development, providing developmental and operational flight test support, and providing life-cycle operational support to include system enhancement, procedure refinement and accident investigations. Work will be performed in Patuxent River, Maryland, (78%); and Lexington Park, Maryland (22%), and is expected to be completed in August 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal as a small business set-aside; one offer was received. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0074). ZITEC Inc.,** Niceville, Florida, is awarded a $25,110,110 fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides up to 672 alternate mission equipment mobility ready storage systems; two first article units, and 670 production systems for the Navy and Marine Corps. Work will be performed in Niceville, Florida, and is expected to be completed in August 2025. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $71,969 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a Service-Disabled Veteran-Owned Small Business set-aside; three offers were received. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0242). APTIM Federal Services LLC, Alexandria, Virginia, is awarded $15,248,090 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N39430-15-D-1632) to clean, inspect, repair and inspect repairs to mined-in-place military petroleum storage tanks (Red Hill Tanks 4 and 13). After award of this modification, the total cumulative contract value will be $30,112,525. Work will be performed in Joint Base Pearl Harbor-Hickam, Hawaii, and is expected to be completed by December 2021. Fiscal 2016 working capital funds (Navy) in the amount of $15,248,090 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. AECOM Technical Services Inc., Los Angeles, California, is awarded $14,749,825 for cost-plus-award-fee modification to task order N62742-18-F-0126 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-17-D-1800) for investigation and remediation of releases, and groundwater protection and evaluation for Red Hill Bulk Fuel Storage Facility, Joint Base Pearl Harbor-Hickam. Work will be performed in Hawaii, and is expected to be completed by January 2021. Working capital funds (Defense) in the amount of $14,749,825 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. DEFENSE LOGISTICS AGENCY North American Rescue LLC, Greer, South Carolina, has been awarded a maximum $41,742,284 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical products. This is a one-year base contract with nine one-year option periods. To date, this is the 13th contract awarded from standing solicitation SPM2D0-12-R-0004. Location of performance is South Carolina, with an Aug. 10, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-19-D-0005). Dominion Privatization South Carolina LLC, Richmond, Virginia, has been awarded a $24,946,260 modification (P00008) to a 50‐year contract (SP0600‐18‐C‐8325) with no option periods for the ownership, operation and maintenance of the electric utility systems at Fort Jackson, South Carolina. This is a fixed‐price with economic‐price‐adjustment contract. Locations of performance are South Carolina and Virginia, with a May 1, 2069, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2069 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency, Energy, Fort Jackson, South Carolina. Direct Energy Business Marketing LLC, Iselin, New Jersey (SPE604-19-D-7519; $15,881,084); Constellation New Energy-Gas Division LLC, Louisville, Kentucky (SPE604-19-D-7520; $10,742,319); and CenterPoint Energy Services Inc., Houston, Texas (SPE604-19-D-7521; $10,738,786), have each been awarded a fixed‐price with economic‐price-adjustment requirements contract under solicitation SPE604-19-R-0405 for pipeline quality direct supply natural gas. This was a competitive acquisition with seven offers received. They are two-year base contracts with a six‐month option period. Locations of performance are Colorado, Illinois, Indiana, Kansas, Kentucky, Michigan, Missouri, Ohio, and New York, with a Sept. 30, 2021, performance completion date. Using customers are Army, Navy, Air Force, and federal civilian agencies. No money is obligated at the time of award; however, customers are solely responsible to fund these requirements contracts. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1929800/source/GovDelivery/

  • Contract Awards by US Department of Defense - August 7, 2019

    August 8, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 7, 2019

    AIR FORCE United Launch Services, Centennial, Colorado, has been awarded a $156,752,771 firm-fixed-price modification (P00003) to previously awarded contract FA8811-19-C-0002 for National Security Space Launch Delta IV Heavy Launch services. This modification provides for launch vehicle production services for National Reconnaissance Office (NRO) Launch Mission Three, the last of three planned NRO launch missions under this contract. This modification brings the total cumulative face value of the contract from $310,784,574 to $467,537,345. Work will be performed in Centennial, Colorado; Decatur, Alabama; and Cape Canaveral Air Force Station, Florida, and is expected to be completed by January 2024. Fiscal 2019 missile procurement funds in the amount of $144,637,202 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. (CORRECTION: The May 9, 2019, announcement of this contract's modification for Launch Mission Two incorrectly stated the total cumulative face value of the contract at the time as $449,813,010. The actual total cumulative value was $310,784,574.) Northrop Grumman Aerospace Systems, Redondo Beach, California, has been awarded a $22,500,000 cost-plus incentive-fee modification (P00017) to previously awarded contract FA8808-18-C-0002 for changes to the payload driven by selection of a host space vehicle. The contract provides for the delivery of two Enhanced Polar System Recapitalization (EPS-R) payloads. Work will be performed at Redondo Beach, California, and is expected to be completed by December 2023. Fiscal 2019 research and development funds in the amount of $5,900,000 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. TFAB Defense Systems LLC,* Warner Robins, Georgia, was awarded an $8,918,791 firm-fixed-price contract for engineering services. This contract provides for develop the software, test hardware and related documentation for test program sets for use with the Air Force's Versatile Depot Automatic Test Station family of testers to isolate failures within line replaceable units and shop replaceable units. Work will be performed at Warner Robins, Georgia, and is expected to be completed by Aug. 6, 2022. This award is the result of a Small Business Set Aside sole-source acquisition. No funds are being obligated at time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity for contract (FA8571-19-D-A003). ARMY Southwest Valley Constructors Co., Albuquerque, New Mexico, was awarded an $80,869,000 contract for design-build horizontal construction in support of the Department of Homeland Security in McAllen, Texas. Three bids were solicited with three bids received. Work will be performed in McAllen, Texas, with an estimated completion date of April 28, 2021. Fiscal 2019 Department of Homeland Security funds in the amount of $80,869,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0118). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded an $11,812,335 modification (P00240) to contract W56HZV-15-C-0095 for Authorized Stockage List. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of April 30, 2021. Fiscal 2018 and 2019 other procurement, Army and procurement Marine Corps funds in the combined amount of $11,812,335 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Stantec Consulting Services Inc., Louisville, Kentucky, was awarded a $9,000,000 firm-fixed-price contract for geotechnical services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 7, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0046). NAVY Data Link Solutions LLC, Cedar Rapids, Iowa, is awarded a maximum potential value $75,000,000 modification to a previously awarded indefinite-delivery/indefinite-quantity multiple award contract (N00039-15-D-0042) for the Block Upgrade II retrofit of Multifunctional Information Distribution System (MIDS) low volume terminals. The terminals provide secure, high-capacity, jam-resistant, digital data and voice communications capability for Navy, Air Force and Army platforms, and for Foreign Military Sales customers. Work will be performed in Wayne, New Jersey (50%); and Cedar Rapids, Iowa (50%), and is expected to be completed by December 2026. No funding is being obligated at the time of award. Funds will be obligated as individual delivery orders are issued. This contract modification 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 and awarded the contract on behalf of the MIDS Program Office. Oceaneering International Inc., Chesapeake, Virginia, is awarded a maximum value $34,316,273 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Virginia class submarine sail racetracks, payload tube loading platforms and multiple all-up-round canister special support equipment ladder kits with shipping crates. Work will be performed in Chesapeake, Virginia, and is expected to be complete in August 2024. Fiscal 2019 other procurement (Navy) funding in the amount of $3,368,978 will be obligated at time of award, and not expire at the end of the current fiscal year. This contract was competitively procured in accordance with 10 U.S. Code 2304 (a) via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4031). Stantec Consulting Services Inc., Burlington, Massachusetts, is awarded $17,695,256 for firm-fixed-price modification to task order N40085-18-F-5881 under previously awarded contract N40085-17-D-5004 for design of a multi-mission dry dock at Portsmouth Naval Shipyard. This modification will provide for all architectural and engineering services necessary for the final design, including developing the design-bid-build solicitation documents. Work will be performed in Massachusetts (90%); and Maine (10%), and is expected to be completed by March 2021. Fiscal 2021 military construction (Navy) contract funds in the amount of $17,695,256 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. RTL Networks Inc.,* Denver, Colorado, is awarded a $14,399,532 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide services in the areas of cooperative cyber risk assessments and cyber table tops of fighter/attack (fixed and rotary wing) and surveillance aircraft or similarly complex aircraft, tactical unmanned aerial vehicles, GPS guided weapons or similarly complex weapons, training simulators, Portable Electronic Maintenance Aids equipment, software and development environments, and associated communications and networks. Work will be performed in China Lake, California (50%); Placentia, California (48%); and Denver, Colorado (2%), and is expected to be completed in August 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal as a Service-Disabled Veteran-Owned Small Business set-aside; two offers were received. The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0040). The Lockheed Martin Corp., Rotary and Mission Systems, Mitchel Field, New York, is awarded $11,498,789 for cost-plus-incentive-fee modification P00018 for new scope under previously awarded contract N00030-18-C-0045 to provide U.S. Trident II (D5) Strategic Weapon System efforts for the navigation subsystem. Work will be performed in Mitchel Field, New York, with an expected completion date of Dec. 31, 2021. Fiscal 2018 research, development, tests and evaluation (Navy) funds in the amount of $11,498,789 are being obligated on this award. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Treadwell Corp., Thomaston, Connecticut, is awarded a not-to-exceed $7,330,400 ceiling-priced delivery order N00104-19-F-J80J under previously awarded basic ordering agreement N00104-15-G-A408 for repair of 98 items in support of the Navy's Electrolytic Oxygen Generator System. The contract is a four-year contract with no option periods. Work will be performed in Thomaston, Connecticut, and is expected to be completed by September 2023. Working capital funds (Navy) in the amount of $3,591,896 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this sole-sourced requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command, Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1928698/source/GovDelivery/

  • U.S. Missile Defense Agency Awards Lockheed Martin $320M Contract To Evolve Foundation Of Ballistic Missile Defense

    August 7, 2019 | International, C4ISR

    U.S. Missile Defense Agency Awards Lockheed Martin $320M Contract To Evolve Foundation Of Ballistic Missile Defense

    HUNTSVILLE, Ala., Aug. 6, 2019 /PRNewswire/ -- The Ballistic Missile Defense System (BMDS) operates collectively and continuously through a multi-domain system that connects traditionally autonomous sensors, satellites and weapon systems. Through a $320 million contract, Lockheed Martin (NYSE: LMT) will continue to evolve this multi-domain system, the Command, Control, Battle Management and Communications (C2BMC) system. Fielded and operational since 2004, C2BMC gives commanders at strategic, regional and operational levels an integrated picture of potential or current threats across the globe. Through C2BMC, commanders can make coordinated decisions about the most effective way to engage ballistic missile threats at any range, in any phase of flight. With this contract, Lockheed Martin's team will integrate the Long-Range Discrimination Radar, as well as sensors that provide advanced tracking capabilities for emerging threats into the BMDS. Using an agile development process, the team will enhance C2BMC's threat characterization, tracking and advanced threat warning capabilities through integration with both new and enhanced sensor capabilities. The team will also further harden the overall cybersecurity posture of the system. Lockheed Martin's C2BMC team includes a partnership of highly responsive industry leaders that includes Northrop Grumman, Boeing, Raytheon, General Dynamics and many small businesses with expertise in key areas. The new contract extends the team's performance on C2BMC through December 2022. "The critical mission of missile defense requires a full view of incoming threats, actionable options for commanders and the ability to decisively and effectively respond," said JD Hammond, vice president of C4ISR Systems at Lockheed Martin. "C2BMC continues to showcase the benefits of a layered, cross domain defense that can help protect the U.S. and allies from increasing security concerns around the world." There are C2BMC systems located at 36 locations worldwide, including U.S. Strategic, Northern, European, Indo-Pacific and Central Commands. The C2BMC system ties together elements of the MDA, Army, Navy and Air Force systems and sensors to provide a responsive and coherent global capability. https://news.lockheedmartin.com/2019-08-06-U-S-Missile-Defense-Agency-Awards-Lockheed-Martin-320M-Contract-to-Evolve-Foundation-of-Ballistic-Missile-Defense

  • https://www.defense.gov/Newsroom/Contracts/Contract/Article/1927732/

    August 7, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    https://www.defense.gov/Newsroom/Contracts/Contract/Article/1927732/

    NAVY Lockheed Martin Space, Littleton, Colorado, is awarded a maximum amount $405,770,000 un-priced letter contract modification PH0006 to a previously awarded and announced un-priced letter contract (N00030-19-C-0025) for the design, development, build and integration of large diameter rocket motors, associated missile body flight articles, and related support equipment for Army Intermediate Range Conventional Prompt Strike Weapon System flight test demonstrations. Work will be performed at Littleton, Colorado, with an expected completion date of Jan. 1, 2024. Fiscal 2019 research, development, test, and evaluation funds in the amount of $33,000,000 are being obligated on this award, which will not expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Brantley Construction Co. LLC,* Charleston, South Carolina (N69450-19-D-0916); CCI Group LLC,* Shalimar, Florida (N69450-19-D-0917); The Clement Group,* Montgomery, Alabama (N69450-19-D-0918); EG Designbuild LLC,* Germantown, Maryland (N69450-19-D-0919); GCB JV1,* Pensacola, Florida (N69450-19-D-0920); U-SMC DeMaria JV1 LLC,* Jacksonville, Florida (N69450-19-D-0921); and Windamir Development Inc.,* McDonough, Georgia (N69450-19-D-0922), are each awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build and design-bid-build construction contract for construction projects located within the Naval Facilities Engineering Command Southeast area of operations in north Florida/south Georgia. The maximum dollar value for the five-year ordering period for all seven contracts combined is $195,000,000. The work to be performed provides for, but is not limited to, general building type projects (new construction, renovation, alteration, demolition and repair work) including aviation and aircraft facilities; marine facilities; barracks and personnel housing facilities; administrative facilities; warehouses and supply facilities; training facilities; personnel support and service facilities, and security level facilities. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. Windamir Development Inc. is awarded the initial task order at $10,576,432 for P643 Reserve Training Building at Fort Benning. Work for this task order is expected to be completed by September 2021. All work on this contract will be performed in Florida (50%); and Georgia (50%). The term of the contract is not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 military construction (MILCON); and fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,582,432 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON (Navy); operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 40 proposals received. Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Lockheed Martin Corp., Marietta, Georgia, is awarded $16,465,887 for modification P00005 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-19-D-0014). This modification increases the ceiling of the contract to procure consumable parts and material, technical publications and engineering services in support of the C/KC-130J aircraft. Work will be performed in Marietta, Georgia (84.5%); Miramar, California (2.5%); Cherry Point, North Carolina (2.5%); Elizabeth City, North Carolina (2.5%); Fort Worth, Texas (2.5%); Abdullah Al-Mubarak Air Base, Kuwait (2.5%); Iwakuni, Japan (2.5%); and Greenville, South Carolina (0.5%), and is expected to be completed in December 2019. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Hydroid Inc., Pocasset, Massachusetts, is awarded a $15,826,493 indefinite-delivery/indefinite-quantity contract for engineering support and training services for the MK 18 Family of Systems– Unmanned Underwater Vehicle systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $84,024,996. Work will be performed in Pocasset, Massachusetts, and is expected to be complete by August 2020. If options are exercised, work will continue through August 2024. No funds are being obligated at this time. This contract is awarded on a sole-source basis in accordance with Federal Acquisition Regulation 6.302-1(a)(2) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-D-0010). King Nutronics Corp.,* Woodland Hills, California, is awarded an $11,865,150 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for precision pressure standard systems to support the Naval Air Systems Command, Metrology and Calibration Program. The Naval Air Systems Command, Metrology and Calibration Program provides support to Navy depot level and intermediate calibration laboratories. The precision pressure standards systems provide the Naval Air Systems Command, Metrology and Calibration Program with the capability of providing inter-service calibration workload for the Air Force and Marine Corps. The precision pressure standards systems are used at intermediate level calibration laboratories afloat and ashore, as well as the depot level calibration laboratories to verify the accuracy and precision of test instruments such as dial pressure gauges and digital pressure measurement devices. Work will be performed in Woodland Hills, California, and is expected to be completed by August 2024. Fiscal 2019 aircraft procurement (Navy) funding in the amount of $263,670 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one source and no other supplies or services will satisfy agency requirements as implemented by Federal Acquisition Regulation 6.302-1. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-19-D-0003). Raytheon Co., Keyport, Washington, is awarded $11,738,000 for firm-fixed-priced undefinitized delivery order N00024-19-F-6308 under indefinite-delivery/indefinite-quantity contract N61331-17-D-0001for deploy and retrieve systems in support of the AN/AQS-20 program. The highly specialized equipment under this contract will deploy, tow and retrieve the AN/AQS-20 sonar in support of mine hunting operations. The AN/AQS-20 is an advanced mine hunting sonar for the Littoral Combat Ship's Mine Countermeasures Mission package. Work will be performed in Keyport, Washington (90%); and Portsmouth, Rhode Island (10%), and is expected to be complete by October 2020. Fiscal 2019 other-procurement (Navy) funds in the amount of $5,751,620 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1): only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. ARMY ECS Federal LLC, Fairfax, Virginia, was awarded a $78,725,114 modification (P00003) to contract W911QX-18-C-0037 for machine learning and computer vision engineering. Work will be performed in Fairfax, Virginia, with an estimated completion date of July 16, 2022. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $35,847,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Hyman Brickle & Son,* doing business as Northwest Woolen Mills, Woonsocket, Rhode Island, has been awarded a maximum of $8,198,835 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This was a competitive acquisition with two responses received. This is a one-year base contract with two one-year option periods. Locations of performance are Rhode Island, Massachusetts, and North Carolina, with an Aug. 5, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1180). Raytheon Co., Marlborough, Massachusetts, has been awarded a maximum $7,756,450 firm-fixed-price contract for multiple radio equipment components. 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 with no option periods. Locations of performance are Virginia and Massachusetts, with a Nov. 17, 2021, 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, Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-19-F-DK0Q). CORRECTION: The $49,019,871 contract announced on Aug. 1, 2019, for Sysco Raleigh LLC, Selma, North Carolina (SPE300-19-D-3230), included an incorrect award date. The correct award date is Aug. 2, 2019. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1927732/

  • Contract Awards by US Department of Defense - August 5, 2019

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

    Contract Awards by US Department of Defense - August 5, 2019

    DEFENSE INTELLIGENCE AGENCY BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (HHM402-19-D-0005); Bluehawk LLC,* West Palm Beach, Florida (HHM402-19-D-0008); Booz Allen Hamilton Inc., McLean, Virginia (HHM402-19-D-0007); CACI Inc. – Federal, Arlington, Virginia (HHM402-19-D-0015); Calhoun International LLC,* Tampa, Florida (HHM402-19-D-0009); Celestar Corp.,* Tampa, Florida (HHM402-19-D-0010); CSRA LLC, Falls Church, Virginia (HHM402-19-D-0016); Edge Analytic Solutions LLC,* McLean, Virginia (HHM402-19-D-0012); Fulcrum IT Services LLC, Centerville, Virginia (HHM402-19-D-0017); Invictus International Consulting LLC,* Alexandria, Virginia (HHM402-19-D-0013); Leidos Inc., Reston, Virginia (HHM402-19-D-0018); Mission Essential Personnel LLC, New Albany, Ohio (HHM402-19-D-0019); Preting LLC,* Alexandria, Virginia (HHM402-19-D-0014); SOS International LLC, Reston, Virginia (HHM402-19-D-0020); The Buffalo Group LLC, Reston, Virginia (HHM402-19-D-0021); and Vencore/Perspecta, Chantilly, Virginia (HHM402-19-D-0022), were awarded a five-year base plus five one-year option indefinite-delivery/indefinite-quantity (ID/IQ), multiple-award contract called Solutions for Intelligence Analysis 3 (SIA 3) with a combined ceiling value of $17,100,000,000. This contract will provide worldwide coverage, support and assistance to the Defense Intelligence Agency by delivering timely, objective and cogent military intelligence to warfighters, defense planners and defense and national security policy makers, all vital to the security of the U.S. Work will be performed at contractor facilities and at government facilities in multiple locations in the continental U.S. and overseas with a start date of Aug. 5, 2019, and an estimated completion date of Aug. 4, 2029. The SIA 3 contract was awarded through a full and open solicitation and 29 offers were received. Six of the 16 awardees are small businesses. Each company will receive a $1,000 minimum guarantee. Task orders (TO) will be issued competitively under this ID/IQ, which will allow for the following TO contract types: firm-fixed-price, cost-plus-incentive-fee, cost-plus-award-fee and time-and-material. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. ARMY ZGF-Leo A. Daly JV, Omaha, Nebraska, was awarded a $130,000,000 firm-fixed-price contract for engineering, architectural, renovation, construction of new specialty care building, construction of a new parking garage, upgrades to utility and energy plant, demolition of buildings, development and evaluation of alternatives, design, and support during construction. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 4, 2024. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-19-D-0002). AECOM Technical Services Inc., Los Angeles, California (W9128F-19-D-0009); Burns & McDonnel, Kansas, Missouri (W9128F-19-D-0007); Jacobs Engineering Group Inc., St. Louis, Missouri (W9128F-19-D-0010); and HDR Engineering Inc., Omaha, Nebraska (W9128F-19-D-0008), will compete for each order of the $49,000,000 firm-fixed-price contract for architect-engineer services, preparation of studies, analysis and design. 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. 4, 2024. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity. Tetra Tech Inc., Marlborough, Massachusetts, was awarded a $45,000,000 firm-fixed-price Foreign Military Sales (Saudi Arabia) contract for architect-engineer design, quality control, master planning, planning and programming documentation, transportation, force protection, construction phase services and subject matter expert support. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 4, 2024. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-19-D-0013). Messer Construction Co., Cincinnati, Ohio, was awarded a $28,968,000 firm-fixed-price contract for construction of a maintenance hangar, maintenance hangar area, general purpose shop area, corrosion control area and avionics shop area. Bids were solicited via the internet with four received. Work will be performed in Louisville, Tennessee, with an estimated completion date of Aug. 15, 2021. Fiscal 2019 military construction funds in the amount of $28,968,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Tennessee, is the contracting activity (W912L7-19-C-7001). HDR Engineering Inc., Omaha, Nebraska, was awarded a $20,000,000 firm-fixed-price contract for architect, engineering and design services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 6, 2024. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4010). Missouri Department of Social Services, Jefferson City, Missouri, was awarded a $16,675,000 modification (P00005) to contract W911S7-18-C-0011 for full food service. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Feb. 5, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,000,000 were obligated at the time of the award. U.S. Army Mission Installation Contracting Command, Fort Leonard Wood, Missouri, is the contracting activity. Science Applications International, Reston, Virginia, was awarded a $16,498,835 modification (0001 44) to contract W31P4Q-18-A-0011 for systems engineering support. Work will be performed in Huntsville, Alabama, with an estimated completion date of May 31, 2020. Fiscal 2019 Foreign Military Sales; and operations and maintenance, Army funds in the amount of $16,498,835 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. SourceAmerica, Vienna, Virginia, was awarded a $9,998,043 firm-fixed-price contract for manufacturing and development of the Army Green Service Uniform. One bid was solicited with one bid received. Work will be performed in Vienna, Virginia, with an estimated completion date of Aug. 4, 2020. Fiscal 2019 research, development, test and evaluation; and military personnel, Army funds in the amount of $9,998,043 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-19-C-0063). Integrated Environmental Solutions Inc.,* Crestwood, Illinois, was awarded a $9,737,430 firm-fixed-price contract to stabilize the existing crib structure for the Chicago Lock's North Pier. Bids were solicited via the internet with three received. Work will be performed in Chicago, Illinois, with an estimated completion date of May 31, 2021. Fiscal 2017, 2018 and 2019 civil construction funds in the amount of $9,737,430 were obligated at the time of the award. U.S. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-19-C-0009). NAVY ShadowObjects LLC, Leonardtown, Maryland, is awarded a $34,060,886 cost-plus-fixed-fee, labor hour, cost-reimbursable indefinite-delivery, indefinite-quantity contract. This contract provides support services to include acquisition management, acquisition planning, acquisition execution and administration, program management, systems engineering, process automation and financial management in support of the Naval Air Systems Command Logistics and Industrial Operations group; Commander, Fleet Readiness Centers, Corporate Business Office and other Department of Defense commands and activities. Work will be performed in Patuxent River, Maryland (74%); and Lexington Park, Maryland (26%), and is expected to be completed in August 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; six offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0073). The Boeing Co., Seattle, Washington, is awarded $32,078,298 for modification P00149 to a previously awarded fixed-price-incentive-firm-target, firm-fixed-price, cost-plus-fixed-fee contract (N00019-14-C-0067). This modification provides for the performance of damage tolerance analysis on the P-8A aircraft to determine the damage tolerance rating. Additionally, this modification will provide non-destructive inspections for structural components on the P-8A aircraft. Work will be performed in Seattle, Washington (74%); St. Louis, Missouri (21%); and Huntsville, Alabama (5%), and is expected to be completed in March 2023. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $32,078,298 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Harris Corp., RF Communications, Rochester, New York, is awarded an $18,739,106 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of and repair of various radios and associated communications equipment for the Tactical Air Control Party – Modernization (TACP-M) program. This action supports the Air Force TACP-M program's Air Support Operations Center Gateway Systems, Gateway Lite Systems, Stryker Systems, Mobile Communication Systems and Dismounted Systems. The Harris Corp. radios are hardware that provide tactical communications in a man-pack portable kit that is designed to be packed into a bag or case that can be easily carried or worn by the user. Each of the radios has unique properties. The Harris Corp. radios and related equipment have proven interoperability within the existing TACP-M architecture. Work will be performed in Rochester, New York, and is expected to be complete by December 2024. Fiscal 2019 operations and maintenance (Air Force) funding in the amount of $120,080 is obligated at contract award and will expire at the end of the current fiscal year. This sole-source contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1, only one responsible source. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-JV38). The Raytheon Co., Indianapolis, Indiana, is awarded $17,486,136 for modification P00002 to a previously awarded firm-fixed-price contract (N00019-19-C-0056) to procure 72 LAU-115 D/A missile launchers; 16 LAU-116 B/A missile launchers left hand; and 32 LAU-116 B/A missile launchers right hand. Work will be performed in Indianapolis, Indiana, and is expected to be completed in February 2023. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $17,486,136 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The University of Southern California (USC), Los Angeles, California, is awarded a $9,338,631 cooperative research agreement to research development of an artificial intelligence system that acquires machine common sense through observation from images, video and text by absorbing knowledge from both manually created sources and by human guidance. This research seeks capabilities that can enable artificial intelligence agents to support search and rescue efforts, autonomous vehicle navigation in unfamiliar terrain and machines that can adapt to unforeseen circumstances. This is a four-year contract with no options. Work will be performed at USC in Los Angeles, California, and is expected to be completed Aug. 4, 2023. Research, development, test and evaluation (Defense Advanced Research Projects Agency) funds in the amount of $1,018,876 will be obligated at the time of award. This agreement was competitively procured via a broad agency announcement and publication on the Federal Business Opportunities website, with 23 proposals received and nine selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-2-4032). Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, is awarded $8,611,774 for cost-plus-fixed-fee modification P00037 under previously awarded contract N66604-15-C-086C on a sole-source basis to provide additional engineering services. The modification includes 35,000 hours and other direct costs associated with system and shipboard integration, required system changes and support of government led testing and training. Under this modification, Raytheon will provide the required services and deliverables to achieve weight reduction of the Escort Mission Module (EMM) towed systems and associated dry-end components in support of Littoral Combat Ship Anti-Submarine Warfare Mission Package. Raytheon is responsible for fabrication, test and delivery of the EMM components. Work will be performed at various contractor site and Department of Defense facilities in Portsmouth, Rhode Island (90%); Ft. Pierce, Florida (5%); and San Diego, California (5%), and is expected to be complete in December 2021. Fiscal 2019 and 2018 research, development, test and evaluation (Navy) funding in the amount of $2,053,121 will be obligated at award, and will not expire at the end of the fiscal year. The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity. U.S. TRANSPORTATION COMMAND Harley Marine Services Inc., Seattle, Washington, has been awarded a firm fixed-price contract, HTC711-19-C-W002, in the estimated amount of $19,819,032. The contract provides transportation of Department of Defense-owned fuel and marine diesel by tug and barge to the Defense Logistics Agency. Work will be performed in all ordered U.S. ports and points on the Atlantic and Gulf Coast and their connecting waterways, inland waterways, coastal waterways, rivers and tributaries. The contract base period of performance is from Nov. 1, 2019, to Oct. 31, 2020. Fiscal 2020 defense working capital funds will be obligated at the start of performance. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Raytheon Co., Goleta, California, was awarded a modification to exercise an option totaling $8,263,421 to previously awarded contract HR0011-19-C-0010 for a Defense Advanced Research Projects Agency research project. The modification brings the total cumulative face value of the contract from $4,334,736 to $12,598,157. Work will be performed in Goleta, California; Waltham, Massachusetts; Irvine, California; Oxnard, California; and Joplin, Missouri, with an expected completion date of Nov. 4, 2020. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $6,723,915 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1926294/source/GovDelivery/

  • Can a dragonfly teach a missile how to hunt?

    August 6, 2019 | International, C4ISR

    Can a dragonfly teach a missile how to hunt?

    By: Jen Judson WASHINGTON — A computational neuroscientist is studying whether a dragonfly's excellent hunting skills can be replicated in a missile's ability to maneuver and destroy targets midair with better precision. Dragonflies are vicious little creatures with a hit-to-kill track record of 95 percent, meaning only 5 percent of its prey escapes. Sandia National Laboratories' Frances Chance is building algorithms that simulate how a dragonfly processes information when intercepting prey, and she's testing them in a virtual environment. So far, the results are promising. The laboratories are federally funded and focus on national security missions through scientific and engineering research. The project is a yearlong, high-risk, high-gain effort that will wrap up in September, and it is funded by Sandia's Autonomy for Hypersonics Mission Campaign, Chance said. “I think what is really interesting about insects, in general, is they do something really fast and really well, but they are not particularly smart in the way you or I would think of ourselves as being smart,” Chance told Defense News in a recent interview. While insects may not be the right fit for studying cognitive capabilities to develop complex artificial intelligence, they are ideal for developing efficient computations for intercept capability. A dragonfly can react to a particular prey's maneuvers in 50 milliseconds, Chance explained. That amount of time accounts for information to cross three neurons in a dragonfly's brain. This indicates the dragonfly doesn't learn how to hunt, but rather the skill is inherent and part of its brain's hard-wiring. “The challenge then is: Is there anything that we can learn from how dragonflies do this that we can then bring to the next generation of missiles, or maybe even the next-next generation of missiles?” Chance said. By developing an artificial neural network that mimics a dragonfly's ability to hunt and then applying it to missile capabilities that rely on computation-heavy systems, one could reduce the size, weight and power needed for a missile's onboard computers; improve intercept techniques for targets such as hypersonic weapons; and home in on targets using simpler sensors. If the model of a dragonfly's neural circuit developed through Chance's research shows enough promise, she would then pass the information to scientists, who would try to directly apply it to weapons systems. One of the greatest leaps involves adapting an algorithm to handle the speed at which a missile flies. While a dragonfly is fast, it's not nearly as fast as a missile. Animal brains process information significantly slower than a computer, so it's possible computations can be sped up to better align with the speed at which a missile approaches targets. “The hope is that even if the algorithm isn't wildly successful, you might be able to say something about what you can get away with in terms of what types of capabilities you give the next generation of weapons,” Chance said. The model she's building is several steps removed from implementation onto a weapon. “I would consider the project complete when we have a viable model — ‘viable' meaning it does interception — and a bonus if it's neurobiologically plausible. There is no reason to force that for this type of research, but only because it doesn't necessarily matter; so something biologically inspired that works I would consider a success.” https://www.c4isrnet.com/land/2019/08/05/can-a-dragonfly-teach-a-missile-how-to-hunt/

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.