Filter Results:

All sectors

All categories

    3550 news articles

    You can refine the results using the filters above.

  • Contract Awards by US Department of Defense - December 11, 2018

    December 14, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 11, 2018

    DEFENSE LOGISTICS AGENCY Michelin North America Inc., Greenville, South Carolina, has been awarded a maximum $51,004,943 firm-fixed-price, indefinite-quantity, requirements contract to provide tire support for the global tires program. This was a competitive acquisition with seven responses received. This is a three-year contract with no option periods. Location of performance is South Carolina, with a Dec. 10, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7L1-19-D-0006). Practicon Inc., Greenville, North Carolina, has been awarded a maximum $40,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for dental consumable items. This is a one-year base contract with four one-year option periods. Maximum dollar amount is for the life of the contract, including options. This was a competitive acquisition with 25 offers received. Location of performance is North Carolina, with a Dec. 10, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-19-D-0001). Goodyear Tire and Rubber Co., Akron, Ohio, has been awarded a maximum $31,242,109 firm-fixed-price, indefinite-quantity, requirements contract to provide tire support for the global tires program. This was a competitive acquisition with seven responses received. This is a three-year contract with no option periods. Location of performance is Ohio, with a Dec. 10, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7L1-19-D-0005). NAVY Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded $38,170,404 for cost-plus-fixed-fee delivery order N0001919F2503, against a previously issued basic ordering agreement (N00019-19-G-0029). This delivery order provides for the development and delivery of a provisioning parts database of technical information to include 2D drawings that support all organizational, intermediate and depot levels in support of initial operational capability for the CH-53K program. Work will be performed in Stratford, Connecticut, and is expected to be completed in November 2023. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $8,600,000, will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. General Dynamics Electric Boat, Groton, Connecticut, is awarded a $24,770,301 cost-plus-fixed-fee modification to previously-awarded contract N00024-18-C-2101, to exercise an option for engineering and technical design effort to support research and development concept formulation of undersea technology for current and future submarine platforms. This contract procures advanced submarine research and development, including studies to support manufacturability, maintainability, producibility, electronic obsolescence, reliability, manning, survivability, hull integrity, performance, structural, weight/margin, stability, arrangements, main and auxiliary machinery systems, fluid systems, acoustics, non-acoustics, hydrodynamics, ship control, logistics, human factors, materials, stowage, submarine safety, automation and affordability. Work will be performed in Groton, Connecticut (99 percent); and Newport, Rhode Island (1 percent), and is expected to be completed by October 2019. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $1,310,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is awarded $16,158,990 for cost-plus-award-fee order N6278619F0001, against previously awarded basic ordering agreement (N00024-15-G-2303), to provide engineering and management services for LCS-13 post shakedown availability. Lockheed Martin will provide engineering and management services in support of 65,000 man-hours level of effort, and to provide the work specification, pre-fabrication, and material. Work will be performed in Baltimore, Maryland (33 percent); New York, New York (60 percent); and Marinette, Wisconsin (7 percent), and is expected to be completed by February 2020. Fiscal 2013 and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $15,087,040 will be obligated at time of award and will not expire at the end at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity. Bluestone-Ch2m JV ,* Berwyn, Pennsylvania, is awarded a maximum amount $10,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for professional hazardous material and waste management environmental compliance, and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast (SE) area of responsibility (AOR). Initial task order is being awarded at $163,789 to prepare a Resource Conservation and Recovery Act-compliant closure of Building 257 at Naval Air Station, Corpus Christi, Texas. Work for this task order is expected to be completed by December 2019. All work on this contract will be performed at various Navy and Marine Corps installations in the NAVFAC SE AOR. The term of the contract is not to exceed 60 months with an expected completion date of December 2023. Fiscal 2018 military construction (Navy) contract funds in the amount of $163,789 are obligated on this award and will expire at the end of the 2021 fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with seven offers received. Naval Facilities Engineering Command, Jacksonville, Florida, is the contracting activity (N69450-19-D-0105). ARMY World Wide Technology, Maryland Heights, Missouri, was awarded a $26,232,882 modification (P00003), to contract W15QKN-18-C-0108, for Army End Point Management Solutions-as-a-Service. Work will be performed in Maryland Heights, Missouri, with an estimated completion date of Dec. 26, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $26,232,882, were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $15,123,120 firm-fixed-price contract for small mission computer hardware and software. One bids was solicited with one bid received. Work will be performed in Cedar Rapids, Iowa, with an estimated completion date of July 11, 2021. Fiscal 2017 and 2018 other procurement, Army funds in the amount of $15,123,120 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-19-C-0014). Raytheon Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $12,055,715 cost contract for Javelin engineering services. Bids were solicited via the internet with one received. Work will be performed in Tucson, Arizona, with an estimated completion date of Oct. 30, 2019. Fiscal 2018 other procurement, Army funds in the amount of $12,055,715, were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0038). The Protective Group, A Point Blank Co.,* Miami Lakes, Florida, was awarded an $11,924,240 firm-fixed-price contract for the procurement of enhanced ballistic armor protection system kits. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 10, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0013). Construction Co. Inc.,* Dayton, Ohio, was awarded a $9,429,000 firm-fixed-price contract for design and interior renovation and repair (Building 20) at Wright-Patterson Air Force Base, Ohio. Bids were solicited with three received. Work will be performed in Dayton, Ohio, with an estimated completion date of Aug. 24, 2020. Fiscal 2018 military construction funds in the amount of $9,429,000, were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0007). AIR FORCE The Boeing Co., El Segundo, California, has been awarded a $22,772,840 modification (P00028) to contract FA8819-15-C-0007, to exercise Option Four for Space Based Space Surveillance Block 10 sustainment. This modification provides for the exercise of an option for the sustainment and required development necessary for Air Force operations and maintenance of the Space Based Space Surveillance system and Red Local Area Network. This effort includes systems engineering, operations, operations support, and contractor logistics support. Work will be performed in El Segundo, California; and Colorado Springs, Colorado, and is expected to be completed by June 20, 2022. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $14,943,930 are being obligated at the time of award. Space Superiority Systems Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1710661/

  • Contract Awards by US Department of Defense - December 10, 2018

    December 14, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 10, 2018

    DEFENSE LOGISTICS AGENCY Caterpillar Inc., Peoria, Illinois, has been awarded a maximum $118,172,545 fixed-price with economic-price-adjustment contract for commercial portable power equipment. Other contracts are expected to be awarded under this solicitation (SPE8EC-17-R-0010), and awardees will compete for a portion of the maximum dollar value. This was a competitive acquisition with seven offers received. This is a five-year contract with no option periods. Locations of performance are Indiana, Texas and the United Kingdom, with a Dec. 9, 2023, performance completion date. Using customers are Army Navy Air Force Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EC-19-D-0034). Honeywell International Inc., Tempe, Arizona, has been awarded a maximum $11,137,310 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for modulating valves. 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 options periods. Location of performance is Arizona, with a Nov. 30, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0035). (Awarded Dec. 6, 2018) The Boeing Co., St. Louis, Missouri, has been awarded a $7,957,022 cost-plus-fixed-fee delivery order (SPRPA1-19-F-0003), against a three-year, six-month contract (SPRPA1-14-D-002U), with no option periods for F-15 parts and engineering. 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 Missouri, with a May 18, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2022 Defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. (Awarded Dec. 6, 2018) NAVY CH2M Hill Constructors Inc., Englewood, Colorado (N62470-13-D-6019); Environmental Chemical Corp., Burlingame, California (N62470-13-D-6020); Kellogg, Brown & Root Services Inc., Arlington, Virginia (N62470-13-D-6021); URS Group Inc., Morrisville, North Carolina (N62470-13-D-6022), are awarded an $86,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award contract for global contingency construction projects worldwide. The construction and related engineering services would respond to natural disasters humanitarian assistance conflict, or projects with similar characteristics. Work will be predominately construction. The contractor, in support of the construction effort, may be required to provide initial base operating support services, which will be incidental to construction efforts. After award of this modification, the total cumulative contract value will be $886,000,000. Work will be performed worldwide and the term of the contract is not to exceed 68 months with an expected completion date of February 2019. No funds will be obligated at time of award, funds will be obligated on individual task orders as they are issued. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. PAE Applied Technologies LLC, Fort Worth, Texas, is awarded $72,000,552 for modification P00074 to a previously awarded cost-plus-fixed-fee contract (N00421-14-C-0038), to exercise an option for range engineering, operations and maintenance services in support of the Naval Air Warfare Center Aircraft Division, Atlantic Test Range, and the Atlantic Targets and Marine Operations Division. Services to be provided include system operations; laboratory and field testing; marine operations and target support; engineering; range sustainability; maintenance, data reduction, and analysis. Work will be performed in Patuxent River, Maryland, and is expected to be completed in December 2019. Fiscal 2019 working capital fund (Defense and Navy); and Major Range and Test Facility Base funds in the amount of $35,209,082 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. BAE Systems Hawaii Shipyards Inc., Honolulu, Hawaii, was awarded a $50,605,368 cost-plus-award-fee, cost-plus-incentive-fee contract modification to previously awarded contract (N00024-14-C-4412), for scheduled Extended Docking Selected Restricted Availability (EDSRA) on USS Hopper (DDG-70). The ship is homeported in Honolulu, Hawaii. The scheduled EDSRA is the opportunity in the ship's life cycle primarily to conduct repair and alteration to systems that will update and improve the ship's military and technical capabilities. This repair modification will include repair and alteration requirements. A focal point of the work is to support alteration installation team modernization packages. Work will be performed at Pearl Harbor, Hawaii, and is expected to be completed by July 2020. Fiscal 2019 operations and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $25,302,684 will be obligated at time of award and funding in the amount of $25,138,776 will expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. (Awarded Dec. 3, 2018) Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded $49,885,708 for firm-fixed-price modification P00004 to a previously awarded advance acquisition contract (N00019-18-C-1037), for long-lead parts and associated support for the full rate production of two Lot 7 E-2D Advanced Hawkeye aircraft. Work will be performed in Syracuse, New York (29 percent); El Segundo, California (29 percent); Melbourne, Florida (14 percent); Rolling Meadows, Illinois (7 percent); Menlo Park, California (6 percent); Greenlawn, New York (4 percent); Owego, New York (2 percent); Indianapolis, Indiana (2 percent); Edgewood, New York (2 percent); Woodland Hills, California (2 percent); Marlborough, Massachusetts (1 percent); Independence, Ohio (1 percent); and various locations within the continental U.S. (1 percent), and is expected to be completed in December 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $49,885,708 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. Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $44,665,555 cost-plus-fixed-fee contract modification to previously awarded contract (N00024-16-C-2106) for Naval nuclear propulsion components. This contract modification includes options which, if exercised, would bring the cumulative value of this contract to $139,923,083. Work will be performed in Monroeville, Pennsylvania (94 percent); and Schenectady, New York (6 percent). No completion date or additional information is provided on Naval nuclear propulsion program contracts. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $44,665,555 will be obligated at time of award and funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Northrop Grumman, Sykesville, Maryland, is awarded a $35,143,328 five-year, firm-fixed requirements, long-term contract for the repair of nine items of the aircraft launch and recovery equipment systems under the Advanced Recovery Control system. Work will be performed in Sykesville, Maryland, and work is expected to be completed by December 2023. Working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code. 2304(C)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-PY01). Raytheon Co., Integrated Defense Systems, San Diego, California, is awarded a $21,327,364 cost-plus-incentive-fee contract modification for contract (N00024-14-C-5128) for continued platform systems engineering agent support of the ship elf defense system MK 2. Work will be performed in San Diego, California and is expected to be completed by June 2019. Fiscal 2019 research, development, test, and evaluation (Navy); fiscal 2019 other procurement (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $21,327,364 will be obligated at the 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. Aretè Associates Inc.,* Northridge, California, is awarded a $17,083,516 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N61331-18-D-0012) to exercise an option for coastal battlefield reconnaissance and analysis (COBRA) systems. Work will be performed in Tucson, Arizona (35 percent); Destin, Florida (35 percent); and Santa Rosa, California (30 percent), and is expected to be completed by July 2021. No funding will be obligated at the time of award. Funds will be obligated as delivery orders are issued. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity. Jacobs Government Services Co., Arlington, Virginia, is awarded $15,000,000 firm-fixed-price modification under a previously awarded indefinite-quantity architect-engineering contract (N40080-17-D-0018), to exercise Option Two for engineering and design services for industrial and research facilities within the Naval Facilities Engineering Command. The total contract amount after exercise of this option will be $75,000,000. No task orders are being issued at this time. Work will be performed at various administrative facilities within the Naval Facilities Engineering Command, Washington area of responsibility, including but not limited to, Maryland (45 percent); Washington, District of Columbia (30 percent); Virginia (20 percent), and may also be performed in the remainder of the U.S. (5 percent). Work for this options is expected to be completed December 2019. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by fiscal 2019 operations and maintenance (Navy and Marine Corps); and fiscal 2019 Navy working capital funds. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity. AIR FORCE Florida Turbine Technologies Inc., Jupiter, Florida, has been awarded a not-to-exceed $50,000,000 indefinite-delivery/indefinite-quantity contract for Advanced Turbine Technologies for Affordable Mission (ATTAM)- capability Phase I. The mission of the ATTAM Phase I program is to develop, demonstrate, and transition advanced turbine propulsion, power and thermal technologies that provides improvement in affordable mission capability. Work will be performed in Jupiter, Florida, and is expected to be completed by December 2026. This award is the result of a competitive acquisition and 54 offers were received. No specific funds are obligated on the basic IDIQ, although in conjunction with the basic IDIQ award, the first task order, a cost-share task order, is fully funded with fiscal 2018 research, development, test and evaluation funds in the amount of $8,000, and fiscal 2019 research, development, test and evaluation funds in the amount of $99,714 at time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (contract FA8650-19-D-2056 and initial task order FA8650-19-F-2086). ARMY Harris Corp., Palm Bay, Florida, was awarded a $34,606,257 cost, firm-fixed-price contract for procurement of FliteScene digital map software licenses maintenance agreements software support upgrades and releases engineering services materials, and travel. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0011). Pavement Technical Solutions Inc.,* Ashburn, Virginia (W9128F-19-D-0024); and RDM International Inc.,* Chantilly, Virginia (W9128F-19-D-0025); Applied Pavement Technology Inc.,* Urbana, Illinois (W9128F-19-D-0026), and All About Pavements Inc.,* Purcellville, Virginia (W9128F-19-D-0027), will share in a $20,000,000 firm-fixed-price contract for management system implementation on roads, parking areas and airfields and updating, testing, and maintenance. Nine bids were solicited with four bids received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 9, 2023. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1709400/

  • Contract Awards by US Department of Defense - December 7, 2018

    December 10, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 7, 2018

    NAVY General Dynamics Electric Boat, Groton, Connecticut, is awarded a $346,500,311 cost-plus-fixed-fee modification to previously awarded contract N00024-16-C-2111 for fiscal 2019 lead yard support and development studies and design efforts for Virginia class submarines. This lead yard support will maintain, update, and support the Virginia class design and related drawings and data for each Virginia class Submarine, including technology insertion, throughout its construction and post shakedown availability period. The contractor will also provide all engineering and related lead yard support necessary for direct maintenance and support of Virginia class ship specifications. In addition, this contract modification provides development studies and design efforts related to the Virginia class submarine design and design improvements, preliminary and detail component and system design, integration of system engineering, design engineering, test engineering, logistics engineering, and production engineering. The contractor will continue development studies and design efforts related to components and systems to accomplish research and development tasks and prototypes and engineering development models required to fully evaluate new technologies to be inserted in succeeding Virginia class submarines. Work will be performed in Groton, Connecticut (91 percent), Newport News, Virginia (8 percent); and at other various sites throughout the U.S. (1 percent), and is expected to be completed by September 2019. Fiscal 2013, 2014, 2015, 2016, 2017, 2018 and 2019 shipbuilding and conversion (Navy); and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $129,889,865 will be obligated at time of award and no funds will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. BAE Systems Land & Armaments LP, Minneapolis, Minnesota, is awarded a $41,528,204 firm-fixed-price modification to previously-awarded contract N00024-13-C-5314 for Mk 21 mod 2 (SM-3); and Mk 21 mod 3 (SM-6) canisters in support of the Mk 41 Vertical Launching System (VLS). The Mk 41 VLS provides a missile launching system for CG 47- and DDG 51-class surface combatants of the Navy, as well as surface combatants of allied navies. This effort includes the manufacture, production and test of Mk 21 mod 2 and Mk 21 mod 3 canisters. The canisters provide rocket motor exhaust gas containment and a launch rail during missile firing. The canisters also serve as missile shipping and storage containers. Work will be performed in Aberdeen, South Dakota (90 percent); and Minneapolis, Minnesota (10 percent), and is expected to be completed by August 2021. Fiscal 2018 weapons procurement (Navy); fiscal 2018 Defense-wide procurement; and fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $41,528,204 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. DRS Power & Control Technologies Inc., Milwaukee, Wisconsin, is awarded a $13,339,019 firm-fixed-price modification to previously-awarded contract N00024-14-C-4200 to exercise an option for DDG 51-class power conversion modules (PCM) for the Air and Missile Defense Radar (AMDR) production ship sets, engineering services and associated support. This contract provides for the AMDR PCM non-recurring engineering, long-lead-time material, low-rate initial production units for testing, associated engineering services and support, and up to 12 production ship sets for DDG 51-class ships. The requirements support the DDG 51 class flight III new construction program (PMS 400D) and the electric ships office (PMS 320). The AMDR PCM will supply power to the radar from the ship's service electrical system. Work will be performed in Milwaukee, Wisconsin, and is expected to be completed by April 2022. Fiscal 2017 and 2019 shipbuilding and conversion (Navy) funding in the amount of $13,339,019 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. Progeny Systems Corp., Manassas, Virginia, is awarded a $12,739,130 cost-plus-incentive-fee contract modification to previously awarded contract (N00024-14-C-6220) to exercise options for engineering services and Navy equipment. Work will be performed in Manassas, Virginia, and is expected to be completed by September 2020. Fiscal 2017 shipbuilding and conversion (Navy); fiscal 2019 research, development, test and evaluation (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $12,739,130 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 Navy Yard, Washington, District of Columbia, is the contracting activity. Detyens Shipyards Inc., North Charleston, South Carolina, was awarded a $9,062,606 firm- fixed-price contract for USNS Comfort (T-AH 20) mid-term availability commencing on Jan. 8, 2019. Work will include general steel and piping repairs, air conditioning plant installation, air conditioning plant maintenance, steam driven fire pump turbine inspection, bilge and ballast segregation, lifeboat and life raft davit falls replacement, and ventilation duct cleaning. This contract includes options which, if exercised, would bring the cumulative value of this contract to $11,323,572. Work will be performed in North Charleston, South Carolina, and is expected to be completed by Feb. 21, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $9,062,606 and will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with one offer received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C6500). (Awarded Dec. 6, 2018) AIR FORCE Affordable Engineering Services, San Diego, California; Logmet LLC, Round Rock, Texas: Powerhouse Resources International, Oklahoma City, Oklahoma; and SkyQuest Aviation, Glendale, Arizona, have been awarded a ceiling $160,000,000 firm-fixed-price, multiple-award, five-year, indefinite-delivery/indefinite-quantity contract for maintenance with an option to extend the ordering period by one year. This contract will support maintenance and related tasks for Ogden Air Logistics Complex, Hill Air Force Base, Utah; Aerospace Maintenance and Regeneration Group, Davis-Monthan AFB, Arizona; Vandenberg AFB, California; Malmstrom AFB, Montana; Minot AFB, North Dakota; Randolph AFB, Texas; and Francis E. Warren AFB, Wyoming. Work is expected to be completed Dec. 6, 2025. This multiple-award is the result of a competitive acquisition and eight offers were received. Fiscal 2018 consolidated sustainment activity group - maintenance funds in the amount of $10,000 ($2,500 per awardee) are being obligated at the time of award. Air Force Sustainment Center, Hill AFB, Utah, is the contracting activity (FA8224-19-D-0011). ARMY Fluor Federal Solutions LLC, Greenville, South Carolina, was awarded a $145,720,840 firm-fixed-price contract for a weapons storage and maintenance facility. Bids were solicited with five received. Work will be performed in Laramie, Wyoming, with an estimated completion date of April 17, 2020. Fiscal 2016 military construction funds in the amount of $147,965,622 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-18-C-0029). Intelligent Decisions LLC, Ashburn, Virginia, was awarded a $46,500,000 modification (P00005) to contract W912DY-18-F-0004 for information technology hardware, agnostic parts and accessories. Work will be performed in Ashburn, Virginia, with an estimated completion date of Dec. 11, 2019. Fiscal 2019 U.S. Army Corps of Engineers revolving funds in the amount of $46,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. Arrowpoint Corp.,* McLean, Virginia, was awarded a $17,022,960 modification (P00012) to contract W9133L-15-F-0011 for the management of the reserve component manpower system. Work will be performed in McLean, Virginia, with an estimated completion date of Dec. 15, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $17,022,960 were obligated at the time of the award. National Guard Bureau, Arlington, Virginia, is the contracting activity. FN America LLC, Columbia, South Carolina, was awarded a $13,273,603 modification (P00015) to contract W15QKN-15-D-0003 for work on the M240 series machine gun. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 8, 2019. U.S. Army Contracting Command, New Jersey, is the contracting activity. The 106 Group Ltd.,* St. Paul, Minnesota (W912PP-19-D-0003); Brockington and Associates Inc.,* Peachtree Corners, Georgia (W912PP-19-D-0004); Desert Archaeology Inc.,* Tucson, Arizona (W912PP-19-D-0005); R. Christopher Goodwin & Associates Inc.,* Las Cruces, New Mexico (W912PP-19-D-0006); Harris Environmental Group Inc.,* Tucson, Arizona (W912PP-19-D-0007); Keres SEAS JV,* Albuquerque, New Mexico (W912PP-19-D-0008); Northland Research Inc.,* Tempe, Arizona (W912PP-19-D-0009); North Wind Resource Consulting LLC,* Phoenix, Arizona (W912PP-19-D-0010); Statistical Research Inc.,* Redlands, California (W912PP-19-D-0011); and Stell Environmental Enterprises Inc.,* Exton, Pennsylvania (W912PP-19-D-0012), will share in a $9,900,000 firm-fixed-price contract for tribal consultation, cultural resources, and environmental services. Bids were solicited with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 6, 2023. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity. DEFENSE LOGISTICS AGENCY Parker-Hannifin Corp., Irvine, California, has been awarded a maximum $14,202,759 firm-fixed-price, indefinite-delivery/indefinite-quantity delivery order (SPRRA1-19-F-0113) against a three-year contract (SPRRA1-19-D-0031) for hydraulic manifolds. 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 California, with a Nov. 30, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama. Aurora Industries LLC,* Camuy, Puerto Rico, has been awarded a maximum $36,835,535 indefinite-delivery/indefinite-quantity contract for duffle bags. This is a two-year contract with no option periods. This was a competitive 8(A) set-aside acquisition with three responses received. Location of performance is Puerto Rico, with a Dec. 6, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1117). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1708175/source/GovDelivery/

  • 3 priorities for the Marines' information directorate

    December 10, 2018 | International, C4ISR

    3 priorities for the Marines' information directorate

    By: Mark Pomerleau The new head of the Marine Corps' nascent information directorate is focusing on three priorities: network modernization, putting new information-related units to work and gaining asymmetric advantage. The Marine Corps reorganized its leadership in 2017 to create a new three-star position, the deputy commandant for information, that would oversee all aspects of information war to include cyber, electronic warfare, signals intelligence and information operations. Over the summer, Lt. Gen. Lori Reynolds became the second officer to hold this new position. William Williford, executive director of Marine Corps Systems Command, provided an outline of various efforts to modernize the network during the Charleston Defense Contractors Association Defense Summit on Dec. 5. The initiative includes: broader adoption of Windows 10, creating a cloud cross functional team, starting a network cross functional team, fielding Tampa microwave terminals, protecting spectrum used for the F-35 and running a pilot program to help ensure GPS signals aren't jammed. Kenneth Bible, deputy director of the C4 directorate and deputy chief information officer, said during the same conference that the Marines still have IT solutions that date back to the Navy-Marine Corps Intranet days that have to be modernized The Marine Corps needs to divest of some of its legacy systems and modernize them, he said. He added that Marines are finding there are systems needed to get the network “up to snuff to go support that.” Additionally, he said, systems need to be capable of supporting the automation needed in order to make the network more effective. Regarding the second line of effort, the deputy commandant is focused on using the new Marine Expeditionary Force Information Groups, or MIGs. These teams will work on all information related capabilities, providing commanders a clearinghouse of options including cyber, intelligence, electronic warfare and information operations. Bible said Marine Corps leaders are working hard to figure out how the groups can directly help commanders. Third, Bible said the Marines want to gauge whether they can create an asymmetric advantage. “How do we shape the conflict before we end up in a conflict,” Bible said. “A lot of this is going to merge in the information environment.” Some of the efforts related to providing an asymmetric advantage will involve Navy partners, Bible said. He discussed the need to for Marines to fight to get to the fight. “We're probably not going to have enough organic aviation assets to get all the Marines to all the different places that an advanced expeditionary base operations concept [and] very distributed operations” demands," he said. That will require partnering with the Navy in some regards. https://www.c4isrnet.com/it-networks/2018/12/07/3-priorities-for-the-marines-information-directorate

  • Raytheon building Canadian radar to test effects of Aurora Borealis

    December 7, 2018 | Local, C4ISR

    Raytheon building Canadian radar to test effects of Aurora Borealis

    Project could lead to a new polar radar system to monitor the Canadian north CALGARY, Alberta, Dec. 4, 2018 /CNW/ -- Raytheon Canada Limited (RCL), a subsidiary of Raytheon Company (NYSE:RTN), will design, build and install two over-the-horizon radar sites in Canada's polar region to determine what effects, if any, the Aurora Borealis has on target detection along the Canadian north. These two contracts, totaling $30 million, resulted from a competitive solicitation posted on BuyandSell.gc.ca by Public Services & Procurement Canada on behalf of the Department of National Defence. These contracts will enable Defence Research and Development Canada to conduct a feasibility study of using sky-wave Over-The-Horizon Radar technology, in the arctic, to determine the effect of the Aurora Borealis on target detection beyond line-of-site. Working with Raytheon Intelligence, Information and Services, RCL will build two test sites to gauge how the Northern Lights may impact operations. Should those tests prove successful, Canada may decide to build additional radar sites to monitor its increasingly accessible arctic waterways. "Raytheon built and operates a similar radar system in the U.S. which has been key to defending America's borders," said David Appel, director for mission systems at Raytheon IIS. "A full over-the-horizon radar will monitor the arctic, as those waters have become more accessible to shipping traffic." Raytheon also will work with local companies to design and build the system. "We will be working with Canadian suppliers to secure the Canadian north," said Terry Manion, RCL vice president and general manager. "We understand the environment and can provide crucial technologies which may lead to significant long term economic growth." About Raytheon Canada Limited Raytheon Canada Limited (RCL) is a subsidiary of Raytheon Company. RCL is a leader in high technology solutions, engineering services, surveillance and navigation systems including air traffic control radars, highway traffic management systems, maritime surveillance radars and systems, and precision optics. About Raytheon Raytheon Company, with 2017 sales of $25 billion and 64,000 employees, is a technology and innovation leader specializing in defense, civil government and cybersecurity solutions. With a history of innovation spanning 96 years, Raytheon provides state-of-the-art electronics, mission systems integration, C5I™ products and services, sensing, effects, and mission support for customers in more than 80 countries. Raytheon is headquartered in Waltham, Mass. Follow us on Twitter. Media Contact Chris Johnson +1-571-250-3418 Chris.Johnson@raytheon.com SOURCE Raytheon Company https://www.newswire.ca/news-releases/raytheon-building-canadian-radar-to-test-effects-of-aurora-borealis-701865451.html

  • Contract Awards by US Department of Defense - December 6, 2018

    December 7, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 6, 2018

    AIR FORCE Northrop Grumman Amherst Systems, Buffalo, New York, has been awarded a $450,000,000 indefinite-delivery/indefinite-quantity contract for U.S. agencies (Air Force, Navy, etc.); and Foreign Military Sales countries for Joint Threat Emitter production end-items, spares, support equipment, testing, training, etc. Work will be performed in Buffalo, New York, and various contiguous U.S. and outside the continental U.S. locations, and is expected to be completed by Dec. 5, 2025. This contract involves foreign military sales to U.S. partner countries. This award is the result of a competitive acquisition and one offer was received. Fiscal 2018 other procurement funds in the amount of $9,150,318 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8210-19-D-0001). The Boeing Co., Seattle, Washington, has been awarded a $158,950,309 firm-fixed-price modification (P00003) to contract FA8609-18-F-0006 for one KC-46A Japan aircraft. This modification provides for the exercise of an option for an additional quantity of one aircraft being produced under the basic contract. Work will be performed in Seattle and is expected to be completed by June 30, 2021. This modification involves foreign military sales to Japan. Total cumulative face value of the contract is $449,375,855. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. The Boeing Co., Oklahoma City, Oklahoma, has been awarded a sustainment order (FA8134-19-F-0001) with an estimated amount of $75,000,000 to previously awarded indefinite-delivery/indefinite-quantity contract FA8106-16-D-0002 for E-4B sustainment support. The order will provide contractor logistic support services. Work will be performed in Oklahoma City, Oklahoma; Offutt Air Force Base, Nebraska, and San Antonio, Texas, with an expected completion date of Nov. 30, 2019. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $57,188,079 are obligated at time of award. Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity. (Awarded Nov. 30, 2018) Dayton Power and Light Co., Dayton, Ohio, has been awarded a $28,179,453 modification (P00001) to contract FA8601-18-C-0010 to exercise Option One for electricity services. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Dec. 31, 2019. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio is the contracting activity. Raytheon Co., Marlborough, Massachusetts, has been awarded a $10,722,437, cost-plus-fixed-fee contract for the Force Element Terminal Risk Reduction effort. The contract will deliver risk reduction studies, analyses, and demonstrations related to Raytheon's Advanced Extremely High Frequency Airborne Military Satellite Communication product line. Work will be performed in Marlborough, Massachusetts, and is expected to be completed by Aug. 30, 2019. This award is the result of a sole-source acquisition. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $3,959,991 are being obligated at the time of award. Air Force Life Cycle Management Center, Hansom Air Force Base, Massachusetts, is the contracting activity (FA8705-19-C-0005). The Boeing Co., El Segundo, California, has been awarded a $10,361,265 modification (P00034) to contract FA8823-15-C-0002 for services required to ensure continued Wideband Global Satellite Communication operations and logistics sustainment support. The contract modification is for the exercise of Option Period Four. Work will be performed at Schriever Air Force Base, Colorado; El Segundo, California; and Colorado Springs, Colorado, and is expected to be completed Dec. 31, 2019. Fiscal 2019 operations and maintenance funds in the amount of $10,361,265 will be obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. Cloud Lake Technology, Herndon, Virginia, has been awarded an $8,875,620 modification (P00012) to contract FA8075-17-C-0002 for Information Analysis Center Program Management Office (IAC PMO) support. IAC PMO support services provides program management analysis, acquisition management, operations analysis, financial analysis, process improvement, strategic communications and performance measurement support. This modification provides for the exercise of an option for additional services under the basic contract, and brings the total cumulative face value of the contract to $21,870,362. Work will be performed at Fort Belvoir, Virginia, and is expected to be completed by March 31, 2020. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $2,904,150 are being obligated at the time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity. CORRECTION: The Nov. 14, 2018, announcement that Kaman Precision Products Inc., Orlando, Florida; and Middletown, Connecticut, was awarded a $52,026,000 firm-fixed-price modification (P00009) to contract FA8681-18-C-0009 for Joint Programmable Fuzes was incorrect. The contract was actually awarded Dec. 3, 2018. ARMY General Dynamics - Ordnance and Tactical Systems, Garland, Texas, was awarded a $264,767,596 firm-fixed-price contract for MK80 and BLU-109 Tritonal bomb components. Bids were solicited with one received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 31, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0015). RIPTIDE Software Inc.,* Oviedo, Florida, was awarded a $103,221,000 hybrid (cost, cost-plus-fixed-fee, cost-plus-incentive-fee, firm-fixed-price) contract for the OneSAF system. Bids were solicited with three received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 5, 2024. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0003). L3 Communications Security and Detection Systems, Woburn, Massachusetts, was awarded an $83,942,786 firm-fixed-price contract for manufacturing, delivering and supporting the AN/PSS-14. 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 Nov. 20, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-D-0001). General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $58,088,134 firm-fixed-price contract for procurement of expedited active protection systems mounting kits and ballast kits to support the Abrams M1A2 battle tank. One bid was solicited with one bid received. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of June 30, 2020. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $12,739,706 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-C-0038). Weeks Marine Inc., Covington, Louisiana, was awarded a $12,787,500 firm-fixed-price contract for dredging. Bids were solicited with one received. Work will be performed in Plaquemines Parish, Louisiana, with an estimated completion date of May 26, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $12,787,500 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0010). Tetra Tech-Maytag Aircraft Corp. J, Pasadena, California, was awarded a $9,043,009 modification (P00002) to contract W912DY-18-F-0056 for maintenance and repair of equipment. Work will be performed in Twenty Nine Palms, California; Bremerton, Washington; Barstow, California; Ridgecrest, California; El Centro, California; Fallon, Nevada; Lemoore, California; Port Orchard, Washington; Coronado, California; San Diego, California; Arlington, Washington; Everett, Washington; Bridgeport, California; Oceanside, California; Naval Air Station Point Mugu, California; Oak Harbor, Washington; San Clemente Island, California; San Nicholas Island, California; and Yuma, Arizona, with an estimated completion date of Dec. 30, 2019. Fiscal 2019 Defense Working Capital funds in the amount of $9,043,009 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. Broadway Electric Inc.,* Elk Grove Village, Illinois, was awarded a $7,173,000 firm-fixed-price contract for removing generators, paralleling switchgear, and replacing feeders. Bids were solicited with three received. Work will be performed in Battle Creek, Michigan, with an estimated completion date of Dec. 18, 2019. Fiscal 2015, 2018 and 2019 Economy Act Reimbursable funds in the amount of $7,173,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity (W911XK-19-C-0002). Eastman Aggregate Enterprises LLC,* Lake Worth, Florida, was awarded a $7,864,771 firm-fixed-price contract for flood control and coastal emergency beach erosion control. Bids were solicited with two received. Work will be performed in Broward County, Florida, with an estimated completion date of April 29, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $7,864,771 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-19-C-0006). NAVY BAE Systems Land & Armaments LP, Sterling Heights, Michigan, is awarded a $140,354,780 modification to exercise options for the fixed-price-incentive (firm target) Contract Line Item Numbers (CLIN) 3001, 3002, and 3003 portions of a previously awarded contract (M67854-16-C-0006). This modification is for the purchase of 30 Amphibious Combat Vehicles and associated production, fielding and support costs. Work will be performed in York, Pennsylvania (85 percent); and Aiken, South Carolina (15 percent), and is expected to be completed in August 2020. Fiscal 2019 procurement (Marine Corps) funds in the amount of $140,354,780 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website. The option CLINs were included within that contract and are being exercised in accordance with FAR 52.217-7 option for increased quantity-separately priced line item. The U.S. Marine Corps' Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-0006). Emprise Corp. LLC, Ledyard, Connecticut, was awarded a $96,470,026 firm-fixed-price level of effort with a five-year ordering period for Shipboard Automated Maintenance Management Systems (SAMM). Engineering services in this contract will assist Military Sealift Command (MSC) afloat and ashore operations. The engineering maintenance management systems consist of both afloat and ashore systems with various modules and functions that work together to optimize MSC maintenance programs. SAMM is required for shipboard personnel to document maintenance performed on MSC vessels and record daily machinery operational data. The system also provides a consistent maintenance plan for the MSC fleet. This engineering system is a recurring requirement, which will allow MSC to continuously achieve interoperability and maintain and sustain fleet operations. Work will be performed in Norfolk, Virginia, and work is expected to be completed Dec. 9, 2023. This contract will be funded with Fiscal 2018 working capital funds (Navy and U.S. Transportation Command) funds in the amount of $10,000,000 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, having one offer received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519D1001). (Awarded Dec. 5, 2018) BAE Systems San Diego Ship Repair (BAE), San Diego, California, was awarded a $78,847,897 firm-fixed-price contract for the execution of the USS Shoup (DDG 86) fiscal 2019 Depot Modernization Period Availability (DMP). This availability will include a combination of maintenance, modernization and repair of USS Shoup. This is a Chief of Naval Operations-scheduled DMP. The purpose is to maintain, modernize and repair USS Shoup. This is a “long-term” availability and was competed on a coastwide (west coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization for USS Shoup. This contract includes options which, if exercised, would bring the cumulative value of this contract to $87,672,675. Work will be performed in San Diego, California, and is expected to be completed by February 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $59,836,401; and fiscal 2019 other procurement (Navy) funding in the amount of $19,011,496 will be obligated at time of award, and $59,836,400 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with two offers received in response to solicitation N00024-18-R-4407. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4407). (Awarded Dec. 3, 2018) L-3 Communications Vertex Aerospace LLC., Madison, Mississippi, was awarded a $21,845,138 modification (P00035) to a previously awarded firm-fixed-price, cost-reimbursable, labor hour, indefinite-delivery, indefinite-quantity contract (N00019-13-D-0007). This modification increases the ceiling and extends the period of performance to provide contractor logistics services and materials for organizational and depot-level services required to support and maintain the TH-57 fleet. Work will be performed in Milton, Florida, and is expected to be completed in January 2019. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. Teledyne Wireless LLC, a Teledyne Microwave Solutions Company, Rancho Cordova, California, is awarded an $8,243,062 firm-fixed-price, cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract in support of evaluation, minor repair and manufacture of 10kW traveling wave tubes; manufacture of 13kW traveling wave tubes; government-furnished equipment maintenance for traveling wave tubes; and incidental engineering services. Work will be performed in Rancho Cordova, California, and is expected to be completed by November 2023. This work is to support subcomponents of the Aegis Combat System. The traveling wave tube design was developed by Teledyne Wireless LLC, who has proprietary design rights for the 10kW and 13kW traveling wave tubes. Fiscal 2018 other procurement (Navy) funding in the amount of $196,276 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 Federal Acquisition Regulation 6.302-1 (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WP83). Black Construction/Mace International JV, Harmon, Guam, is awarded firm-fixed-price task order N4008419F4086 for $27,350,842 under a multiple award construction contract for the design build repair of Unaccompanied Personnel Housing (UPH) -13 and UPH-17 at U.S. Navy Support Facility, Diego Garcia. The work to be performed provides for repairs to the building components and utility systems which are old and increasingly deteriorated. The work will also address life safety and energy deficiencies which have begun to generate intensive maintenance and reliability concerns. Work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by August 2023. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $27,350,842 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Far East, Yokosuka, Japan, is the contracting activity (N40084-18-D-0066). DEFENSE LOGISTICS AGENCY Creation Gardens Inc.,* Louisville, Kentucky, has been awarded a maximum $49,500,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with one response received. This is a 36-month contract with no option periods. Locations of performance are Kentucky and Indiana, with a Dec. 4, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, and Department of Agriculture schools. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-P344). Heart and Core LLC, Minnetonka, Minnesota, has been awarded a maximum $7,920,000 modification (P00011) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-1018) with four one-year option periods for moisture wicking T-shirts. This is an indefinite-delivery contract. Locations of performance are California and Minnesota, with a Dec. 15, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1707044/

  • Contract Awards by US Department of Defense - December 4, 2018

    December 7, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 4, 2018

    NAVY Astro Mechanical Contractors Inc.,* El Cajon, California (N62473-19-D-2416); Heffler Contracting Group,* El Cajon, California (N62473-19-D-2417); Public Works Contractor Inc., doing business as PWC Inc.,* Spring Valley, California (N62473-19-D-2418); Souza Construction Inc.,* Farmersville, California (N62473-19-D-2419); Ja'nus Ventilation and Mechanical Inc.,* Lakeside, California (N62473-19-D-2420); and Able Heating and Air Conditioning Inc.,* Chula Vista, California (N62473-19-D-2421), are each awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation, and repair by design-bid, of heating, ventilation, and air conditioning (HVAC) system projects at various government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. The maximum dollar value including a two-year base period and one three-year option period for all six contracts combined is $200,000,000. The work to be performed provides for new construction, renovation, and repair within the North American Industry Classification System code 238220, by design-build, of HVAC system projects. Types of projects may include, but are not limited to: boiler/chiller plants; digital direct controls or energy management control system; HVAC equipment energy optimization; commissioning and retro commissioning; distribution systems including, supply and return air systems, ventilation and exhaust systems, steam, glycol, medical gas, refrigerant, heating hot water and chilled water distribution, associated terminal devices, heat recovery equipment, heat exchangers, sound attenuation, insulation, and associated appurtenances; energy supply including oil, gas, steam, heating hot and chilled water distribution systems and equipment including special cooling and humidity control, dust and fume collectors, air purifiers, paint booth ventilation systems; and system testing and balancing. Astro Mechanical Contractors Inc., is being awarded the initial project task order at $1,618,230 to repair HVAC system in H60 Simulator Facility, Naval Base Coronado (NBC) Building 352 at NBC, San Diego. Work for this task order is expected to be completed by Dec. 19, 2019. All work on these contracts will be performed at various government installations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility including, but not limited to, California (90 percent); Arizona (6 percent); Nevada (1 percent); Utah (1 percent); Colorado (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of November 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $1,618,230 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy and Marine Corps); and Navy working capital funds. This contract was competitively procured as a small business set-aside procurement via the Navy Electronic Commerce Online website with 19 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. The NAVFAC Southwest, San Diego, California, is the contracting activity. General Dynamics Electric Boat, Groton, Connecticut, is awarded a $46,167,531 cost-plus-fixed- fee modification to a previously awarded contract (N00024-18-C-4321) for non-nuclear repair services required to support submarine maintenance. The services under this contract are for non-nuclear repair services required to support submarine overhauls, maintenance, repair and modernization upgrades; ship alterations, temporary modifications and field changes; supplies and/or ancillary services and corrective and preventative maintenance. Work will be performed in New London, Connecticut, and is expected to be completed by December 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $10,100,000 will be obligated at the time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Groton, Connecticut, is the contracting activity. Rockwell Collins Government Systems, Cedar Rapids, Iowa, is awarded $10,815,536 for modification P00002 to a firm-fixed-price delivery order (N0042118F0891) against a previously issued basic ordering agreement (N00421-17-G-0003). This delivery order provides fiscal 2019 funding for the Modern Transmission Security and Tactical Secure Voice Suite B, Cryptographic Equipment Application integration for the ARC-210 RT-1939A(C), RT-1990A(C) and RT-2036(C) radios in support of multiple aircraft platforms. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in January 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $10,815,536 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $10,782,772 cost-plus-fixed-fee contract modification to previously awarded contract N00024-12-C-4323 for long lead time material procurement and management services for CG-65 and CG-69. Huntington Ingalls provides necessary engineering, technical, planning, ship configuration, data, and logistics efforts for lifetime support of both maintenance and modernization. Work will be performed in Pascagoula, Mississippi, and is expected to be complete by August 2019. Fiscal 2018 other procurement (Navy) funding in the amount of $10,782,772 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Liverpool, New York, is awarded a $7,078,327 firm-fixed-price modification to previously-awarded contract N00024-14-C-6227 to exercise options for the production of low-cost conformal arrays. Work will be performed in Liverpool, New York (90 percent); Marion, Massachusetts (8 percent); and Owego, New York (2 percent), and is expected to be completed by March 2020. Fiscal 2018 other procurement (Navy) funding in the amount of $6,778,327; and fiscal 2019 other procurement (Navy) funding in the amount of $300,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. ARMY AAI Corp., doing business as Textron, Hunt Valley, Maryland, was awarded a $152,707,618 modification (P00080) to contract W911QY-17-C-0013 for logistics services. Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of May 29, 2020. Fiscal 2019 other procurement, Army; and operations and maintenance, Army funds in the amount of $27,935,533 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. AIR FORCE General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $26,718,824 option (002620) to a previously awarded contract (FA8620-15-G-4040) for MQ-9 contractor logistics support phase three. The contractor will provide an additional period of contractor logistics support for the French Air Force. Work will be performed in Poway, California, and is expected to be completed Dec. 31, 2019. This contract involves 100 percent foreign military sales to France. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contract activity. General Electric (GE) Aviation, Cincinnati, Ohio, has been awarded an $11,116,525 firm-fixed-price contract for engineering and technical services in support of the following engines: F-16 F110-GE-100, A-10 TF-34, KC-135 F-108, B-1 F118, E-6B F108, T700-401C, J85-21B, F110, F16 C/D, F/A-18 and F110-GE-129. This contract provides for on-site proficiency training and advice to elevate the technical skill and abilities of personnel responsible for the operation and maintenance of the GE Aviation equipment/systems to the level of self-sufficiency. Work will be performed at Buckley Air Force Base, Colorado; Baltimore, Maryland; Springfield, Illinois; Tinker AFB, Oklahoma; Naval Air Station North Island, California; Marine Corps Base Camp Pendleton, California; Isa Air Base, Bahrain; Cairo West AB, Egypt; Engine Depot, Israel; Ahmed al Jaber AB; Kuwait and Daegu AB, South Korea, and is expected to be completed by Dec. 31, 2020. This contract is the result of a sole-source acquisition. This contract involves 41.6 percent foreign military sales (FMS) to Israel; Egypt; Bahrain; South Korea, and Kuwait. Fiscal 2019 operations and maintenance funds in the amount of $5,000,000; and fiscal 2019 FMS funds in the amount of $1,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8604-19-D-8004). L-3 Technologies Inc., Williamsport, Pennsylvania, has been awarded a $7,795,473 firm-fixed price requirements contract for E-3 sustainment. This contract provides for repair and overhaul of E-3 electron tubes. Work will be performed in Williamsport, Pennsylvania, and is expected to be completed by June 5, 2024. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Funds will be obligated upon issuance of delivery orders. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8117-19-D-0008). DEPARTMENT OF DEFENSE EDUCATION ACTIVITY Yellowfin Transportation, Shawnee, Kansas (HE1254-19-D-2001), is awarded an indefinite-delivery/indefinite-quantity, multiple-award contract for daily commute and special needs student transportation services in the amount of $8,570,866. The location of performance is Fort Benning, Georgia. The award is for a four-year and seven-month base period ending July 31, 2023; and a five-year option period ending July 31, 2028. Fiscal 2019 operations and maintenance funds will be used to fund the initial task order. This contract was competitively procured via request for proposal HE1254-18-R-2016, with two offers received. The contracting activity is the Department of Defense Education Activity, Alexandria, Virginia. (Awarded Dec. 3, 2018) CG Logistics, Ridgeland, Mississippi (HE1254-19-D-2002); is awarded an indefinite-delivery/indefinite-quantity, multiple-award contract for daily commute and special needs student transportation services in the amounts of $8,848,772. The location of performance is Fort Benning, Georgia. The award is for a four-year and seven month base period ending July 31, 2023; and a five-year option period ending July 31, 2028. Fiscal 2019 operations and maintenance funds will be used to fund the initial task order. This contract was competitively procured via request for proposal HE1254-18-R-2016, with two offers received. The contracting activity is the Department of Defense Education Activity, Alexandria, Virginia. (Awarded Dec. 3, 2018) WASHINGTON HEADQUARTERS SERVICES NetCentrics Corp., Herndon, Virginia, was awarded an $8,156,810 time and material, labor-hours, and firm-fixed-price contract modification. The contract was to obtain Joint Service Provider information technology service delivery support services for Washington Headquarters Services (WHS); the Office of the Secretary of Defense; Pentagon Force Protection Agency; and the WHS-supported organizations. Work performance will take place in the National Capital Region, including the Pentagon, Mark Center and Crystal City, Virginia. Fiscal 2019 operations and maintenance funds in the amount of $8,156,810 are being obligated on this award. The expected completion date is May 30, 2019. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-C-0008). (Awarded Nov. 29, 2018) *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1705364/

  • The Army wants a self-directed combat vehicle to engage enemies

    December 7, 2018 | International, Land, C4ISR

    The Army wants a self-directed combat vehicle to engage enemies

    By: Adam Stone While the commercial world tiptoes toward the notion of a self-driving car, the military is charging forward with efforts to make autonomy a defining characteristic of the battlefield. Guided by artificial intelligence, the next-generation combat vehicle now in development will have a range of autonomous capabilities. Researchers at Army's Communications-Electronics Research, Development and Engineering Center (CERDEC) foresee these capabilities as a driving force in future combat. “Because it is autonomous, it can be out in front to find and engage the enemy while the soldiers remain safely in the rear,” said Osie David, chief engineer for CERDEC's mission command capabilities division. “It can draw fire and shoot back while allowing soldiers to increase their standoff distance.” Slated to come online in 2026, the next-gen combat vehicle won't be entirely self-driving. Rather, it will likely include a combination of autonomous and human-operated systems. To realize this vision, though, researchers will have to overcome a number of technical hurdles. Getting to autonomy An autonomous system would need to have reliable access to an information network in order to receive commands and relay intel to human operators. CERDEC's present work includes an effort to ensure such connections. “We need resilient comms in really radical environments — urban, desert, trees and forests. All those require new and different types of signal technologies and communications protocols,” David said. Developers also are thinking about the navigation. How would autonomous vehicles find their way in a combat environment in which adversaries could deny or degrade GPS signals? “Our role in this is to provide assured localization,” said Dr. Adam Schofield, integration systems branch chief for the positioning, navigation and timing (PNT) division. In order for autonomous systems to navigate successfully, they've got to know where they are. If they rely solely on GPS, and that signal gets compromised, “that can severely degrade the mission and the operational effectiveness,” he said. CERDEC, therefore, is developing ways to ensure that autonomous systems can find their way, using LIDAR, visual cues and a range of other detection mechanisms to supplement GPS. “We want to use all the sensors that are on there to support PNT,” Schofield said. In one scenario, for example, the combat vehicle might turn to an unmanned air asset for ISR data in order to keep itself oriented. “As that UAV goes ahead, maybe it can get a better position fix in support of that autonomous vehicle,” he said. Even as researchers work out the details around comms and navigation, they also are looking to advances in artificial intelligence, or AI, to further empower autonomy. The AI edge AI will likely be a critical component in any self-directed combat vehicle. While such vehicles will ultimately be under human control, they will also have some capacity to make decisions on their own, with AI as the software engine driving those decisions. “AI is a critical enabler of autonomy,” said CERDEC AI expert Dr. Peter Schwartz. “If autonomy is the delegation of decision-making authority, in that case to a robotic system, you need some confidence that it is going to make the right decision, that it will behave in a way that you expect.” AI can help systems to reach that level of certainty, but there's still work to be done on this front. While the basics of machine learning are well-understood, the technology still requires further adaptation in order to fulfill a military-specific mission, the CERDEC experts said. “AI isn't always good at detecting military things,” David said. “It may be great at recognizing cats, because people post millions of pictures of cats on the internet, but there isn't an equally large data set of images of adversaries hiding in bushes.” As AI strategies evolve, military planners will be looking for techniques that enable the computer to differentiate objects and actions in a military-specific context. “We need special techniques and new data sets in order to train the AI to recognize these things in all different environments,” he said. “How do you identify an enemy tank and not confuse that with an ordinary tractor trailer? There has to be some refinement in that.” Despite such technical hurdles, the CERDEC team expressed confidence that autonomy will in fact be a central feature of tomorrow's ISR capability. They say the aim is create autonomous systems that can generate tactical information in support of war-fighter needs. “As we are creating new paradigms of autonomy, we want to keep it soldier-centric,” David said. “There is filtering and analyzing involved so you don't overwhelm the user with information, so you are just providing them with the critical information they need to make a decision.” https://www.c4isrnet.com/unmanned/2018/11/30/the-army-wants-a-self-directed-combat-vehicle-to-engage-enemies

  • The Air Force is reorganizing its primary IT shop

    December 7, 2018 | International, C4ISR

    The Air Force is reorganizing its primary IT shop

    By: Mark Pomerleau Air Force leaders are reorganizing the service's primary IT office. As part of the change, leaders are dividing job responsibilities from the chief information officer to a new combined intelligence/IT shop and a deputy CIO. In addition, the Air Force's top IT position — the chief information officer — will become an undersecretary for the service. It's not immediately clear why Air Force leaders want to make the changes, which will take place at the beginning of 2019. Bill Marion, the Air Force's deputy CIO, said during a Dec. 4 event hosted by AFCEA that the service will move the offensive, defensive and intelligence, surveillance and reconnaissance elements of the staff into a new office. “Think offense, defense and ISR, think 24th [Air Force], 25th [Air Force], think bringing those two communities together in a total full-spectrum [information operations]/[information warfare] fight,” Marion said. The other side of the reorganization will be a pure IT play. Marion, in his role as the deputy CIO, will focus on the IT and associated workforce development components for the Air Force. As part of the changes, Brig. Gen. Kevin Kennedy will serve in a dual-hatted role spanning both aspects of the reorganization, Marion said, serving as a bridge during the transition. https://www.c4isrnet.com/it-networks/2018/12/04/the-air-force-is-reorganizing-its-primary-it-shop

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.