Filter Results:

All sectors

All categories

    2614 news articles

    You can refine the results using the filters above.

  • Contract Awards by US Department of Defense - July 12, 2019

    July 15, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 12, 2019

    NAVY DLT Solutions LLC, Herndon, Virginia, is being awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms General Services Administration (GSA) Federal Supply Schedule contracts. The agreement is part of a multi-reseller/multi-software publisher software category management award for commercial-off-the-shelf software; information technology asset management software; software maintenance support; information technology professional services; and related services in support of DoD ESI and under the direction of Office of Management and Budget, Enterprise Software Category. The software publishers are: Appdynamics, Archibus, Cloudbees, Flexera and Polyverse. The BPA provides for purchase of these products and services by the DoD, U.S. intelligence community and the Coast Guard. The overall estimated value of this BPA category is $820,450,000. The ordering period will be for a maximum of 10 years from July 12, 2019, through July 11, 2029. This BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance DoD funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. Four offers were received and four were selected for award. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-19-A-0045). Air New Zealand Gas Turbines, Auckland, New Zealand (N64498-19-D-4028); and MTU Maintenance Brandenburg-Berlin, Ludwigsburg, Germany (N64498-19-D-4029), were both awarded a $70,000,000 indefinite-delivery/indefinite quantity, firm-fixed-priced contract for the commercial depot-level overhaul of up to 24 L0M2500 paired blade turbine gas generators. The Naval Surface Warfare Center, Philadelphia Division, requires the commercial depot level overhaul of Navy, Coast Guard, Military Sealift Command and Foreign Military Navy LM2500 paired blade turbine gas generators, National Stock Number 2S 2835-01-032-9125. The two contractors may compete for task orders under the terms and conditions of the awarded contracts. Work under the Air New Zealand Gas Turbines contract will be completed at the contractor's facilities in Auckland, New Zealand, and is expected to be completed by June 2023. Work under the MTU Maintenance Brandenburg-Berlin contract will be completed at the contractor's facilities in Ludwigsfelde, Germany, and is expected to be completed by June 2023. Fiscal 2019 operations and maintenance (Navy) funding in the total amount of $5,740,811 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with three offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (Awarded July 10, 2019) C&C Power Solutions LLC,* Columbus, Georgia, is being awarded a $65,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract to procure, renovate, repower, overhaul and/or repair different power systems within its fleet of power equipment services at Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center (EXWC) Mobile Utilities Support Equipment (MUSE). Initial seed task order is being awarded at $2,559,924 for a four, 900-kilowatt generator package at EXWC MUSE Port Hueneme, California. Work for this task order is expected to be completed by July 2020. All work on this contract will be performed in Port Hueneme, California, and is expected to be completed by July 2025. Fiscal 2019 other procurement, Navy (OP, N) contract funds in the amount of $2,559,924 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by OP, N. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The EXWC Acquisitions Department, Port Hueneme, California, is the contracting activity (N39430-19-D-2124). Palantir Technologies, Palo Alto, California, is being awarded a $27,640,000 fixed-price blanket purchase agreement under the Department of Defense (DoD) Enterprise Software Initiative to provide commercial-off-the-shelf hardware, software and services for DoD, the Intelligence community and the Coast Guard. This one-year agreement includes four, one-year option periods, which if exercised, would bring the potential value of this agreement to an estimated $143,800,000 million. The ordering period of the base agreement will be from July 12, 2019, through July 11, 2020. If all options are exercised, the ordering period will extend through July 11, 2024. No funds will be obligated at the time of award. Funds will be obligated at the delivery order level using operations and maintenance (DoD) funds. This agreement was non-competitively procured with a brand name justification in accordance with Federal Acquisition Regulation 8.405-6 via a limited source solicitation and publication on the General Services Administration eBuy web site. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-19-A-0044). Mercury Defense Systems Inc., Cypress, California, is being awarded a $22,901,395 cost-plus-fixed-fee, cost reimbursable order (N00421-19-F-6104) against a previously issued basic ordering agreement (N00421-17-G-0001). This order provides for the development, integration, delivery and test of the Radar Air-to-Ground Environment in support of the Integrated Battlespace Simulation and Test Air Combat Environment Test and Evaluation Facility. Work will be performed in Cypress, California (80%); Patuxent River, Maryland (10%); and Edwards Air Force Base, California (10%), and is expected to be completed in July 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $300,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Frontier Technology Inc., Beavercreek, Ohio, is being awarded a $13,236,204 cost-plus-fixed-fee task order (N63394-19-F-0041) under previously awarded indefinite-delivery/indefinite-quantity contract N63394-17-D-0003 for providing enterprise product life cycle management integrated decision environment services. Work will be performed in Washington, District of Columbia (80%); and Chesapeake, Virginia (20%), and is expected to be completed by September 2020. Fiscal 2012 shipbuilding and conversion (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2019 research, development, test and evaluation (other defense agencies) funding in the amount of $6,722,842 will be obligated at time of award, and $6,122,842 will expire at the end of the current fiscal year. This task order was not competitively procured. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The services under this contract cover software development and installation, software configuration management and technical support, software solutions and training. These services are in support of the Affordable System Operation Effectiveness (ASOE) initiatives across the Department of Defense. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity. IAP Worldwide Services Inc., Cape Canaveral, Florida, is being awarded a $10,870,239 indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of the first option period under an IDIQ contract for base operations services at Naval Support Activity, Annapolis, Maryland. The work to be performed provides for all management, supervision, labor hours, training, equipment and supplies necessary to perform base operating services to include but not be limited to facility investment, service calls, pest control, operation of utility plants, refuse collection, special events and snow and ice removal. After award of this option, the total cumulative contract value will be $31,751,865. Work will be performed in Annapolis, Maryland, and the option period is from August 2019 to November 2019. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy); and fiscal 2019 Navy working capital funds in the amount of $7,274,602 for recurring work will be obligated on individual task orders issued during the contract period. Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-18-D-0500). Schuyler Line Navigation Co. (SLNC),* Annapolis, Maryland, is being awarded a $10,595,700 (fixed-price for firm period) firm-fixed-price contract with reimbursable elements, for employment in worldwide trade for the transportation and/or prepositioning of cargo by the shallow draft tanker MT SLNC Pax. This contract includes a one-year base period with three one-year option periods and an 11-month option period, which, if exercised, would bring the cumulative value of this contract to $51,435,950. Work will be performed in the Western Pacific Ocean (intentions Japan or Korea), and is expected to be completed, if all options are exercised, by Oct. 29, 2024. Fiscal 2019 transportation working capital funds in the amount of $1,765,950 are being obligated at time of award and none of which will expire at the end of the current fiscal year. Transportation working capital funds will be obligated in fiscal 2020 and will not expire at the end of fiscal 2020. This contract was a small business set-aside with more than 50 companies solicited via the Federal Business Opportunities website and three offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-R-3504). Paradromics Inc.,* Austin, Texas, is being awarded a contract option in the amount of $8,275,758 from a previously awarded cost type of contract. Support includes development of a neural interface system capable of performing continuous, simultaneous full-duplex (read and write) interaction with at least one thousand neurons in regions of the human sensory cortex. This option builds on the designs and prototypes developed from the base award, and provides in vivo animal testing and human studies. This option has a one-year period of performance from July 12, 2019, through July 11, 2020. Work will be performed at the contractor's facilities in Austin, Texas. The option will be incrementally funded at the time of award in the amount of $3,000,000. The original contract was competitively procured via Defense Advanced Research Projects Agency (DARPA) Broad Agency Announcement (BAA) 16-09 “Neural Engineering System Design (NESD).” Forty-one offers were received and six were selected for award. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-17-C-4005). AIR FORCE Sossec Inc., has been awarded a $355,000,000 ceiling increase modification (P0030) to previously awarded firm-fixed-price agreement FA8626-17-9-1000 for the propulsion consortium initiative. Work will be performed at Atkinson, New Hampshire, and is expected to be completed by July 31, 2024. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Propulsion Acquisition Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Textron Defense Systems, Wilmington, Massachusetts, has been awarded a $51,263,809 firm-fixed-price contract modification (P00012) to previously awarded contract FA8204-14-C-0011 for the Minuteman III Intercontinental Ballistic Missile weapon system multiprobe antenna procurement. Work will be performed at Wilmington, Massachusetts, and is expected to be completed by July 13, 2029. Fiscal 2019 procurement funds in the amount of $4,645,109 are being obligated at the time of award. The Air Force Nuclear Weapon Center, Hill Air Force Base, Layton, Utah, is the contract activity. ARMY The Boeing Co., Mesa, Arizona, was awarded a $96,873,221 modification (P00024) to foreign military sales (United Arab Emirates) contract W58RGZ-16-C-0023 for Apache aircraft integrated logistics support, product assurance and Longbow Crew Trainers. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2024. Fiscal 2010 Foreign Military Sales funds in the amount of $96,873,221 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DynCorp International LLC, Fort Worth, Texas, was awarded a $29,311,547 modification (P00251) to domestic and foreign military sales (Slovakia) contract W58RGZ-13-C-0040 for the aviation field maintenance services contract. Work will be performed in Afghanistan, Honduras and Germany, with an estimated completion date of Sept. 30, 2019. Fiscal 2010 and 2019 operations and maintenance, Army; and Foreign Military Sales funds in the combined amount of $29,311,547 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Joint Research and Development Inc.,* Stafford, Virginia, was awarded a $25,000,000 hybrid (cost-no-fee, cost-plus-fixed-fee and firms-fixed-price) contract for operations, research and technology and program and integration support for the U.S. Army Combat Capabilities Development Command, Chemical Biological Center's Chemical Biological Applications and Risk Reductions business unit. 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 July 14, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-19-D-0008). BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $17,789,259 firm-fixed-price contract to upgrade and rehabilitate the water intake pumps at Radford Army Ammunition Plant. One bid was solicited with one bid received. Work will be performed in Radford, Virginia, with an estimated completion date of Aug. 31, 2021. Fiscal 2019 procurement of ammunition, Army funds in the amount of $17,789,259 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-11-G-0002). DEFENSE INFORMATION SYSTEMS AGENCY SES Government Solutions Inc., Reston, Virginia, was awarded a firm-fixed-price task order against the competitive single award blanket purchase agreement (BPA) from General Services Administration's Information Technology Schedule 70 contract for commercial satellite communication services, HC1013-18-A-0002, which was awarded April 13, 2018. The face value of this task order is $7,151,397, funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the BPA is $516,700,000 (contract ceiling). Performance will be centralized to the U.S. Central Command, with the BPA representing worldwide coverage. The task order period of performance is four years, consisting of a 12-month base period of July 15, 2019, through July 14, 2020, and three 12-month option periods. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (GS-35F-0328V/HC1013-18-A-0002, HC1013-19-F-0119). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1903937/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 11, 2019

    July 15, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 11, 2019

    NAVY General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $173,805,431 cost-plus-fixed-fee contract for engineering, technical, design agent and planning yard support for operational strategic and attack submarines. The contract provides for drawings and related technical data; design change documentation; logistics technical data; configuration management; hull, mechanical and electrical engineering; submarine safety design review; non-propulsion plant electrical system engineering; propulsion plant engineering; maintenance engineering; refit/availability technical support; on-site support; configuration change program design and installation support; configuration change program material support; submarine technical trade support; training and facility support; research development test and evaluation (Navy) program support; research and development submarine/submersibles support; miscellaneous special studies; temporary alteration support; modernization of submarine/submersible systems/subsystems; and affordability/cost reduction technical support. Work will be performed in Groton, Connecticut (70%); Kings Bay, Georgia (13%); Bangor, Washington (10%); Pearl Harbor, Hawaii (3%); North Kingston, Rhode Island (2%); and Newport, Rhode Island (2%), and is expected to be completed by September 2023. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $1,043,513,079, and be complete by September 2023. Fiscal 2019 other procurement (Navy); 2019 operations and maintenance (Navy); and 2018 other procurement (Navy) funding in the amount of $24,556,100 will be obligated at time of award, and $4,415,300 will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2125). Massa Products Corp., Hingham, Massachusetts, is being awarded a $32,419,133 firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contract for the design, document, manufacture, test, package and delivery of hydrophones. This requirement is to deliver hydrophones for new-construction platforms to support shipyard installation schedules and to replace failed hydrophones for all in-service platforms. As this is an IDIQ contract, in which only a minimum guarantee is established and all firm government requirements will be established at the order level, it does not include options. Work will be performed in Hingham, Massachusetts, and is expected to be completed by July 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $1,051,578 will be obligated at time of award via the first delivery order and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-19-D-F900). Gryphon Technologies LC, Washington, District of Columbia, is being awarded a $23,842,331 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity services contract with cost reimbursable services for aircraft carrier program management, engineering, technical and logistics support services. The Naval Surface Warfare Center, Philadelphia Division, is the Navy's agent for the program management, engineering, technical and logistical support for hull, mechanical and electrical systems and equipment on Navy aircraft carriers. To execute these responsibilities, the Navy requires the support of engineering, technical, logistical and program management personnel to assist in the support of aircraft carrier type commanders and other Navy activities on Navy aircraft carriers while in port or underway. There are provisions for firm-fixed-price completion orders. As emergent requirements arise, work will be performed at various Navy bases, shipyards, repair facilities and contractor facilities in the continental U.S. and outside of the continental U.S., and is expected to be complete by July 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $62,999 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 two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4022). BAE Systems Technology Solutions & Services, Rockville, Maryland, is being awarded a $23,456,568 modification (P00043) to a previously awarded cost-plus-fixed-fee contract (N00421-15-C-0008). This modification provides for services in support of the Naval Air Warfare Center Aircraft Division's Special Communications Mission Solutions Division, to support integrated communications and information systems radio communications for Navy ships. Work will be performed in St. Inigoes, Maryland, and is expected to be completed in July 2024. Fiscal 2019 working capital funds (Navy) in the amount of $4,000,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. The Boeing Co., Seattle, Washington, is being awarded a $23,375,361 cost-plus-fixed-fee order (N00019-19-F-4058) against a previously issued basic ordering agreement (N00019-16-G-0001). This order procures contractor logistics support for the United Kingdom's (UK's) P-8A program and aircraft. Contractor logistics support includes initial acceptance and breakdown of four aircraft and provision of training with an eight-month detachment to the UK to establish initial operational capability as well as subsequent full operational capability, scheduled aircraft maintenance, support equipment maintenance, engineering reach back and technical assistance. Work will be performed in Lossiemouth, Scotland (59%); Seattle, Washington (21%); and Jacksonville, Florida (20%), and is expected to be completed in December 2020. Foreign military sales funds in the amount of $23,375,361 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. Aptim Federal Services LLC, Alexandria, Virginia, is being awarded a $15,309,450 firm-fixed-price task order 0005 (modification 02) under a multiple award construction contract for the cleaning, inspection and repair of mined-in-place military petroleum storage tanks (Red Hill Tanks 14, 17, and 18). The work to be performed provides for the additional repairs in Tank 17 as identified by Aptim Federal Services LLC, and subcontractor, Enterprise Engineering Inc.'s comprehensive American Petroleum Institute 653 out-of-service internal integrity inspection and suitability for service evaluation inspection report. After award of this modification, the total cumulative contract value will be $36,078,000. Work will be performed at Joint Base Pearl Harbor-Hickam, Hawaii, and is expected to be completed by May 2022. Fiscal 2016 working capital funds (Navy) in the amount of $15,309,450 are obligated at time of award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N39430-15-D-1632). U.S. SPECIAL OPERATIONS COMMAND Gentex Corp., Simpson, Pennsylvania, was a awarded a $95,000,000 maximum, indefinite-delivery/indefinite-quantity, firm-fixed-price contract (H92403-19-D-0004) for the purchase of SOF personal equipment advance requirements (SPEAR) coxswain helmet systems, in support of U.S. Special Operations Command (USSOCOM) procurement division. Fiscal 2019 operations and maintenance funds in the amount of $150,000 are being obligated at time of award. This is a five-year contract with a two-year option period. The majority of work will be performed in Simpson and is expected to be completed by July 2024. This contract was awarded through full and open competition and two proposals were received. USSOCOM headquarters, Tampa, Florida, is the contracting activity. ARMY Walsh Federal LLC, Chicago, Illinois, was awarded a $52,929,000 firm-fixed-price contract for the construction of a new two-bay general purpose aircraft maintenance hangar. Bids were solicited via the internet with three received. Work will be performed in Burlington, New Jersey, with an estimated completion date of June 18, 2021. Fiscal 2018 military construction (Air Force) funds in the amount of $52,929,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0011). Pontchartrain Partners LLC,* New Orleans, Louisiana, was awarded an $8,000,000 firm-fixed-price contract for Mississippi River stone bank paving, Mississippi River and tributaries flood control, and channel improvement project. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2020. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-19-D-0010). DEFENSE LOGISTICS AGENCY Northrop Grumman Systems Corp., Melbourne, Florida, has been awarded a $17,045,952 delivery order (SPRPA1-19-F-KY01) against a long-term contract (SPM4AX-12-D-9401) for E-2 aircraft high voltage power supplies. This is a firm-fixed-price contract. 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 Florida, with an Oct. 30, 2021 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Northrop Grumman Systems Corp., Melbourne, Florida, has been awarded an $11,063,832 delivery order (SPRPA1-19-F-KY00) against a long-term contract (SPM4AX-12-D-9401) for E-2 aircraft power amplifier modules. This is a firm-fixed-price contract. 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 Florida, with an Oct. 30, 2022 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1902689/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 10, 2019

    July 11, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 10, 2019

    NAVY Wyle Laboratories Inc.,* Huntsville, Alabama, is being awarded an $81,220,643 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for certified and qualified operational contractor support services aircrew to support mission essential testing and evaluation of all manned air vehicles under the operational responsibility of the Naval Test Wing Atlantic/Pacific squadrons. Work will be performed at the Naval Air Station (NAS) Patuxent River, Maryland (94%); NAS Pt. Mugu, California (5%); and NAS China Lake, California (1%), and is expected to be completed in September 2024. No funds are being obligated at time of award; funds will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals; two offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0071). CCI Construction Services LLC,* Honolulu, Hawaii (N62478-16-D-4012); Dawson Federal Inc.,* Honolulu, Hawaii (N62478-16-D-4014); and TKH-ASI LLC,* Kahului, Hawaii (N62478-16-D-4016), are being awarded a $75,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of operations (AO). The work to be performed provides for, but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build, or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. After award of this modification, the total cumulative contract value will be $320,000,000. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force and miscellaneous federal and other facilities in the NAVFAC Hawaii AO. Work is expected to be completed by June 2021. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by operations and maintenance (Navy); and Navy working capital funds. NAVFAC Hawaii, Pearl Harbor, Hawaii, is the contracting activity. (Awarded July 9, 2019) Paradigm Mechanical Corp.,* Lemon Grove, California, is being awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $49,000,000 for plumbing, heating, and air conditioning construction alterations, renovations and repair projects at Naval Air Weapons Station, China Lake; Marine Corps Air Ground Combat Center, Twentynine Palms; Marine Corps Logistics Base, Barstow; and Mountain Warfare Training Center, Bridgeport. Projects will be primarily design-bid-build (fully designed) task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of plumbing, heating, and air-conditioning system installation projects. Work will be performed in China Lake, California (25%); Twentynine Palms, California (25%); Barstow, California (25%); and Bridgeport, California (25%). The term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance, (Navy) (O&M, N) contract funds in the amount of $5,000 are being obligated at time of this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with one proposal received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2602). R.C. Construction Co. Inc., Greenwood, Mississippi, is being awarded a $33,116,313 firm-fixed-price contract for construction of range improvements and modernization located at Marine Corps Recruit Depot, Parris Island, South Carolina. This project constructs a new rifle range in the same location as the existing Hue City Range. This range will meet applicable Marine Corps requirements for known distance (KD) ranges as set forth in MIL HDBK 1027.3B, range facilities and miscellaneous training facilities other than buildings, and Marine Corps Orders (MCO) 3570.1C, 3550.9, and 3574.2L. Range support buildings to be constructed include target storage, control house and toilet facilities. All facilities will be concrete or reinforced concrete masonry unit structures with stucco exterior and concrete slab on grade. A target-area berm, retaining walls, safety sidewalls, a safety tunnel and 600-yard range berm will be constructed, and sidewalls with acoustic insulation will also be included. Earth berm structures include a behind-the-target bullet impact berm with side and rear retaining walls as appropriate with flat lead mining equipment maintenance surfaces. Built-in equipment will include the target system benches, target numbers and relocated target lifters, flagpoles and firing line benches. Special costs include post construction award services and geospatial mapping and survey. Work will be performed in Parris Island, South Carolina, and is expected to be completed by August 2021. Fiscal 2019 military construction, (Navy) contract funds in the amount of $28,326,200 are being obligated at time of this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9017). The Raytheon Co., Tucson, Arizona, is being awarded a $17,777,245 firm-fixed-price contract to procure 114 High Speed Anti-Radiation Missile command launch computers to include two pre-production units, one first article test unit and 111 production units in support of the Navy. Work will be performed in Tucson, Arizona, and is expected to be completed in October 2021. Working capital (Navy); and fiscal 2017, 2018 and 2019 aircraft procurement (Navy) funds in the amount of $17,777,245 will be obligated at time of award, $6,243,087 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0026). Diversified Maintenance Systems Inc.,* Sandy, Utah, is being awarded a not-to-exceed the amount of $15,000,000 indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction alterations, renovations and repair projects at Naval Weapons Station, Seal Beach. Projects will be primarily design-bid-build (fully designed) task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. Work will be performed in Seal Beach, California. The term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance, (Navy) (O&M, N) contract funds in the amount of $5,000 are being obligated at time of this and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with 13 proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2621). ARMY Amherst Madison Inc., Charleston, West Virginia (W91237-19-D-0019); and Mi-De-Con Inc.,* Ironton, Ohio (W91237-19-D-0020), will compete for each order of the $49,000,000 firm-fixed-price contract for small construction projects. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of July 9, 2024. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri, was awarded a $49,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of July 9, 2024. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-D-0032). Specialized Materials and Chemicals LLC, Brigham City, Utah, was awarded a $38,600,000 firm-fixed-price contract for the procurement of ammonium Perchlorate. 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 July 9, 2022. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-3021). Walga Ross Group 2 JV,* Topeka, Kansas, was awarded a $21,808,640 firm-fixed-price contract for the construction of the South Access Control Point for the Fort Bliss Replacement Hospital at Fort Bliss, Texas. Bids were solicited via the internet with two received. Work will be performed in El Paso, Texas, with an estimated completion date of Nov. 8, 2020. Fiscal 2018 military construction funds in the amount of $21,808,640 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0032). Seatrax Inc.,* Houston, Texas, was awarded a $15,098,156 firm-fixed-price contract for a new floating crane to perform the duty cycle bank grading work in support of the revetment mission on the Mississippi River. Bids were solicited via the internet with one received. Work will be performed in Houston, Texas, with an estimated completion date of Sept. 30, 2021. Fiscal 2019 operations and maintenance, civil funds in the amount of $15,098,156 were obligated at the time of the award. U.S Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-19-C-0007). Walga Ross Group 2 JV,* Topeka, Kansas, was awarded a $12,219,560 firm-fixed-price contract for the construction of the North Access Control Point for the Fort Bliss Replacement Hospital at Fort Bliss, Texas. Bids were solicited via the internet with two received. Work will be performed in El Paso, Texas, with an estimated completion date of Nov. 8, 2020. Fiscal 2018 military construction funds in the amount of $21,808,640 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0031). AIR FORCE Nomlaki Technologies, Sacramento, California, has been awarded a $10,402,000 firm-fixed-price contract for repairing four bridges. This contract provides demolition and disposal of all debris of four reinforced concrete bridges at Beale Air Force Base, in accordance with all local city ordinances, state and federal regulations and design and construction of a bridge system (up to four bridges) to cross the four waterways and replace the original bridges. Work will be performed at Beale AFB, California, and is expected to be completed by Oct. 24, 2020. Fiscal 2019 operations and maintenance funds in the amount of $10,402,000 are being obligated at the time of award. This award is the result of a competitive acquisition with five offers received. The 9th Contracting Squadron, Beale AFB, Marysville, California, is the contracting activity (FA4686-19-C-A004). DEFENSE LOGISTICS AGENCY Goodrich Corp., Rome, New York, has been awarded a maximum $9,148,161 firm‐fixed‐price, indefinite-delivery/indefinite‐quantity contract for ball bearing units. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(2) from Federal Acquisition Regulation 6.302‐1. This is a five-year contract with no option periods. Location of performance is New York, with a July 30, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1‐19‐D‐0077). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1901092/source/GovDelivery/

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

    July 10, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

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

    ARMY General Dynamics Mission Systems Inc., Scottsdale, Arizona, was awarded a $296,100,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for the production of Prophet Enhanced systems. 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 June 15, 2020. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-17-D-0006). Raytheon Lockheed Martin Javelin JV, Tucson, Arizona, was awarded an $11,125,514 modification (P00012) to contract W31P4Q-19-C-0038 for engineering services for the Spiral 3 test and evaluation plan, Spiral 3 system hardware qualification, and Worldwide Ammunition Reporting System requirements to support the Javelin missile system. Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 1, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $11,125,514 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AIR FORCE Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded a $245,994,000 indefinite-delivery/indefinite-quantity contract for electronic warfare and avionics system support Georgia Tech Applied Research University and Affiliated Research Center. This contract provides for essential engineering, research and development capabilities and services for the development and sustainment of systems. Work will be performed at Atlanta, Georgia, and is expected to be completed by July 8, 2029. Future orders may include foreign military sales to multiple countries. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $3,822,133 are being obligated at the time of award. Air Force Life Cycle Management Center's Electronic Warfare, Robins Air Force Base, Warner, Robins, Georgia, is the contracting activity (FA8523-19-D-0006). Northrop Grumman Systems Corp., Chantilly, Virginia, has been awarded a $92,905,016 ceiling increase and option modification (P00027) to previously awarded FA4600-14-D-0004 for systems engineering, management, and sustainment supporting weather-related missions; increasing the ceiling of the indefinite-delivery/indefinite-quantity contract and providing for the establishment of options to increase the ordering period by six months. The modification brings the total cumulative face value of the contract to $392,905,016 from $300,000,000. Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be completed by July 31, 2022. No funds are being obligated at the time of award. Air Combat Command 55th Contracting Squadron, Offutt Air Force Base, Nebraska, is the contracting activity. U.S. TRANSPORTATION COMMAND Maersk Line Limited, Norfolk, Virginia, has been awarded an estimated $170,116,349 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W026). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. American President Lines LLC, Washington, District of Columbia., has been awarded an estimated $140,308,984 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W014). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. American Roll-On Roll-Off Carrier LLC, Parsippany, New Jersey, has been awarded an estimated $83,994,841 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W015). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Matson Navigation Company Inc., Oakland, California, has been awarded an estimated $71,217,825 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W027). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Liberty Global Logistics LLC, Lake Success, New York, has been awarded an estimated $68,353,914 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W025). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Farrell Lines Inc., Reston, Virginia, has been awarded an estimated $61,956,899 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W021). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Hapag-Lloyd USA LLC, Piscataway, New Jersey, has been awarded an estimated $55,905,823 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W023). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Central Gulf Lines Inc., New York, New York, has been awarded an estimated $33,998,317 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W017). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. TOTE Maritime Alaska Inc., Federal Way, Washington, has been awarded an estimated $19,451,914 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W036). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. TOTE Maritime Puerto Rico LLC, Jacksonville, Florida, has been awarded an estimated $14,001,976 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W037). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Schuyler Line Navigation Company LLC, Annapolis, Maryland, has been awarded an estimated $12,175,878 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W031). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Young Brothers LTD, Honolulu, Hawaii, has been awarded an estimated $7,293,050 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W040). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY Henry Schein, Melville, New York, has been awarded a maximum $35,520,833 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for consumable dental items. This was a competitive acquisition with two responses received. This is a one-year base contract with four one-year option periods. Location of performance is New York, with a July 15, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE2DE-19-D-0010). NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $21,256,902 modification (P00004) to a cost-plus-fixed-fee delivery order (N0001919-F-2512) against a previously issued basic ordering agreement N00019-14-G-0020. This modification provides for modification kits, special tooling and installation labor for the modification and retrofit of F-35 Lightning II Joint Strike Fighter aircraft for the Marine Corps, Navy, Air Force, non-U.S. Department of Defense (DoD) participants, and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2024. Fiscal 2017, 2018, and 2019 aircraft procurement (Air Force, Marine Corps, and Navy); non-U.S. DoD participant funds; and FMS funds in the amount of $21,256,902 will be obligated at time of award, $949,495 of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps ($6,664,143; 31%); Navy ($6,290,194; 30%); Air Force ($4,651,660; 22%); non-U.S. DoD participants ($2,966,510; 14%); and FMS customers ($684,394; 3%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. QED Systems Inc., Virginia Beach, Virginia, is awarded a $17,630,160 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price ordering provisions for the storage, overhaul, assessment, repair and industrial activity to make ready for issue critical steam plant valves to support Naval Surface Warfare Center Philadelphia Division. The Naval Surface Warfare Center, Philadelphia Division, engineering, technical, production and subsequent logistic support services (including personnel and facilities) required to develop and integrate technological improvements for Steam Safety and Reliability Program critical spares and 2SCOG program for steam valves installed onboard current LHD-1 class and LCC-19 class, as well as support system life cycle requirements required by Naval Surface Warfare Center, Philadelphia Division, Code 412. Work will be performed in Virginia Beach, Virginia, and is expected to be complete by July 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $1,000,000 will be obligated at 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 one offer received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4026). ATI Wood-Solesi, Corsico, Italy, is awarded a $14,361,448, firm-fixed-price contract for the P1804 Construct Hydrant System at Naval Air Station Sigonella, Italy. The work to be performed provides for construction of the P1804 type III hydrant system piping loop and pump control panel that will service fueling operations on ramps 1, 2 and 3. This project will be designed in accordance with the latest Department of Defense standard designs and criteria and will include a hydrant loop with seven hydrant refueling pits, pantograph flush/checkout stand facility, pantograph storage area and the replacement of the pump control panel. This project will increase the efficiency of refueling by decreasing the amount of time refueling operations take and the number of personnel required to refuel the aircraft during peak air operations. Work will be performed in Corsico, Italy, and is expected to be completed by July 2021. Fiscal 2018 military construction, (Defense Logistics Agency) contract funds in the amount of $14,361,448 are obligated at the time of 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 five proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-C-5022). Cardno-Amec Foster Wheeler Public Works JV, Charlottesville, Virginia, is awarded a $10,934,892 firm-fixed-price task order N62470-19-F-4093 under a previously indefinite-delivery indefinite-quantity contract (N62470-18-D-3009) for inventory existence and completeness of operating materials and supplies at various Naval Facilities Engineering Command (NAVFAC) public works departments. The task order also contains two unexercised options, which if exercised, would increase cumulative task order value to $14,868,095. The work to be performed provides for all management, labor, supplies, equipment, information technology, materials and transportation necessary to perform screen of undocumented materials to include identification, inventory, organization, assigning unique locations, and recommendations for disposal. The options, if exercised, provides for the work to be performed at additional NAVFAC locations including Pearl Harbor, Hawaii, Sigonella, Italy, Naples, Italy, and Manama, Bahrain. Work will be performed in San Diego, California (22%); Great Lakes, Illinois (9%); Ventura County, California (9%); Norfolk, Virginia (7%); Kingsville, Texas (5%); Coronado, California (5%); Earle, New Jersey (5%); Washington, District of Columbia (4%); Kittery, Maine, (4%); Lemoore, California (3%); Virginia Beach, Virginia (3%); Seal Beach, California (2%); Indian Head, Maryland (2%); Crane, Indiana (2%); Monterey, California (2%); Fort Worth, Texas (2%); Dahlgren, Virginia (2%); Panama City, Florida (2%); Kitsap, Washington (1%); Corpus Christi, Texas (1%); Everett, Washington (1%); New London, Connecticut (1%); Key West, Florida (1%); China Lake, California (1%); New Orleans, Louisiana (1%); Gulfport, Mississippi (1%); Portsmouth, Virginia (1%); and Yorktown, Virginia (1%). The work is expected to be completed by December 2019. Fiscal 2019 Navy working capital fund contract funds in the amount of $10,934,892 are obligated at the time of this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. NAVFAC AVFAC Atlantic, Norfolk, Virginia, is the contracting activity. Synensys LLC, Peachtree City, Georgia, is awarded a $9,142,957 firm-fixed-price contract for patient safety services at naval military treatment facilities within and outside of the contiguous United States to include: Naval Medical Center, Portsmouth, Virginia (25%); Naval Medical Center, San Diego, California (25%); Naval Health Clinic Annapolis, Maryland (10%); Naval Hospital Pensacola, Florida (10%); Naval Health Clinic, Quantico, Virginia (10%); Naval Health Clinic New England, Newport, Rhode Island (10%); and Naval Hospital Naples, Italy (10%). Fiscal 2019 Defense Health Program funds in the amount of $2,198,241 will be obligated at time of award and will expire at the end of the current fiscal year. This is a five-year single award contract and work is expected to be completed by Aug. 31, 2024. The contract was competitively procured as a total small business set-aside via the Federal Business Opportunities website, with five offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-C-0004). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1899728/source/GovDelivery/

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

    July 9, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

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

    DEFENSE INFORMATION SYSTEMS AGENCY Affinity Innovations LLC,* Hanover, Maryland (HC1047-19-D-2020); Applied Systems Engineering Joint Venture LLC,* Annapolis Junction, Maryland (HC1047-19-D-2021); A Square Group LLC,* Rockville, Maryland (HC1047-19-D-2022); Business Computers Management Consulting Group LLC,* Falls Church, Virginia (HC1047-19-D-2023); Bluestone Logic LLC,* Washington, District of Columbia (HC1047-19-D-2024); Credence Management Solutions LLC,* Vienna, Virginia (HC1047-19-D-2025); DHPC Technologies Inc.,* Woodbridge, New Jersey (HC1047-19-D-2026); InCadence Strategic Solutions Corp.,* Manassas, Virginia (HC1047-19-D-2027); INNOPLEX LLC,* Columbia, Maryland (HC1047-19-D-2028); Innovation Evolution Technologies JV LLC,* Reston, Virginia (HC1047-19-D-2029); Innovative Government Solutions JV LLC,* Virginia Beach, Virginia (HC1047-19-D-2030); Integrated Systems Inc.,* Tysons Corner, Virginia (HC1047-19-D-2031); Interactive Process Technology LLC,* Billerica, Massachusetts (HC1047-19-D-2032); Mission Support LP,* McLean, Virginia (HC1047-19-D-2033); NetCentric Technologies Inc.,* Wall, New Jersey (HC1047-19-D-2034); Riverside Engineering LLC,* Vienna, Virginia (HC1047-19-D-2035); Semper AASKI Alliance Inc.,* Canyon Lake, Texas (HC1047-19-D-2036); Superlative Technologies Inc.,* Ashburn, Virginia (HC1047-19-D-2037); Synergy Business Innovation & Solutions Inc.,* Arlington, Virginia (HC1047-19-D-2038); TekSynap Corp.,* Reston, Virginia (HC1047-19-D-2039); Tiber Creek Consulting Inc.,* Fairfax, Virginia (HC1047-19-D-2040); ValidaTek Inc.,* Arlington, Virginia (HC1047-19-D-2041); and VOLANT Associates LLC,* Chantilly, Virginia (HC1047-19-D-2042), were each awarded an indefinite-delivery/indefinite-quantity (ID/IQ) contract for Systems Engineering, Technology and Innovation (SETI). This was a competitive solicitation for a multiple-award ID/IQ contract. Two pools were solicited, one unrestricted and one restricted for small businesses. These awards are for the restricted pool. The contracts in the unrestricted pool were awarded on June 14, 2018. The face value of the entire ID/IQ is a ceiling amount of $7,500,000,000. Awardees will each receive a minimum guarantee of $500 applicable to the base ordering period only. All other funding will be obligated at the task order level. Performance locations will be identified at the task order level and may be worldwide. Proposals were solicited via the Federal Business Opportunities website and 99 proposals were received for the restricted pool. The period of performance is a five-year base period with one five-year option period. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity. NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $41,269,021 for modification P00002 to a previously awarded order (N00019-19-F-2474) placed against basic ordering agreement N00019-14-G-0020. This modification exercises an option for the design, procurement and integration of flight test instrumentation and data processing solutions for F-35 Lightning II development test aircraft to support the Tech Refresh-3 and the Follow on Modernization Block 4 mission systems configuration. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2021. Fiscal 2019 research, development, test and evaluation (Air Force) and non-U.S. Department of Defense (DoD) participant funds in the amount of $2,470,993 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($16,501,005; 40%); Navy ($8,250,503; 20%); Marine Corps ($8,250,503; 20%); and non-U.S. DoD participants ($8,267,010; 20%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Deloitte Consulting LLP, Arlington, Virginia, is awarded a $21,656,574 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $52,659,079. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0111). Serco Inc., Herndon, Virginia, is awarded an $18,163,831 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the U.S. Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $44,421,226. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0113). McKean Defense Group LLC, Philadelphia, Pennsylvania, is awarded a $17,594,138 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $42,574,062. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0112). Alutiiq Information Management LLC, Kodiak, Alaska, is awarded a $15,292,491 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $36,742,366. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0110). ARMY The Boeing Co., Mesa, Arizona, was awarded a $21,567,229 modification (P00004) to foreign military sales (United Kingdom) contract W58RGZ-17-D-0052 for engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 2, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Princeton Hydro LLC,* Ringoes, New Jersey, was awarded a $9,900,000 firm-fixed-price contract for architect-engineering services for navigation and flood damage projects. 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 July 7, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0003). DEFENSE LOGISTICS AGENCY Parker Hannifin Corp., Irvine, California, has been awarded a maximum $13,828,991 firm-fixed-price delivery order (SPRPA1-19-F-KP2V) against a five-year basic ordering agreement (SPE4A1-17-G-0011) for F/A-18 spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 47-month contract with no option periods. Location of performance is California, with a June 30, 2023 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2023 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. UPDATE: Easy Street JD&S LLC, Carol Stream, Illinois (SPE8EC-19-D-0041), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0002 announced Nov. 8, 2016. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1898178/source/GovDelivery/

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

    July 8, 2019 | International, Aerospace, Land, Security, Other Defence

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

    ARMY Mike Hooks LLC, Westlake, Louisiana, was awarded a $24,000,000 firm-fixed-price contract for the rental of a 27-30 inch cutterhead pipeline dredge. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 4, 2020. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-D-0034). Lions Services Inc., Charlotte, North Carolina, was awarded a $7,834,750 firm-fixed-price contract for the purchase of Improved Retention System for use on the Enhanced Combat Helmet. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of July 4, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-0006). DEFENSE LOGISTICS AGENCY City Light & Power Inc.,* Greenwood Village, Colorado, has been awarded a maximum $9,385,656 modification (P00029) to a 50-year contract (SP0600-14-C-8291) for the ownership, operation and maintenance of the electric distribution system at Hill Air Force Base. This is a fixed-price with economic-price-adjustment contract. Location of performance is Utah, with an April 30, 2064, performance completion date. Using military service is the Air Force. Type of appropriation is fiscal 2019 through 2064 Air Force operations and maintenance funds. The contracting activity is Defense Logistics Agency Energy, Fort Belvoir, Virginia. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1896941/source/GovDelivery/

  • U.S. Security Requires Multiple Elements of Deterrence

    July 4, 2019 | International, Security, Other Defence

    U.S. Security Requires Multiple Elements of Deterrence

    BY C. TODD LOPEZ In the context of U.S. defense policy, "deterrence" is typically understood to mean "nuclear." And America's nuclear triad — ground-based missiles, air-delivered bombs, and submarine-launched missiles — serves as America's biggest form of deterrence, which underwrites everything its men and women in uniform do. But according to Chief of Naval Operations Adm. John M. Richardson, nuclear weapons are just one of multiple elements of deterrence the U.S. must consider either for itself, or for being aware that other nations might be using them. During a July 2 breakfast presentation hosted by the Mitchell Institute for Aerospace Studies in Washington, Richardson laid out five such elements of deterrence already in use or that must be considered more deeply. Nuclear "It's an incredibly powerful military capability where potentially everybody gets destroyed," Richardson said. "We must maintain our ability to be competitive and relevant in this domain ... [and] strike back at anybody who can pose an existential nuclear threat to the homeland." The triad itself includes ground-based missiles — commonly referred to as intercontinental ballistic missiles; submarine-launched ballistic missiles; and air-launched cruise missiles dropped from bomber aircraft. In all three areas the U.S. is underway with modernization efforts. But the nuclear environment globally is changing, Richardson said. "More nations are seeking to join the club," he said. Some of those nations can bring high-tech weapons, while some are using low-tech, including dirty bombs and systems that can be manufactured with 3-D printers. Additionally, not all nuclear weapons are "strategic" in nature. Some are smaller "tactical" weapons. "The nuclear element of this mix remains very relevant, very active, and deserves a lot more attention in my mind," Richardson said. Cyber Richardson said when it comes to cyber as a deterrent, the U.S. can't maintain only defensive capabilities. "We have to have an ability for offensive cyber to truly achieve a sense of deterrence there," he said. Recent cyber provocations, he said, are "multidimensional in ways that may or may not have been expected." Included there, he said, are theft of intellectual property, invasion of privacy, invasion of identity, distortion of identity, "and most recently, perception management. This perception management idea ... might be kind of our new Sputnik moment." Space "The competition is absolutely heating up in space," Richardson said. "Of these elements that are going to constitute a tailored strategic deterrent approach, space has got to be one of those." Richard posited that in space, it might become apparent that, using directed energy weapons, it proves far easier to destroy something in space than it is to put something back up into space. "These things operate really fast ... and space goes away as an asset," he said. "You can see kind of a mutually assured destruction scenario in space pretty easily. Have we thought about that going forward?" Chemical, Biological Capabilities Increasingly, Richardson said, chemical and biological deterrence will come into the mix, especially as technologies such as CRISPR — a genome editing tool — allow for more tailored capabilities. "One of the self-deterrent aspects of chemical/biological is that it's very hard to control. It goes viral, if you will," he said. "But with these tailoring things, you can get a lot more specific. It becomes a lot more targetable. And so, it's something we have to mind." Conventional Weapons U.S. deterrence advantages in conventional weapons have relied, so far, on superior targeting ability, Richardson said. But that may become less important. "We have better sensors, better satellites, better ways to connect that data with our command and control systems, our targeting systems," he said. "We had an advantage in terms of precision." Now, he said, such sensors are ubiquitous, and commercial and military sensors are going up into space. There are cameras everywhere. "This idea of being able to locate things with precision is becoming more ubiquitous," he said. "It's less of an advantage. It's really the team that can manage that information better that's going to achieve the advantage." https://www.defense.gov/explore/story/Article/1896147/us-security-requires-multiple-elements-of-deterrence/

  • Contract Awards by US Department of Defense - July 3, 2019

    July 4, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 3, 2019

    AIR FORCE DynCorp International, Fort Worth, Texas, has been awarded a $308,616,183 firm-fixed-price contract for aviation command and control operations and maintenance services. This contract provides for air traffic control, airfield management and associated maintenance support. Work will be performed in the Air Force Central Command's area of responsibility and is expected to be completed by July 31, 2024. This award is the result of a competitive acquisition with four offers received. Fiscal 2019 operations and maintenance funds in the amount of $379,576 are being obligated at the time of award. The Air Combat Command's Acquisitions management and integration center, Langley Air Force Base, Hampton, Virginia, is the contracting activity (FA4890-19-C-A013). AAR Supply Chain Inc., doing business as AAR Defense Systems & Logistics, Wood Dale, Illinois, has been awarded a $209,986,676 ceiling indefinite-delivery/indefinite-quantity contract for C-130H contractor logistics support for the Afghanistan Air Force. This contract will provide the Afghanistan Air Force with full C-130H contractor logistics support to include maintenance and repair, as well as on the job training for local Afghan nationals. Work will be performed Kabul, Afghanistan, and is expected to be completed by Jan. 29, 2025. This contract involves foreign military sales to Afghanistan. Foreign Military Sales funds in the amount of $12,011 are being obligated at the time of award. This award is the result of a competitive acquisition and one offer was received. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8553-19-D-0006). The University of Dayton Research Institute, Dayton, Ohio, has been awarded a $28,527,970 firm-fixed price, labor hour and cost reimbursement-no-fee contract for F-15 sustainment engineering studies. This contract provides for systems/structural engineering field and programmed depot maintenance support, reliability and maintainability analysis and aircraft structural integrity program capability development and sustainment. Work will be performed at Dayton, Ohio; and Robins Air Force Base, Georgia, and is expected to be completed by June 28, 2029. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount of $2,464,648 are being obligated at the time of award. The contracting activity is Air Force Life Cycle Management System, Robins AFB, Georgia (FA8505-19-D-0003). The Rockhill Group Inc., Moline, Florida, has been awarded a $12,211,850 firm-fixed-price contract for Air Force Special Operations Command (AFSOC) aircrew instruction instructor support required by the 492 Special Operations Wing and operational wings. This contract provides for critical flying training unit support instruction (platform, simulator and flight) to all students going through AFSOC's initial and mission qualification school and continuation training for combat aircrews. Work will be performed at Hurlburt Field, Florida; Duke Field, Florida; Cannon Air Force Base, New Mexico; and Royal Air Force Mildenhall, United Kingdom, and is expected to be completed by Dec. 31, 2019. This award is the result of sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $12,211,850 are being obligated at the time of award. The 765th Specialized Contracting Flight, Air Force Installation Contracting Center, Hurlburt Field, Florida, is the contracting activity (FA0021-19-C-A003). NAVY Lockheed Martin Corp., Orlando, Florida, is awarded an undefinitized contract action established under delivery order (N00019-19-F-4037) with a not-to-exceed value of $174,970,959. This delivery order against a previously issued basic ordering agreement (N00019-19-G-0011) provides for engineering, testing, product support and ancillary support to update the current Long Range Anti-Ship Missile components and systems required to achieve objective requirements in the Offensive Anti-Surface Warfare Increment 1 Capability Description Document. Work will be performed in Orlando, Florida (58%); Wayne, New Jersey (20%); Nashua, New Hampshire (15%); Troy, Alabama (6%); and Ocala, Florida (1%), and is expected to be completed in November 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $40,000,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Construction Development Services Inc.,* Norfolk, Virginia (N40085-16-D-6348); Cram Roofing Co.,* San Antonio, Texas (N40085-16-D-6349); Gallaher Management Group Inc.,* Greenville, North Carolina (N40085-16-D-6350); Industrial Contract Service Corp.,* Wilmington, North Carolina (N40085-16-D-6351); Quality Roofers & Guttering, Inc.,* Jacksonville, North Carolina (N40085-16-D-6352); and Service Disabled Contracting Group, Inc.,* Norfolk, Virginia (N40085-16-D-6353), are awarded a combined amount $50,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity multiple award construction contracts for roofing construction services within the Marine Corps installations east area of responsibility. The work to be performed provides for replacement and installation of roofs and associated materials. Projects include roof repair and replacement of new and existing roofs. Projects may require new construction, design, alteration or maintenance and repair of existing roofs. Roofs may be sloped or flat. After award of this modification, the total maximum dollar value for all six contracts combined will be $95,000,000. Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%), and is expected to be completed by February 2021. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operation and maintenance (Marine Corps); and military construction funds. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Heffler Contracting Group Inc.,* El Cajon, California, is awarded a maximum amount $25,000,000 indefinite-delivery/indefinite-quantity contract for other specialty trade contractors construction alterations, renovations and repair projects at Marine Corps Air Ground Combat Center, Twentynine Palms, Marine Corps Logistics Base, Barstow, and Mountain Warfare Training Center, Bridgeport. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, heating, ventilation, air and cooling and fire suppression/protection system installation projects. Work will be performed in Twentynine Palms, California (36%); Barstow, California (36%); and Bridgeport, California (28%). The term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2631). Elite Pacific Construction Inc.,* Kaneohe, Hawaii, is awarded $12,665,000 for firm-fixed-price task order N62478-19-F-4158 under a previously awarded multiple award construction contract (N62478-18-D-4022) to overhaul the Drydock No. 2 intermediate caisson to maintain its 10-year certification at Joint Base Pearl Harbor-Hickam (JBPHH). The work to be performed provides for 10-year ultrasonic testing of the caisson structural members and plating in accordance with Military Standard 1625D including, but not limited to, plating of the entire hull, top deck (weather deck), machinery deck, internal strength decks, bulkheads including breast hooks, ballast tank and machinery deck internal structural members such as stiffeners, truss frame members and seachests/ballast piping seaward of the first closure valve. Other repair scope items include sandblasting and preserving interior and exterior surfaces of the caisson, including the weather deck; cleaning, priming and painting all interior and exterior surfaces of the caisson; removing existing non-skid coating from the weather deck; and installing industrial strength adhesive-type non-skid surface material on the weather deck and machinery deck. Work will be performed in Oahu, Hawaii, and is expected to be completed by October 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $12,665,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, JBPHH, Hawaii, is the contracting activity. Raytheon Co., McKinney, Texas, is awarded an $8,044,102 cost-plus-fixed-fee modification under previously-awarded basic ordering agreement N00164-17-G-JQ02-0004 to extend the period of performance for depot support services in support of life-cycle sustainment of the Multi-Spectral Targeting System for U.S. Navy, Army, Air Force and special operations forces platforms. Work will be performed in McKinney, Texas, and is expected to be completed by September 2021. Fiscal 2019 working capital funds in the amount of $275,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. Tompco Inc.,* Seabeck, Washington, is awarded $8,209,449 for firm-fixed-price task order N44255-19-F-4274 under a previously awarded multiple award construction contract (N44255-17-D-4014). The work will convert the Perch-Pickerel Housing area from family housing to unaccompanied housing consisting of 24 buildings with 18 eight-unit buildings and six four-unit buildings at Naval Base Kitsap, Bangor. The work to be performed includes: replace and install new carpet where required; add exterior lighting to all buildings; change thermostats in each unit; install building and unit number placards at each building and unit; remove existing playgrounds; install two picnic shelters and BBQs; replace entry doors to each unit; remove existing mailboxes; and provide fire protection. The task order also contains two unexercised options, which if exercised, would increase cumulative task order value to $12,689,449. Work will be performed in Silverdale, Washington, and is expected to be completed by Aug. 4, 2020. Fiscal 2019 Commander Navy Installation Command contract funds in the amount of $8,209,449 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity. ARMY Patton-Tully Marine Inc.,* Memphis, Tennessee (W912EQ-19-D-0002); Luhr Bros. Inc., Columbia, Illinois (W912EQ-19-D-0001); Pine Bluff Sand and Gravel Whitehall, Arizona (W912EQ-19-D-0003); Bertucci Contracting Co.,* Jefferson, Louisiana (W912EQ-19-D-0004); and Choctaw Transportation Co. Inc.,* Dyersburg, Tennessee (W912EQ-19-D-0005), will compete for each order of the $150,000,000 firm-fixed-price contract for maintaining the Mississippi River and tributaries channel improvement project. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of July 3, 2024. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity. NCI Information Systems, Reston, Virginia, was awarded a $27,956,232 modification (P00005) to contract W91RUS-18-C-0017 for information technology services for cyber network operations and security support. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of June 30, 2020. Fiscal 2018 operations and maintenance, Army funds in the amount of $10,251,101 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. RSCI, Boise, Idaho, was awarded a $21,623,000 firm-fixed-price contract to design and construct a 42,000 square foot Red Flag 5th Generation facility addition. Bids were solicited via the internet with eight received. Work will be performed in Nellis Air Force Base, Nevada, with an estimated completion date of June 22, 2021. Fiscal 2019 defense military construction funds in the amount of $21,623,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-19-C-0023). LGC Global Inc., Detroit, Michigan, was awarded an $11,311,046 firm-fixed-price contract for construction of a physical fitness center at Niagara Falls Air Reserve Station, New York. Bids were solicited via the internet with four received. Work will be performed in Niagara Falls, New York, with an estimated completion date of July 15, 2021. Fiscal 2019 Air Force Reserve military construction funds in the amount of $11,311,046 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0021). AECOM Management Services Inc., Germantown, Maryland, was awarded a $9,866,058 modification (P00144) to contract W58RGZ-16-C-0001 for aviation maintenance services and limited depot support. Work will be performed in Fort Campbell, Kentucky, with an estimated completion date of Dec. 29, 2019. Fiscal 2017, 2018 and 2019 operations and maintenance, Army; operations and maintenance, Army Reserve; and other procurement, Army funds in the combined amount of $9,866,058 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1896502/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 2, 2019

    July 3, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 2, 2019

    NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $348,223,161 for modification P00019 to a previously awarded cost-plus-fixed-fee contract (N00019-17-C-0001). This modification is for production non-recurring, special tooling and special test equipment in support of low-rate initial production Lot 12 F-35 Lightning II aircraft for the Air Force, Navy, Marine Corps, non-U.S. Department of Defense (DoD) partners and foreign military sales (FMS) customers. Work will be performed in Fort Worth, Texas (23.80%); El Segundo, California (23.86%); San Diego, California (17.03%); Samlesbury, United Kingdom (7.65%); Orlando, Florida (6.63%); Cedar Rapids, Iowa (3.44%); Nashua, New Hampshire (2.71%); Clearfield, Utah (2.15%); Marietta, Georgia (1.77%); East Aurora, New York (1.59%); Palmdale, California (1.40%); Cheltenham, United Kingdom (0.96%); Turin, Italy (0.81%); Clearwater, Florida (0.79%); Melbourne, Florida (0.60%); Irvine, California (0.58%); Kongsberg, Norway (0.53%); Arlington, Texas (0.48%); Rolling Meadows, Illinois (0.46%); Tempe, Arizona (0.38%); Inglewood, California (0.33%); Papendrecht, Netherlands (0.28); Garden Grove, California (0.21%); Montmorency, Australia (0.20%); Marion, Virginia (0.17%); Independence, Ohio (0.14%); Amesbury, Massachusetts (0.13%); Rome, New York (0.13%); Los Angeles, California (0.10%); Hot Springs, Arkansas (0.10%); Lystrup, Denmark (0.09%); Grand Rapids, Michigan (0.09%); Owego, New York (0.07%); Sharon, Massachusetts (0.06%); Wichita, Kansas (0.06%); Boulder, Colorado (0.05%); Carlsbad, California (0.04%); Ontario, California (0.04%); Delta, British Columbia, Canada (0.03%); Long Beach, California (0.01%); Lindenhurst, New York (0.01%); Eskisehr, Turkey (0.01%); Saint Peters, Missouri (0.01%); Santa Fe Springs, California (0.01%); and Rancho Cucamonga, California (0.01%). Work is expected to be completed in August 2022. Fiscal 2017 aircraft procurement (Navy and Marine Corps); fiscal 2018 and 2019 aircraft procurement (Air Force, Navy and Marine Corps); non-U.S. DoD partner and FMS funds in the amount of $348,223,161 are being obligated at time of award, $17,899,115 of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($129,642,270; 38%); Navy ($69,738,685; 20%); Marine Corps ($61,001,500; 17%); non-U.S. DoD partners ($60,840,706; 17%) and FMS customers ($27,000,000; 8%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Anchor Innovation Inc.,* Virginia Beach, Virginia (N50054-19-D-1901); Beach Marine Services Inc.,* Portsmouth, Virginia (N50054-19-D-1902); Colonna's Shipyard Inc.,* Norfolk Virginia (N50054-19-D-1903); East Coast Repair & Fabrication LLC,* Norfolk, Virginia (N50054-19-D-1904); Fairlead Boatworks Inc.,* Newport News, Virginia (N50054-19-D-1905); Lyon Shipyard Inc.,* Norfolk, Virginia (N50054-19-D-1906); Q.E.D. Systems, Inc.,* Virginia Beach, Virginia (N50054-19-D-1907); United States Marine Inc.,* Gulfport, Mississippi (N50054-19-D-1908); and Willard Marine Inc.,* Virginia Beach, Virginia (N50054-19-D-1909) for Mid-Atlantic Regional Maintenance Center Marine Boatyard and Industrial Support for Lot I, and Colonna's Shipyard Inc.,* Norfolk, Virginia (N50054-19-D-1910); East Coast Repair and Fabrication LLC,* Norfolk, Virginia (N50054-19-D-1911); Fairlead Boatworks Inc.,* Newport News, Virginia (N50054-19-D-1912); and Lyon Shipyard Inc.,* Norfolk, Virginia (N50054-19-D-1913) for Mid-Atlantic Regional Maintenance Center Marine Boatyard and Industrial Support for Lot II, are each awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts to furnish the management, material support services, labor, supplies and equipment deemed necessary to provide marine boatyard and industrial support which includes modifications, upgrades, service life extension and repairs to non-commissioned boats, crafts, lighterage and service craft and/or their associated systems and periodic maintenance. These contracts include options which, if exercised, would bring the cumulative ceiling value to $216,979,810. These nine small businesses will have the opportunity to provide offers for individual delivery orders. Work will be performed in the Hampton Roads, Virginia, area and is expected to be complete by July 2020, and work is expected to be completed by July 2024, if all options are exercised. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $32,500 ($2,500 minimum guarantee per contract) was obligated under each contract's initial delivery order and expires at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website with nine offers received. The Navy's Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity. Leidos Inc., Reston, Virginia, is awarded a maximum $99,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, single award task order contract for aerospace medical and environmental health research support services at the Naval Medical Research Unit-Dayton. Work will be performed in Dayton, Ohio, and is expected to be completed by July 7, 2024. Fiscal 2019 research, development, testing and evaluation (Navy) funding in the amount of $1,000,000 will be obligated upon award under an initial incrementally funded task order and the funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with six offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-D-5005). RWG (Repair & Overhauls) USA Inc., Houston, Texas (N64498-19-D-4019); and the Canadian Commercial Corp. representing Standard Aero Energy Co. (SAE) Winnipeg, Manitoba (N64498-19-D-4020) are each awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price contract for depot level overhaul of Navy 501-K34 marine gas turbine engines for a program cumulative value of $70,000,000. The 501-K34 marine gas turbine engines are used on the Navy ship class DDG-51. Orders will be competed between both offerors. Work under N64498-19-D-4019 will be performed in Houston, Texas, and work under N64498-19-D-4020 will be performed in Winnipeg, Manitoba, and is expected to be completed by March 2024. No funding will be obligated at time of award. Funds will be obligated as individual orders are issued. These contracts were not competitively procured, in accordance with 10 U.S. Code 2304(c)(1), Limited Number of Responsible Sources. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $21,689,142 cost-plus-fixed-fee delivery order (N00019-19-F-2972) against a previously issued basic ordering agreement (N00019-19-G-0029). This order procures the CH-53K Data Transfer Unit and Defensive Electronic Countermeasure System Replacement program and includes necessary Non Recurring Engineering (NRE) to replace existing subsystems within the CH-53K production aircraft. NRE tasks include investigation, systems engineering support, risk analysis, integration development, weight impact and publication updates. Work will be performed in Stratford, Connecticut (44.02%); Cedar Rapids, Iowa (41.74%); Fort Worth, Texas (7.41%); Vergennes, Vermont (2.81%); City of Industry, California (1.9%); Costa Mesa, California (1.18%); and various locations within the continental U.S. (.94%), and is expected to be completed in January 2021. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $21,689,142 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Epsilon Systems Solutions Inc.,* Portsmouth, Virginia, is awarded a $14,589,487 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the repair, restoration, overhaul, assembly and test services of the Naval Submarine Universal Modular Mast (UMM). The UMM systems will be completely overhauled off-hull at the vendor's facility to a ready-for-issue status to support the fleet during maintenance availabilities. Required services will be determined on an individual task order level. Work will be performed in Portsmouth, Virginia, and is expected to be completed by July 2024. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $566,676 will be obligated at time of award via the first task order and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4027). Frequentis Defense Inc., Columbia, Maryland, is awarded an $8,454,481 firm-fixed-price contract for non-recurring engineering and logistics for the design, development, test, manufacture and repair of the MD-5A Unmanned Carrier Aviation Mission Control System, which will support the MQ-25 Stingray unmanned air vehicle. The integrated computer system will transport voice communications from carrier-based air vehicle operators to local audio switches, local radio terminals and remote radio terminals. Work will be performed in Columbia, Maryland, and is expected to be completed in March 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $8,454,481 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-C-0276). Tompco Inc.,* Seabeck, Washington, is awarded $8,221,449 for firm-fixed-price task order N44255-19-F-4283 under a previously awarded multiple award construction contract (N44255-17-D-4014) for the RM #19-0166 asbestos abatement and replacement of steam condensate and high pressure drain systems, Naval Base Kitsap, Puget Sound, Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington. Scope of work includes the abatement of asbestos and replacement of systems throughout the steam distribution system to improve worker safety. This project consists of High Efficiency Particulate Air (HEPA) vacuuming all surfaces, wet wiping, scraping, shoveling, scrubbing and/or mopping where HEPA vacuuming is inadequate to containment and removal of any mud, sand, soil and dust/debris from surfaces including floors, abandoned piping removal and replacement of piping and insulation. The project area is DD5 service gallery and all connected laterals, trenches, utilidors, etc. The work will be performed in Bremerton, Washington, and is expected to be completed by Feb. 3, 2020. Fiscal 2019 working capital contract funds in the amount of $8,221,449 are obligated on this award and will not expire at the end of the current fiscal year. Five solicitation emails were sent and four proposals were received for this task order. The Naval Facilities Engineering Command (NAVFAC), Northwest, Silverdale, Washington, is the contracting activity for the basic contract and the NAVFAC Bremerton Field Engineering, Acquisition Department is the contracting activity for the task order. Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded $7,103,403 for cost-plus-fixed-fee order N00019-19-F-2555 against a previously issued basic ordering agreement N00019-19-G-0029. This order procures non-recurring engineering, development, tooling, manufacturing, qualification, reporting and delivery of the nose, main, intermediate and tail gearbox gears in support of the low rate initial production of the CH-53K aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in October 2020. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,103,403 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. ARMY Yulista Support Services,* Huntsville, Alabama, was awarded a $226,911,155 cost-plus-fixed-fee contract for maintenance and modifications of C5ISR flight activity platforms. Bids were solicited via the internet with zero received. Work locations and funding will be determined with each order, with an estimated completion date of June 19, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGU-19-D-0002). Cornforth Consultants Inc.,* Portland, Oregon (W91237-19-D-0016); K S Ware & Associates LLC,* Nashville, Tennessee (W91237-19-D-0017); and Aterra-Schnabel JV,* Ambler, Pennsylvania (W91237-19-D-0015), will compete for each order of the $15,000,000 firm-fixed-price contract for national dam safety engineering and design services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of July 1, 2024. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. AIR FORCE Leidos Inc., Reston, Virginia, has been awarded a $66,752,500 cost-plus-fixed-fee contract for rapid technology development and demonstrations. This contract provides for the development of new/novel concepts for sensor and systems of sensor systems across the multiple domains and spectrums that aid in command, control, communications, computers, intelligence, surveillance and reconnaissance and battlespace awareness. Work will performed in Reston, Virginia, with base support at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by June 12, 2024. This award is a result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $546,050 are being obligated at the time of award. Contracting activity is the U.S. Air Force, Air Force Materiel Command, Air Force Research Laboratory, Wright-Patterson AFB, Ohio (FA8650-19-C-1941). Engility Corp., Andover, Massachusetts, has been awarded a $40,000,000 firm-fixed-price/cost reimbursement/cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for services supporting the Space and Missile Systems Center, Advanced Systems and Development Directorate, Ground Systems and Space Operations Division at Kirtland Air Force Base, New Mexico. This contract provides engineering, development, integration and sustainment services supporting the current ground system enterprise throughout its evolution, including the transition to and buildout of enterprise ground services. Work will be performed at Kirtland AFB, New Mexico; Schriever AFB, Colorado; Buckley AFB, Colorado; Colorado Springs, Colorado; Space Based Infrared Radar Payload On-Orbit Test Station facility, Azusa, California; the Space Management Battle Lab, Colorado Springs, Colorado; Vandenberg AFB, California, as well as future sites at Naval Research Laboratory, Blossom Point, Maryland, and is expected to be completed by Sept. 20, 2019. This award is the result of a sole source acquisition. Space and Missile Systems Center, Advanced Systems & Development Directorate, Kirtland AFB, New Mexico, is the contracting activity (FA8818-19-D-0004). General Dynamics Information Technology Inc., doing business as General Dynamics Mission Systems, Fairfax, Virginia, have been awarded a $35,683,952, cost-plus-incentive-fee modification (P00015) to previously awarded FA8307-17-F-0004 for next generation GEO overhead persistent infrared (NGG-OPIR). The contract modification provides for additional Medium/LargeSat Common Solutions (MLCS) variants for the NGG-OPIR program, additional MLCS engineering development modules, increased tempest testing and to fund an overrun. Work will be performed at General Dynamics Mission System, Scottsdale, Arizona, and is expected to be completed by March 31, 2022. Fiscal 2019 research and development funds in the amount of $12,726,494.04 are being obligated at the time of award. The Air Force Life Cycle Management Center, Cryptologic Systems Division, Contracting Division, Joint Base San Antonio, Texas, is the contracting activity. DEFENSE LOGISTICS AGENCY Valley Apparel, LLC,* Knoxville, Tennessee, has been awarded a maximum $10,794,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Navy working uniform parkas. This was a competitive acquisition with two responses received. This is a one-year base contract with two one-year option periods. Location of performance is Tennessee, with a July 1, 2020 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1172). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1895053/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.