Filter Results:

All sectors

All categories

    4141 news articles

    You can refine the results using the filters above.

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

    October 5, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

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

    NAVY Asturian-Consigli JV LLC,* Virginia Beach, Virginia (N40085-18-D-1124); Edifice LLC, doing business as Edifice Solutions,* Beltsville, Maryland (N4008-18-D-1125); ED DesignBuild LLC,* Germantown, Maryland (N40085-18-D-1126); HCG-JCG JV,* Escondido, California (N40085-18-D-1127); and Military and Federal Construction Co. Inc.,* Jacksonville, North Carolina (N40085-18-D-1128), were each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for general construction projects in the Hampton Roads area of Virginia. The maximum dollar value for all five contracts combined is $249,000,000. The work to be performed provides for, but is not limited to, new construction, renovation, alteration, and repairs for general construction projects. Types of facilities include, but are not limited to warehouses, training facilities, personnel support and service facilities, housing facilities, etc. Asturian-Consigli JV LLC is awarded initial task order at $2,947,636 for the foundation and crawl space repairs at the advanced electronic guidance and instrumentation system facility (V-10) on Wallops Island, Accomack County, Virginia. Work for this task order is expected to be completed by December 2019. All work on this contract will be performed in the Naval Facilities Engineering Command, Mid-Atlantic Hampton Roads area, Virginia. The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 operations and maintenance, (Navy) contract funds in the amount of $2,967,636 are obligated on this award and expired at the end of fiscal 2018. Future task orders will be primarily funded by operation and maintenance, (Navy) and military construction. This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. (Awarded Sept. 29, 2018) MacDonald-Bedford | MBP JV,* Alameda, California, was awarded a maximum amount $98,000,000 indefinite-delivery/indefinite-quantity contract to provide construction management services in support of the Guam Defense Policy Review Initiative (DPRI) Program. The work to be performed will support the existing Naval Facilities Engineering Command (NAVFAC) workforce capabilities and provide increased capability to support construction projects and associated efforts undertaken by NAVFAC Pacific. The outcome to be achieved is the hiring of temporary supplemental construction management and engineering technician services. No task orders are being issued at this time. Work will be performed primarily in the Marianas region of operation (to include the following islands but not limited to: Guam, Tinian, Pagan, Palau, Chuuk, Saipan, and Northern Mariana Islands) (80 percent); Australia (10 percent); and Hawaii (10 percent), and is expected to be completed by September 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and expired at the end of fiscal 2018. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-18-D-1171). (Awarded Sept. 29, 2018) Davcon Inc.,* Virginia Beach, Virginia (N40085-18-D-1149); Delaware Corp.,* Topping, Virginia (N4008-18-D-1150); Doyon Project Services,* Federal Way, Washington (N40085-18-D-1151); Rand Enterprises,* Newport News, Virginia (N40085-18-D-1152); and Within Interior Design Inc., doing business as Tazewell Contracting,* Norfolk, Virginia (N40085-18-D-1153), were each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for heating, ventilating and air conditioning construction projects in the Hampton Roads area of Virginia. The maximum dollar value for all five contracts combined is $95,000,000. The work to be performed will primarily consist of new construction, demolition, repair, alteration, and renovation of heating, ventilating and air conditioning equipment, systems and infrastructure to include system components such as fans, motors, ductwork, controls, pumps, piping, supports, and insulation. Types of facilities on which work will be performed include administrative/industrial buildings, maintenance shops, warehouses, hangars, communications facilities, personnel support/instructional buildings, recreational facilities, lodging/dormitory facilities, medical clinics, training areas, indoor ranges, etc. Davcon Inc. is being awarded initial task order at $148,400 for the replacement of a chiller at Building 3889 at Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, Virginia. Work for this task order is expected to be completed by February 2019. All work on this contract will be performed in the Naval Facilities Engineering Command, Mid-Atlantic Hampton Roads area, Virginia. The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $168,400 are obligated on this award and expired at the end of the fiscal 2018. 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 11 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. (Awarded Sept. 29, 2018) A&H-Ambica JV LLC,* Livonia, Michigan (N40085-18-D-8733); Building Associates Inc.,* Bloomington, Indiana (N4008-18-D-8734); Federal Construction Group Inc.,* San Diego, California (N40085-18-D-8735); Krempp Construction Inc., Jasper, Indiana (N40085-18-D-8736); Midnight Sun Global Services LLC,* South Bend, Indiana (N40085-18-D-8737); and SEI Group Inc., Huntsville, Alabama (N40085-18-D-8738), were each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for general construction projects in Crane, Indiana. The maximum dollar value for all six contracts combined is $95,000,000. The work to be performed provides for, but is not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure and may include civil, structural, mechanical, electrical, fire protection, and communication systems. Types of facilities include administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, roads, etc., in support of the Naval Facilities Engineering Command, Public Works Department Crane, Indiana. A&H-Ambica JV LLC is awarded initial task order at $1,876,276 for the renovation of Building 2724 Break Room Renovation at Public Works Department Crane, Indiana. Work for this task order is expected to be completed by October 2019. All work on this contract will be performed in the Naval Facilities Engineering Command, Mid-Atlantic Public Works Department Crane, Indiana area of responsibility. The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 Navy working capital contract funds in the amount of $1,901,276 are obligated on this award and expired at the end of fiscal 2018. Future task orders will be primarily funded by operations and maintenance (Navy); and military construction. This contract was competitively procured 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 contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. (Awarded Sept. 29, 2018) DEFENSE LOGISTICS AGENCY BP Products North America Inc., Chicago, Illinois, has been awarded a maximum $47,075,766 fixed-price with economic price adjustment contract for aviation fuel. This was a competitive acquisition with 19 offers received. This is a one-year base contract with no option periods. Location of performance is Singapore, with a Dec. 31, 2019, performance completion date. Using military services are Army, Navy, and Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-19-D-0452). Olgoonik Technical Services LLC, Anchorage, Alaska, has been awarded a maximum $11,579,403 modification (P00027) exercising the third one-year option period of a one-year base contract (SP3300-16-C-5001) with four one-year option periods for warehousing and distribution support services. This is a fixed-price-incentive firm contract with cost-reimbursement line items. The modification brings the total cumulative face value of the contract to $40,706,113 from $29,126,709. Locations of performance are Alaska and California, with an Oct. 15, 2019, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. AIR FORCE Onvoi LLC, De Funiak Springs, Florida, has been awarded a $39,951,581 contract for base operating services at March Air Reserve Base, California. This contract provides for all personnel, supervision, equipment, tools, materials, supplies, test equipment, and other items and services necessary to accomplish supply, vehicle operations and maintenance, traffic management, real property maintenance, fuels management, and airfield management. Work will be performed at March ARB, California, and is expected to be completed by Oct. 31, 2023. This award is the result of a competitive acquisition and 10 offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,106,974 are being obligated at the time of award. Air Force Reserve Command Robins Air Force Base, Georgia, is the contracting activity (FA4664-19-C-0001). CORRECTION: The Sept. 28, 2018, announcement of a $1,051,818,540 cost-plus-fixed-fee contract award to The Aerospace Corp., El Segundo, California (FA8802-19-C-0001), for Federally Funded Research and Development Center support, was not for a contract modification. All other information in the announcement is correct. ARMY Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $16,038,473 modification (P00151) to contract W56HZV-15-C-0095 for spares acquisition integrated with production. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Dec. 31, 2018. Fiscal 2018 procurement Marine Corps; and other procurement, Army funds in the amount of $16,038,473 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1654951/source/GovDelivery/

  • Government challenges small businesses to innovate

    October 4, 2018 | Local, Aerospace, Naval, C4ISR, Security

    Government challenges small businesses to innovate

    Invites Canadian small businesses to develop innovative solutions to nine new challenges October 3, 2018 – Ottawa, Ontario Small businesses and their ability to innovate make Canada's economy run. At the same time, the federal government is Canada's largest purchaser of goods. How can the government use these purchases to help small businesses innovate and grow? The answer is Innovative Solutions Canada. Through this program, government departments are inviting small businesses to come up with a new innovative product, service or solution in answer to specific challenges they face. Winning small businesses may receive up to $150,000 to refine their research and development and, if accepted into Phase 2, receive up to $1 million to develop a working prototype. The Government will then act as a first customer, helping small businesses to commercialize their innovations, scale up their business and create good jobs. The Honourable Navdeep Bains, Minister of Innovation, Science and Economic Development, and the Honourable Mary Ng, Minister of Small Business and Export Promotion, today announced nine challenges on behalf of the Honourable Carla Qualtrough, Minister of Public Services and Procurement and Accessibility, the Honourable Lawrence MacAulay, Minister of Agriculture and Agri-Food, the Honourable Jonathan Wilkinson, Minister of Fisheries, Oceans and the Canadian Coast Guard, the Honourable Ralph Goodale, Minister of Public Safety and Emergency Preparedness, and the Honourable Marc Garneau, Minister of Transport. Agriculture and Agri-Food Canada is challenging small businesses to: 1. Improve soil sample collection to make it easier, and make testing more accurate 2. Make “smart farming” technology cheaper so that smaller farms can use it Canadian Coast Guard is challenging small businesses to: 3. Harness the movement of ships in ocean waves to reduce fuel consumption and the need for external power sources Correctional Service Canada is challenging small businesses to: 4. Find new technology to stop inmates from performing illegal activities using wireless devices 5. Monitor the life signs of inmates and identify critical conditions so that staff can respond more quickly in emergencies 6. Create an innovative and cost-effective way to stop contraband items from getting into prisons via drone or being thrown over the fence Public Services and Procurement Canada is challenging small businesses to: 7. Improve the sound quality for remote interpretation services so that service isn't interrupted because the interpreters can't hear Shared Services Canada is challenging small businesses to: 8. Deliver high-speed broadband Internet access to citizens and Government of Canada employees who work or live in remote areas of the country Transport Canada is challenging small businesses to: 9. Accelerate the adoption of low-cost yet effective technologies that improve pedestrian and bicyclist safety around commercial vehicles, preventing injuries and saving lives Innovative Solutions Canada is a key component of the government's Innovation and Skills Plan, a multi-year plan to make Canada a global innovation leader and prepare Canadians to succeed in tomorrow's economy. Quotes “In the Economic Strategy Tables reports, we heard it clearly from Canada's industry and innovation leaders: the Government must use its purchasing power to help small businesses innovate and be more competitive. That's exactly what we're doing through Innovative Solutions Canada. Government gets access to quality products, while businesses grow and create good middle-class jobs for Canadians.” – The Honourable Navdeep Bains, Minister of Innovation, Science and Economic Development “Small businesses are the backbone of our economy and employ over 8 million hard-working Canadians. That's why our government is committed to helping small businesses start up, scale up and access new markets. Innovative Solutions Canada is a fantastic program that uses government procurement to help small and medium-sized businesses innovate and then commercialize their innovations. These are worthy new challenges, and I can't wait to see what our innovative Canadian small businesses come up with.” – The Honourable Mary Ng, Minister of Small Business and Export Promotion “Through the Innovative Solutions Canada program, we are challenging small businesses to help us provide Canadians and federal employees with access to the services they need, whether it is accurate translation of proceedings or improved efficiency of high-speed Internet access in remote locations.” – The Honourable Carla Qualtrough, Minister of Public Services and Procurement and Accessibility and Minister responsible for Shared Services Canada Innovation is a driving force of Canada's agricultural sector. Through these challenges, small business innovators can help agriculture researchers, smaller-scale farms and processing plants access the tools and technologies they need to be environmentally sustainable and economically prosperous. We look forward to seeing their creative solutions to help drive the sector forward and create good middle-class jobs for Canadians.” – The Honourable Lawrence MacAulay, Minister of Agriculture and Agri-Food “The Canadian Coast Guard is a leader in environmental stewardship and marine safety. By partnering with innovative small businesses to find ways to reduce fuel consumption, we are supporting our government's commitment to reduce emissions and protect our marine environment.” – The Honourable Jonathan Wilkinson, Minister of Fisheries, Oceans and the Canadian Coast Guard “Partnering with Innovative Solutions Canada is a great opportunity to share new ideas that contribute to public safety for all Canadians. I welcome innovative ideas that support Correctional Service Canada's mandate of actively encouraging and assisting federal offenders in becoming law-abiding citizens.” – The Honourable Ralph Goodale, Minister of Public Safety and Emergency Preparedness “I'm pleased to see this initiative being used to explore new ways to protect vulnerable road users. This program is an excellent opportunity to encourage small businesses to be new partners in road safety by advancing technologies that improve safety for pedestrians and cyclists.” – The Honourable Marc Garneau, Minister of Transport Quick facts Program funding will come from the 20 departments and agencies participating in Innovative Solutions Canada. Each department will set aside funding for this initiative that amounts to one percent of its 2015–16 combined procurement and internal research and development expenditures. Together, the funding from the departments and agencies represents a more than $100-million investment over the course of five years. Small businesses make up 98 percent of Canadian businesses and employ over 8 million hard-working Canadians. Innovative Solutions Canada is encouraging submissions from businesses owned and led by women, Indigenous peoples, youth and members of visible minorities by ensuring those groups are included in the program's outreach plans and activities. There are hundreds of programs and services that offer everything from funding to expert advice to help businesses innovate, create jobs and grow Canada's economy. With a simple, story-based user interface, the new Innovation Canada platform can match businesses with the most fitting programs and services in about two minutes. Associated links Innovative Solutions Canada challenges News release: Government helping small businesses innovate News release: Government helping small businesses develop sustainable solutions Contacts Follow Innovation, Science and Economic Development Canada on Twitter: @ISED_CA Nilani Logeswaran Press Secretary Office of the Minister of Innovation, Science and Economic Development 343-291-2849 613-668-1794 Sandra Aubé Director of Communications Office of the Minister of Small Business and Export Promotion 343-998-5328 Media Relations Innovation, Science and Economic Development Canada 343-291-1777 ic.mediarelations-mediasrelations.ic@canada.ca https://www.canada.ca/en/innovation-science-economic-development/news/2018/10/government-challenges-small-businesses-to-innovate.html

  • Israel Plans Anti-Missile Nano Satellite Constellation

    October 4, 2018 | International, Aerospace, C4ISR

    Israel Plans Anti-Missile Nano Satellite Constellation

    By ARIE EGOZI TEL AVIV: Israel is planning constellations of nano satellites, built by Israel Aerospace Industries (IAI), that will allow almost continuous coverage of “areas of interest,” which are likely to include Iran, Syria, Lebanon and other countries, according to experts that are not connected in any way to the program. IAI refused to comment. The first nano satellite was developed by IAI and was launched into space in 2017 as part of a scientific experiment. The 5-kilogram satellite — approximately the size of a milk carton — is equipped with special cameras able to identify various climatic phenomena, and a monitoring system that allows the choice of areas to be imaged and researched. ”We are developing the capability to launch a constellation of Nano satellites. The large number of satellites will give us the capability for a much higher rate of revisits, and actually a continuous monitoring of areas of interest.” says Opher Doron, general manager of IAI's Space Division. The nano satellites optical payloads are smaller and the quality of their optical payloads is lower. ”But by using a temporal resolution method this problem is dealt with in a very effective way,” Doron claims. “This method is not directly related to the quality of the sensor but is based on the frequency of revisits over a site.“ The other problem with smaller satellites is color. “Resolution is, of course, very important but we also work on improving the color quality of the images, Doron said. “A good intelligence expert does not need color to extract, the needed intelligence from a satellite image, but when it comes to decision-makers, color is of great importance.” What underpins all this? It takes a ballistic missile 12 to 15 minutes to travel from Iran to Israel. The earlier a launch is detected and the earlier the trajectory of the missile can be plotted, the better the chances to intercept it far from its designated target. Today, low orbit Ofeq spy satellites visit “areas of interest” in wide intervals so their optical or radar payloads cannot keep a persistent watch. When it comes to the ballistic missile threat, this is a major problem. Israeli sources say that some 30 minutes are needed from the command to prepare a ballistic missile for launch until it is ready for launch, and this if the protection silos are well equipped. If the enemy is aware of the “visiting” time of the spy satellites over his territory this can be the perfect time to avoid detection of the preparations until the launch itself. Once launch occurs, Israel is supposed to get warnings from Lockheed Martin's Space-Based Infrared System (SBIRS),the US constellation of geosynchronous earth orbit (GEO) satellites. The U.S also deploys an X-band radar system in southern Israel to improve detection of ballistic missiles. This complements the layer supplied by the Green Pine radar, part of the Israeli Arrow missile interceptors. The first nano satellite was launched from India on the PSLV-C37 launcher with 103 other nano satellites. The plan to build and launch nano satellites first emerged a decade ago. A joint company of IAI and Rafael would undertake the mission. But that plan was deserted. Yizhak Ben Israel, chairman of the Israeli space agency, served in the Israeli air force and later was in charge of developing Israel's most advanced and classified military systems at the development directorate in the Defense Ministry. He notes that, although nanosats possess much less exquisite capabilities than SBIRS or other large satellites, “when you use a constellation of such satellites the combined capability can be very effective in missions like locating missile launchers.” The other advantage of nano satellites is their price: “You go from hundreds of million of dollars for a full size imaging satellite to some millions of dollars when it comes to a nano satellite.” Not directly related to the nano satellite program but part of Israel's space effort, IAI teamed with British start-up company Effective Space to make a fleet of special satellites weighing roughly 880 pounds that can refuel other satellites in space. IAI signed an agreement for technological and financial cooperation with the smaller company. While Effective Space is headquartered in London, its CEO, Arie Halsband, was general manager of IAI's space division before starting his own company. https://breakingdefense.com/2018/10/israel-plans-anti-missile-nano-satellite-constellation

  • Contract Awards by US Department of Defense - October 3, 2018

    October 4, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 3, 2018

    AIR FORCE SAFRAN Landing Systems, Vellzyvillacoublay, France, has been awarded a $220,154,652 firm-fixed-price requirements contract for landing systems remanufacture and supply. This contract provides for a 10-year strategic remanufacture/supply for the KC-135 heat shields, main wheel, carbon brake, torque tube adjustor, assembly, and piston housing. Work will be performed in Vellzyvillacoublay, France, and is expected to be complete by September 2028. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8203-19-D-0001). The Boeing Co., St. Louis, Missouri, has been awarded a $45,000,000 modification (P00011) to contract FA8681-14-D-0028 for Joint Direct Attack Munition (JDAM) technical support and integration. Boeing will provide JDAM support for studies and analysis, product improvement, upgrades and integration. Work will be performed in St. Louis, Missouri, and is expected to be completed by March 31, 2019. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. Industries for the Blind Inc., Milwaukee, Wisconsin, has been awarded a $10,795,849 task order for sales promotional items. This task order provides for customization and distribution of Air Force sales promotional items. Work will be performed in Milwaukee, Wisconsin, and is expected to be complete by March 29, 2019. This task order is the result of a sole-source Ability-One requirements acquisition. Fiscal 2018 operational funds in the amount of $10,795,849 are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio, Texas, is the contracting activity (FA3002-18-F-0085). (Awarded Sept. 28, 2018) DEFENSE LOGISTICS AGENCY H. Brooks and Co. LLC,* New Brighton, Minnesota, has been awarded a maximum $67,500,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quality contract for fresh fruit and vegetables. This was a competitive acquisition with two response received. This is 54-month base contract with three 18-month tier periods. Location of performance is Minnesota, with an April 24, 2023, performance completion date. Using customers are non-Department of Defense schools and tribes. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-S730). Allied Tube and Conduit Corp., Harvey, Illinois, has been awarded a maximum $37,000,000 firm-fixed-price with economic-price-adjustment contract for non-reinforced concertina razor wire. This is a two-year base contract with three one-year option periods. This was a competitive acquisition with one response received. Maximum dollar amount is for the life of the contract. Locations of performance are Illinois and Ohio, with an Oct. 2, 2023, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E6-19-D-0001). NAVY The Boeing Co., Jacksonville, Florida, is awarded a $62,719,985 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides for F/A-18 E/F and EA-18G aircraft inspections, modifications and repairs as well as F/A-18 E/F and EA-18G Inner Wing Panel (IWP) modifications and repairs. The remanufacturing efforts for the F/A-18 E/F and EA-18G will restore aircraft and IWP service life projections to new design specifications. Work will be performed in Jacksonville, Florida (77 percent); St. Louis, Missouri (13 percent); and Lemoore, California (10 percent), and is expected to be completed in September 2019. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-3. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0003). Chugach Federal Solutions Inc.,* Anchorage, Alaska, was awarded a $67,433,703 modification under a previously awarded, indefinite-delivery/indefinite-quantity contract (N44255-14-D-9000) to exercise Option Five for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for all management and administration, visual services, security, fire and emergency, facilities management and investment, pest control, integrated solid waste, pavement clearance, utilities services, base support vehicles and equipment, and environmental services for base operations support services. After award of this option, the total cumulative contract value will be $332,825,487. Work will be performed at various installations in the NAVFAC Northwest AOR, including but not limited to, Washington (90 percent); Alaska (1 percent); Idaho (1 percent); Iowa (1 percent); Minnesota (1 percent); Montana (1 percent); Nebraska (1 percent); Oregon (1 percent); North Dakota (1 percent); South Dakota (1 percent); and Wyoming (1 percent). This option period is from October 2018 to September 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 Navy working capital funds; and fiscal 2019 Defense Health Program contract funds in the amount of $32,975,017 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity. (Awarded Sept. 29, 2018) CDM Constructors Inc., Carlsbad, California, was awarded a $49,118,094 firm-fixed-price contract for design and construction of a potable water treatment/blending facility at Marine Corps Air Ground Combat Center Twentynine Palms. The project includes the following main elements: new potable water treatment blending facility (treatment plant), new holding tank, new wells to extract water from the deadman aquifer, connect surprise springs existing wells to new plant, evaporation ponds, new pipelines, new and associated fiber optic cabling, widening of the access road to the water treatment plant. The contract also contains five unexercised options, which if exercised, would increase cumulative contract value to $55,482,027. Work will be performed in Twentynine Palms, California, and is expected to be completed by September 2021. Fiscal 2018 military construction (Navy)contract funds in the amount of $49,118,094 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-C-4602). (Awarded Sept. 29, 2018) Syte Paschen JV,* Chicago, Illinois, was awarded a maximum amount $45,000,000 indefinite-delivery/indefinite-quantity contract for minor construction, alteration and repair of real property and utilities at Naval Submarine Base (NSB) Kings Bay. Work will primarily consist of general building type projects including industrial, administrative, training, dormitory, and community support facilities, as well as wharfs, piers, dry docks and other waterfront facilities activities. Initial task order was awarded at $96,581 for Building 3046 siding replacement within the limited area at NSB Kings Bay. Work for this task order is expected to be completed by March 2019. Work will be performed in Kings Bay, Georgia. The term of the contract is not to exceed 60 months with an expected completion date of September 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $96,581 are obligated on this award and expired at the end of fiscal 2018. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Federal Business Opportunities website, with 10 proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-D-0902). (Awarded Sept. 29, 2018) Skookum Educational Programs, Bremerton, Washington, was awarded a $34,403,068 indefinite-delivery/indefinite-quantity contract for base operating support services at Naval Facilities Engineering Command, Northwest. The work to be performed provides for janitorial services, grounds maintenance, facility investment, pest control, integrated solid waste, chemical toilets, pavement clearance and warehousing services. The maximum dollar value including the base period and five option yearsis $227,382,385. Work will be performed at Naval Base Kitsap (73 percent); Naval Air Station Whidbey Island (17 percent); and Naval Station Everett (7 percent) in Washington; the Acoustic Research Detachmentin Idaho (1 percent); as well as Navy Operational Support Centers in Oregon (1 percent); and Montana (1 percent), and is expected to be completed by September 2024. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $28,489,905 for recurring work will be obligated on individual task orders issued during the base period. This contract was awarded under the AbilityOne Program, Federal Acquisition Regulation Part 8.7, Acquisition from Nonprofit Agencies Employing People Who Are Blind or Severely Handicapped. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-18-D-5009). (Awarded Sept. 30, 2018) Johnson Controls Government Systems LLC, Gaithersburg, Maryland, was awarded a $30,419,226 firm-fixed-price modification to increase the maximum dollar value of a previously awarded indefinite-delivery/indefinite-quantity contract task order (DACA87-97-D-0069-EJP3) to upgrade, improve, or replace cogeneration plant utility monitoring control systems (UMCS) within the Naval Facilities Engineering Command Southwest area of responsibility. The work to be performed provides for contractor-installed computer systems and networked building control devices to bring the UCMS into compliance with current Department of Navy risk management framework requirements by ensuring critical upgrades to legacy hardware and software; switchgear communications processors to ethernet; and complete commissioning of the cogeneration plant facilities and programmable logic controller after migration from the legacy system. After award of this modification, the total cumulative task order value will be $186,268,118. Work will be performed in Twentynine Palms, California, and is expected to be completed by November 2025. For this project, Marine Corps Air Ground Combat Center has agreed to pay for the costs of services/construction from project financing which will be obtained by Johnson Controls Government Systems LLC. The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity. (Awarded Sept. 29, 2018) Industria Inc.,* Des Plaines, Illinois, was awarded a maximum amount $25,000,000 indefinite-delivery/indefinite-quantity contract for exterior building envelope repairs for the James A. Lovell Federal Health Care Center and Naval Station Great Lakes. This project includes tuck-pointing for all exterior mortar joints and replacement of brickwork that is damaged, cracked, spalled, missing or unsound. Mortar and brick replacement shall match existing and shall be properly sealed. Replace existing weeps and weep holes with new and include cell vents. Replace exterior gutters, downspouts, louvers, wall vents and gutter flashing as needed. Repair roof as needed. Repair foundation as needed. Replace windows as needed. Initial task order was awarded at $7,190,979, inclusive of options, for masonry tuck-pointing and exterior repairs at building 4VA at James A. Lovell Federal Health Care Center. Work for this task order is expected to be completed by March 2019. All work on this contract will be performed in North Chicago (80 percent); and Great Lakes (20 percent), Illinois. The term of the contract is not to exceed 60 months with an expected completion date of September 2023. Fiscal 2018 Joint Department of Defense/Veteran's Affairs Medical Facility Demonstration funds in the amount of $2,030,650 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance, (Navy); and Joint Department of Defense/Veteran's Affairs Medical Facility Demonstration. This contract was competitively procured via the Federal Business Opportunities website, with three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-3019). (Awarded Sept. 30, 2018) Environmental Chemical Corp., Burlingame, California, was awarded $15,848,403 for firm-fixed-price task order N6945018F0086 under a previously awarded, multiple award construction contract (N62470-13-D-6020) for construction of Hurricane Matthew Phase 4C repairs at Atlantic Underwater Testing and Evaluation Center, Andros Islands. The work to be performed provides for construction, alteration, and repair of real property and utilities. Work also includes any and all ancillary and incidental mechanical and electrical support services needed to accomplish required work including, but not limited to, disconnects, temporary reconnects, removals, extensions, modifications, alterations, reinstalls, new components, and permanent reconnects necessary for functional operation. Work will be performed in Andros Islands, Bahamas, and is expected to be completed by December 2019. Fiscal 2017 and fiscal 2018 research, development, test and evaluation(Navy) in the amount of $15,848,403 are obligated on this award, of which $15,061,888 expired at the end of fiscal 2018. One proposal was received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. (Awarded Sept. 30, 2018) BB&E Inc.,* Northville, Michigan, was awarded $10,090,253for firm-fixed-price task order N4008518F9965 under a General Services Administration One Acquisition Solution For Integrated Services (OASIS) small business contract for professional support services at various locations within the Naval Facilities Engineering Command, Mid-Atlantic area of responsibility. The work to be performed provides for professional support services to assist in completing various capital improvement projects through contracted design and construction support in the areas of architecture, design (including various engineering disciplines) and construction management. Work will be performed at various installations in the Hampton Roads area, Virginia (74 percent); Albany, Georgia (8 percent); Jacksonville, North Carolina (5 percent); Havelock, North Carolina (3 percent); Parris Island, South Carolina (3 percent); Crane, Indiana (3 percent); Great Lakes, Illinois (2 percent); and Philadelphia, Pennsylvania (2 percent), and is expected to be completed by September 2022. Fiscal 2018 operations and maintenance, (Navy) contract funds in the amount of $9,295,220 are obligated on this award, of which $8,595,220 expired at the end of fiscal 2018. Five proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-F-9965). (Awarded Sept. 30, 2018) Coastal Enterprises of Jacksonville Inc., Jacksonville, North Carolina, was awarded an $8,008,489 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Naval Hospital custodial services at Marine Corps Base Camp Lejeune. The work provides for various custodial services including, but not limited to, emptying trash cans, sweeping, dusting, mopping, cleaning toilets, and medical waste disposal for the naval hospital, medical clinics, dental clinics, and wounded warrior barracks. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by September 2019. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $7,760,087 are obligated on this award and will expire at the end of the current fiscal year. This contract was procured via AbilityOne in accordance with Federal Acquisition Regulation 8.603. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-6161). (Awarded Sept. 30, 2018) DEFENSE HEALTH AGENCY M2 Technology, San Antonio, Texas, was awarded an $8,419,560 firm-fixed-price contract (HT0015-18-F-0136) providing replacement computer server hardware parts for the Defense Health Agency (DHA). This is a one-time purchase order for hardware placed against National Aeronautics and Space Administration Solution enterprise-wide supporting Military Health System operations. This contract award differs from previous contract awards because this procurement is for the replacement parts for end-of-life computer server hardware currently in use by the Military Health System. This contract is a small business competitive set-aside and received five quotes. This contract is funded by fiscal 2018 procurement funds. The Contracting Office-Health Information Technology, San Antonio, Texas, is the contracting activity. (Awarded Sept. 29, 2018) *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1652198/source/GovDelivery/

  • Contract Awards by US Department of Defense - October 2, 2018

    October 3, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 2, 2018

    ARMY Center for Disease Detection, San Antonio, Texas, was awarded a $59,000,000 firm-fixed-price contract for medical laboratory testing services. 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. 29, 2024. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-19-D-0003). NAVY EMCOR Government Services Inc., Arlington, Virginia, was awarded a $33,076,238 modification to extend the period of performance under previously awarded indefinite-delivery/indefinite-quantity contract (N40080-10-D-0464) for base operations support at federal installations within a 100-mile radius of the National Capitol Region. The work to be performed provides for all labor, management, supervision, tools, materials and equipment required to perform facility investment services for federal installations. After award of this option, the total cumulative contract value will be $310,373,231. Work will be performed at various installations in and around the National Capitol Region. This extension covers the period from October 2018 to September 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 Navy working capital contract funds in the amount of $23,332,381 for recurring work will be obligated on individual task orders issued during the base period of the contract extension. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity. (Awarded Sept. 30, 2018) John C. Grimberg Co. Inc., Rockville, Maryland, was awarded a $30,824,949 firm-fixed-price contract for the renovation of the Agile Chemical Facility, Phase III at Naval Support Facility Indian Head. The work to be performed provides for the construction of an Otto Fuel II (OFII) transfer pipeline and reconfigures other piping to accommodate the new OFII piping within the Agile Chemical Facility (ACF) compound. Project constructs one building and renovates portions of the following Buildings: 775, 781, 786A, 786B, 786C, 786E, 786F, 1006, 1695, 1696, 1769, 1784, 1829, 3152, 3177, 3464, and 3790. Renovations will repurpose facilities to complete the ACF to provide a safer and more efficient process to produce the full complement of nitrate esters and related fuels. The existing control system equipment throughout the plant will be replaced with new equipment which is forward and backward compatible with the existing Siemens process control system. Project will also upgrade, integrate and consolidate heating, lighting, process piping processes for a more efficient plant operation. Work will be performed in Indian Head, Maryland, and is expected to be completed by August 2021. Fiscal 2017 military construction, (Navy) contract funds in the amount of $30,824,949 are obligated on this award and will not expire at the end of the current fiscal year. Pursuant to Federal Acquisition Regulation 6.302-01(a)(iii)(A) and (B), authorizes the use of other than full and open competition when there is only one available source. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-18-C-0008). (Awarded Sept. 29, 2018) The Whiting-Turner Contracting Co. Inc., Greenbelt, Maryland, was awarded a $20,450,000 firm-fixed-price contract for the improvement of Fuller Road at Marine Corps Base Quantico. The work to be performed provides for the reconstruction, widening and minor realignment of existing Fuller Road from U.S. Route 1 to Mason Drive, and new entry control facility/access control point with entrance to security building(s). The security facilities include new gate house, two sentry houses, inspection shelters, a canopy structure, and personnel weather shelters. The work includes forest clearing; demolition and removals; grading; retaining walls; utility relocations; site utilities (storm drain, sanitary sewer, telecom, and power); buildings structures; vehicle inspection canopy; active vehicle barrier; and incidental related work. Work will be performed in Quantico, Virginia, and is expected to be completed by June 2020. Fiscal 2014 military construction (Navy) contract funds in the amount of $20,450,000 are obligated on this award and expired at the end of fiscal 2018. This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-18-C-0034). (Awarded Sept. 29, 2018) Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded $7,560,586 for firm-fixed-price delivery order N0001919F0267 against a previously issued basic ordering agreement (N00019-15-G-0026). This delivery order provides for the procurement of 163 repairable spare items in support of the E-2D Advanced Hawkeye aircraft. Work will be performed in Palmdale, California (81.96 percent); Irvine, California (4.79 percent); Ronkonkoma, New York (4.10 percent); Marlborough, Massachusetts (2.26 percent); San Diego, California (2.09 percent); Hauppauge, New York (2.07 percent); and various locations within the continental U.S. (2.73 percent), and is expected to be completed in August 2020. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,560,586 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. Diversified Service Contracting Inc.,* Dunn, North Carolina, was awarded a $7,269,740 modification to extend the period of performance under a previously awarded indefinite-delivery/indefinite-quantity contract (N40080-11-D-3020) for base operations support at Patuxent River. The work to be performed provides for all labor, management, supervision, tools, materials and equipment required to perform pest services, grounds services, janitorial services, and transportation services. After award of this modification, the total cumulative contract value will be $78,351,571. Work will be performed in Patuxent River, Maryland. This extension covers the period from October 2018 to September 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 Navy working capital contract funds in the amount of $6,069,740 for recurring work will be obligated on individual task orders issued during the base period of the contract extension. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity. (Awarded Sept. 30, 2018) AIR FORCE The Boeing Co., St. Louis, Missouri, has been award a $30,000,000 firm-fixed-price requirements, indefinite-delivery/indefinite-quantity single award contract for Qatar Emiri Air Force F-15QA aircrew and maintenance courseware. The contractor will provide F-15QA aircrew and maintenance courseware, syllabi, student tracking system and program management to support the QEAF. Work will be performed in St. Louis, Missouri, and is expected to be completed Dec. 28, 2020. This award is the result of a sole-source acquisition. Foreign military sales funds in the amount of $24,857,542 are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-19-D-0011). Parsons Government Services, Pasadena, California, has been awarded a $17,769,011 cost-plus-fixed-fee contract for Agent-Based Data Analytics and Persistence Technology. The scope of this effort is to generate input data; perform data modeling; research, design, develop, and implement novel algorithms, frameworks, information management tools, data stores and services; and integrate capabilities and services into robotic and content production systems. Work will be performed in Arlington, Virginia, and is expected to be completed Sept. 28, 2023. This award is a result of a competitive acquisition and two offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $10,000 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-18-C-0138). (Awarded Sept. 28, 2018) Motorola Solutions Inc., Linthicum Heights, Maryland, has been awarded a $16,348,704 contract for performing a land mobile radio trunking system technology refresh. This contract provides for updating and replacing outdated technology on Air Force Global Strike Command and Air Force Space Command land mobile radio trunking systems across 23 Air Force bases. Work will be performed in Eglin, Illinois, and is expected to be completed by Sept. 28, 2019. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $16,348,704 are being obligated at the time of award. The 21st Contracting Squadron, Peterson Air Force Base, Colorado, is the contracting activity (FA251718C7005). (Awarded Sept. 28, 2018) AeroVironment Inc. has been awarded a $13,000,000, single-award, indefinite-delivery/indefinite-quantity contract, for Raven RQ-11B small unmanned aircraft systems (SUAS). This contract satisfies recurring requirements for RQ-11B SUAS, spares kits, ancillary equipment, and recurring related training. The location of performance is U.S. Southern Command Area of Responsibility which includes Central America, South America and the Caribbean nations. The work is expected to be completed by Sept. 28, 2023. This award is the result of a non-competitive acquisition and one offer was received. Fiscal 2018 operations and maintenance funds in the amount of $2,800,000 is being obligated at the time of award. Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-18-D-0010). (Awarded Sept. 30, 2018) GSD&M Idea City LLC, Austin, Texas, has been awarded a $9,870,088 task order modification against a previously awarded requirements contract for national television advertising. The contractor will provide online and television media in support of the Air Force Recruiting Service television campaign for calendar year 2018. Work will be performed in Austin, Texas, and is expected to be completed March 29, 2019. Fiscal 2018 operations and maintenance funds in the amount of $9,870,088 are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-08-D-0019). (Awarded Sept. 29, 2018) ACE World Companies, Fort Worth, Texas, has been awarded a $7,290,103, firm-fixed-price contract for four Aerial Work Platforms. The contractor will provide all equipment, labor, transportation, tools, consumables, design, fabrication, delivery, assembly, installation, inspection, testing, training, and documentation for the four Aerial Work Platforms. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be completed by April 28, 2020. This award is the result of a competitive acquisition and two offers were received. Capital improvement funds in the amount of $7,290,103 are being obligated at the time of award. Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8125-18-C-0015). (Awarded Sept. 30, 2018) CORRECTION: A Sept. 27, 2018, announcement that Rockwell Collins Inc., Cedar Rapids, Iowa (FA8540-18-D-0018), was awarded a $28,914,642 firm-fixed-price requirements contract for the Defense Advanced Global Positioning System Receiver was incorrectly posted. The contract was awarded Sept. 28, 2018. DEFENSE HEALTH AGENCY Leidos, Reston, Virginia, was awarded a five-year, $21,208,213, firm-fixed-price task order (HHSN316201200044W) utilizing the National Institutes of Health Information Technology Acquisition and Assessment Center contract tool. This contract providesshared services to support current and future infrastructure for enterprise data transport and data processing, and performance and performance management operations for the Defense Health Agency Health Information Technology Directorate, Infrastructure and Operations Division. In addition, the contract will develop engineering and performance monitoring supporting optimization of networks. This award was open competition with two quotes received. Defense Health Agency, Falls Church, Virginia, is the contracting activity. (Awarded Sept. 28, 2018) Tuknik Government, Anchorage, Alaska, was awarded a five-year, $7,137,145, firm-fixed-price task order (HT001-18-C-0030) through the U.S. Small Business Administration 8(a) Business Development Program. This contract supports the Medical Circuit Management Program in the Military Health System, Defense Health Agency Information Technology division. Contract supports communications, telephone switches and computing infrastructure required to maintain the Military Health System circuits worldwide. The base year of $1,614,917 is being funded with fiscal 2018 operations and maintenance funds. This award is a non-competitive direct 8(a) acquisition. Place of performance is Falls Church. Defense Health Agency, Falls Church, Virginia, is the contracting activity. (Awarded Sept. 28, 2018) *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1650791/

  • The U.S. Department of Defense selects BAE Systems to help develop and deliver next generation mission technologies

    October 3, 2018 | International, C4ISR

    The U.S. Department of Defense selects BAE Systems to help develop and deliver next generation mission technologies

    The U.S. Department of Defense (DoD) has selected BAE Systems to compete for future research and development (R&D) task orders awarded under a nine-year, indefinite delivery/indefinite quantity (IDIQ) contract. The contract provides fast, flexible, low-cost solutions across technical disciplines to meet the current and future technology needs of the U.S. military. “This large-scale contract provides us with a tremendous opportunity to reach across BAE Systems and leverage our own internal research and development investments to help the DoD solve its most difficult mission challenges,” said Al Whitmore, president of BAE Systems' Intelligence & Security sector. “We are excited to help the government leverage innovations in artificial intelligence, machine learning, and directed energy technologies to enhance the security and effectiveness of our warfighters across physical and digital domains.” BAE Systems is one of 15 companies selected by the Defense Technical Information Center to compete for future R&D and support task orders expected to exceed $15 million. These task orders will be awarded by the Air Force Installation Contract Agency/KD Offutt AFB, Nebraska and support the DoD Information Analysis Center Program Management Office. The ceiling value for all future work awarded under the IDIQ is $28 billion. BAE Systems delivers a broad range of solutions and services enabling militaries and governments to successfully carryout their missions. The company provides large-scale systems engineering, integration, and sustainment services across air, land, sea, space, and cyber domains. BAE Systems takes pride in its support of national security and those who serve. https://www.baesystems.com/en/article/the-u-s--department-of-defense-selects-bae-systems-to-help-develop-and-deliver-next-generation-mission-technologies

  • DARPA Selects Teams to Explore Underground Domain in Subterranean Challenge

    October 3, 2018 | International, C4ISR

    DARPA Selects Teams to Explore Underground Domain in Subterranean Challenge

    Self-funded teams also invited to compete; media teleconference with program manager Sept. 27 OUTREACH@DARPA.MIL The world beneath us leaves much to be discovered. These uncharted environments pose immense challenges to military and emergency personnel as they respond to threats from adversaries or natural disasters. DARPA has selected nine teams to compete in the Subterranean (SubT) Challenge – seven in the physical Systems track and two in the Virtual track – to develop new approaches to rapidly map, navigate, and search underground environments. The competition seeks to better equip warfighters and first responders to explore human-made tunnel systems, urban underground, and natural cave networks that are too dangerous, dark, or deep to risk human lives. SubT program manager, Timothy Chung, will be available for media Q&A at noon EDT, Sept. 27. Interested reporters must contact outreach@darpa.mil for teleconference details. The SubT Challenge physical Systems and software-focused Virtual competitions aim to create a community of multi-disciplinary teams from distinct fields to foster breakthrough technologies in autonomy, perception, networking, and mobility for underground environments. Teams in the Systems competition will develop and demonstrate physical systems in real-world environments. DARPA has selected seven teams to compete in the funded track of the Systems competition: Carnegie Mellon University Commonwealth Scientific and Industrial Research Organisation, Australia iRobot Defense Holdings, Inc. dba Endeavor Robotics Jet Propulsion Laboratory, California Institute of Technology University of Colorado, Boulder University of Nevada, Reno University of Pennsylvania Teams in the Virtual competition will use simulation models and physics-based environments focusing on software-driven advances. The following organizations have received a contract to compete in the DARPA-funded track of the Virtual competition: Michigan Technological University Scientific Systems Company, Inc. Teams participating in the challenge will be tasked with designing and developing novel solutions that address the challenges of subterranean environments in circuits for each of the subdomains to include tunnel systems, urban underground, and natural cave networks, culminating with a final event encompassing elements from all three environments. DARPA also is seeking self-funded competitors for both the Systems and Virtual competitions. Self-funded teams will compete for prizes in each of the subdomain circuits. DARPA-funded and self-funded teams will vie for a $2 million prize in the Systems track, while the winner of the Virtual track will earn a $750,000 prize. Competitors Day will take place Thursday, Sept. 27, to convey the vision, schedule, registration information, and additional details for the DARPA Subterranean (SubT) Challenge, engage potential entrants, and provide a forum for technical exchange and teaming opportunities. For additional information on the DARPA Subterranean Challenge, please visit www.subtchallenge.com. Please email questions to SubTChallenge@darpa.mil. Image Caption: The DARPA Subterranean Challenge explores innovative approaches and new technologies to rapidly map, navigate, and search complex underground environments. Click below for high-resolution image. # # # Media with inquiries should contact DARPA Public Affairs at outreach@darpa.mil Associated images posted on www.darpa.mil and video posted at www.youtube.com/darpatv may be reused according to the terms of the DARPA User Agreement, available here: http://go.usa.gov/cuTXR. https://www.darpa.mil/news-events/2018-09-26

  • US to offer cyberwar capabilities to NATO allies

    October 3, 2018 | International, C4ISR

    US to offer cyberwar capabilities to NATO allies

    By LOLITA C. BALDOR BRUSSELS (AP) — Acting to counter Russia's aggressive use of cyberattacks across Europe and around the world, the U.S. is expected to announce that, if asked, it will use its formidable cyberwarfare capabilities on NATO's behalf, according to a senior U.S. official. The announcement is expected in the coming days as U.S. Defense Secretary Jim Mattis attends a meeting of NATO defense ministers on Wednesday and Thursday. Katie Wheelbarger, the principal deputy assistant defense secretary for international security affairs, said the U.S. is committing to use offensive and defensive cyber operations for NATO allies, but America will maintain control over its own personnel and capabilities. The decision comes on the heels of the NATO summit in July, when members agreed to allow the alliance to use cyber capabilities that are provided voluntarily by allies to protect networks and respond to cyberattacks. It reflects growing concerns by the U.S. and its allies over Moscow's use of cyber operations to influence elections in America and elsewhere. “Russia is constantly pushing its cyber and information operations,” said Wheelbarger, adding that this is a way for the U.S. to show its continued commitment to NATO. She told reporters traveling to NATO with Mattis that the move is a signal to other nations that NATO is prepared to counter cyberattacks waged against the alliance or its members. Much like America's nuclear capabilities, the formal declaration of cyber support can help serve as a military deterrent to other nations and adversaries. The U.S. has, for some time, considered cyber as a warfighting domain, much like air, sea, space and ground operations. In recent weeks the Pentagon released a new cybersecurity strategy that maps out a more aggressive use of military cyber capabilities. And it specifically calls out Russia and China for their use of cyberattacks. China, it said, has been “persistently” stealing data from the public and private sector to gain an economic advantage. And it said Russia has use cyber information operations to “influence our population and challenge our diplomatic processes.” U.S. officials have repeatedly accused Moscow of interfering in the 2016 elections, including through online social media. “We will conduct cyberspace operations to collect intelligence and prepare military cyber capabilities to be used in the event of a crisis or conflict,” the new strategy states, adding that the U.S. is prepared to use cyberwarfare along with other military weapons against its enemies when needed, including to counter malicious cyber activities targeting the country. The document adds that the Pentagon will “work to strengthen the capacity” of allies and partners. NATO has moved cautiously on offensive cyber capabilities. At the Warsaw Summit in 2016, allies recognized cyberspace as a warfighting domain. It has said that a computer-based attack on an ally would trigger NATO's commitment to defend its members. And last year the alliance agreed to create a new cyber operations center. But the focus has always been on defending NATO networks and those of its members, not offensive cyberwar. NATO Secretary-General Jens Stoltenberg said on Tuesday that the defense ministers will have a working session this week to address cyber and other risks, and how allies can cooperate to counter such threats. He did not provide details. https://www.apnews.com/292c4d08912c4e3f8ae29973e0ecfbbc/US-to-offer-cyberwar-capabilities-to-NATO-allies

  • Contract Awards by US Department of Defense - October 1, 2018

    October 2, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 1, 2018

    ARMY Lockheed Martin, Orlando, Florida, was awarded a $631,757,949 fixed-price-incentive Foreign Military Sales (Netherlands and Japan) contract to procure a variety of Hellfire II missile variants in containers. One bid was solicited with one bid received. Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 30, 2021. Fiscal 2017 and 2018 foreign military sales; and other procurement, Army funds in the combined amount of $631,757,949 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-C-0130). CACI-ISS Inc., Chantilly, Virginia, was awarded a $126,799,620 modification (P00044) to contract W15QKN-15-C-0049 for training, sustainment and deployment of the Integrated Personnel and Pay System. Work will be performed in Arlington, Virginia, with an estimated completion date of Oct. 31, 2021. Fiscal 2018 other procurement, Army funds in the amount of $12,140,000 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. Alion Science and Technology Corp., was awarded a $49,873,115 cost-plus-fixed-fee contract to increase knowledge and understanding of state-of-the art technologies and techniques suitable to developing the agile and adaptive capabilities needed to ensure the success of the future Army. Bids were solicited via the internet with one received. Work will be performed in McLean, Virginia, with an estimated completion date of Sept. 29, 2021. Fiscal 2018 research, development, test and evaluation funds in the amount of $5,130,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-18-C-0090). Greenman-Pedersen Inc., Babylon, New York, was awarded a $49,500,000 firm-fixed-price contract for resident engineer and inspection services for the East River Bridges Program. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2028. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-18-D-0003). Nordic PCL Construction Inc., Honolulu, Hawaii, was awarded a $41,476,374 firm-fixed-price contract for construction of an F-22 Fighter Alert Facility at Joint Base Pearl Harbor-Hickam, Hawaii. Bids were solicited via the internet with two received. Work will be performed in Joint Base Pearl Harbor-Hickam, Hawaii, with an estimated completion date of Dec. 31, 2020. Fiscal 2016 military construction funds in the amount of $41,476,374 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-18-C-0009). Altus LLC,* Darlington, Maryland (W91CRB-19-D-0001); Applied Research Associates Inc., Albuquerque, New Mexico (W91CRB-19-D-0002); Joint Research and Development Inc.,* Stafford, Virginia (W91CRB-19-D-0003); and SURVICE Engineer Co. LLC,* Belcamp, Maryland (W91CRB-19-D-0004), will compete for each order of the $48,000,000 cost-plus-fixed-fee contract for performance of analytical services associated with target descriptions, vulnerability, survivability and weapons effectiveness studies, and support to current operations. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Honeywell International Inc., Phoenix, Arizona, was awarded a $37,701,755 firm-fixed-price contract for tank engine parts for the AGT-1500 tank engine. One bid was solicited with one bid received. Work will be performed in Phoenix, Arizona, with an estimated completion date of Oct. 31, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $37,701,755 were obligated at the time of the award. U.S. Property and Fiscal Office, Kansas, is the contracting activity (W912JC-19-C-5707). Raytheon IDS, Andover, Massachusetts, was awarded a $35,000,000 firm-fixed-price domestic and Foreign Military Sales (Taiwan) contract for Sweep 9 modification kits. One bid was solicited with one bid received. Work will be performed in Andover, Massachusetts, with an estimated completion date of Sept. 28, 2022. Fiscal 2018 other procurement, Army funds in the amount of $35,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-18-C-0112). Ames Construction Inc., Burnsville, Minnesota, was awarded a $34,775,560 firm-fixed-price contract for fish bypass channel and replacement weir at Lower Yellowstone River Intake. Bids were solicited via the internet with six received. Work will be performed in Glendive, Montana, with an estimated completion date of March 19, 2021. Fiscal 2015 and 2018 operations and maintenance Army funds in the amount of $22,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-18-C-0031). MOCA Systems, Boston, Massachusetts (W912DQ-18-D-7000); Accura Engineering and Consulting Services Inc.,* Atlanta, Georgia (W912DQ-18-D-7001); and Crawford Consulting Services,* East Pittsburgh, Pennsylvania (W912DQ-18-D-7002), will compete for each order of the $28,500,000 firm-fixed-price contract for architect-engineering services for construction management services. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of March 28, 2027. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity. Sheffield Korte Team LLC,* Lawton, Oklahoma, was awarded a $27,227,500 firm-fixed-price contract for design and construction of an Army Reserve Center at Joint Base Lewis-McChord, Washington. Bids were solicited via the internet with seven received. Work will be performed in Fort Lewis, Washington, with an estimated completion date of Oct. 1, 2020. Fiscal 2018 military construction; and operations and maintenance, Army funds in the amount of $27,227,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-18-C-0040). Honeywell International Inc., Phoenix, Arizona, was awarded a $23,013,694 firm-fixed-price contract for tank engine parts for the AGT-1500 tank engine. One bid was solicited with one bid received. Work will be performed in Phoenix, Arizona, with an estimated completion date of May 31, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $23,013,694 were obligated at the time of the award. U.S. Property and Fiscal Office, Kansas, is the contracting activity (W912JC-19-C-5704). exp Federal Inc.,* Chicago, Illinois, was awarded a $16,128,727 firm-fixed-price contract to supply and install a pulse generating system, a pulse generating control system, a power monitoring system and a pulse generating cooling system as part of an integrated system at the Permanent Barrier I Aquatic Nuisance Species. Bids were solicited via the internet with one received. Work will be performed in Romeoville, Illinois, with an estimated completion date of Sept. 30, 2021. Fiscal 2018 civil works funds in the amount of $16,128,727 were obligated at the time of the award. U.S. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-18-C-0021). Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $12,500,000 cost-plus-fixed-fee contract for development, test, and purchase of Counter Unmanned Aerial System solutions. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-18-D-0008). Navqsys LLC,* Aberdeen Proving Ground, Maryland, was awarded a $10,514,449 cost-plus-fixed-fee contract for expertise in program of record requirements, engineering requirements development, implementation management, logistics coordination, supply chain management, technical documentation, operational reporting, issue resolution, site surveys, contract preparation, execution management and budgetary planning and execution. Bids were solicited via the internet with five received. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 27, 2022. Fiscal 2018 operations and maintenance Army funds in the amount of $10,514,449 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-18-C-0008). Emerson Construction Co. Inc.,* Temple, Texas, was awarded a $10,453,000 firm-fixed-price contract to construct a new standard design Supply Storage Activity Warehouse. Bids were solicited via the internet with seven received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Jan. 4, 2021. Fiscal 2018 military construction funds in the amount of $10,453,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0078). Terra Construction Inc.,* Oklahoma City, Oklahoma, was awarded a $9,854,000 firm-fixed-price contract to renovate and repair Buildings 3426, 3427 and 3428 at Fort Sill, Oklahoma. Two bids were solicited with two bids received. Work will be performed in Fort Sill, Oklahoma, with an estimated completion date of Sept, 21, 2020. Fiscal 2018 operations and maintenance, Army funds in the amount of $10,447,648 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-18-F-0185). Emerson Construction Co. Inc.,* Temple, Texas, was awarded a $10,453,000 firm-fixed-price contract to construct a new standard design Supply Storage Activity Warehouse. Bids were solicited via the internet with seven received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Jan. 4, 2021. Fiscal 2018 military construction funds in the amount of $9,854,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0079). K-W Construction,* San Marcos, Texas, was awarded a $9,515,500 firm-fixed-price contract for renovations of Building B44 at Fort Sam Houston, Texas. Bids were solicited via the internet with three received. Work will be performed in Fort Sam Houston, Texas, with an estimated completion date of Sept. 30, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $9,515,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0100). CORRECTION: A Sept. 28, 2018, announcement that Norfolk Dredging Co., Chesapeake, Virginia, was awarded an $11,311,500 firm-fixed-price contract (W912BU-18-C-0047) for maintenance dredging of the Delaware River is incorrect. That contracts has not yet been awarded. U.S. TRANSPORTATION COMMAND Nine companies have been awarded task orders under the following International Charter Airlift Services in Support of the Civil Reserve Air Fleet contracts: HTC711-18-D-CC37 -- Atlas Air Inc., Purchase, New York (HTC711-19-F-1000; $231,789,791); Federal Express, Memphis, Tennessee (HTC711-19-F-1001; $34,326,712); HTC711-18-D-CC39 -- ABX Air,* Wilmington, Ohio (HTC711-19-F-1004; $10,694,315): Air Transport International Inc.,* Wilmington, Ohio (HTC711-19-F-1005; $16,873,851); Kalitta Air LLC,* Ypsilanti, Michigan (HTC711-19-F-1006; $160,621,410); Omni Air International Inc.,* Tulsa, Oklahoma (HTC711-19-F-1007; $97,084,582); United Parcel Service Co., Louisville, Kentucky (HTC711-19-F-1008; $14,903,387); Western Global Airlines,* Estero, Florida (HTC711-19-F-1009; $7,495,547); and HTC711-18-D-CC40 -- National Airlines,* Orlando, Florida (HTC711-19-F-1010; $8,110,420). The task orders provide international long-range and short-range charter airlift services for the Department of Defense. Work will be performed globally. The task order period of performance is from Oct. 1, 2018, to Sept. 30, 2019. Type of appropriation is fiscal year 2019 Transportation Working Capital Funds. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. International Auto Logistics LLC, Brunswick, Georgia, has been awarded an indefinite-delivery requirements-type, fixed-price with economic price adjustment contract (HTC71119DR001) in the amount of $295,057,155. The contract provides complete transportation and storage services for Department of Defense (DoD) sponsored shipments of privately-owned vehicles (POVs) belonging to military service members and transportation of DoD-sponsored shipments of POVs for DoD civilian employees. Work will be performed at multiple locations inside and outside the continental U.S. The contract base period of performance is from Oct. 1, 2018, to Sept. 30, 2020. Fiscal year 2019 Transportation Working Capital Funds were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity. Air Transport International has been awarded a task order in the amount of $84,833,663 under fixed-price, indefinite-delivery/indefinite-quantity with economic price adjustments and incentives contract HTC711-18-D-CC16 for combination passenger and cargo charter airlift services. This contract provides global air charter transportation services utilizing Part 121 aircraft configured to simultaneously transport both passengers and cargo. Services required include full planeload port-to-port airlift transportation services, commercial equivalent economy passenger services, 463L pallet cargo services, and mission coordination. Work will be performed globally. Contract period of performance is Jan. 16, 2018, to Dec. 31, 2021; task order period of performance is Oct. 1, 2018, to Sept. 30, 2019. The cumulative value of the contract has increased to $125,534,228 from $40,700,565. Fiscal 2019 Transportation Working Capital Funds were obligated at time of award. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity. International Auto Logistics LLC, Brunswick, Georgia, has been awarded a task order modification P00020, in the amount of $74,743,060, on contract HTC711-14-D-R025. This modification provides continued support of transportation and storage of Department of Defense (DoD)-sponsored shipments of privately-owned vehicles belonging to military service members, and transportation of DoD-sponsored shipments of privately-owned vehicles belonging to DoD civilian employees. Work will be performed at multiple locations within the U.S. and outside the U.S. The option period of performance is Oct. 1, 2018, to Feb. 28, 2019. Fiscal 2019 Transportation Working Capital Funds were obligated at award. This modification brings the total cumulative face value of the contract to $837,708,354 from $762,965,293. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity. Affigent LLC, Herndon, Virginia, has been awarded a firm-fixed-price task order (HTC71118FD112) in the amount of $12,637,147. The contract provides Oracle annual license maintenance and support renewal to the U.S. Transportation Command (USTRANSCOM) TCJ6. This renewal is for Oracle annual maintenance and support for USTRANSCOM and its component commands, Military Surface Deployment and Distribution Command, Air Mobility Command, Military Sealift Command and Joint Enabling Capabilities Command. Work will be performed in Scott Air Force Base, Illinois. The contract period of performance is from Oct.1, 2018, to Sept. 30, 2019. Fiscal 2019 Transportation Working Capital Operating Funds were obligated at award. USTRANSCOM, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity. Northrop Grumman Technical Services Inc., Herndon, Virginia, was awarded an $11,816,167 modification exercising the third option period on task order HTC711-16-F-D011. The modification provides continued non-personal advisory and assistance service for consulting and planning of acquisition and life cycle phases of supply value chain systems in support of U.S. Transportation Command and other associated supporting organizations. The modification brings the total cumulative face value of the contract to $39,936,618 from $28,120,451. Work will be performed at Scott Air Force Base, Illinois. Performance is from Oct. 1, 2018, through Sept. 30, 2019. Fiscal 2019 Transportation Working Capital Funds have been obligated. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity. AMYX Inc.,* Reston, Virginia, has been awarded a $10,836,764 modification on GSA One Acquisition Solution for Integrated Services (OASIS) indefinite-delivery/indefinite-quantity contract GSA00Q14OADS103, exercising the second option period on task order HTC711-17-F-D001 for continued non-personal advisory and assistance service support providing functional, engineering and resource management services for entire acquisition life cycles, information technology systems supported and in support of the U.S. Transportation Command and other associated supporting organizations. The modification brings the total cumulative face value of the contract to $28,567,462 from $17,730,698. Work will be performed at Scott Air Force Base, Illinois. Performance is from Oct. 1, 2018, to Sept. 30, 2019. Fiscal 2019 Transportation Working Capital Funds will be obligated. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity. Tapestry Solutions Inc., San Diego, California, has been awarded an $8,229,223 modification (P00015) exercising the fourth option period under a firm-fixed-price contract HTC711-15-C-D001with cost-plus-fixed-fee, labor hour and cost reimbursable contract line items. The modification brings the total cumulative face value of the contract to $27,367,062 from $19,137,840. This contract provides Integrated Computerized Deployment System sustainment and modifications to implement software solutions in support of Department of Defense transportation requirements. Work will be performed at Scott Air Force Base, Illinois, as well as at the contractor's offsite facility in San Diego, California. The option period of performance is Oct. 1, 2018, through Sept. 30, 2019. This support is funded by fiscal 2019 Transportation Working Capital Funds. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity. AIR FORCE M1 Support Services LP, Denton, Texas, has been awarded a $71,318,065 modification (A00039) to previously awarded contract FA3002-16-C-0006 for aircraft maintenance services. This modification exercises the third option period of a seven-year, firm-fixed price contract for T-6, T-38 undergraduate pilot training, and T-38 Introduction to Fighter Fundamentals aircraft maintenance services. This modification brings the total cumulative face value of the contract to $202,434,619. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be complete by Sept. 30, 2019. Fiscal 2019 operations and maintenance funds the full amount being obligated at the time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity. COLSA Corp., Huntsville, Alabama, has been awarded a $69,618,375 modification (P00039) to contract FA2486-16-F-0031 for Technical and Management Advisory Services Command, control, communications, computer, intelligence, surveillance and reconnaissance (C4ISR)/cyber support. The contractor will provide additional research, development, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; Hanscom AFB, Massachusetts; Gunter Annex, Alabama; Patrick AFB, Florida; Edwards AFB, California; Scott AFB, Illinois; Robins AFB, Georgia; Beale AFB, California; Hill AFB, Utah; Langley AFB, Virginia; and San Antonio, Texas, and is expected to be completed by Sept. 30, 2019. This modification involves foreign military sales to Australia, Belgium, Canada, Chile, Denmark, Egypt, Finland, France, India, Indonesia, Iraq, Japan, Jordan, Korea, Morocco, NATO, Netherlands, New Zealand, Norway, Oman, Poland, Portugal, Qatar, Romania, Saudi Arabia, Singapore, Taiwan, Thailand, Turkey, United Arab Emirates, and the United Kingdom. Fiscal 2019 research, development, test and evaluation funds; production funds; and operations and maintenance funds in the amount of $17,165,708 will be obligated at the time of award. Total cumulative face value of the contract is $183,437,730. Air Force Test Center, Eglin AFB, Florida, is the contracting activity. DynCorp International LLC, Fort Worth, Texas, has been awarded a $68,254,084 modification (P00023) to contract FA4890-17-C-0005 for Air Force Central Command War Reserve Materiel. Work will be performed at Shaw Air Force Base, South Carolina; Kuwait, Oman, Qatar, and Unite Arab Emirates. The contract modification provides for the exercise of option year two period of performance (Oct. 1, 2018, to Sept. 30, 2019) for services being provided under the basic contract. Fiscal 2019 operations and maintenance funds in the amount of $66,698,421 are being obligated at the time of award. Total cumulative face value of the contract is $168,357,739. Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity. M1 Support Services, Denton, Texas, has been awarded a $12,047,564 modification (A00032) to contract FA3002-15-C-0006 for trainer maintenance services. Work will be performed at Sheppard Air Force Base, Texas; and Naval Air Station Pensacola, Florida, and is expected to be completed Sept. 30, 2019. The total cumulative face value of the contract is $76,720,526. Fiscal 2019 operations and maintenance funds in the amount of $6,023,939 will be obligated at the time of award. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the administrative contracting activity. Enhanced Veterans Solutions Inc., Springfield, Virginia, has been awarded a $10,196,413 unilateral modification (P00035) to previously awarded contract FA4452-15-C-0001 for Communication, Operation & Maintenance Functions II support. This modification provides for the funding of the fourth option of a multiple year contract, and brings the total cumulative face value of contract to $38,391,010. Work will be performed at Scott Air Force Base, Illinois, and is expected to be complete by Oct. 1, 2019. Fiscal 2019 operations and maintenance funds; and transportation working capital funds in the amount of $10,196,413 are being obligated at time of award. The 763rd Specialized Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity. Tapestry Solutions, San Diego, California, has been awarded an $8,538,289 unilateral modification (P00022) to previously awarded contract FA4452-15-C-0003 for sustainment and integration support for the Mobility Enterprise Information Service. This modification provides for the funding of the fourth option of a multiple year contract, and brings the total cumulative face value of contract to $45,271,093. Work will be performed at Scott Air Force Base, Illinois, and is expected to be complete by Sept. 30, 2019. Fiscal year 2019 transportation working capital funds in the amount of $8,538,289 are being obligated at the time of award. The 763rd Specialized Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity. TFOM-HHS Group JV, Austin, Texas, has been awarded an $8,182,232 for Healthcare Aseptic Management Services. The contract provides for medical aseptic housekeeping, waste management, and linen management. These services constitute the enterprise-level Healthcare Aseptic Management Services requirement for the Air Force Medical Service as directed by the Healthcare Aseptic Management Services Requirement Approval Document. Work will be performed in the Southwest Region of the U.S. The award includes a transition period from Feb. 14, 2019, to March 31, 2019, funded with fiscal 2018 operations and maintenance funds. A base period plus five option periods will follow the transition period from June 1, 2019, to Feb. 13, 2025. The base period will be funded incrementally using fiscal 2019 operations and maintenance funds. This award is the result of a competitive acquisition and 11 offers were received. The 773rd Enterprise Sourcing Squadron, Joint Base San Antonio – Lackland, Texas, is the contracting activity (FA8052-18-C-0008). InfoReliance Corp., Fairfax, Virginia, has been awarded a $7,865,267 unilateral modification (P00004) to previously awarded contract FA4452-18-F-0003 for the Global Air Transportation Execution System. This modification provides for the funding of the first option of a multiple year contract, and brings the total cumulative face value of contract to $15,561,738. Work will be performed at Scott Air Force Base, Illinois, and is expected to be complete by Sept. 30, 2019. Fiscal 2019 transportation working capital funds in the amount of $7,865,267 are being obligated at time of award. The 763rd Specialized Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity. NAVY Custom Mechanical Systems Corp.,* Bargersville, Indiana, was awarded $34,685,621 for firm-fixed-price task order N4425518F4438 under a previously awarded, multiple award construction contract (N44255-17-D-4034) for the construction of a low rise, steel framed, blast hardened reinforced concrete masonry waterfront support facility and the construction of an upland general purpose storage facility at Naval Base Kitsap-Bangor. This project will consolidate operations on the pier, expand shops and expand upland capabilities closer to the point of use. The increased capability minimizes the time and resources required to coordinate production workers, tools, and equipment. Work will be performed in Bangor, Washington, and is expected to be completed by June 2021. Fiscal 2017 military construction (Navy) contract funds in the amount of $34,685,621 are obligated on this award; of which $13,178,808 will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity. (Awarded Sept. 29, 2018) Hornbeck Offshore Operators LLC, Covington, Louisiana, was being awarded a $33,619,420 modification to the fixed-price portion of a previously awarded firm-fixed-price contract (N6238715C2507) to exercise a one-year option period for the operation and maintenance of four modified offshore-supply vessels identified as T-AGSEs serving as blocking vessels in support of the Navy. The contract includes a 215-day base period, nine one-year option periods and one 150-day option period. Work for this option period will be performed at sea worldwide, and is expected to be completed by Sept. 30, 2019. Working capital funds (Navy and Transportation) funds in the amount of $33,619,420 are obligated at the time of award. The funds will not expire at the end of the fiscal year. Military Sealift Command, Norfolk, Virginia, is the contracting activity. (Awarded Sept. 29, 2018) Ocean Ships Inc.,* Houston, Texas, was awarded a $32,745,387 firm-fixed-price contract for the operation and maintenance of the Oceanographic Survey (T-AGS) fleet of vessels. This contract includes four 12-month option periods, one 150-day option period and one 215-day option period, which, if exercised, would bring the cumulative value of this contract to $176,193,231. Work will be performed at sea worldwide and is expected to be completed Sept. 30, 2019. Working capital funds in the amount of $32,745,387 are obligated for fiscal 2019 and will not expire at the end of the fiscal year. This contract was awarded as a small business set aside. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220517C3100). (Awarded Sept. 29, 2018) The Boeing Co., Huntington Beach, California, is awarded a $26,663,956 cost-plus-fixed-fee contract to provide the U.S. and United Kingdom Trident II (D5) maintenance and rebuilding and technical services in support of the Navigation subsystem. Work will be performed in Huntington Beach, California (75.0 percent); and Heath, Ohio (25.0 percent), with an expected completion date of Sept. 30, 2020. United Kingdom funds in the amount of $1,512,629 are being obligated on this award. Subject to the availability of funding, fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $25,151,327 will be obligated. Funds in the amount of $25,151,327 will expire at the end of fiscal 2019. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1)&(4). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N-00030-19-C-0002). Raytheon Co., Marlborough, Massachusetts, is awarded a $22,733,022 cost-plus-fixed-fee modification to previously awarded contract N00024-14-C-5315 for engineering services, travel, and other direct costs in support of AN/SPY-6 Air and Missile Defense Radar (AMDR) low-rate initial production. The AMDR suite is being developed to fulfill Integrated Air and Missile Defense requirements for multiple ship classes. This suite consists of an S-Band radar (AMDR-S), an X-band radar and a Radar Suite Controller. AMDR will provide multi-mission capabilities, simultaneously supporting long range, exoatmospheric detection, tracking and discrimination of ballistic missiles, as well as Area and Self Defense against air and surface threats. Work will be performed in Marlborough, Massachusetts, and is expected to be completed by November 2018. Fiscal 2016 shipbuilding and conversion (Navy); and fiscal 2018 research, development, technology and evaluation funding the amount of $13,057,902 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. Systems Application and Technologies Inc., Largo, Maryland, is awarded $20,489,591 for modification P00050 to a previously awarded cost-plus-fixed-fee contract (N00421-15-C-0036) to procure continued support services to include the design, development, procurement, building, installation, test, evaluation, calibration, modification, operation and maintenance on aircraft and engines for the Air Vehicle Modification and Instrumentation Department in support of the Navy, and other government and commercial customers. Work will be performed in Patuxent River, Maryland (95 percent); China Lake, California (2.5 percent); and Point Mugu, California (2.5 percent), and is expected to be completed in September 2019. Working capital (Navy) funds in the amount of $1,100,000 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 Technology Solutions and Services Inc., Rockville, Maryland, is awarded a $19,645,973 cost-plus-fixed-fee contract to provide logistics engineering and integration support of the U.S. Ohio-class and UK Vanguard-class Strategic Weapon System (SWS) platforms, including support of future concepts. Work will be performed in Saint Mary's, Georgia (47.9 percent); Mechanicsburg, Pennsylvania (30.9 percent); Rockville, Maryland (11.7 percent); Silverdale, Washington (3.2 percent); Portsmouth, Virginia (1.1 percent); Mount Dora, Florida (1.1 percent); New Market, Maryland (1.1 percent); Carlisle, Pennsylvania (1.0 percent); Mooresboro, North Carolina (1.0 percent); and Mesa, Arizona (1.0 percent), with an expected completion date of Sept. 30, 2019. United Kingdom funds, in the amount of $3,466,833, are being obligated on this award. Subject to the availability of funding, fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $15,779,579; and fiscal 2019 research development test and evaluation (Navy) contract funds in the amount of $399,561 will be obligated. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1)&(4). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N-00030-19-C-0007). Lightforce USA Inc.,* Orofina, Idaho, is awarded a $15,760,499 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production of Squad-Variable Powered Scopes (S-VPS) in support of U.S. Special Operations Command. This procurement is for the S-VPS, spare parts and training. The S-VPS is a low-profile, wide-field-of-view, passive scope for near-range engagements out to and beyond the maximum effective range of the weapon system, for small arms employed by special operations forces. This contract includes options which, if exercised, would bring the cumulative value of the contract to $21,172,435. Work will be performed in Orofino, Idaho, and is expected to be completed by September 2023. Fiscal 2018 procurement (Defense-wide) funding in the amount of $1,512,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-JQ31). The Charles Stark Draper Laboratory, Cambridge, Massachusetts, is awarded a $13,380,171 cost-plus-fixed-fee contract to provide research into the applications of technologies to meet guidance requirements for operations on the Common Missile Compartment for the U.S. Columbia-class program and the United Kingdom Dreadnought-class program; provide specialized technical knowledge and support for the hypersonic guidance, navigation and control application; provide technical and engineering services to support the Guidance, Navigation and Control system that will support the Navy's hypersonic flight experiments. Work will be performed in Cambridge, Massachusetts (81 percent); and El Segundo, California (19 percent), with an expected completion date of Sept. 30, 2019. Subject to the availability of funds, fiscal 2019 research, development, test, and evaluation funds in the amount of $13,380,171 will be obligated. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1)&(4). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-19-C-0001). Systems Planning and Analysis Inc., Alexandria, Virginia, is awarded an $11,053,897 cost-plus-fixed-fee contract for program management and financial support of the Trident II (D5) Strategic Weapons System life extension program and future concepts, including the Common Missile Compartment. Work will be performed in Alexandria, Virginia (82 percent); Washington, District of Columbia (15 percent); Greenville, South Carolina (2 percent); and Orlando, Florida (1 percent), with an expected completion date of Sept. 30, 2019. Subject to availability of funding, fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $8,299,018; and fiscal 2019 research development test and evaluation, (Navy) contract funds in the amount of $2,754,880 will be obligated. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N-00030-19-C-0032). Northrop Grumman Systems Corp., Melbourne, Florida, is awarded $10,833,190 for modification P00062 to a previously awarded cost-plus-incentive-fee contract (N00019-13-C-9999). This modification provides non-recurring and recurring engineering support to incorporate crew comfort provisions on the E-2D Advanced Hawkeye aircraft in support of the government of Japan. Work will be performed in Melbourne, Florida (76.13 percent); St. Augustine, Florida (21.89 percent); and various locations within the continental U.S. (1.98 percent), and is expected to be completed in June 2020. Foreign Military Sales (FMS) funds in the amount of $10,833,190 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. Knowledge Management Inc., Tyngsboro, Massachusetts, was awarded a ceiling $10,000,000 firm-fixed-priced, indefinite-delivery/indefinite-quantity task order contract to support the Marine Corps Training Command, Center for Distance Education and Training (CDET). This effort is to provide interactive multimedia instructional support services for the Marine Corps Training Command CDET. These objectives include: 1) initial project assessment; 2) front end analysis; 3) design product; 4) development product; and 5) post-production courseware updates in support of CDET's interactive multimedia design needs for the Marine Corps. This contract includes five 12-month ordering periods with an aggregate ceiling value of $10,000,000. The majority of the work will be performed at the contractor's facilities, and work is expected to be completed by September 2023. This is a non- severable service contract in which each deliverable procured at the task order will include a delivery date. No funds were obligated at the time of award. Fiscal 2018 operations and maintenance will be obligated on task orders as they are issued. This contract was set aside to small businesses and competitively procured via the Federal Business Opportunities website, with 16 offers received in response to this solicitation. The Marine Corps Installations Command, National Capital Region, Regional Contracting Office, Quantico, Virginia, is the contracting activity (M00264-18-D-0004). (Awarded Sept. 25, 2018) Lockheed Martin Rotary and Mission Systems, Syracuse, New York, was awarded a $9,591,348 cost-plus-incentive-fee modification to previously awarded contract (N00024-09-C-6247) for the procurement of electronic warfare AN/BLQ-10 kits and spares. Work will be performed in Syracuse, New York (99 percent); and Manassas, Virginia (1 percent), and is expected to be completed by October 2020. Fiscal 2017 and 2018 other procurement (Navy); fiscal 2015 and 2018 shipbuilding and conversion (Navy); and fiscal 2018 research, development, test and evaluation (Navy) in the amount of $9,591,348 will be obligated at time of award, and no funding will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity. (Awarded Sept. 28, 2018) Mnemonics Inc.,* Melbourne, Florida, is awarded a $7,654,967 firm-fixed-price contract to procure 109 radio frequency blanking units and associated special test equipment in support of F/A-18E/F/G aircraft production and the retrofit of all existing EA-18G aircraft. Work will be performed in Melbourne, Florida, and is expected to be completed in March 2020. Fiscal 2018 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds in the amount of $7,654,967 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This award combines purchases for the Navy ($5,167,003; 67 percent); and FMS ($2,287,964; 33 percent). This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0017). DEFENSE LOGISTICS AGENCY Goodyear Tire and Rubber Co., Akron, Ohio, has been awarded an estimated $26,448,587 fixed-price, indefinite-delivery, requirements contract for tires used in the Global Tire Program. This is a three-year contract with no option periods. This acquisition was limited to approved sources with one response received. Location of performance is Ohio, with a Nov. 30, 2021, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-18-D-0127). (Awarded Sept. 30, 2018) Kearfott Corp.,* Black Mountain, North Carolina, has been awarded a maximum $17,185,308 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for actuators. This is a five-year contract with no options. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are North Carolina and Alabama, with a Sept. 30, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-D-0216). Kearfott Corp.,* Black Mountain, North Carolina, has been awarded a maximum $15,540,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for roll trim servos. This is a five-year contract with no options. 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 North Carolina, with a Sept. 30, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-D-0223). CORRECTION: The contract announced on Sept. 28, 2018, for American States Utility Services Inc., Fredericksburg, Virginia, (SP0600-17-C-8328, modification P00004) was announced with incorrect obligation amounts. The correct value for the modification is $80,107,521, which increases the obligated value from $5,554,732 to $5,966,669. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1650440/source/GovDelivery/

Shared by members

  • Share a news article with the community

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

Subscribe to our newsletter

to not miss any news from the industry

You can customize your subscriptions in the confirmation email.